You are on page 1of 87

Micro Units Development and Refinance Agency Limited

1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

Micro Units Development and Refinance


Agency Limited
Software Delivery, Implementation and Hosting for MUDRA

Request for Proposal (RFP) for Delivery and implementation of Software relating to Loan
Management and General Ledger accounting including hosting of the entire suite on the
cloud using SaaS approach for Micro Units Development and Refinance Agency Limited,
hereinafter referred to as MUDRA.

टडर सं/ . Tender No. 3251/MUDRA/2017-18


टडर जारी करने की ितिथ /Tender Issue Date September 28, 2017
बोली जमा करनी की अं ितम ितिथ /Last date November 06, 2017, 3.30 pm
for bid submission
बोली बं द करनी की अंितम ितिथ / Tender November 06, 2017, 3.30 pm
Closure Date
तकनीकी बोिलयां खोलने की ितिथ /Date of November 06, 2017, 4.00 pm
opening of Technical Bids
बयाना जमा रािश / Earnest Money Deposit ₹6,50,000/- (Rupees Six lakh fifty
thousand only)
टडर मू /Tender Cost ₹5,000/- (Rupees Five Thousand
only)

माइ ो यूिनट् स डे वलपमे ऐ रफ़ाइनांस एजसी िल.


थम तल, एमएसएमई िवकास क ,
ॉट स. सी-11, बां ा कुला कॉम े ,
बां ा (पू व), मुंबई-400051

Micro Units Development & Refinance Agency (MUDRA) Ltd.,


First Floor, MSME Development Centre,
Plot No.C-11, ‘G’ Block, Bandra Kurla Complex,
Bandra (East), Mumbai-400051

Page 1 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

Table of Contents
1. CRITICAL INFORMATION /मह पूण सूचना........................................................................................................ 5
2. DEFINITIONS .......................................................................................................................................................... 6
3. ABBREVIATIONS ................................................................................................................................................... 8
4. INTRODUCTION AND DISCLAIMERS .............................................................................................................. 9
4.2 INFORMATION PROVIDED .................................................................................................................................... 9
4.3 DISCLAIMER ........................................................................................................................................................ 9
4.4 COSTS TO BE BORNE BY RESPONDENTS ............................................................................................................. 10
4.5 NO LEGAL RELATIONSHIP ................................................................................................................................. 10
4.6 RESPONDENTS OBLIGATION TO INFORM ITSELF ................................................................................................ 10
4.7 EVALUATION OF OFFERS ................................................................................................................................... 10
4.8 ACCEPTANCE OF SELECTION PROCESS .............................................................................................................. 10
4.9 ERRORS AND OMISSIONS ................................................................................................................................... 10
4.10 ACCEPTANCE OF TERMS .................................................................................................................................... 10
4.11 REQUESTS FOR PROPOSAL ................................................................................................................................. 10
4.12 NOTIFICATION ................................................................................................................................................... 11
5 RFP RESPONSE .................................................................................................................................................... 12
5.1 APPLICATION MONEY ........................................................................................................................................ 12
5.2 PUBLIC PROCUREMENT POLICY FOR MSES ....................................................................................................... 12
5.3 EARNEST MONEY DEPOSIT (EMD) .................................................................................................................... 12
5.4 RFP CLOSING DATE ............................................................................................................................................ 12
5.5 RFP VALIDITY PERIOD ...................................................................................................................................... 12
5.6 LATE RFP POLICY ............................................................................................................................................. 12
5.7 RECEIVING OF RFP RESPONSE ........................................................................................................................... 12
5.8 REQUESTS FOR INFORMATION BY BIDDERS ........................................................................................................ 13
5.9 PRE-BID MEETING ............................................................................................................................................. 13
5.10 DISQUALIFICATION ............................................................................................................................................ 13
5.11 SELECTION PROCESS .......................................................................................................................................... 13
5.12 DETAILS OF BIDS TO BE SUBMITTED .................................................................................................................. 14
5.13 PRE-CONTRACT INTEGRITY PACT (IP) ............................................................................................................... 15
5.14 IMPORTANT POINTS ........................................................................................................................................... 15
6 BACKGROUND TO THE PROJECT ................................................................................................................. 16
6.1 INTRODUCTION .................................................................................................................................................. 16
6.2 BUSINESS SCOPE................................................................................................................................................ 16
6.2.1 BUSINESS PROCESSES AND WORK FLOW ....................................................................................................... 16
6.2.2 LOAN MANAGEMENT .................................................................................................................................... 16
6.2.3 ACCOUNTING REQUIREMENTS AT MUDRA .................................................................................................. 19
7 SCOPE OF WORK ............................................................................................................................................... 22
7.1 THE BUSINESS SOLUTIONS ................................................................................................................................ 22
7.2 DC AND DR SITE HOSTING INFRASTRUCTURE AND TECHNICAL REQUIREMENTS .............................................. 23
7.3 HOSTING INFRASTRUCTURE TECHNICAL REQUIREMENTS ................................................................................. 25
7.4 INITIAL CONFIGURATION FOR CLOUD INFRASTRUCTURE................................................................................... 25
7.5 PERFORMANCE CRITERIA .................................................................................................................................. 26
7.6 CHANGE MANAGEMENT .................................................................................................................................... 28
7.7 TRANSITION MANAGEMENT .............................................................................................................................. 29
7.8 PROJECT DURATION .......................................................................................................................................... 30
7.9 PROJECT GOVERNANCE AND MANAGEMENT ..................................................................................................... 30
7.10 IT ASSETS AND INTELLECTUAL PROPERTY (IP) OWNERSHIP .............................................................................. 30
7.11 PROJECT MILESTONES, DELIVERABLES AND TIMELINE ..................................................................................... 31
7.13 RESOURCE DEPLOYMENT .................................................................................................................................. 32
7.14 OTHER CONDITIONS .......................................................................................................................................... 32
7.15 ADHERENCE TO STANDARDS ............................................................................................................................. 32
7.16 MUDRA’S RESPONSIBILITY.............................................................................................................................. 33
8. MINIMUM ELIGIBILITY CRITERIA ................................................................................................................... 34
Page 2 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
9 BID EVALUATION METHODOLOGY .................................................................................................................. 37
9.1. OBJECTIVE ......................................................................................................................................................... 37
9.2. EVALUATION PROCESS....................................................................................................................................... 37
9.3. EVALUATION OF MINIMUM ELIGIBILITY CRITERIA ............................................................................................ 37
9.4. EVALUATION OF TECHNICAL BIDS .................................................................................................................... 37
9.5. EVALUATION OF COMMERCIAL BIDS ................................................................................................................. 39
9.6. FINAL SELECTION OF THE ELIGIBLE BIDDER ..................................................................................................... 40
10. TERMS AND CONDITIONS ............................................................................................................................ 41
10.1. GENERAL ....................................................................................................................................................... 41
10.2. CLARIFICATION OF BIDS ................................................................................................................................ 41
10.3. AMENDMENT TO THE BIDDING DOCUMENT .................................................................................................... 41
10.4. LANGUAGE OF BID ........................................................................................................................................ 41
10.5. COMMERCIAL BID ......................................................................................................................................... 42
10.6. EARNEST MONEY DEPOSIT (EMD) ................................................................................................................ 42
10.7. PERIOD OF VALIDITY OF BIDS ....................................................................................................................... 43
10.8. DEADLINE FOR SUBMISSION OF BIDS ............................................................................................................. 43
10.9. LATE BIDS ..................................................................................................................................................... 43
10.10. MODIFICATION AND/ OR WITHDRAWAL OF BIDS ........................................................................................... 43
10.11. OPENING OF TECHNICAL BIDS BY MUDRA .................................................................................................. 43
10.12. CLARIFICATION ON BIDS ................................................................................................................................ 44
10.13. PRELIMINARY EXAMINATIONS ...................................................................................................................... 44
10.14. BID EVALUATION .......................................................................................................................................... 44
10.15. ARITHMETIC ERRORS CORRECTION ................................................................................................................ 45
10.16. NO COMMITMENT TO ACCEPT LOWEST OR ANY OFFER ................................................................................ 45
10.17. CONDITIONAL BIDS ....................................................................................................................................... 45
10.18. CONTACTING MUDRA ................................................................................................................................. 45
10.19. AWARD OF CONTRACT .................................................................................................................................. 45
10.20. EXECUTION OF AGREEMENT AND NDA ......................................................................................................... 46
10.21. OWNERSHIP OF DELIVERED PRODUCT / SERVICES ......................................................................................... 46
10.22. CORRUPT AND FRAUDULENT PRACTICE ......................................................................................................... 46
10.23. USE OF CONTRACT DOCUMENTS AND INFORMATION .................................................................................... 46
10.24. SUBCONTRACTS ............................................................................................................................................. 46
10.25. EXPENSES ...................................................................................................................................................... 47
10.26. TERMS OF PAYMENT ...................................................................................................................................... 47
10.27. APPLICABLE LAWS ......................................................................................................................................... 48
10.28. TAXES AND DUTIES ....................................................................................................................................... 49
10.29. PERFORMANCE BANK GUARANTEE (PBG) .................................................................................................... 49
10.30. FORFEITURE OF PERFORMANCE SECURITY ..................................................................................................... 50
10.31. TERMINATION OF CONTRACT ........................................................................................................................ 50
10.32. PAYMENT IN CASE OF TERMINATION OF ASSIGNMENT ................................................................................... 50
10.33. PENALTY FOR DEFAULT IN SERVICES ............................................................................................................ 50
10.34. NO EMPLOYER-EMPLOYEE RELATIONSHIP .................................................................................................... 51
10.35. FORCE MAJEURE ........................................................................................................................................... 51
10.36. RESOLUTION OF DISPUTES ............................................................................................................................. 51
10.37. IPR INFRINGEMENT ....................................................................................................................................... 52
10.38. INDEMNITY .................................................................................................................................................... 52
10.39. LIMITATION OF LIABILITIES ........................................................................................................................... 53
10.40. RIGHTS TO VISIT ............................................................................................................................................ 53
10.41. AUDIT ............................................................................................................................................................ 53
10.42. GRIEVANCES REDRESSAL MECHANISM ......................................................................................................... 54
10.43. MISCELLANEOUS ........................................................................................................................................... 54
10.44 CONFIDENTIALITY ......................................................................................................................................... 54
10.45 DATA OWNERSHIP ......................................................................................................................................... 55
10.46 GOVERNING LAW AND JURISDICTION ............................................................................................................ 55
10.47 THIRD PARTY RIGHTS.................................................................................................................................... 55
10.48 REPRESENTATION AND WARRANTIES ............................................................................................................ 55
11 ANNEXURES ..................................................................................................................................................... 57
11.1 ANNEXURE-I BID COVERING LETTER ............................................................................................................ 57

Page 3 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
11.2 ANNEXURE-II MINIMUM ELIGIBILITY BID ..................................................................................................... 58
11.3 ANNEXURE-III TECHNICAL BID ..................................................................................................................... 61
11.4 FORM 1:COVERING LETTER FORMAT AND PROFILE OF FIRMS ....................................................................... 61
11.5 FORM 2: SYSTEM AND FUNCTIONAL REQUIREMENTS .................................................................................... 64
11.6 FORM 3: BIDDER’S CAPABILITY IN SYSTEM INTEGRATION ............................................................................ 64
11.7 FORM 4: BIDDER’S CLOUD SERVICES OFFER COMPLIANCE ............................................................................. 65
11.8 FORM 5: REFERENCE SITE DETAILS (GIVE BOTH FOR SAAS/ CLOUD AND SOFTWARE) .................................. 65
11.9 FORM 6: IMPLEMENTATION APPROACH DOCUMENT AND PROCESS. ............................................................... 66
11.10 ANNEXURE –IV: DECLARATION REGARDING CLEAN TRACK RECORD ........................................................ 66
11.11 ANNEXURE –V: LETTER OF COMPETENCE ................................................................................................... 67
11.12 ANNEXURE –VI: POWER OF ATTORNEY ....................................................................................................... 68
11.13 ANNEXURE –VII: LETTER OF CONFORMITY ................................................................................................. 69
11.14 ANNEXURE –VIII: EMD / BID SECURITY FORM........................................................................................... 70
11.15 ANNEXURE –IX: NON-DISCLOSURE AGREEMENT ........................................................................................ 72
11.16 ANNEXURE – X: BANK MANDATE FORM ..................................................................................................... 73
11.17 ANNEXURE – XI: STATEMENT OF DEVIATIONS ............................................................................................ 75
11.18 ANNEXURE – XII: COMMERCIAL BID ........................................................................................................... 76
11.19 ANNEXURE – XIII: PERFORMANCE BANK GUARANTEE ............................................................................... 77
11.20 ANNEXURE-XIV: INTEGRITY PACT .............................................................................................................. 80
11.21 ANNEXURE XV: PROPOSED TEAM PROFILE ................................................................................................... 86

Page 4 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

1. Critical Information/ मह पूण सू चना


(RfP No.3251/MUDRA/2017-18 dated September 28, 2017)
Snow. Events / काय म Date/ ितिथ Time/
.सं . समय
1 टडर जारी करने की ितिथ / Tender Issue Date September 28, 2017 -
2 पूव-बोली बै ठक के िलए ीकरण की मां ग की October 06, 2017 3.00pm
अंितम ितिथ व समय/ Last date for seeking
clarifications for pre-bid meeting
3 पूव-बोली बै ठक की ितिथ व समय / Pre-Bid October 11, 2017 3:00pm
meeting
4 बोली जमा करने की अंितम ितिथ व समय / Last November 06, 2017 3.30pm
date for submission of bids
5 बोली बं द करनी की अंितम ितिथ / Tender November 06, 2017 3.30pm
Closure Date
6 बोली जमा करने तथा पूव-बोली बैठक का पता / मु कायपालक अिधकारी एवं` बं ध िनदे शक
Address for Bid Submission / pre-bid थम तल, एम्एसएम्ई िवकास क , ाट न. सी- 11, जी ॉक, बां ा
कुला संकुल, बां ा (पूव), मुंबई – 400051
MD & CEO, MUDRA Ltd,
First Floor, MSME Development Centre, Plot No.C-
11, ‘G’ Block, Bandra Kurla Complex, Bandra (East),
Mumbai-400051.
7 तकनीकी बोली खोलने की ितिथ व समय / November 06, 2017 4:00pm
Date & Time of Opening of Technical bid
8 तकनीकी बोली की मू ां कन की प रणाम घोषणा तकनीकी बोली के 2 महीने के भीतर
की ितिथ / Date of declaration of results of Within 2 months from opening of technical bids
technical evaluation
9 वािण क बोली खोलने की ितिथ व समय / बाद म सूिचत िकया जायेगा / To be intimated at a
Date and time of opening of commercial later date
bids
10 बोली के वै ता / Bid Validity आरएफपी का ु र ुत करने से 6 माह के भीतर /
6 months from last date for submission o f response
to RfP.
11 बोलीदाताओं ारा की जाने वाली ु ितयाँ / बोलीदाताओं को ु ितयों का बं ध करना होगा| तारीख
Presentations to be made by bidders बोली जमा करने के बाद सूिचत की जाये गी.
The bidders are required to arrange for Presentation.
Date would be intimated after bid submission.
12 मु ा अिधका रयों के संपक िववरण ी आर रमेश (स म ) / Shri R Ramesh, AGM
/ Contact details of MUDRA officials 022-67221507 rramesh@mudra.org.in
ी पी एस एन मूित (स म / Shri PSN Murthy, AGM
022-67221405, psnmurthy@mudra.org.in
ी संजय कुमार ीवा व (उ म ) / Shri Sanjay Kumar
Srivastava, DGM, 022-67531229,
sksriv@mudra.org.in
13 सतं बा मॉिनटर का सं पक िववरण / ी अशोक िस ा )आईएएस से वािनवृ (, 13 ययाती, से र
Independent External Monitor Contact -58 ए, ने ल )पि म पाम बीच रोड, नवी मुं बई 400706,
details फ़ोन : 9821844044, इ मे ल :
asinha51@gmail.com
Shri. Ashok Sinha, (IAS red.), 13 Yayati, Sector-
58A, Nerul (West), Palm Beach Road, Navi-
Mumbai 400706, Ph: 9821844044, Mail id:
asinha51@gmail.com

Page 5 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

2. Definitions
In this Document as well as the Contract to be executed following selection of the successful bidder,
the under noted terms shall be interpreted as indicated hereunder. Whether these terms, any or all,
appear in this document either as under or are written in capital letters or in small letters, shall mean
as envisaged hereunder only.
 “Acceptance” means the Purchaser’s written certification that following installation, the systems (or
a specific part thereof) have been tested and verified as complete and/or fully operational, in
accordance with the Acceptance tests defined in the Contract and Project Plan.
 “Application Software” means business or technical Software, either packaged or custom-
developed using Standard Software, formulated to interface with the users of the data processing
system.
 “AS-IS” Document means a self-contained system requirement specification prepared by the
successful vendor for of the application to be delivered.
 “Custom Software” means either Standard or Application Software developed by the Supplier under
the Contract, including customisations made to packaged Software “Contract” means the
agreement entered into between the Purchaser and the Supplier, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein. Various references such as “Purchase Agreement”, “Purchase
Contract”, “Works Contract”, etc. also refer to “the Contract”
 “Contract Price” means the price payable to the Supplier under the Contract for the full and proper
performance of all its contractual obligations.
 “Day” means calendar day of the Bank.
 “Effective Date” means scheduled installation dates for the Systems, as specified in the purchase
contract.
 “FRSM” means Functional Requirements Specification Manual (FRSM) relating to the functionalities
as required to support the various products and services offered / to be offered by MUDRA in the
near future.
 “Full Implementation” or “Complete Roll-out” means implementation of the application System
after user acceptance test and the Pilots.
 “Implementation Period” means the period starting from the Pilot installation to the conclusion of
Implementation at the sites specified in the Functional and Technical Requirements.
 “Installation” means the Supplier’s written notification indicating that the Systems (or a specific part
thereof) have been installed by the Supplier in accordance with Contract requirements and the
Project Plan, and are ready for Acceptance testing.
 “Intellectual Property Rights” means any and all copyright, moral rights, trademark, patent, and
other intellectual and proprietary rights, title and interests, world-wide, whether vested, contingent or
future, including without limitation all economic rights and all exclusive rights to reproduce, fix, adapt,
modify, translate, create derivative works from, manufacture, introduce into circulation, publish,
distribute, sell, license, sublicense, transfer, rent, lease, transmit or provide access electronically,
broadcast, display, enter into computer memory, or otherwise use any portion or copy, in whole or
in part, in any form, directly or indirectly, or to authorise or assign others to do so.
 “Maintenance Period” is the number of years specified in the RfP for annual maintenance of
application and annual technical support for software in respect of all software provided under the
Purchase Contract, as measured from the expiration of the Warranty Period, and is used for
evaluating the bids
 “MUDRA” means Micro Units Development and Refinance Agency Limited.

Page 6 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
 “Pilot” means the testing of the Systems as decided by the Purchaser, with real data before
Acceptance of the System.
 “Purchaser” means “Micro Units Development & Refinance Agency Limited”, or “MUDRA” or “the
Purchaser” and in the present documents, means, MUDRA, Mumbai.
 “Products” means all of the Software and other services that the Supplier is required to install or
provide under the Contract, plus the associated documentation.
 “Similar product” means loan management software and GL either singly or as an integrated
product.
 “Similar Assignment” or Assignments of Similar Nature means implementation of loan
management software and GL either singly or as an integrated product in Commercial
Banks/RRBs/Cooperative Banks/ NBFCs/ SFBs in India.
 “Supplier” means organisation in whose name the RfP has been issued. It also refers to “the
System Integrator”, “the Bidder” or “the Vendor”, or “the Tenderer”.
 “Services” means those services associated with the supply, installation and maintenance of the
Systems, as defined in the Contract.
 “Software” means instructions that cause data processing systems to perform in a specific manner
or execute specific operations.
 “Standard Software” means system and general-purpose Software. System Software includes the
operating system, communications system and network management and utility software. General
purpose Software includes word processing, spreadsheet and generic database management and
application development software.
 “Source Code” means the database structures, dictionaries, definitions, program source files,
dependent libraries and any other representations necessary for the compilation, execution and
subsequent maintenance of the Custom and/or Application Software.
 “Supplier’s Representative” means the duly authorised representative of the Supplier, approved
by the Purchaser to manage and be responsible for the Supplier’s performance under the Contract.
 “TCC” means the Terms and Conditions of Contract contained in this section;
 “The Bidder” or “the Vendor” means the individual or firm supplying or intending to supply the
application software and associated services under this Contract; and
 “The Contract Price” means the price payable to the Bidder under the Contract for the full and
proper performance of its contractual obligations;
 “The Project Site” means office premises of Micro Units Development and Refinance Agency
Limited (MUDRA), Mumbai as appearing in this document, published in MUDRA’s website or as may
be intimated from time to time.
 “The System,” means Software Solution proposed covering the areas outlined in the RFP, viz. Loan
Management and General Ledger accounting. It also refers to “the Solution”.
 “TO-BE” Document means a self-contained document prepared by the successful vendor giving
details of application system that will be implemented, based on the “AS-IS” document and which
will form the basis for developing ‘the System’
 “Warranty Period” is the period specified in the Purchase contract, following Acceptance of the
Systems, during which the Supplier’s Warranty obligations in respect of the Systems are in force.

Page 7 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

3. Abbreviations

Acronym Description
BG Bank Guarantee
BFSI Banking, Financial Services and Insurance
CPPP Central Public Procurement Portal
EMD Earnest Money Deposit
MUDRA Micro Units Development and Refinance Agency Limited
PBG Performance Bank Guarantee
PDC Primary Data Centre
RFP Request for Proposal
FRSM Functional Requirements Specification Manual
SaaS Software as a Service
TCO Total Cost of Ownership
TCC Terms and Conditions of Contract

Page 8 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

4. Introduction and Disclaimers


This request for proposal document (‘RfP document’ or RfP) has been prepared solely for the
purpose of enabling MUDRA to select vendor for supplying application software customised to the
needs of MUDRA and implementing the same. Application software will cover financial business
of MUDRA (including management of loans from inward to closure) and Accounting solution to
maintain General Ledger and associated functions.
1. The scope of the project includes the following:
 Provision of application (on SaaS model including hardware, system software with Disaster
Recovery features in-built by the provider of SaaS with replication and fail-over feature),
application software;
 Customization, parameterization and implementation of application software (including
data migration) and system integration;
 Training to MUDRA’s staff;
 The service for data platform must be to ensure uninterrupted operation of the hardware
(on SaaS basis) and application software for a period of 5 years after full delivery. Of which
one year will be covered by warranty (for the application) period post handing over the
system to MUDRA for successful operations.
2. The RfP document is not a recommendation, offer or invitation to enter into a contract, agreement
or any other arrangement, in respect of the services. The provision of the services is subject to
observance of selection process and appropriate documentation being agreed between MUDRA
and the successful Bidder as identified by MUDRA, after completion of the selection process as
detailed in this document.

4.2 Information Provided


The RfP document contains statements derived from information that is believed to be true and
reliable at the date obtained but does not purport to provide all of the information that may be
necessary or desirable to enable an intending contracting party to determine whether or not to enter
into a contract or arrangement with MUDRA in relation to the provision of services. Neither MUDRA
nor any of its directors, officers, employees, agents, representatives, contractors, or advisers gives
any representation or warranty (whether oral or written), express or implied as to the accuracy,
updating or completeness of any writings, information or statement given or made in this RfP
document. Neither MUDRA nor any of its directors, officers, employees, agents, representatives,
contractors, or advisers has carried out or will carry out an independent audit or verification or
investigation or due diligence exercise in relation to the contents of any part of the RfP document.

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

Page 9 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

4.4 Costs to be borne by Respondents


All costs and expenses incurred by Respondents in any way associated with the development,
preparation, and submission of responses, including but not limited to the attendance at meetings,
discussions, demonstrations, presentations etc. and providing any additional information required by
MUDRA, will be borne entirely and exclusively by the Respondent. Stamp duty that may be incurred
towards entering into agreement with the successful bidder for awarding the contract has to be borne
by the bidder.

4.5 No Legal Relationship


No binding legal relationship will exist between any of the Respondents and MUDRA until execution
of a contractual agreement.

4.6 Respondents Obligation to Inform Itself


The Respondent must apply its own care and conduct its own investigation and analysis regarding
any information contained in the RfP document and the meaning and impact of that information.

4.7 Evaluation of Offers


The issuance of RfP document is merely an invitation to offer and must neither be construed as any
agreement/contract/arrangement nor as any investigation/review. MUDRA shall evaluate the offers
based on its laid down process and management decisions.

4.8 Acceptance of Selection Process


Each Respondent having responded to this RfP acknowledges to have read, understood and
accepts the selection & evaluation process mentioned in this RfP document. The Respondent
ceases to have any option to object against any of these processes at any stage subsequent to
submission of its responses to this RfP.

4.9 Errors and Omissions


Each Respondent should notify MUDRA of any error, fault, omission, or discrepancy found in this
RfP document but not later than the pre-bid meeting.

4.10 Acceptance of Terms


Respondent will, by responding to MUDRA for RfP, be deemed to have accepted the terms as stated
in this RFP.

4.11 Requests for Proposal


1. Respondents are required to direct all communications (including pre-bid queries) related to this
RfP, through the Nominated Point of Contact persons:
Contact Shri R Ramesh, Shri PSN Murthy Mr S K Srivastava
Designation AGM AGM DGM
Email Id rramesh@mudra.org.in psnmurthy@mudra.org.in sksriv@mudra.org.in
Telephone 022-67221507 022-67221405 91-22-67531229
2. MUDRA may, in its absolute discretion, seek additional information or material from any
respondents after the RfP closes and all such information and material provided will be taken to
form part of that Respondent’s response.
3. Respondents should provide details of their contact person, telephone, fax, email and full
address(s) to ensure that replies to RfP could be conveyed promptly.

Page 10 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
4. If MUDRA, in its absolute discretion, deems that the originator of the question will gain an
advantage by a response to a question, then MUDRA reserves the right to communicate such
response to all Respondents.
5. MUDRA may, in its absolute discretion, engage in discussion with any Respondent (or
simultaneously with more than one Respondent) after the RfP closes to improve or clarify any
response.

4.12 Notification
MUDRA will notify all short-listed Respondents in writing by letter or email as soon as practicable
about the outcome of their RfP. MUDRA is not obliged to provide any reasons for any such
acceptance or rejection.

Page 11 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

5 RfP Response

5.1 Application Money


1. Application money ₹5,000/- (Rupees Five thousand only) by way of Banker’s Cheque/ Demand
Draft/ Pay Order drawn on a scheduled bank, favouring ‘Micro Units Development & Refinance
Agency Limited, payable at Mumbai, must be submitted along with RfP response.
2. MUDRA may, at its discretion, reject any Bidder where the application money has not been
furnished with the RfP response.
5.2 Public Procurement Policy for MSEs
1. MUDRA is governed by provisions of the Public Procurement Policy for Micro and Small
Enterprises (MSEs) as circulated by The Ministry of MSME, GoI. These provisions shall be
applicable to Micro and Small Enterprises (MSEs) registered with District Industries Centers or
Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other
body specified by Ministry of Micro, Small and Medium Enterprises(MSMEs).
2. Such MSEs would be entitled for exemption from furnishing tender fee and Earnest Money
Deposit (EMD). In case of any issue on the subject matter, the MSE’s may approach the tender
inviting authority to resolve their grievances. Agencies/ Bidders desirous of availing exemptions/
preference under above provisions should submit a copy of proof of Registration as MSEs/ and
ownership of the same by SC/ST along with the tender/RFP.
3. Bidder is required to inform its MSME status as per following definition, if applicable.
Enterprise Manufacturing Services
Category (Original Investment in P&M) (Original Investment in Equipment)
Micro Up to ₹ 25 lakh Up to ₹10 lakh
Small Up to ₹ 500 lakh Up to ₹200 lakh
Medium Up to ₹1000 lakh Up to ₹ 500 lakh
5.3 Earnest Money Deposit (EMD)
All the responses must be accompanied by a refundable interest free security deposit of ₹.6,50,000/-
(Rupees Six lakh fifty thousand only). Details of the EMD are given in this RfP.

5.4 RfP closing date


RFP Response should be received by MUDRA not later than the time and place mentioned in ‘Critical
Information’ section of this RFP.

5.5 RfP Validity Period


The Bids must remain valid and open for evaluation according to their terms for a period of 6 months
from the last date of submission of response to RfP.

5.6 Late RfP Policy


Responses received after the due date / time for submission of bid would be considered late and
shall not be accepted or opened. Late received bids shall be returned un-opened.

5.7 Receiving of RfP Response


Receiving of RfP response will be registered by MUDRA in a separate register kept for the purpose
upon receiving the RfP response. The submission of the response should be in the format outlined
in this RfP and should be submitted only through hand delivery / courier / postal service. If the
submission to this RfP does not include all the documents and information provided is incomplete or
submission is made through E-mail mode, the RfP is liable to be summarily rejected. All submissions,
Page 12 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
including any accompanying documents, will become the property of MUDRA. The Respondent shall
be deemed to have licensed, and granted all rights to MUDRA to reproduce the whole or any portion
of their submission for the purpose of evaluation and to disclose and/or use the contents of the
submission as the basis for any resultant RfP process, notwithstanding any copyright or other
intellectual property right of the Respondent that may subsist in the submission or accompanying
documents.

5.8 Requests for information by bidders


1. Respondents are required to direct all communications for any clarification related to this RfP, to
the designated MUDRA officials and must communicate the same in writing by the date and time
mentioned in ‘Critical Information’ section of this RFP. No oral / telephonic query / clarification
would be entertained.
2. All queries relating to the RfP, technical or otherwise, must be in writing only and may be sent
via letter / email. MUDRA will try to reply, without any obligation in respect thereof, every
reasonable query raised by the Respondents in the manner specified.
However, MUDRA will not answer any communication reaching MUDRA later than the time
stipulated for the purpose.
3. MUDRA, may in its absolute discretion seek, but is under no obligation to seek, additional
information or material from any Respondents after the RfP closes and all such information and
material provided must be taken to form part of that Respondent’s response. Respondents
should invariably provide details of their email address as responses to queries may be provided
to all Respondents via email.
4. MUDRA may in its sole and absolute discretion engage in discussion with any Respondent (or
simultaneously with more than one Respondent) after the RfP closes to clarify any response.

5.9 Pre-Bid Meeting


1. MUDRA shall hold a pre-bid meeting on the date and time mentioned in ‘Critical Information’
section. Purpose of the meeting is to bring utmost clarity on the scope of work and terms of the
RfP being floated. The Bidders are expected to use the platform to have all their queries
answered. No query will be entertained after the pre-bid meeting.
2. It would be the responsibility of the Bidders to be present at the venue of the meeting.
3. Clarification sought by bidder should be made in writing (Letter/E-mail) and submitted on or
before the date and time as indicated in the ‘Critical Information’ section. MUDRA has discretion
to consider any other queries raised by the bidder’s representative during the pre-bid meeting.
4. The text of the clarifications asked (without identifying the source of enquiry) and the response
given by MUDRA, together with amendment to the bidding document, if any, will be posted on
the website of MUDRA (www.mudra.org.in ). It would be responsibility of the bidder to check the
website before final submission of bids.

5.10 Disqualification
Any form of canvassing/ lobbying/ influence/ query regarding short listing, status etc. will result in
disqualification.

5.11 Selection process


Successful Bidder will be selected through three bids evaluation process (see Section 9 for details)
1. Complying with the requirements for Minimum eligibility bid
2. Evaluation of Technical bid and
3. Commercial evaluation.

Page 13 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

5.12 Details of Bids to be submitted


1. Bidders are required to submit their responses in THREE envelopes, with contents of each as
under:
Envel Bid Contents No. of Copies Label of Envelope
ope
No.
Minimum Eligibility Bid Hardcopy – 1 and “Minimum Eligibility –
Bid Covering letter and profile of the firms as per Soft copy on pen Software delivery and
format prescribed in Annexure-I drive or CD implementation for
MUDRA RfP No. 3251
Response to Minimum Eligibility Bid as per format /MUDRA/2017-18 dated
prescribed in Annexure-II September 28, 2017”
Declaration regarding clean track record, as per
format prescribed in Annexure-IV.
DD(s) /Instrument(s) towards Bid price
I DD(s) / Instrument(s) towards EMD Or Bid security
as per format prescribed in Annexure – VIII.
Power of Attorney as per format prescribed in
Annexure-VI.
Bank Mandate Form as per format prescribed in
Annexure –X.
Integrity Pact as per format prescribed in Annexure
–XIV.
Technical Bid Hardcopy – 1 and “Technical Bid – Software
Response to Technical Bid as per format prescribed Soft copy on pen delivery and
in Annexure-III drive or CD implementation for
MUDRA - RfP No.3251
Letter of competence as per format prescribed in /MUDRA/2017-18 dated
Annexure-V. September 28, 2017”
iii. Letter of Conformity as per format prescribed in
Annexure-VII.
iv. Non-disclosure Agreement as per Annexure-IX.
II Statement of deviations as per Annexure –XI
Masked copy of commercial bid as per Annexure –
XII
Team Profile as per Annexure XV
Commercial Bid Hardcopy – 1 “Commercial Bid -
III Software delivery and
Response to Commercial Bid as per format
prescribed in Annexure-XII. implementation for
MUDRA - RfP No.3251
/MUDRA/2017-18 dated
September 28, 2017 “
2. Bids should be enclosed with all relevant documentary proofs / certificates duly stamped with
company seal and signed.
3. Above mentioned three separately sealed non-window sub-envelopes should be put together in
another master sealed Non-window envelope super-scribing “Bid for Supply of Application
Software” – “RfP No.3251/MUDRA/2017-18 dated September 28, 2017”
4. All the individual envelopes must be super-scribed with Name of the Bidder, Contact Name,
Mobile / telephone number and E-mail Id.
5. Envelope I and II should also contain softcopy of respective response documents in a CD / Pen
drive. The material provided by the bidder in hardcopy will prevail in case of any discrepancy
between hardcopy and softcopy supplied. No softcopy of the commercial bid is to be given.

Page 14 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
6. Authorized signatory on whose name Power of Attorney is issued must sign all the pages of
the response.

5.13 Pre-Contract Integrity Pact (IP)


1. IP is an agreement between the prospective vendors / bidders and the buyer committing the
persons / officials of both the parties not to exercise any corrupt influence on any aspect of the
contract.
2. The bidder has to submit signed Pre-Contract Integrity Pact (IP) as per the format at Annexure-
XIV on a non-judicial stamp paper of requisite value (to be borne by the bidder). If the same is
not furnished, the application will be deemed incomplete and will be liable for rejection.

5.14 Important points


Bidders must take the following points into consideration during preparation and submission of bids.
1. Relevant documents must be submitted as proof wherever necessary. All the pages must be
stamped with company seal and signed by the authorized signatory of the respondent.
2. Faxed copies of any submission are not acceptable and will be rejected by MUDRA.
3. Responses should be concise and to the point. Submission of irrelevant documents must be
avoided.
4. If the bids do not contain all the information required or is incomplete, the proposal is liable to be
rejected.
5. The RfP is available on MUDRA website www.mudra.org.in and also on Central Public
Procurement Portal (eprocure.gov.in). MUDRA reserves the right to make changes in the RfP.
Changes and clarification, if any, related to RfP will be posted on MUDRA website and CPPP.
Bidders must have close watch on MUDRA website and during the intervening period before
submitting response to RfP.

Page 15 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

6 Background to the project

6.1 Introduction
Micro Units Development and Refinance Agency [MUDRA] Limited

6.2 Micro Units Development and Refinance Agency Limited (MUDRA), was launched as a Financial
Institution on 8th April 2015 by the Hon’ble Prime Minister, for supporting the last mile financial
institutions, banks, Micro-finance Institutions (MFIs), Non-Banking Financial Institutions (NBFCs)
and other lending institutions, which are in the business of lending to micro enterprises, engaged
in manufacturing, trading, services and other income generating activities. MUDRA provides
refinance, Securitization, Credit Guarantee and other development support to these lending
institutions for loans upto ₹10 lakh to expand their outreach and providing support for “funding
the unfunded”. This in turn helps micro businesses across the length and breadth of the country.
MUDRA’s mandate includes developing the micro enterprise into a viable economic sector,
through various developmental interventions, both financial and non-financial, with a view to
enhance the income and employment opportunities in the country. MUDRA has also developed
a portal for monitoring the flow of credit to the MSMEs under Pradhan Mantri Mudra Yojana
(PMMY) which will also enable data analytics and facilitate policy initiatives by the Government
of India.
MUDRA supports Non–Corporate Small Business Segment (NCSBS) comprising of millions of
proprietorship / partnership firms running as small manufacturing units, shopkeepers, fruits /
vegetable vendors, truck operators, food-service units, repair shops, machine operators, small
industries, artisans, food processors and others, in rural and urban areas.

6.2 Business Scope

6.2.1 Business Processes and Work Flow


The key business areas and process flow of functional areas to be computerized, for which RfP is
being floated, are given as under:

6.2.2 Loan Management


a. Inward of Application - Key details of loan applicant institution, including KYC details as per RBI
guidelines, status of enrolment and execution of General Refinance Agreement (GRA) needs to
captured at this stage as per standard loan application forms applicable for applicant institution.
The status of application also needs to be monitored viz., pending, sanction, disbursed, rejected,
temporarily put on hold, reasons for pendency etc. The system should be able to capture the
lending rate (base rate, MCLR, interest rate) of the lending institution for the ultimate borrower.
Further, there could be more than 1 account for the lending institution with MUDRA.
b. Sanction – Details of amount sanctioned (rejection, if any, with reason), Sanctioning Authority,
and terms of sanction is to be captured as per appraisal note and minutes of the meeting. Any
additional conditions not mentioned in the appraisal note but stipulated by the Sanctioning
Authority needs to be captured. Cancellation/ Treatment of Undrawn sanction to be captured.
Provision to input the status of searches made in CIBIL/RBI defaulters lists etc.
c. Issue of LoI –Capture receipt of upfront fee. Date of Issue of Letter of Intent / Sanction Letter
and date of acceptance thereof by the borrower needs to be captured in the system.
d. Documentation – Status of legal documents such as Loan Agreement, Deed of Hypothecation,
General Conditions, Undertakings, Personal Guarantee, Affidavits, etc. needs to be captured.
e. Security creation – Details and status of security creation such as filing of charges, obtention of
Post Dated Cheques etc. needs to be captured.
Page 16 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
f. Disbursement – Disbursement of sanctioned amount needs to be done in one or more
instalments on compliance of terms and conditions of sanction. Capture request for
Disbursement. Compliance of sanction terms and any relaxation / waiver / modification of terms
of sanction needs to be captured. Interim disbursement pending creation of security with higher
rate of interest or any other terms and conditions needs to be captured. Once the terms and
conditions are met, interest rate should be reset to normal rate of interest.
g. End Use Verification – The system should be able to capture the end use verification reports
submitted by the borrower or their Chartered Accountant / MUDRA dealing officer. It would be
desirable if the system is able to capture location wise (state / district) details of ultimate
borrowers covered by the refinanced agency out of MUDRA refinance in an excel template or
upload of the excel file in the system as per standard template (no. of women/men benefitted,
caste (SC/ST/OBC) etc., minority group, no. of rural/urban members, no. of borrowers, no. of
members. No. of SHG/JLG).
h. Drawal of repayment schedule and interest calculation – Repayment schedule in respect of
amount disbursed against the sanction needs to be drawn either for the amount disbursed or for
the sanctioned amount. Interest calculation (both fixed and floating rate options) needs to be
done for the purpose of estimating interest due/accrued on a particular repayment / closing date.
Custom/ Automatic repayment schedule, Provision for prepayment & appropriation thereof,
Provision for calculation of prepayment charges based on premium percentage etc. may be
captured. Reschedulement and Restructuring of repayment terms to be allowed.
i. Issue of demand advices – Repayment advices in respect of periodic payment of interest and
repayment of principle on a monthly basis has to be issued. Further, status of repayment of
principal / payment of interest needs to be captured along with penal interest, further interest
(interest on overdue interest), interest on penal interest etc. Maintenance of other recoverable
[dues other than principal and interest] such as visit charges, insurance, legal expenses etc. to
be captured.
j. The system should be able to capture, calculate and appropriate these charges in accordance
with policy of MUDRA.
k. Recoveries pending appropriation – Any amount received from the borrower pending
appropriation into various account heads needs to be captured along with details of payment
such as mode of payment, instrument details etc. Auto and/or manual appropriation in respect
of accounts where full payment as per demand advice has been received to be captured. overdue
report generation may be facilitated.
l. Alerts – Alerts about due dates, non / less payment on due dates, Balance Confirmation
Certificate/Acknowledge of Debt, to be generated and mailed to the dealing officers and also the
borrowers.
m. NPA management – The system should be able to classify the borrower accounts into various
categories of NPAs in accordance with NPA policy of RBI / MUDRA and generate aging analysis
and NPA position on a given date. Post an account having been classified as NPA -. Facility to
track and generate regular reports on overdue status of all accounts. The system should be able
to generate report for provisions to be made in respect of all asset classes as per RBI norms.
The system should facilitate restructuring- Re-schedulement, deferment, Waiver of FI/PI if any,
Provision to handle various types of restructuring, viz., waiver / funding, re-schedulement,
reduction in interest rate, penal Interest rate. Facility to record prudential write off / regular write
off in the system along with reasons. Full or partial write off in respect of all accounts individually
or several accounts clubbed together may also be provided. Facility to record Sale /transfer of
NPAs to ARCs / other agencies & monitoring thereof based on workflow. Provision to record
upgradation of NPAs. Provision to generate NPA lists. In respect of Default / NPAs -
Parameterized definition of business rules for identifying stressed accounts. Alert mechanism to
track stressed accounts. Generating reports / list of stressed cases for review.
n. Monitoring and follow up – The system should be able to record status of follow up visits made
and next date of follow up visits to be made including findings thereof. Capturing of receipt of
Page 17 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
various control statements like BCC, AOD, Balance Sheet, Rating Reports, Multiple Banking
arrangement reports etc.
o. Report generation/MIS viz. sanction/rejection details, disbursements, undrawn sanctions,
overdue position, overall business operations, re-schedulement reports, Balance Confirmation
Certificate (BCC), Acknowledgement of Debt (AOD) etc.
p. A/c Closure, release of security etc: The system to allow closure of accounts, release of security
documents, lien marked securities etc. and issue a closure letter to the borrower. –
q. Query module to view details of all Account at any point.
r. Beginning of Day and End of Day functions.
s. The above is brief description of some of the features expected from the product delivered or
customized.
t. A brief flow chart of the loaning process and accounting is given at the end of this section
u. The exact requirement gathering will be the responsibility of the bidder during requirements
gathering stage and needs to be approved by MUDRA by signing off the AS-IS and TO-BE
(solution document)
v. PTCs - MUDRA invests in the senior or subordinate pass through securities (“Pass through
Certificates” or “PTCs”) issued by the special purpose vehicle (“SPV”) in a securitization
transaction structured and arranged by an arranger-cum-structure (“arranger”) who may also
invest in the subordinate tranche of the transaction. The tenure and outstanding size of the PTCs
is set at the time of structuring. The pool underlying the securitisation is provided by Originators
who are regulated NBFCs and / or NBFC-MFIs, and are compliant with RBI regulations. The
SPV, incorporated as a Trust under the Indian Trusts Act, is also the issuer of the Pass Through
Certificates (PTCs). The SPV will issue senior and subordinated PTCs. MUDRA will invest in the
senior or the subordinated PTCs issued by the SPV. Yield on the investment is as per the
prevailing market conditions and will depend upon the pool characteristics, diversification and
extent of first loss available. The risk of the investment comes from the underlying pool, the
quality of the servicer and the relative size of the investment as against the first loss credit
enhancement provided by the Originators. The SPV services the amount invested by making
payment on a monthly basis which include both instalment of the principal amount and the
interest accrued. The investment in PTCs are for a fixed period which gets liquidated by monthly
payments.
w. Borrowings - The source of funds of MUDRA at present is it's share capital, reserves and
surplus and borrowings from various Banks under Priority Sector Shortfall (PSS) allocations
made by RBI. While making the allocations, RBI indicates the names of the Banks and the
quantum of funds to be released. These funds are drawn on requirement basis and are to be
serviced interest on quarterly basis. Principal is to be returned on completion of borrowing period
(usually 3 years). The interest margin available to MUDRA for extending refinance to various
agencies is decided by RBI. The interest differential, getting accrued to MUDRA, in excess of the
prescribed margin, is also to be paid to the depositing banks on a pro-rata basis at quarterly
intervals along with the interest payment on deposits. In future, apart from drawing from further
PSS/ RIDF Funds, MUDRA may also consider issuing bonds or market borrowing.
x. Credit Guarantee - MUDRA loans are also covered by a guarantee fund called Credit Guarantee
Fund for Micro Units (CGFMU) which is managed and operationalised by NCGTC, a sister
institution of MUDRA, under SIDBI. There will not be any accounting impact of the Guarantee
fund on MUDRA's accounts and hence need not take this into account for the present. Only a
few fields are to be captured.

Page 18 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

6.2.3 Accounting Requirements at MUDRA


a. The recording of various accounting transactions relating to day to day operations and periodic
operations of the institution like loan transactions (disbursements, repayments, interest demand
and receipt), treasury operations (investments in Banks Fixed Deposits, Corporate Deposits,
Mutual Funds, Certificate of Deposits, receipt of maturity amount of deposits, redemption of
mutual funds, booking of profit on redemption etc.), administrative payments and receipts (like
salary, rent, taxes and miscellaneous payments).
b. Passing of various vouchers in respect of ‘a’ above viz., Payment, Receipt and Journal vouchers.
c. Reconciliation of bank account on a daily basis and other accounts with subsidiary ledgers on a
periodical basis say monthly, quarterly and annually.
d. Recording of Borrowings [Priority Sector Shortfall (PSS) Fund, other Funds]. Payment of interest
on quarterly basis and repayment of principal.
e. Recording of transactions related to purchase/ sale/ depreciation of Fixed Assets.
f. Receipt of capital funds and payment of dividend thereon.
g. Recording of loan given under securitization and receipt of interest on monthly basis and
instalments as per repayment schedule.
h. Preparation of Balance Sheet and Profit and Loss Account on a quarterly basis.
i. Providing information for Income Tax calculations/ payment, payment of other taxes (like GST
and Professional Tax) and payment of liabilities like interest/ instalments on loans taken, Earnest
Money Deposits (EMDs).

Page 19 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

Enrollment of Partner Institution


Applicant details viz. date of application, scheme, amount of assistance etc.

Inward of application: Capture details viz. Name of Borrower, Date of application,


Amount of Assistance, Type of assistance (whether Refinance/loan)

KYC data viz. Constitution of borrower, PAN Card of the borrower/entity, Bank a/c
details etc. or any such required documents as per RBI directions.

DAN in prescribed Executive summary


Explore the of appraisal at
possibility of format received from
storage of scan SIDBI- storage of MUDRA: Excerpts
of DAN scanned copy of from DAN to be
DAN captured.

Sanction of assistance by CCC-CEO-MUDRA

Master ledger Acceptance of LOI

Execution of Documents
Disbursement
Compliance of predisbursment conditions, if any,

Visit Report if required

Repayment
Schedule/Reschedulement

Integratio
DA Generation Multiple a/c appropriation n with
(P+I) & (Auto/ manual) , GL,
Mails/SMS to RPA/Sundry SL/GL
borrower; appropriations, Overdues, mismatch
reminder FI/PI calculations & ,
mails/SMSs demand /waiver of FI/PI

Page 20 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

Balance Outstanding

Monitoring Reports viz. follow- MIS Reports Prepayments,


up visits, Overdue position, Business Operations, A/c closure,
NPA, Recovery from NPA, Targets, SMA a/cs,
order of appropriation under BCC/AoD, Rating review
NPA, provisioning etc.

Page 21 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

7 Scope of Work

7.1 The Business Solutions


The scope of the project includes:
1. The vendor will conduct a detailed Systems Requirements Study and provide a Functional
Requirements Specification Manual (FRSM) relating to the functionalities as required to support
the Loan Management System and the Accounting System so as to handle the entire General
Ledger.
2. Making provision for computing resources in the cloud to handle the software delivered and its
implementation. There should be multiple instances in the cloud environment to address the
development, testing, production and training needs of MUDRA
3. Delivering Software to handle the following areas of organizational need on a priority
4. General Ledger and accounting solution to replace the current accounting being undertaken
using Tally. The solution should handle all types of transactions including capital and revenue
transactions with provision for depreciation (being automatically generated). The system should
be capable of generating profit and loss account, balance sheet and its associated schedules.
5. Loan Management System to handle the current refinance function. Presently refinance is
provided to Commercial banks, Regional Rural Banks, Cooperative Banks, Micro Finance
Institutions and Non-Banking Finance Companies. Provision may be kept to handle future loan
products (like Pass through Certificates, Guarantee Products, etc) and also lending to newer
category of clients
6. The delivered system should have the capability to manage client profiles and categories of
clients.
7. The Loan Management system should be functionally integrated with the accounting solution.
The Bidder should be capable of providing support for integrating additional products or solutions
in future with the accounting or loan management system as the case may be.
8. SIDBI is in the process of developing a “Lending Marketplace Platform” which is focussed
towards digitizing lending process between Borrowers and Lenders. This solution will facilitate
real time tracking, monitoring and processing of loan application. It should be possible to
integrate the proposed solution with the above SIDBI portal as may be required in future.
9. It will be the Bidder’s responsibility to obtain data required for migration from the legacy systems
and non-electronic format to the software proposed for MUDRA. The Bidder will also be
responsible for successful data migration to the software format, for which the bidder will have to
liaise with the legacy system teams for the purpose of data mapping, extraction, conversion, etc.
in whatever format the bidder wants the data. MUDRA will not bear any additional cost for data
migration, nor will be responsible for the same
10. The bidder is required to customize all the application software provided by him to suit and fulfil
MUDRA’s functional and technical requirement as would emerge from the FRSM.
11. The cost of all customization efforts is required to be included in the Price Bid and MUDRA will
not pay any additional cost for such effort till ‘Go Live’. This includes customization of all statutory,
regulatory and ad-hoc MIS (Management Information System) reports as required by MUDRA in
the desired formats
12. The Bidder shall also provide for all subsequent changes as are statutory in nature and
prescribed by regulatory bodies from time to time.
13. A comprehensive testing of the solution is required to ensure that it meets the requirements of
MUDRA in all respects as defined. This is envisaged to occur in two stages. The first stage is
System Integration Test (SIT), which will be conducted by the bidder. The second stage of testing
is User Acceptance Test (UAT), which will be conducted by MUDRA with necessary support from
Page 22 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
the Bidder. The UAT is expected to ensure that all the functionality requested for by MUDRA is
available and is functioning accurately. MUDRA may also engage external experts / agents to
conduct the UAT / any other type of testing.
14. The Bidder will convey to MUDRA that all the customizations that are required to ‘Go Live’, as
agreed upon and signed off by MUDRA, are completed and the solution is ready for SIT. At this
stage, the bidder will prepare test cases for the SIT with MUDRA’s data and assistance.
Thereafter, the Bidder will conduct the SIT using all suitable means. MUDRA will have the right
to monitor/audit the SIT through its own personnel or personnel appointed by MUDRA and the
observations made by MUDRA/its appointed agents will have to be taken cognizance of and
carried out.
15. The bidder is required to share the results of the SIT with MUDRA highlighting whether technical
and functional requirements are met and whether integration with other related systems of
MUDRA are achieved. Sufficient details should be provided as desired by MUDRA regarding
performance of the solution in the SIT.
16. The bidder is required to jointly analyse the results of the SIT with MUDRA/its appointed agents
and make changes to the solution as agreed through such analysis.
17. The bidder will inform MUDRA that such changes are completely done and indicate to MUDRA,
in advance, that the system is ready for User Acceptance Test.
18. MUDRA /its appointed agents will assist the Bidder in preparing test cases including test data
and will assist MUDRA/its appointed agents in conducting all the tests and analysing / comparing
the results. The Bidder shall provide resources for trouble-shooting during the entire UAT process
19. Trainings on the software has to be provided to the users as per requirement of MUDRA outlined
below. The trainer days, if not fully utilised, will be used for conduct of refresher trainings
as per requirement of MUDRA
Sl. Training Type No. of trainees Duration in working days
1 Training of MUDRA’s Officers 20 10
2 Executive Awareness 10 3
20. The date of software warranty will start from the date the software declared ‘Go Live’ and is fully
operational in MUDRA and will continue for a period of one year. During the warranty period, the
System Integrator will have to provide the On-Site Post Implementation Support and other
Technical support for the software and any system software supplied. The Go Live date will be
declared by MUDRA after satisfying itself regarding the entire implementations and delivery.
21. The System Integrator shall be fully responsible for the manufacturer’s warranty in respect of
proper design, quality and workmanship.
22. During the warranty period, the System Integrator should update/upgrade the software and also
provide any new versions released as part of warranty.
23. Warranty should not become void if MUDRA buys any other add-on software from a third party
and installs it in the presence of the representative of the System Integrator. However, the
warranty will not apply to such third-party software items installed by MUDRA. The Annual
Maintenance Support will be in force for 4 years thereafter
7.2 DC and DR site Hosting Infrastructure and Technical
Requirements
7.2.1 Technical Requirements with reference to Cloud Data Center,
Disaster Recovery Sites and others:
The Bidder has to offer the Software on SaaS basis through a managed private cloud for hosting
applications either at the Bidder’s Data-Center (if they offer such services or data center services

Page 23 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
arranged by them through third party for this purpose). Service Provider would be responsible for
Disaster Recovery Services so as to ensure continuity of operations in the event of failure of primary
data center to meet the RPO and RTO requirements as specified by MUDRA.
The production system should be configured for high availability (in line with the RPO / RTO
standards). The proposed solution should be on multi-tier architecture and the web/app and
database servers/VM should be different.
In addition, the service provider will also be responsible for Cloud Service Provisioning
Requirements, Data Management, Operational Management, Cloud Network Requirement, Cloud
datacenter specifications, Cloud Storage Service Requirements, Application Hosting Security, Cloud
Hosting Security, Application Performance Monitoring (APM), Backup Services, Database Support
Service, and Helpdesk Support from Cloud Service Provider Managed Services,
The bidder will ensure that no liability arises on account of compromised data hosted in the cloud.
MUDRA shall be indemnified from such liabilities. The entire liability of such an incidence will be with
the Bidder.
The requirement for Cloud services is given at Form 4 supplied along with this RfP (part of Annexure
III in technical bid). Bidder is expected to indicate compliance with all the requirements. Failing to
comply any of the requirement may lead to disqualification, and MUDRA’s decision on same will be
final.
Table 7.2.1 Instance Sizing Details and other initial specification for Cloud set up
Sr Description Minimum Specifications
No.
8 vCPU, 32 GB RAM
VM Server Instance 500 GB SAN Storage
1.
Type A (development) MS Windows Server Operating system (latest version) or Unix or
Linux with OEM Support
8 vCPU, 32 GB RAM
VM Server Instance 500 GB SAN Storage
2.
Type B (training) MS Windows Server Operating system (latest version) or Unix or
Linux with OEM Support
8 vCPU, 32 GB RAM
VM Server Instance 500 GB SAN Storage
3.
Type C (testing) MS Windows Server Operating system (latest version) or
Unix or Linux with OEM Support
8 vCPU, 32 GB RAM
VM Server Instance
500 GB SAN Storage
4. Type D (Production
MS Windows Server Operating system (latest version) or Unix or
DC)
Linux with OEM Support
8 vCPU, 32 GB RAM
VM Server Instance
500 GB SAN Storage
5. Type E (Disaster
MS Windows Server Operating system (latest version) or
Recovery DR)
Unix or Linux with OEM Support
UTM with IDS, IPS should be installed to control the access to
6. UTM Firewall
MUDRA instances
7. WAF The application should be protected by WAF
8. Security DDOS attack prevention and mitigation should be provided
10 Mbps with multiple ISPs (in case of DR scenario or DR drills,
9 Internet link at DC the bidder has to manage equivalent internet bandwidth at No
extra cost)
10mbps ILL and secondary 6mbps ILL at MUDRA office to be
Internet at MUDRA provided. Primary and secondary links should be from different
10
office service providers. The office users will also be using internet
through these lines.
11 DC-DR DC-DR should be P2P dedicated link

Page 24 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

7.2.2 Penalty for breach in Disaster Recovery Management


Disaster Recovery
Sl Parameter Target Penalty
1. RTO
4 hours ₹30,000 per additional hour of delay subject
to a maximum delay of 10 hours.
2. RPO
30 minutes ₹30,000 per additional block of 30 minutes’
subject to a maximum delay of 5 hours.
3. Live Drill To be conducted every 6 months.
₹10000 for delay of each week, subject to a
Successful switch over and operation
maximum of 5 weeks delay.
of application

7.2.3 Penalty for non-compliance of Security Audit


The penalty for not carrying out security audit as per planned schedule or / and noncompliance in
security audit report which are not fixed within the required period (as mentioned in the audit report
or as per timeframe agreed with MUDRA) would be as follows:
Security Audit
Sr. Activity Frequency Basis Penalty
No
1. CERT-IN Security Audit Every 6 months as Per ₹ 25,000 per non-
Certificate for the entire per planned occurrence compliance.
application and the action to be schedule
taken for compliance

7.3 Hosting Infrastructure Technical Requirements


The hosting solution shall be compliant with industry standards (their latest versions as on date)
wherever applicable. This will apply to all the aspects of solution including but not limited to design,
development, security, installation, and testing. The standards are given in Form 4 supplied along
with this RfP (part of Annexure III in technical bid).

7.4 Initial Configuration for Cloud Infrastructure

7.4.1 Production Environment


The bidder shall estimate the data volumes and provide the necessary initial minimum requirement
of the private cloud for the production environment at the primary Data Center. And similar
configurations at DR. However, for Development and Test environments the configuration may be
decided in consultation with MUDRA after the PDC sizing requirements are arrived at.

7.4.2 Upscaling / downscaling of Infrastructure /Optional Cost


The proposed initial configuration needs to be upscaled by the Bidder based on the monthly average
number of concurrent users which may be estimated based on Table 7.5.1 Projected Concurrent
Users. No separate charges are payable in case the monthly average concurrent users are within
the yearly projected ranges.
Bidders would not be allowed to downscale the infrastructure below this initial level. However, in
order to utilize the benefit of cloud infrastructure, MUDRA could upscale or downscale infrastructure
if the monthly average number of concurrent users are higher or lower than the yearly projected
ranges. These would be done through the provisioning portal and reports for resource utilization.
Based on the optional rates, being obtained in this RfP, the cost of infrastructure resources being

Page 25 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
up-scaled or downscaled in such cases, would be added or reduced to / from the quarterly payments
on pro-rata basis.
Optional Cost: MUDRA has specified a Format C for optional cost which will be added in TCO as
mentioned in the format. However, MUDRA does not guarantee placement of order for any of
optional items in Format C. Also, in case required, MUDRA can place order for single unit or any
other number of unit, irrespective of the quantity mentioned for evaluation purpose.

7.5 Performance Criteria


The Bidder shall provide an end-to-end, completely managed IT Solutions for the application
consisting of cloud infrastructure, software development, software customization, system integration,
software maintenance, and Support services as defined in this RFP.
The Software solutions shall be highly scalable, high performance transaction processing and
secured. The Bidder shall consider number of users as per table 7.5.1 while proposing solution,
software architecture and infrastructure.

7.5.1 Users of the overall IT Solutions


Following is the broad estimate of users who are expected to use the portal over the next five years.
Table 7.5.1 Projected Concurrent Users
Details / Users Year 1 Year 2 Year 3 Year 4 Year 5

No of total users 25-30 30-35 35-40 40-45 45-50


No of Concurrent 10 10-15 15-20 20 20
Users
Peak Number of 15 15 20 25 25
Users
System wise users 50% of the total users will be using Lending and GL Systems each
Note: The number of concurrent users is only estimate and same may change.

7.5.2 Response Time


All application screens, dashboard and static pages end-to-end response time for the page load
including the rendering time shall not be more than 3 seconds. Any page taking more than 3 seconds
shall be considered as non-responsive form shall be considered as a defect. This would be checked
as part of the quality assurance / testing process.
The reports and charts shall be rendered within acceptable time per 10,000 records as per mutual
discussion with MUDRA.
The Bidder is required to carry out load testing using required tools before major releases of the
software to check the response time if so required by MUDRA. The onus lies on the bidder to
demonstrate the same.

7.5.3 Severity, Priority and SLAs


Service Level requirements will be necessarily managed by the Service Provider using any tool of
the service provider’s choice. Service provider will make this information available to authorized
MUDRA personnel through on-line browsing and also through hard copy of the report as per
requirement.
The success of service level agreements depends fundamentally on the ability to measure
performance comprehensively and accurately so that credible and reliable information can be
provided to customers and support areas on the service provided.
Page 26 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
Service factors must be meaningful, measurable and monitored constantly. The various service
levels which are liable for penalty are outlined in tales 7.5.3.1 and 7.5.3.2 besides uptime efficiency
of 99.5%. The Other service level parameter relating to the RTO and RPO is indicated in 7.2.2.
For the purpose of monitoring the SLAs in the RfP, the bidder shall provide Incidents and SLA
management tool for record application bugs and incidents. The bidder shall record resolution in the
same tool. The Bidder shall provide necessary monitoring of the SLA breaches through the tool. The
license for the same may be indicated in Format A of Annexure XII.
Service level monitoring will be performed by the Service provider. Reports will be produced as and
when required and forwarded to MUDRA.
Table 7.5.3.1 Severity of Defects
Defect
Business Impact Resolution Time
Severity
Issues causing severe business impact on 60 min - quick-fix
S0 Data Integrity, Security, UAT, and Transaction 5 working days – permanent resolution
Accuracy
1/2 day - quick-fix
Issues causing high business impact on
S1 7 working days – permanent resolution
Functionality, UI/Usability and Response Time
Issues causing moderate or lower business 1 day- quick-fix 15 working days –
impact on Functionality, UI/Usability, permanent resolution
S2
Accessibility which do not block the user to
transact
Notes: The S0, S1 issues shall be mitigated within 60 minutes of reporting the issue. The S0/S1
issues shall have a permanent resolution deployed on the servers after exhaustive testing within 5/7
working days. For S2 issues permanent resolution shall be deployed within 15 working days.
Table 7.5.3.2 Priorities of Defects and Resolution SLAs
Defect
Business Impact Resolution Details
Priority
All Portal users affected. E.g. Portal is
not up or Logins are blocked or
Shall be resolved within 60 minutes through a quick-
Application / HH request Submit is not
fix engineering.
P0 taking place or Payment transactions
A permanent solution shall be deployed within 2
are processed to incorrect accounts,
working days
users are unable to transact in
marketplace
MUDRA users are affected. e.g. users Shall be resolved within 1/2 day through a quick-fix
P1 are not able to view reports or carry out engineering.
normal functions A permanent solution shall be deployed within 4
working days.
A user is affected. E.g. User is not able Shall be resolved within 1 day through a quick-fix
to enter / process the transaction, engineering.
P2
specific login issues, mails / alerts / A permanent solution shall be deployed within 4
SMS not being sent working days
The UAT may be conducted by MUDRA or by any appointed third-party agencies by focusing only
on the functional / acceptance test scenarios. The Bidder shall conduct testing of the software
solutions exhaustively and shall ensure that all the issues are reported to MUDRA before
UAT/Release.

These SLAs are applicable for all the software developed, customized, integrated by the Bidder
including the SaaS solutions if any.

The Service Provider needs to ensure following compliance level for each of the Service Levels.
Page 27 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
Table 7.5.3.3 Compliance Level for SLAs
Severity or Priority Resolution Time Penalty
Level
S0 or P0 Resolution Time <= T (As per ₹ 5,000 for delay of every additional hour
table 7.5.3.1 and 7.5.3.2) from subject to a maximum of 5% of quarterly
the time the complaint / query payment amount.
is reported for resolution by
S1 or P1 ₹ 4,000 for delay of every additional hour
the helpdesk.
subject to a maximum of 5% of quarterly
Note- payment amount.
T refers to quick fix solution
time referred to in 7.5.3.1 and
7.5.3.2
S2 or P2 ₹ 2,500 for delay of every additional hour
subject to a maximum of 5% of quarterly
payment amount.
The penalty against SLAs would be as follows:
Table 7.5.3.4 Penalty for breach of SLAs
Parameter Target Basis Penalty
Application Uptime## >= Per 0.5% breach of target. Per 0.5% breach of
including 99.50% target penalty shall be
Database Server Uptime This will be calculated monthly after the Go- ₹.10,000. Maximum
live of the application. penalty of 5 % of
Application Server quarterly payment
Uptime Uptime (%) =
amount.
Web Server Uptime Business hours application
Storage Uptime available and up in the Penalty will be
Internet Link month X 100 deducted from the
Any other IT component Total business hours in the quarterly payments.
in the Infrastructure month
## application uptime refers to availability of application to end-users. Breach will be measured in
block of 0.5%. If the uptime efficiency arrived as above is less than 99.5% the difference will be
converted to penalty in chunks of 0.5. Any fractional difference less than .5 will be treated as .5 e.g.
if the uptime is 99.3%. 05% breach equivalent penalty ₹.10000 will be levied. If it is 98.1%, 1.5%
breach equivalent of ₹.10000* 3 I.e. ₹.30000 penalties will be levied.
Downtime of services on holidays (national holidays and Sundays) or scheduled downtime will not
be considered for calculation of compliance level and penalty. Quarterly Penalty shall be deducted
from Quarterly payment before making the payments.
In case multiple failures occur the order of reckoning SLA defects or penalties shall be as per table
7.5.3.2 followed by Priority of Severity defects as table 7.5.3.1. Penalty as per 7.5.3.4 relating to
uptime efficiency is reckoned on post-facto basis at the end of the quarter by calculating the uptime
recorded. All such events will be treated as Mutually exclusive. However, the total amount of all
the penalties during a quarter will be capped at 10% of the quarterly payment.
7.6 Change Management
a. MUDRA may request, in writing, about the need for a change in the solution. The bidder shall
evaluate the change request of MUDRA, and if the requested change would, in its reasonable
opinion, involve additional work or time, the bidder shall convey in writing to MUDRA the man-
days effort required for the Change Request. The effort estimate, corresponding billable amount
and planned delivery dates for the change required need to be discussed and mutually agreed
in writing.
Page 28 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
b. The bidder is requested to submit the man-month rate for change management as part of the
commercial bid.
c. A person month will comprise of 22 days to arrive at person-day rate for broken periods less than
a month. The rates are inclusive of all taxes including service tax, out-of-pocket allowance, travel
etc. (Taxes and duties are as per rates applicable on the date of submission of bids). Criticality
and timelines for changes would be mutually decided while providing request for change to the
selected Bidder.
d. The bidder must provide the proposed change management methodology as part of their
technical bid.

7.6.1 Penalty for Default in Change Management


The penalty for change request would be as follows:

Change Request
Sr. Parameter Metric Basis Penalty
No
1. Criticality where T is the timeframe for Weekly ₹ 1000 per week of delay,
of Change – completion of the Change subject to a maximum of 5%
Low request as agreed upon by of amount for change
MUDRA and the
Implementation request.
Agency
2. Criticality where T is the timeframe for Weekly ₹ 3000 per week of delay,
of Change – completion of the Change subject to a maximum of 5%
Medium request as agreed upon by of amount for change
MUDRA and the
Implementation request.
Agency
3. Criticality where T is the timeframe for Weekly ₹ 7000 per week of delay
of Change – completion of the Change subject to a maximum of 5%
High request as agreed upon by of amount for change
MUDRA and the
Implementation request.
Agency

7.7 Transition Management


MUDRA recognizes that the transition process and its effectiveness, has a significant impact on
success of ongoing services. MUDRA has the following key objectives for transition:
a. Maintain steady operation of all services and maintenance of current service levels during
migration of controls and responsibility from current vendor to selected Service Provider.
b. Successfully complete all activities, providing a stable platform for future improvement in service
delivery and associated benefits for MUDRA Transition Deliverables.
c. Transition period (3 month) tentatively starting from the project start date.
d. Finalize the reporting and control mechanism in consultation with MUDRA.
e. The selected bidder would be required to provide complete support during reverse transition
process also at the end of the contract period or in case of termination, to any service provider
selected by MUDRA. Necessary backups of data and application (as customized for MUDRA)
must be handed over. The reverse transition would be for a period of one month .

Page 29 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

7.8 Project Duration


Project has to be completed by the Service Provider as follows:

Table 7.8 Project Duration


Sr No. Description Duration
Requirements gathering and submission of AS-IS To be completed within 3 months
1
and TO-BE documents of award of the tender.
As per project plan mutually
Development and testing of modules in a logically
2 decided, delivery to start within 5
phase wise manner
months (total 8 months)
3 Manage and implement evolving changes Contract period (5 years)
4 Annual maintenance of the application software 4 years after 1 year warranty
Project has to be kicked off within 1 month from date of acceptance of work order & duration is from kick-off date

7.9 Project Governance and Management


The Bidder shall provide a detailed Project Plan consisting of (but not limited to) the resource
allocation, ownership, responsibilities, risks and mitigation strategies, schedule and milestones,
deliverables, sign-off criteria, requirements / inputs from MUDRA etc.
The Bidder shall communicate to MUDRA as per mutually agreed periodicity project governance
reports for monitoring the project.

7.10 IT assets and Intellectual Property (IP) ownership


MUDRA expects the Bidder to provide hosting of application software at their Data Center along with
necessary Hardware (or through third party cloud provider with full responsibility of managing the
vendor vesting with the Bidder), Software, Networking Equipment and Solutions and Manage the
Data Center Operation.
The Bidder may propose to implement in-house / third-party software solutions or develop custom
solutions or combination of the both to meet application requirements specified in this document.
Following table describes the ownership of various Assets and IPR Ownership. The Bidder shall
submit the working code for the Software Solutions which shall be the MUDRA IPR.
Table 7.10 Assets and IPR Ownership
Application Custom MUDRA
Sr. Infrastructure HW OS DB SW* Data Solutions IP
1 Storage Bidder Bidder NA Bidder MUDRA NA NA
2 Email System if any Bidder Bidder NA Bidder MUDRA NA NA
Application Custom MUDRA
Sr. Infrastructure HW OS DB SW* Data Solutions IP
3 Software Update Service Bidder Bidder Bidder Bidder MUDRA NA NA
4 Application software Bidder Bidder Bidder Bidder MUDRA Yes Custom
Code
6 Dashboards & Reports Bidder Bidder Bidder Bidder MUDRA Yes Custom
Code
7 Analytics Bidder Bidder Bidder Bidder MUDRA Yes Custom
Code
8 Change Management Bidder Bidder Bidder Bidder MUDRA NA NA
Application, Dashboards & Analytics – if these are Commercially available packaged software, then only the customized
source code or module shall be treated as MUDRA IP.
Bidder - Bidder provided (Managed Data Center or SaaS through arrangement with cloud services)
MUDRA - MUDRA owns this as asset.
* indicates System software, database software, commercially available tools and software

Page 30 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

7.11 Project Milestones, Deliverables and Timeline


MUDRA intends to put in place all the software within 8 months from the date of Project Kick-off.
Project Kick-off would be from the date of signing of agreement.
Sr Stage of Work Timeline
No
1 Acceptance of the Work Order Copy of work order duly Starting of the
accepted by authorized signatory project period
2 Signing of Contract with MUDRA Signed Contract Within 6 weeks of
acceptance of order
3 Interaction with MUDRA Team for Delivery AS-IS document Within 8 weeks of
understanding the needs based on acceptance of order
work process and policies
4 Proposed solution with the Delivery TO-BE document Within 10 weeks of
customization required with screen acceptance of order
based prototypes wherever required
5 Set up of cloud resources with Letter from Cloud agency Within 10 weeks of
Development Environment, System Login access with viewing rights acceptance of order
Software and associated software as
may be required
6 Delivery of Test Environment with Login access with operational Within 13 weeks of
System Software and associated rights to the test environment acceptance of order
software as may be required
7 Delivery of Accounting Solution for Facilitation and support for UAT Within 13 weeks of
testing process acceptance of order
Completion of testing by MUDRA Within 16 weeks of
and rectification by bidder acceptance of order
8 Training for accounting solution
Conduct of training programme Within 17 weeks of
acceptance of order
9 Implementation of Accounting solution Migration of balances /data and Within 18 weeks of
Parallel production run acceptance of order
10 Delivery of Loan Management System Facilitation and support for UAT Within 20 weeks of
for testing process acceptance of order
11 Training for Loan Management Conduct of training programme Within 24 weeks of
solution acceptance of order
12 Implementation of Loan Management To enable migration of past data Within 25 weeks of
System and start parallel production run acceptance of order

13 Integration of Loan Management To ensure accounting of Loan Within 26 weeks of


System with accounting solution related operations without acceptance of order
having to post manual vouchers
14 Go Live Successful parallel Run with Within 28 weeks of
Critical outputs matching - Profit acceptance of order
and Loss,
Balance Sheet, Schedules, Loan
Receivables. Client wise, Interest
rate wise, Due date wise
15 Delivery of Hindi enabled version of Software is capable of display Within 34 weeks of
the application and output in Hindi acceptance of order
16 Enabling facility for capturing end user Software tested and delivered for Within 34 weeks of
loan details for refinance applications use acceptance of order

Note: The above time schedule is the outer limit for implementation. The bidder is expected to
expedite the implementation to the extent possible in mutual consultation with MUDRA.

Page 31 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

7.12 Project Team Composition


The project team should have resources with proper mix of experience and skill-set to provide
directional guidance and effective execution of the project. MUDRA expects bidder to constitute a
team of professionals with following experience:
S.No Roles Relevant Qualification and Work Experience
1 Project Lead / Team Leads Should be having minimum 5 years’ experience in design
and execution of software assignments related to
accounting and, loan management. The team lead should
possess a university bachelor’s degree in engineering or
MBA.
2 Team Members Should be having minimum 2 years’ experience in
accounting and loan management assignments with
relevant knowledge of the product proposed to be delivered.
The team members should possess a university bachelor’s
degree.
1. Taking into consideration the multiplicity of software to be delivered and time schedule, the actual
number of personnel for each software to be deployed has to be decided by the bidder. Any
resource deployed by the bidder, should have knowledge and experience as given above
against each role.
2. The details and number of personnel deployed with requisite experience etc. to be clearly given
in the technical bid response in Annexure XV.

7.13 Resource Deployment


1. MUDRA would like to meet and discuss with the resources before the project takes off. Deployment
/ replacement of any resource in the team will be subjected to approval of MUDRA.
2. The resources provided shall be consonance with details in Annexure XV

7.14 Other Conditions


1. The bidder shall ensure confidentiality of information and shall not utilize any information about
MUDRA that may be shared with it during the course of the assignment for any purpose other than
for successful completion of the project.
2. MUDRA shall have exclusive rights over codes used for customizing the product and same shall be
delivered to MUDRA under an escrow arrangement.
3. MUDRA will assign single point of contact for the project to facilitate the execution of the project and
any communication pertaining to the project .

7.15 Adherence to Standards


1. The core software application should not be a freeware.
2. The database for the application should be Oracle/ MS-SQL/DB2/Any Industry Standard
Commercial supported Database implemented in at least at three Banks (No freeware)
3. The operating system should be MS Windows/Unix/Linux with OEM support.
4. The selected Bidder should use the relevant standards as reference while providing the deliverable
software and implementation with an objective to enable MUDRA to adhere to standards which shall
stand external scrutiny.
5. Bidder should adhere to all the applicable laws of the land and rules, regulations and guidelines
prescribed by various regulatory, statutory and Government authorities.
6. MUDRA reserves the right to conduct a system audit of the application delivered and implemented
and the selected Bidder shall provide necessary cooperation and support for such an audit.

Page 32 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
7. MUDRA reserves the right to ascertain information from other Banks and institutions to which the
Bidders have rendered their services for execution of similar projects.

7.16 MUDRA’s Responsibility


MUDRA will provide the bidder the following to carry out the assignment:
i. List of all currently implemented software in use.
ii. Seating space with intercom facility – to facilitate interaction and software development
process.
iii. Access to the buildings where they are housed for physical verification/audit/study.
iv. Opportunity to interact with various officers of MUDRA.
v. Details of project manager and team from MUDRA side for interaction with the company.

Page 33 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

8. Minimum Eligibility Criteria


Proposals not complying with the ‘Eligibility criteria’ are liable to be rejected and will not be
considered for further evaluation. The proposal should adhere to the following minimum eligibility
criteria:
Minimum Eligibility Criteria Documents to be Compli Docume
enclosed ed nts
Yes/No Enclose
a) The bids can be submitted either singly or in Certificate of Incorporation
consortium. The Bidder / Lead Bidder and the of all the bidders.
consortium partner should have been
incorporated under Companies Act, 1956
and subsequent amendments thereto or
substitutions thereof. Bidder / one of them
should be ordinarily in the business of
implementing software solutions. Bidder / One
of them should also be ordinarily be in the
business of cloud hosting.

The Bidder should have an office in Mumbai. Details of office in Mumbai

The Bidder should deliver and implement Letter from the company
software which is a product licensed by them or whose product the Bidder
should undertake the responsibility to deliver proposes to deliver and
and implement as a system integrator for which implement (in case the
a suitable letter from the company holding the bidder is a system integrator
license to the product would be necessary. not owning the product)
stating that they are
authorized to do so.
b) The Bidder and the consortium partner, if any, Audited financial
should have sound financial position statements for the financial
(profitable operations / positive net worth) years
in FY 2014-15, FY 2015-16 and FY 2016-17.

In case, a bidder / consortium partner has been


set up as a result of merger / demerger then the
pre-merged /post merged entities put together
should fulfil the above requirement
c) The Bidder and consortium partner, if any, Certificate of Incorporation
should have experience of at least 5 years in and documentary evidence
their relevant area of work for the bid, as per of relevant experience in
Scope of work - as on 31.03.2017. area as per scope of work
in respect of all the entities
In case, a bidder / consortium partner has been wherever applicable.
set up as a result of merger / demerger then the
pre-merged /post merged entities put together Copy of successful
should fulfil the above requirement. completion certificates
or purchase orders from
the Organizations to whom
such application software
has been delivered or
provided in past 5 years
(with names and contact
details of persons in such
organizations)

Page 34 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
d) The bidder and the consortium partner, if any, Declaration. Letter of
(including pre-merged/ post merged entity) waiver (in case blacklisting
should not be blacklisted or disqualified or has been removed).
barred by any regulatory/Statutory body as on
date of application. In case a company was
blacklisted in the past and same is waived as on
date, it will be accepted.
The Bidder and consortium partner, if any, Audited financial
f) should have average turnover of ₹50 crore in statements for each
FY 2014-15, FY 2015-16 and FY 2016-17. financial year.
In case, a bidder / consortium partner has been
set up as a result of merger / demerger then the
pre-merged /post merged entities put together
should fulfil the above requirement
g) The Bidder or the consortium partner, if any, Successful completion
should have delivered or implemented, in last certificates or Purchase
five years, similar software applications in at orders from the
least 3 Commercial Banks/RRBs/Cooperative Organizations to whom
Banks/ NBFCs/ SFBs in India having a minimum such services were
turnover of ₹500 crore in the financial year in rendered along with
which such assignment was handled. suitable documentary
evidence for verifying the
In case, a bidder / consortium partner has been turnover of such
set up as a result of merger / demerger then the companies / corporations /
pre-merged /post merged entities put together institutions
should fulfil the above requirement
i) The Bidder and the consortium partner, if any, Copies of GST Registration
should have GST Registration Number and PAN and PAN Card
of Income Tax
j) The Bidder shall provide evidence of the Letter providing location of
proposed data center location in India and the the data center with
certification for ISO 27001 photographs. Copy of ISO
27001 certification
k) The software provider / bidder should possess Copy of certification
CMM level 3 certification
l) The proposed solution should have been Work Order / Installation
implemented in at least 3 Commercial completion certificates.
Banks/RRBs/Cooperative Banks/ NBFCs/ SFBs
in India having asset base of ₹500 crore or more
in last five years.
.
The above documents, declarations, information etc., shall be serially numbered and furnished, duly
signed and certified for their correctness by the authorized official(s) of the bidder on their letter
head along with the following declaration.
Declaration:

1. We confirm that we will abide by all the terms and conditions contained in the RfP.
2. We hereby unconditionally accept that MUDRA 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 MUDRA observes any
misrepresentation of facts on any matter at any stage, MUDRA has the absolute right to
reject the proposal and disqualify us from the selection process.
4. We confirm that this response, for the purpose of short-listing, is valid for a period of twelve
months, from the last date for submission of response to RfP.

Page 35 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
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 MUDRA will have the right to disqualify us
in case of any such deviations.
6. We confirm having complied with all the prescribed eligibility criteria of the RfP.

Place:
Date:
Seal & Signature of the bidder

Note:
1. Only those who fulfil all the eligibility criteria as mentioned in RfP would be short listed for
technical evaluation.
2. Bids shall be furnished along with compliance to minimum eligibility criteria in the above format
and should contain detailed responses to each of the above eligibility criteria along with
documentary proofs as specified above.
***

Page 36 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

9 Bid Evaluation Methodology

9.1. Objective
1. The objective of this evaluation methodology is to facilitate the selection of vendor for
supply of application software and its customization and implementation.
2. The project is based on fixed cost and the selected bidder has to deliver the services as
per scope of the project.

9.2. Evaluation process


1. MUDRA has adopted a three-level evaluation in the bid process. The Bidder has to submit
following bids in separate envelopes at the time of submission of bids as stipulated in this
document.
a) Minimum Eligibility Criteria
b) Technical Bid
c) Commercial Bids
2. MUDRA shall evaluate whether bidder meets with the ‘Minimum Eligibility Criteria’ as per
the Minimum Eligibility Criteria bids submitted. Evaluation of ‘Technical Bids’ will be taken
up in respect of only those bidders who satisfy the ‘’Minimum Eligibility Criteria’. Mudra
reserves the right to call the bidders to make a presentation before evaluation committee.
Only bidders who score above 75% of RTS (relative technical score) in the technical
evaluation score will be considered for the ‘Commercial bids’ stage. In case less than 3
bidders qualify in the technical evaluation the score may be relaxed to accommodate three
bidders. However, the bidder must score at least 70%. ‘Commercial Bids’ shall be opened
for only the shortlisted bidders from the technical evaluation process. The final selection
will be done based on Techno-commercial evaluation.
3. Evaluation criteria - The criteria will be Quality cum Cost Based System (QCBS) where
Technical Bid Score will get a weightage of 75% and Commercial Bid Score a weightage
of 25%.
4. The evaluation by MUDRA will be undertaken by a Committee of officials or/and
representatives formed by MUDRA and its decision shall be final.

9.3. Evaluation of Minimum Eligibility Criteria


1. Bids submitted by all the bidders would be evaluated for eligibility as mentioned in the
‘Minimum Eligibility Criteria’ section. Bids not complying with any of the eligibility criteria
are liable to be rejected and will not be considered for further evaluation.
2. Successful bids out of this stage would be considered for technical evaluation.
3. Bidders must submit the proofs of all the credentials as required for evaluation of eligibility
criteria. Claims of the bidders without verifiable facts won’t be considered as credentials
towards satisfying eligibility criteria.

9.4. Evaluation of Technical Bids


1. The technical bids will be evaluated for determining the continued eligibility of the Bidder
for Project and compliance of the bids with the necessary technical requirements and
scope of work of this tender.
2. MUDRA may seek specific clarifications from any or all the Bidder(s) at this stage. All the
clarifications received within the stipulated time shall be considered for evaluation. In case
satisfactory clarifications are not received from the bidders within the stipulated time, the

Page 37 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
respective technical parameters would be treated as non-compliant and decision to qualify
the bidder shall be accordingly taken by MUDRA.
3. Technical bids would be evaluated as follows:
Sr
No Technical evaluation Criteria Marks Weightage Score obtained
1 The software product to be delivered by the 50
Bidder and its functionality to address the
requirement of MUDRA (RfP Ann III – Form 2)
shall be evaluated as under:
20% weight to General requirements, 50%
weight to Loan Management and 30% weight
to GL and Accounting
2 The experience of the Bidder in handling the 100 30
software projects of this nature including managing
cloud resources as per (RfP Ann III - Form 3)
3 Feedback from at least three References of 10
existing customers in India where the product has
been implemented (RfP Ann III – Form 5) and field
visit (if undertaken by MUDRA).
4 .Presentation of product before technical 10
committee.
5 Technical Score obtained by bidder (T) T

4. The format for submitting the technical bid should be in the following order (to be adhered
to strictly):
A. Annexure III comprising of following Forms 1 to 6.
a. Bid Form as per Form 1
b. Response to Functional Requirements as per Form 2
c. Response to System Integrator Capability as per Form 3
d. Response to cloud hosting capability as per Form 4
e. Reference Site Details as per Form 5
f. Implementation Approach document and process in form 6
B. Letter of Competence as format prescribed in Annexure V
C. Letter of Conformity as format prescribed in Annexure VII
D. Non-Disclosure Agreement as per Annexure IX
E. Statement of Deviation as per Annexure XI
F. Masked copy of Commercial Bid as per Annexure XII.
G. Team Profile as per Annexure XV
5. The technical bid will be analyzed and evaluated, based on which the Relative Technical
Score (RSTech) assigned to each bid on the basis of parameters mentioned above.
6. Relative Technical Score (RSTech) for each bidder will be calculated as follows based on
above parameters:

RSTech = T / Thigh X 100

Page 38 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
Where:
RSTech = Relative score obtained by the bidder
T = Technical score obtained by bidder
THigh = Highest Technical score secured among the
Bidders
7. Technical Bids receiving a RSTech greater than or equal to a score of 75 (cut-off marks) will
be eligible for consideration in the subsequent round of commercial evaluation.
8. If less than 3 bidders qualify as per above criteria (RSTech >= 75), MUDRA reserves the
right to short list maximum top 3 bidders subject to RSTech >= 70.

9.5. Evaluation of Commercial Bids


1. The Commercial Bids have to submitted in the format mentioned in Annexure XII with
commercial values duly filled
2. In this phase (evaluation of commercial bids), the Commercial Bids of the Bidders, who
are found technically qualified in previous phase (evaluation of technical bids), will be taken
for commercial evaluation.
3. Relative Technical Score (RSTech) of the technically qualified bids would be announced
before the representatives of the bidders and the commercial bids of those bidders would
be opened for commercial evaluation.
4. The date for opening of commercial bids will be separately advised.
5. The costs to be incurred by MUDRA as indicated at Format B prior to the Full
implementation of the software will be reckoned as Year 0 cost. Costs at Format A will
start only after the Year 0 activities are successfully completed and project is declared go
live by MUDRA.
6. The total cost will be calculated for the purpose of arriving at TCO (total cost of ownership)
and would be used for comparing the bid prices.
X = Charges in Format A inclusive of all taxes and support and for a period of five
years, at Net Present Values (NPV).
The Net Present Value (NPV) per year will be calculated as per the following formula:

Σ C .
(1+ r) n-1
Where:
'C' is the annual amount of each year as given in Format-A.
'r' is Discount Rate which for calculation purpose is taken as 7.15%.
'n' is number of years, i.e. 1 for 1st year, 'n' is 2 for 2nd year, 3 for 3rd year, 4 for
4th year, 5 for 5th year.
B = Development, enhancement and implementation of the portal software for
planned activities defined, inclusive of all taxes (as given in Format-B).
C = Optional cost (as given in Format-C).

TCO = X + B + C
7. Relative Commercial Score (RSCom) for each vendor will be calculated as follows:
RSCom = TCOLow / TCO X 100
Where:

Page 39 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
RSCom = Relative score for Commercial Bid of the vendor

TCO = Commercial bid value of the bidder under


consideration
TCOLow = Lowest commercial bid value out of all the eligible
commercial bids obtained.
9.6. Final Selection of the Eligible Bidder
1. Total Relative Score (RS) obtained by each eligible vendor will be calculated as follows:

RS = RSTech X 0.75 + RSCom X 0.25


2. The eligible bidder will be selected based on maximum Relative Score (RS) thus obtained.
3. The vendor with the highest Relative Score (RS) will be selected for further discussion for
finalizing contract / placing PO or LOI subject to satisfying all the terms and conditions
defined in this RfP document.
4. As splitting of order is not possible in the case of application software, purchase preference
as per GoI guidelines would not be adopted in the current tender.

Page 40 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

10. Terms and Conditions

10.1. General
The Bidders are expected to examine all instructions, forms, terms and specifications in the
bidding documents. Failure to furnish all information required by the bidding documents may
result in the rejection of its bid and will be at the bidder's own risk.
Information provided in this RfP is organized in several sections to bring clarity and help the
reader to understand quickly. However, Bidder must take into consideration each and every
line of this RfP document as a whole while responding. Bidder must get the doubts, if any,
clarified by MUDRA before submitting the responses. The bids submitted should be complete
in all respect meeting all deliverables under the project. It will be sole responsibility of the
selected bidder to deliver each and everything as per the scope of the project during the period
of contract. MUDRA shall not be responsible in case of bidder’s failure to notice any
information, any requirement is underestimated, not understood or any requirement is not
interpreted in right direction during preparation/submitting the response.
Unless expressly overridden by the specific agreement to be entered into between MUDRA
and the successful Bidder, the RfP shall be the governing document for arrangement between
the MUDRA and the Bidders.

10.2. Clarification of Bids


1. The bidder or its official representative is invited to attend pre-bid (date and venue
mentioned in Bid Information Sheet). It would be the responsibility of the Bidders
representatives to be present at the venue of the meeting.
2. Clarification sought by bidder should be made in writing (Letter/E-mail etc.) and submitted
at least one day prior to the date of pre-bid meeting. MUDRA has discretion to consider
any other queries raised by the bidder’s representative during the pre-bid meeting.
3. The text of the clarifications asked (without identifying the source of enquiry) and the
response given by MUDRA, together with amendment to the bidding document, if any, will
be posted on the website. MUDRA may not send to individual bidders. It would be
responsibility of the bidder to check the website before final submission of bids.

10.3. Amendment to the bidding document


1. At any time prior to the date of submission of Bids, MUDRA, for any reason, may modify
the Bidding Document, by amendment.
2. The amendment will be posted on the website of MUDRA, www.mudra.org.in .
3. All Bidders must ensure that such clarifications have been considered by them before
submitting the bid. MUDRA will not have any responsibility in case some omission is done
by any bidder.
4. In order to allow prospective Bidders reasonable time in which to take the amendment into
account in preparing their Bids, MUDRA, at its discretion, may extend the deadline for the
submission of Bids.

10.4. Language of Bid


The bid prepared by the Bidders as well as all correspondence and documents relating to the
Bid exchanged by the Bidder and MUDRA and supporting documents and printed literature
shall be written in English.

Page 41 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

10.5. Commercial Bid


1. The Bidder is required to quote in Indian Rupees (‘INR’/ ‘`’). Bids in currencies other than
INR may not be considered.
2. The prices quoted would include all costs such as sales tax, VAT, custom duties,
transportation, out of pocket expenses, lodging and boarding expenses, service tax,
Education cess, Octroi etc., that need to be incurred. No additional cost whatsoever would
be paid.
3. While any increase in the rates of applicable taxes or impact of new taxes subsequent to
the submission of commercial bid shall be borne by MUDRA, any subsequent decrease in
the rates of applicable taxes or impact of new taxes shall be passed on to MUDRA in its
favour. This will remain applicable throughout the contract period.
4. The Commercial Bid should be submitted in the format prescribed in the RfP.
Consideration of commercial bids, not submitted as per requisite format, will be at the
discretion of MUDRA.

10.6. Earnest Money Deposit (EMD)


1. All the responses must be accompanied by a refundable interest free security deposit of
amount of ₹6,50,000/- (Rupees Six lakh fifty thousand only).
2. EMD should be in the form of Demand Draft / Pay order / Bankers Cheque in favour of
“Micro Units Development and Refinance Agency Limited” payable at Mumbai or in the
form of a Bank Guarantee (BG) from a Scheduled Commercial Bank as per the format
prescribed in Annexure- XIII.
Any bid received without EMD in proper form and manner shall be considered
unresponsive and rejected.
3. The Demand Draft / Pay Order / Banker’s Cheque should be of a Scheduled Commercial
Bank only and will be accepted subject to the discretion of MUDRA.
4. No interest will be paid on EMD.
5. Request for exemption from EMD will not be entertained except for as mentioned in the
clause 5.2.
6. The EMD amount / BG of all bidders would be refunded immediately upon occurrence of
any the following events, whichever is earlier:
a) Receipt of the signed contract and performance security from the successful bidder.

OR
b) The end of the bid validity period, including extended period (if any).
OR
c) After issue of purchase order/ LOI to the successful bidder.
7. Successful Bidder will be refunded the EMD amount only after submission of performance
guarantee by the bidder.
8. EMD shall be forfeited if:
a) Bidder withdraws its bids during the period of bid validity.
b) Bidder makes any statement or encloses any form which turns out to be false/ incorrect
at any time prior to signing of the contract.
c) In case of successful Bidder, if the Bidder fails to sign the contract or fails to furnish
performance guarantee.

Page 42 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
d) Besides forfeiting the EMD, MUDRA may ban the bidder from subsequent bidding for
a period of 3 years.

10.7. Period of Validity of Bids


1. Prices and other terms offered by Bidders must be firm for an acceptance period of 1 year
from last date for submission of bids as mentioned in ‘Critical information’ sheet.
2. In exceptional circumstances MUDRA may solicit the Bidders consent to an extension of
the period of validity. The request and response thereto shall be made in writing.
3. MUDRA, however, reserves the right to call for fresh quotes at any time during the period,
if considered necessary.

10.8. Deadline for submission of Bids


1. The bids must be received by MUDRA at the specified address not later than date
mentioned in ‘Critical Information’, given in the beginning of this document.
2. In the event of the specified date for the submission of bids, being declared a holiday for
MUDRA, the bids will be received up to the appointed time on the next working day.
3. MUDRA may, at its discretion, extend the deadline for submission of Bids by amending
the Bid Documents, in which case, all rights and obligations of the MUDRA and Bidders
previously subject to the deadline will thereafter be subject to the deadline as extended.

10.9. Late Bids


Any bid received by MUDRA after the deadline for submission of bids prescribed by MUDRA
will be rejected and returned unopened to the bidder.

10.10. Modification and/ or Withdrawal of Bids


1. The Bidder may modify or withdraw its bid after the bid’s submission, provided that written
notice of the modification including substitution or withdrawal of the bids is received by
MUDRA, prior to the deadline prescribed for submission of bids.
2. The Bid modification or withdrawal notice must be on bidder’s letterhead, signed and
sealed. A withdrawal notice may also be sent by email and followed by a signed
confirmation copy received by MUDRA not later than the deadline for submission of bids.
3. No bid may be modified or withdrawn after the deadline for submission of bids.
4. MUDRA has the right to reject any or all bids received without assigning any reason
whatsoever. MUDRA shall not be responsible for non-receipt / non-delivery of the bid
documents due to any reason whatsoever.

10.11. Opening of Technical Bids by MUDRA


1. Bids, except commercial bids, received within stipulated time, shall be opened as per
schedule given in the ‘Critical information’ sheet.
2. On the scheduled date and time, bids will be opened by the Committee of MUDRA, in the
presence of Bidder representatives. It is the responsibility of the bidder’s
representative to be present at the time, on the date and at the place specified in the
tender document. The bidders’ representatives who are present shall sign the
required documents evidencing their attendance and opening of bids in their
presence.
3. If any of the bidders or all bidders who have submitted the tender and are not present
during the specified date and time of opening, MUDRA at its discretion will proceed further
with opening of the technical bids in their absence.

Page 43 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
4. The Bidder name, presence or absence of requisite EMD and such other details as
MUDRA, at its discretion may consider appropriate will be announced at the time of bid
opening.
5. Bids that are not opened at Bid opening shall not be considered for further evaluation,
irrespective of the circumstances. Withdrawn bids will be returned unopened to the
Bidders.

10.12. Clarification on bids


1. During evaluation of Bids, MUDRA, at its discretion, may ask the Bidders for clarifications
on their Bids. The request for clarification and the response shall be in writing (e-
Mail/letter), and no change in the price of substance of the Bid shall be sought, offered or
permitted.
2. Bidder to submit point by point compliance to the technical compliance and it should be
included in the Bid.
3. Bidder to quote for entire package on a single responsibility basis for the services it
proposes to offer under the contract.

10.13. Preliminary Examinations


1. MUDRA will examine the Bids to determine whether they are complete, the documents
have been properly signed, supporting papers/ documents attached and the bids are
generally in order.
2. MUDRA may, at its sole discretion, waive any minor infirmity, nonconformity or irregularity
in a Bid which does not constitute a material deviation, provided such a waiver does not
prejudice or affect the relative ranking of any Bidder.
3. Prior to the detailed evaluation, MUDRA will determine the substantial responsiveness of
each Bid to the Bidding document. For purposes of these Clauses, a substantially
responsive Bid is one, which conforms to all the terms and conditions of the Bidding
Document without material deviations. Deviations from or objections or reservations to
critical provisions, such as those concerning Bid security, performance security,
qualification criteria, insurance, Force Majeure etc. will be deemed to be a material
deviation. MUDRA’s determination of a Bid's responsiveness is to be based on the
contents of the Bid itself, without recourse to extrinsic evidence.
4. If a Bid is not substantially responsive, it will be rejected by MUDRA and may not
subsequently be made responsive by the Bidder by correction of the non-conformity.
5. The Bidder is expected to examine all instructions, forms, terms and specifications in the
Bidding Document. Failure to furnish all information required in the Bidding Document or
to submit a Bid not substantially responsive to the Bidding Document in every respect will
be at the Bidder's risk and may result in the rejection of its Bid.

10.14. Bid Evaluation


1. All the responsive bids will be evaluated as per the procedure detailed in Chapter- 09 -
Bid evaluation methodology.
2. All the documentary proofs are to be submitted along with the bid in this regard.
3. Bidders must not present any reference as credential for which it is not in a position to
present the verifiable facts/documents. MUDRA would not consider any statement as a
credential if same cannot be verified as per its requirement for evaluation.
4. During evaluation, MUDRA at its discretion can ask the bidders for clarifications.
5. Bank may waive off any minor infirmity or nonconformity or irregularity in a bid, which does
not constitute a material deviation, provided such a waiving, does not prejudice or affect
the relative ranking of any bidder.

Page 44 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

10.15. Arithmetic errors correction


Arithmetic errors, if any, in the price break-up format will be rectified on the following basis:
1. If there is discrepancy in the price quoted in figures and words, the price, in figures or in
words, as the case may be, which corresponds to the total bid price for the item shall be
taken as correct.
2. If the vendor has not worked out the total bid price or the total bid price does not correspond
to the aggregate of the prices quoted for phases mentioned in this document, either in
words or figures, the aggregate of the prices quoted for different phases in words shall be
taken as total bid price.

10.16. No Commitment to Accept Lowest or Any Offer


1. MUDRA reserves its right to reject any or all the offers without assigning any reason
thereof whatsoever.
2. MUDRA will not be obliged to meet and have discussions with any bidder and/ or to
entertain any representations in this regard.
3. The bids received and accepted will be evaluated by MUDRA to ascertain the best as per
procedure indicated in Bid Evaluation Methodology as appearing in this document.
However, MUDRA does not bind itself to accept the best or any Bid and reserves the right
to reject any or all bids at any point of time prior to the order without assigning any reasons
whatsoever. MUDRA reserves the right to re-tender.

10.17. Conditional Bids


Conditional bids shall not be accepted on any ground and shall be rejected straightway. If any
clarification is required, the same should be obtained from the bank before submission of bids.

10.18. Contacting MUDRA


1. After opening of Bid to the time a communication in writing about its qualification or
otherwise received from MUDRA, bidder shall NOT contact MUDRA on any matter relating
to its Bid.
2. Any effort by the Bidder to influence MUDRA in its decisions on Bid evaluation, Bid
comparison may result in the rejection of the Bidder’s Bid.

10.19. Award of Contract


1. The successful Bidder will be selected as per the process mentioned in Chapter 09: Bid
evaluation methodology. MUDRA will award the contract to the successful Bidder, out of
the Bidders who have responded to MUDRA’s tender as referred above, who has been
determined to qualify to perform the contract satisfactorily, and whose Bid has been
determined to be substantially responsive.
2. Selected bidder would be issued ‘Letter of intent (LoI)/ Purchase Order (PO) on final
selection and completion of internal approval formalities of the bank. Immediately after the
receipt, the selected Bidder must go through the same and give its acceptance by signing
on all the pages of the duplicate copy of the LOI/ PO within the stipulated period.

Page 45 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

10.20. Execution of Agreement and NDA


1. The selected bidder should execute agreement with the MUDRA which will remain valid
for duration of the assignment. The agreement would include all the terms and conditions
of the services to be extended as detailed herein and as may be prescribed or
recommended by MUDRA, which will include a Non-Disclosure Agreement clause.
2. The agreement with Non-disclosure agreement clauses should be executed within three
weeks from the date of purchase order.
3. The date of agreement shall be treated as date of engagement and the time-line for
completion of the assignment shall be worked out with reference to this date.

10.21. Ownership of Delivered Product / Services


The selected Bidder, who will be awarded the contract, will hold ownership of its delivery of
the services / products under the contract and be responsible for the services / products
delivered.
All the deliverables as per the scope of this RfP will become the property of MUDRA.

10.22. Corrupt and fraudulent practice


It is required that Bidders / Suppliers / Contractors observe the highest standard of ethics
during the execution of this RfP and subsequent contract(s). In this context, the bidders are
requested to note the following:
1. “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value
to influence the action of an official in the procurement process or in contract execution.
2. “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of contract to the detriment of MUDRA and includes
collusive practice among bidders (prior to or after bid submission) designed to establish
bid prices at artificial non- competitive levels and to deprive MUDRA of the benefits of free
and open competition.
3. MUDRA reserves the right to declare a bidder ineligible, either indefinitely or for a stated
period of time, to be awarded a contract if at any time it determines that the bidder has
engaged in corrupt or fraudulent practices in competing for or in executing the contract.

10.23. Use of Contract Documents and Information


1. The bidder shall not, without MUDRA’s prior written consent, disclose the Contract, or any
provision thereof, or any specification, plan, drawing, pattern, sample or information
furnished by or on behalf of MUDRA in connection with, to any person other than a person
employed by the Bidder in the performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only as far as may be
necessary for purposes of such performance.
2. The Bidder will treat as confidential all data and information about MUDRA, obtained in
the execution of his responsibilities, in strict confidence and will not reveal such information
to any other party without the prior written approval of MUDRA.

10.24. Subcontracts
The successful bidder shall not assign to others, in whole or in part, their obligation to perform
under the contract, except with MUDRA’s prior written consent.

Page 46 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

10.25. Expenses
1. It may be noted that MUDRA will not pay any additional amount separately towards
travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out
of pocket expenses or any other fees /charges.
2. However, the Bidder may factor such expenses within the total project cost towards
travelling, boarding and lodging, if any, to meet the requirement described in the scope of
work.

10.26. Terms of Payment


1. Payments for items in Format A ((Annexure XII) would be paid quarterly in arrears after
adjusting SLA penalties if any. Payments for items in Format B (Annexure XII) will paid as
per schedule given in para 10.26.2 and settled only against the completion (sign-off) of
each milestone and the deliverable shown there against Payment for Items in Format C
will be made as when these optional services are availed from the date they have been
made available. Before release of any payment, it shall be ensured that PBG is valid.
2. Schedule of payment

Item of Cost Stage of Work Deliverable Payment due

Acceptance of the Work Order and Copy of work order duly accepted 20% of the amount
signing of contract (items 1 and 2 by authorized signatory, signed of item 2 of Format
of 7.11) agreement and PBG B
completion of study and 10% of the amount
Delivery AS-IS of and TO-BE
Submission of AS-IS and TO-BE of item 2 of Format
document
documents (items 3 and 4 of 7.11) B
Delivery of Test Environment and Letter from cloud provider, Login 10% of the amount
Software Accounting solution for testing access to the test environment of item 2 of Format
modules (items 6 and 7 of 7.11) and facilitation for UAT process B
customization
and deployment 20% of the amount
(including Implementation of Accounting Production environment enabled
of item 2 of Format
installation, solution (item 9 of 7.11) for accounting with migrated data
B
configuration,
customization, 10% of the amount
Delivery of Loan Management Facilitation and support for UAT
testing, of item 2 of Format
System for testing (Item 10 of 7.11) process
acceptance and B
training)
Implementation of loan Production environment for loan 20% of the amount
management system (item 12 of management enabled with of item 2 of Format
7.11) migrated data B
Automatic voucher posting and
Integration of Loan Management Start of production Run and 10% of the amount
System with accounting solution renewal of PBG if required after of item 2 of Format
(item 13 and 15 of 7.11) adjusting the penalty for delay, if B
any.

Pre go live phase: Set up of cloud resources with


30% of the amount
One-time cost Development Environment, System Letter from Cloud agency and
of item 1 of Format
related to Software and associated software Login access with viewing rights
B
environment as may be required (item 5 of 7.11)
(Infrastructure, Delivery of Test Environment with
Licenses etc.) 20% of the amount
System Software and associated Login access with operational
during of item 1 of Format
software as may be required (item rights to the test environment
Development B
6 of 7.11)

Page 47 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
Testing, Training
and Parallel Implementation of accounting 20% of the amount
Implementation of Accounting
Implementation solution on primary hosting of item 1 of Format
Solutions (items 8 and 9 of 7.11)
Infrastructure B

Implementation of loan Implementation of loan 20% of the amount


management Solution (items 11 management solution on primary of item 1 of Format
and 12 of 7.11) hosting Infrastructure B

10% of the amount


Go live (item 14 of 7.11) Start of production Run of item 1 of Format
B

Implementation and Data Migration 50% of the amount


Successful Data Migration for
for Accounting Solution (items 8 of item 3 of Format
Data Migration Operating Accounting Solution
and 9 of 7.11) B
from Tally and
Excel files and
Implementation Implementation and Data Migration Successful Data Migration for 50% of the amount
for Loan Management Solution Operating Loan Management of item 3 of Format
(items 11 and 12 of 7.11) Solution B

100% Payment will


Training (cost of Training is completed (items 8 and be on completion
Conduct of training
trainer day) 11 of 7.11) of training (item 4
of Format B)

Bilingual
100% of the
customization Delivery of Hindi enabled version Software is capable of display and
amount (item 5 of
and of the application (item 15 of 7.11) output in Hindi
Format B)
implementation

End User details Enabling facility for capturing end 100% of the
Software tested and delivered for
and MIS user loan details for refinance amount (item 6 of
use
implementation applications (item 16 of 7.11) Format B)

3. All the payments will be made by MUDRA, Mumbai electronically through RTGS/ NEFT.
Vendor is required to submit Bank Mandate Form (as per Annexure - X) along with
cancelled cheque in original along with the technical bid.
4. The Bidder must accept the payment terms proposed by MUDRA. The financial bid
submitted by the Bidder must be in conformity with the payment terms proposed by the
MUDRA. Any deviation from the proposed payment terms would not be accepted. MUDRA
shall have the right to withhold any payment due to the Bidder, in case of delays or defaults
on the part of the Bidder. Such withholding of payment shall not amount to a default on the
part of MUDRA.
5. TDS, if any, will be deducted while releasing the payment.
6. All Payments will be made to the Bidder in Indian Rupee only.
7. No advance payment will be made in any case.

10.27. Applicable laws


The Contract shall be interpreted in accordance with the laws prevalent in India.
1. Compliance with all applicable laws: The Bidder shall undertake to observe, adhere to,
abide by, comply with and notify MUDRA about all laws in force or as are or as made
applicable in future, pertaining to or applicable to them, their business, their employees or
their obligations towards them and all purposes of this Tender and shall indemnify, keep
indemnified, hold harmless, defend and protect MUDRA and its employees/ officers/

Page 48 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
resource/ personnel/ representatives/ agents from any failure or omission on its part to do
so and against all claims or demands of liability and all consequences that may occur or
arise for any default or failure on its part to conform or comply with the above and all other
statutory obligations arising there from.
2. Compliance in obtaining approvals/ permissions/ licenses: The Bidder shall promptly
and timely obtain all such consents, permissions, approvals, licenses, etc., as may be
necessary or required for any of the purposes of this project or for the conduct of their
own business under any applicable Law, Government Regulation/Guidelines and shall
keep the same valid and in force during the term of the project, and in the event of any
failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend,
protect and fully compensate the Bank and its employees/ officers/ resource/ personnel/
representatives/agents from and against all claims or demands of liability and all
consequences that may occur or arise for any default or failure on its part to conform or
comply with the above and all other statutory obligations arising therefrom and the Bank
will give notice of any such claim or demand of liability within reasonable time to the bidder.

10.28. Taxes and Duties


1. The bidder shall be entirely responsible for all applicable taxes, duties, levies, charges,
license fees, road permits, etc. in connection with delivery of products/services at site
including incidental services and commissioning.
2. The bidder must also ensure that all applicable laws framed by the Central Government,
State Government and Local Bodies, including payment of applicable minimum wages and
all laws pertaining to contract employees/ labour laws are complied with while providing
caretaker services. The selected vendor may have to execute an indemnity bond in favour
of MUDRA in this regard.
3. Providing clarifications/particulars/documents etc. to the appropriate tax authorities for
assessment of tax, compliance with labour and other laws, etc. will be the responsibility of
the vendor at his cost.
4. Tax deduction at Source - Wherever the laws and regulations require deduction of such
taxes at the source of payment, MUDRA shall effect such deductions from the payment
due to the Vendor. The remittance of amounts so deducted and issuance of certificate for
such deductions shall be made by MUDRA as per the laws and regulations in force.
Nothing in the Contract shall relieve the Vendor from his responsibility to pay any tax that
may be levied in India on income and profits made by the Vendor in respect of this contract.

10.29. Performance Bank Guarantee (PBG)


1. The successful Bidder shall provide an unconditional and irrevocable performance bank
guarantee in the form and manner provided by MUDRA equivalent to 10% of the contract
value (total amount of undiscounted commercial bid – Format A plus Format B) and shall
cover the period of assignment.
2. In the event of non-performance of obligation or failure to meet terms of this RfP/Contract,
MUDRA shall be entitled to invoke the performance guarantee without notice or right of
demur to the Bidder. The guarantee should be from a Scheduled Commercial Bank only.
3. The Bank Guarantee shall be released after three months of the end of period of
assignment, subject to the terms of this document. Accordingly, PBG has to be kept valid
till three months beyond the end of the period of the assignment. In case Bidder cannot
provide the PBG for entire period at once, it can be renewed year by year.
4. In case of expiry of BG prior to project completion, the bidder will be required to renew the
BG for further period as per plan. If the performance bank guarantee is not submitted within
the time stipulated by MUDRA, MUDRA reserves the right to cancel the order and forfeit
the EMD.

Page 49 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
5. Notwithstanding anything to the contrary contained in the contract, MUDRA shall be at
liberty to invoke the Performance Bank Guarantee in addition to other remedies available
to it under the contract / order or otherwise if the Successful Bidder fails to fulfill any of the
terms of contract / order or commits breach of any terms and conditions of the contract.
6. Time shall be the essence of the contract / order; therefore, no extension of time is
anticipated, but if untoward or extraordinary circumstances should arise beyond the control
of the Bidder, which in the opinion of MUDRA should entitle the Bidder to a reasonable
extension of time, such extension may be considered by MUDRA at its sole and absolute
discretion, however such extension shall not operate to relieve the Bidder of any of its
obligations. MUDRA shall not be liable for any extra financial commitment due to such
extension of time. In case of any such extension, the Bidder would be required to extend
the validity period of the performance guarantee accordingly.

10.30. Forfeiture of performance security


1. MUDRA shall be at liberty to set off/adjust the proceeds of the performance guarantee
towards the loss, if any, sustained due to the bidder’s failure to complete its obligations
under the contract. This is without prejudice to MUDRA’s right to proceed against the
Bidder in the event of the security being not enough to fully cover the loss/damage.
2. In the event of non-performance of obligation or failure to meet terms of this RfP/Contract,
MUDRA shall be entitled to invoke the performance guarantee without notice or right of
demur to the Bidder.

10.31. Termination of Contract


1. MUDRA reserves the right to cancel the contract in the event of happening one or more of
the following Conditions:
a. Failure of the successful bidder to accept the contract
b. Delay in services in case of deviation from the schedule beyond three months or
MUDRA has informed the Vendor in writing and no improvement is observed.
c. Serious problems in quality of services and MUDRA has informed the Vendor in writing
more than once and no improvement is observed.
2. In addition to the cancellation of purchase contract, MUDRA reserves the right to
appropriate the damages through encashment of Bid Security / EMD / Performance
Guarantee given by the Bidder.
3. MUDRA shall have the option to terminate any subsequent agreement / contract, in whole
or in part by giving the Successful Bidder at least 30 days’ prior notice in writing. However,
the successful Bidder shall not have any right to terminate the Agreement entered into
subsequent to this RfP.

10.32. Payment in case of Termination of assignment


MUDRA would keep the delivered content and payment for services which could be used by
MUDRA shall be released on pro-rata basis after deducting applicable penalty and TDS/other
taxes.

10.33. Penalty for Default in Services


1. If the selected bidder fails to complete the project within stipulated time, MUDRA will
impose a penalty of 1.0% of the value indicated in Format B for each week delay or part
thereof attributable to the bidder, subject to maximum of 10% of the value in Format B.
Fraction of week is to be construed as one full week for arriving at the delay in terms of
weeks. The reference point for computing delay will be the scheduled project completion
date as per 7.11. The Computation of penalty will be reckoned if the project is delayed
beyond the scheduled timeline.

Page 50 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
2. Penalty would not be applicable for delay due to reasons attributable to MUDRA and Force
Majeure. However, it is responsibility of the selected bidder to prove that the delay is
attributed to MUDRA or Force Majeure.
3. MUDRA reserves the right to adjust the penalty and Liquidity damages if any against any
amount payable to the bidder or PBG.

10.34. No Employer-Employee Relationship


The selected bidder during the term of the contract and for a period of two years thereafter
shall not without the express written consent of MUDRA, directly or indirectly a. Recruit, hire,
appoint or engage or attempt to recruit, hire, appoint or engage or discuss employment with
or otherwise utilize the services of any person who has been an employee or associate or
engaged in any capacity, by MUDRA in rendering the services in relation to the contract; or b.
Induce any person who shall have been an employee or associate of MUDRA at any time to
terminate his / her relationship with MUDRA.
Staff deployed by the vendor shall never be deemed to be appointed by MUDRA nor shall
they be under its service conditions. The vendor should ensure statutory and regulatory
compliance towards ESIC, EPFO, minimum wage requirements with regard to such staff as
may be applicable from time to time.

10.35. Force Majeure


1. If the performance as specified in this order is prevented, restricted, delayed or interfered
by reason of Fire, explosion, cyclone, floods, War, revolution, acts of public enemies,
blockage or embargo, Any law, order, proclamation, ordinance, demand or requirements
of any Government or authority or representative of any such Government including
restrict trade practices or regulations, Strikes, shutdowns or labour disputes which are
not instigated for the purpose of avoiding obligations herein, or Any other circumstances
beyond the control of the party affected, then notwithstanding anything here before
contained, the party affected shall be excused from its performance to the extent such
performance relates to prevention, restriction, delay or interference and provided the party
so affected uses its best efforts to remove such cause of non-performance and when
removed the party shall continue performance with utmost dispatch.
2. If a Force Majeure situation arises, the Bidder shall promptly notify MUDRA in writing of
such condition, the cause thereof and the change that is necessitated due to the
conditions. Until and unless otherwise directed by MUDRA in writing, the Bidder shall
continue to perform its obligations under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.

10.36. Resolution of Disputes


1. It will be MUDRA’s endeavor to resolve amicably any disputes or differences that may
arise between MUDRA and the Bidder from misconstruing the meaning and operation of
the Tender and the breach that may result.
2. In case of Dispute or difference arising between MUDRA and a Bidder relating to any
matter arising out of or connected with this agreement, such disputes or difference shall
be settled in accordance with the Arbitration and Conciliation Act, 1996. The Arbitrators
shall be chosen by mutual discussion between MUDRA and the Bidder OR in case of
disagreement each party may appoint an arbitrator and such arbitrators may appoint an
Umpire before entering on the reference. The decision of the Umpire shall be final.
3. The Bidder shall continue work under the Contract during the arbitration proceedings
unless otherwise directed in writing by MUDRA or unless the matter is such that the work
cannot possibly be continued until the decision of the Arbitrator or the umpire, as the case
may be, is obtained.

Page 51 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
4. Arbitration proceedings shall be held at Mumbai, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
5. Notwithstanding anything contained above, in case of dispute, claim & legal action arising
out of the contract, the parties shall be subject to the jurisdiction of courts at Mumbai, India
only.
6. Any notice given by one party to the other pursuant to this Contract shall be sent to the
other party in writing or by fax and confirmed in writing to the other party’s specified
address. The same has to be acknowledged by the receiver in writing.
7. A notice shall be effective when delivered or on the notice’s effective date, whichever is
later.
8. No conflict between Bidder and MUDRA will cause cessation of services. Only by mutual
consent the services will be withdrawn.

10.37. IPR Infringement


As part of this project bidder/service provider will use software/tool to deliver services.If the
deliverables and use of any such software/tool used for such delivery, infringe the intellectual
property rights of any third person, bidder/service provider shall be primarily liable to indemnify
MUDRA to the extent of direct damages against all claims, demands, costs, charges,
expenses, award, compensations etc. arising out of the proceedings initiated by third party for
such infringement, subject to the condition that the claim relates to Software provided/used by
Bidder/Service provider under this project.

10.38. Indemnity
1. The Bidder/ successful bidder shall indemnify MUDRA and shall always keep indemnified
and hold MUDRA, its employees, personnel, officers, directors, harmless from and against
any and all losses, liabilities, claims, actions, costs and expenses (including attorneys'
fees) relating to, resulting directly or indirectly from or in any way arising out of any claim,
suit or proceeding brought against MUDRA as a result of:
a. MUDRA’s authorized / bona fide use of the Deliverables and /or the Services provided
by Bidder under this RfP document; and/or
b. An act or omission of the Bidder, employees, agents, sub-contractors in the
performance of the obligations of the Bidder under this RfP document; and/or
c. Claims made by employees or subcontractors or subcontractors’ employees, who are
deployed by the Bidder, against MUDRA; and/or
d. Breach of any of the term of this RfP document and/or of the agreement to be entered
subsequent this RfP or breach of any representation or false representation or
inaccurate statement or assurance or covenant or warranty by the successful Bidder
under this RfP document and/or of the agreement to be entered subsequent this RfP;
and/or
e. Negligence or gross misconduct attributable to the Bidder or its employees or sub-
contractors.
f. Any or all Deliverables or Services infringing any patent, trademarks, copyrights or
such other Intellectual Property Rights; and/or
g. Breach of confidentiality obligations of the Bidder contained in this RfP document;
and/or
h. The use of unlicensed and illegal Software and/or allied components by the successful
Bidder

Page 52 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
2. The Bidder will have to at its own cost and expenses defend or settle any claim against
MUDRA that the Deliverables and Services delivered or provided under this RfP document
infringe a patent, utility model, industrial design, copyright, trade secret, mask work or trade
mark in the country where the Deliverables and Services are used, sold or received,
provided by MUDRA:
a. Notifies the Bidder in writing; and
b. Cooperates with the Bidder in the defense and settlement of the claims.
3. The Bidder shall not be liable for defects or non-conformance resulting from:
a. MUDRA’s failure to comply with any mutually agreed environmental specifications.
b. Use of a Deliverable in an application or environment for which it was not designed or
not contemplated under this Agreement,
c. Modification of a Deliverable by anyone other than Bidder where the unmodified
version of the Deliverable would not be infringing.

10.39. Limitation of liabilities


In no event shall either party be liable with respect to its obligations under or arising out of this
agreement for consequential, exemplary, punitive, special, or incidental damages, including,
but not limited to, loss of data / programs or lost profits, loss of goodwill, work stoppage,
computer failure, loss of work product or any and all other commercial damages or losses
whether directly or indirectly caused, even if such party has been advised of the possibility of
such damages. The aggregate liability of vendor, arising at any time shall not exceed the total
contract value.

10.40. Rights to Visit


1. All records of the Bidder with respect to any matters covered by this Tender document/
subsequent order shall be made available to MUDRA or its designees at any time during
normal business hours, as often as MUDRA deems necessary, to audit, examine, and
make excerpts or transcripts of all relevant data.
2. MUDRA, including its regulatory authorities like Reserve Bank of India etc., reserves the
right to verify, through their officials or such other persons as MUDRA may authorize, the
progress
of the project at the development /customization site of the Bidder or where the services
are being rendered by the bidder.
3. MUDRA and its authorized representatives, including regulator like Reserve Bank of India
(RBI) shall have the right to visit any of the Bidder’s premises with prior notice to ensure
that data provided by MUDRA is not misused. The Bidder will have to cooperate with the
authorized representative/s of MUDRA and will
have to provide all information/ documents required by MUDRA.
4. The right to visit under these clauses shall be restricted to physical files related to this
assignment. Visit shall be conducted during normal business hours and on normal working
days after informing the bidder in advance.

10.41. Audit
1. The vendor/bidder shall allow MUDRA, its authorized personnel, its auditors (internal and
external), authorized personnel from RBI / other regulatory & statutory authorities, and
grant unrestricted right to inspect and audit its books and accounts, to provide copies of
any audit or review reports and findings made on the service provider, directly related to
the services.
2. In case any of the services are further outsourced/ assigned/ subcontracted to other
vendors, it will be the responsibility of the vendor to ensure that the authorities /officials as

Page 53 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
mentioned above are allowed access to all the related places, for inspection and
verification.
3. Audit under this clause shall be restricted to physical files related to this arraignment. Audit
shall be conducted during normal business hours and on normal working days after
informing the bidder in advance.

10.42. Grievances Redressal Mechanism


MUDRA has a grievances redressal mechanism for its customers and designated grievances
redressal officers. MUDRA would use the same mechanism to address the grievances, if any,
of the customers related to the services being rendered within the ambit of this RfP.

10.43. Miscellaneous
1. Bidder is expected to peruse all instructions, forms, terms and specifications in this RfP
and its Annexures/appendixes.
2. Bidder would undertake to provide appropriate human as well as other resources
(PC/laptop etc.) required, to execute the various tasks assigned as part of the project, from
time to time.
3. MUDRA shall not be held liable for additional costs incurred during any discussion on
contracts or for any work performed in connection therewith.
4. The offers containing erasures or alterations will not be considered. There should be no
hand-written material, corrections or alterations in the offer. Technical details must be
completely filled up. MUDRA may treat proposals not adhering to these guidelines as
unacceptable and thereby the proposal may be liable to be rejected.
5. Bidder shall promptly notify MUDRA of any event or conditions, which might delay the
completion of project in accordance with the approved schedule and the steps being taken
to remedy such a situation.
6. Bidder shall indemnify, protect and save MUDRA against all claims, losses, costs,
damages, expenses, action suits and other proceedings, resulting directly or indirectly
from an act or omission of Bidder, its employees, its agents, in the performance of the
services provided by contract, infringement of any patent, trademarks, copyrights etc. or
such other statutory infringements in respect of all components provided by Bidder as part
of the delivery to fulfill the scope of this project.
7. Any publicity by Bidder in which the name of MUDRA is to be used should be done only
with the explicit written permission of MUDRA.
8. Bidder is obliged to give sufficient support to MUDRA’s staff, work closely with MUDRA’s
staff, act within its own authority, and abide by directives issued by MUDRA that are
consistent with the terms of the order. Bidder is responsible for managing the activities of
its personnel, and will hold itself responsible for any misdemeanors.
9. MUDRA reserves the exclusive right to make any amendments/ changes to or cancel any
of the above actions or any other action related to this RfP.
10. Applicability to Parent and Sister Concerns: In case, the parent organisation of
MUDRA(SIDBI) and / or any of its sister concerns want to implement and use the solution,
same should be allowed. However, the cost, licenses if any etc.; will be decided separately.

10.44 Confidentiality
Information provided under this RfP and subsequent agreement, if any, is confidential and
neither party shall at any time, either during the association or at any time thereafter, divulge
either directly or indirectly to any person, firm or company, business entity, or other
organization whatsoever.

Page 54 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

10.45 Data Ownership


MUDRA has the sole ownership of and the right to use, all data that may be in possession of
the Vendor or its representative in the course of performing the services under the agreement
that may be entered into."

10.46 Governing Law and Jurisdiction


The RfP and agreement that may be entered into pursuant thereto will be governed by and
construed and enforced in accordance with the laws of India and the same shall be subject to
the exclusive jurisdiction of the courts in Mumbai, India.”

10.47 Third Party Rights


No provision of the RfP the agreement that may be entered into is intended to, or shall, confer
any rights on a third-party beneficiary or other rights or remedies upon any person other than
the parties hereto; nor impose any obligations on the part of the parties to the agreement
towards any third parties.

10.48 Representation and Warranties


In order to induce MUDRA to enter into the agreement, the Vendor shall be deemed to have
represented and warranted as follows:
1. That the Bidder is a company which has meets the requisite eligibility qualifications
mentioned in RfP, and it has power and the authority to enter into agreement and provide
the services, deliver systems/ Software sought by MUDRA.
2. That the Bidder is not involved in any major litigation, potential, threatened and existing,
that may have an impact of affecting or compromising the performance and delivery of
services, systems.
3. That the representations made by the Bidder in its bid shall be deemed to continue to
remain true and the bidder continues to fulfil the requirements as are necessary for
executing the duties, obligations and responsibilities as laid down in the RfP, unless
MUDRA in writing specifies to the contrary, the Bidder shall be bound by all the terms of
the bid.
4. That the Bidder has the professional skills, personnel and resources / authorizations that
are necessary for providing services as are necessary to perform its obligations under the
bid and the agreement.
5. That the Bidder shall ensure that all assets including but not limited to software, licenses,
databases, documents, etc. developed, procured, deployed and created during the term
of the agreement are duly maintained and suitably updated, upgraded, replaced or
substituted with regard to contemporary and statutory requirements.
6. That the Bidder shall procure all the necessary permissions, adequate approvals and
licenses for use of various software and any copyrighted process / product free from all
claims, titles, interests and liens thereon and shall keep MUDRA, its directors, officers,
employees, representatives, consultants and agents indemnified in relation thereto.
7. That all the representations and warranties as have been made by the Bidder with respect
to its bid and agreement are true and correct, and shall continue to remain true and correct
throughout the term thereof.
8. That the execution of the services herein is and shall be in accordance and in compliance
with all applicable laws as amended from time to time and the regulatory framework
governing the same.
9. That there are no legal proceedings pending or threatened against Bidder or its team which
adversely affect/may affect performance under this agreement; and no inquiries or

Page 55 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
investigations have been threatened, commenced or pending against the Bidder or its
team members by any statutory or regulatory or investigative agencies.
10. That the Bidder has the corporate power to execute, deliver and perform the terms and
provisions of the agreement and has taken all necessary corporate actions, consents and
approvals to authorize the execution, delivery and performance by it of the agreement.
11. That neither the execution and delivery by the Bidder of the agreement nor the Bidder’s
compliance with or performance of the terms and provisions of the agreement (i) will
contravene any provision of any applicable law or any order, writ, injunction or decree of
any court or governmental authority binding on the Bidder, (ii) will conflict or be inconsistent
with or result in any breach of any of the terms, covenants, conditions or provisions of, or
constitute a default under any agreement, contract or instrument to which the Bidder is a
party or by which it or any of its property or assets is bound or to which it may be subject
or (iii) will violate any provision of the Memorandum and Articles of Association of the
Bidder.

Page 56 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11 Annexures

11.1 Annexure-I Bid Covering Letter


(To be submitted on Bidder’s company letter head)
Date:
The MD & Chief Executive Officer (CEO)
Micro Units Development and Refinance Agency Ltd (MUDRA)
1st Floor, MSME Development Centre,
Plot No. C-11, G Block
Bandra Kurla Complex (BKC), Bandra (E)
Mumbai - 400 051

Dear Sir,
Supply, Implementation and Hosting of Software for MUDRA

We, the undersigned bidders, having read and examined the aforesaid RfP document in detail,
do hereby propose to deliver, customize, implement and host the software as specified in the
Tender document and submit the following as per requirement:
1. Bid Price: We have enclosed a Demand Draft/ banker’s cheque of the sum of ₹5,000/-
(₹Five Thousand only) towards non-refundable bid price.
2. Earnest Money Deposit (EMD): We have enclosed a Demand Draft / banker’s cheque/
Bank Guarantee (BG) of the sum of ₹6,50,000/- (Rupees Six Lakh Fifty Thousand only)
towards EMD. This EMD is liable to be forfeited in accordance with the provisions
mentioned in the RfP.
3. Minimum Eligibility bid, Technical bid and Commercial bid inside separate envelopes, in
prescribed formats.
4. Integrity Pact as per Annexure –XIV.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We also undertake to have read, understood and accepted the terms and conditions specially
those related to evaluation and selection processes mentioned in the RfP except the points
mentioned in Annexure- XI (Statement of deviations) in our bid response. Having submitted
our response to the aforesaid RfP, we also understand not to have any option to raise any
objection against any of the said processes defined in the RfP in any future date. We
understand that our bid is binding on us and persons claiming through us and that you are not
bound to accept a bid you receive.

Thanking you,
Yours sincerely,

Date: Signature of Authorized Signatory:

Place: Name of the Authorized Signatory:

Designation:

Name of the Organization:

Seal …

Page 57 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.2 Annexure-II Minimum Eligibility Bid


S.N Particulars Details / Documents to be Reference Page No.
Furnished of relevant
document in RfP
Response
1 Name of the Bidder and
consortium partners, if any
2 Date of establishment and Copy of “Certificate of
constitution of the Bidder Incorporation / commencement of
and consortium partners, if business” should be submitted.
any and area of business of
bidder (and consortium Relevant document for showing
partner, if any) the area of business related to
software/cloud hosting
3 The software that the Evidence of software ownership
Bidder proposes to deliver with Bidder or Letter from the
and implement company whose product is
proposed to be delivered and
implemented stating that they are
authorized to do so
4 Location of Registered Self-declaration with address of
Office /Corporate Office registered office along with contact
with addresses of Bidder details on letter-head of the bidder
and consortium partner, if duly signed by authorized
any signatory of the bidder.
5 Details of Mumbai office.
6 Names and Designations Power of Attorney as per
of the persons authorized Annexure -VI.
to make commitments to
the Bank.
7 Permanent Account PAN Card Copy
Number (PAN) of Bidder
and consortium partner, if
any
8 GST Number of Bidder and GST Registration copy
consortium partner, if any
9 Average Annual Copy of Auditor’s certificate and
Turnover in Lakh (Bidder Balance sheet for the financial
and Consortium years
partners, if any) FY 2014-15,
FY 2015-16 and
Year 2014-15
FY 2016-17.
Year 2015-16
Year 2016-17
10 Profit in Lakh (Bidder and Copy of Auditor’s certificate and
Consortium partners, if Balance sheet for the financial
any) years.
Year 2014-15 FY 2014-15,
Year 2015-16 FY 2015-16 and
Year 2016-17 FY 2016-17.
11 Net worth in Lakh (Bidder Net worth computation signed by
and Consortium the Auditor for the financial years.
partners, if any) FY 2014-15,
Year 2014-15 FY 2015-16 and
Year 2015-16 FY 2016-17.
Year 2016-17
12 The vendor should have Certificate of Incorporation and
experience of at least 5 documentary evidence of relevant

Page 58 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
S.N Particulars Details / Documents to be Reference Page No.
Furnished of relevant
document in RfP
Response
years in wo rk s im i l ar to experience in area as per scope
t ha t m e n t io ne d in of work in respect of all the entities
Sc o p e of wo rk - as on wherever applicable.
31.03.2017. In case, a Copy of successful completion
vendor has been set up as certificates or purchase
a result of merger / orders from the
demerger then the both the Organizations to whom such
entities put together should application software has been
fulfil the above delivered or provided in past 5
requirement. years (with names and contact
details of persons in such
organizations)
13 The bidder and the Declaration. Letter of waiver (in
consortium partner, if any, case blacklisting has been
(including pre-merged/ removed).
post merged entity) should
not be blacklisted or
disqualified or barred by
any regulatory/Statutory
body as on date of
application. In case a
company was blacklisted
in the past and same is
waived as on date, it will be
accepted.
14 The proposed solution Work Order / Installation
should have been completion certificates.
implemented in at least 3
Commercial Banks / RRBs/
Cooperative Banks/
NBFCs/ SFBs in India
having asset base of ₹500
crore or more in last five
years.
15 The Bidder or the Successful completion certificates
consortium partner, if any, or Purchase orders from the
should have delivered or Organizations where such
implemented, in last five solution/ services were rendered
years, similar software along with suitable documentary
applications in at least 3 evidence for verifying the turnover
Commercial Banks/ RRBs/ of such companies / corporations
Cooperative Banks/ / institutions
NBFCs/ SFBs in India
having a minimum
turnover of ₹500 crore in
the financial year in which
such assignment was
handled.
In case, a bidder /
consortium partner has
been set up as a result of
merger / demerger then
the pre-merged /post
merged entities put

Page 59 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
S.N Particulars Details / Documents to be Reference Page No.
Furnished of relevant
document in RfP
Response
together should fulfil the
above requirement.
16 The bidder shall provide Letter providing location of the
evidence of the proposed data centre with photographs.
data centre location in India Copy of ISO 27001 certification
and the certification for ISO
27001
17 The software provider / Copy of certification
bidder the should possess
CMM level 3 certification

Date: Signature of Authorized Signatory:

Place: Name of the Authorized Signatory:

Designation:

Name of the Organization:

Seal:

Note: Please ensure conformity with minimum eligibility criteria in Section 8 while completing
this for

Page 60 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.3 Annexure-III Technical Bid


The Technical bid needs to be submitted in the set of forms as detailed below.

11.4 Form 1:Covering Letter Format and Profile of firms


Date: _______2017

To:
The MD & Chief Executive Officer,
Micro Units Development and Refinance Agency Limited
1st Floor, MSME Development Centre
Plot C-11 G Block
Bandra Kurla Complex
Mumbai – 400 051

Dear Madam/ Sir,


Technical Bid

Having examined the tender document including all the Forms and Annexures the receipt of
which is hereby duly acknowledged, we, the undersigned, offer to arrange for hosting on cloud
and deliver, customize, implement and support Software for Loan Management System,
General Ledger Accounting (software/RDBMS/any other licensing suites, please mention) in
conformity with the said tender in accordance with the Schedule of Prices indicated in the
Commercial Offer and made part of this offer.
If our offer is accepted, we undertake to commence delivery as per the delivery schedule
defined in RfP and to complete delivery, installation, customization, and support covering the
scope of work in the Offer document within one year calculated from the date of receipt of your
Notification of Award / Letter of Intent.
We agree to abide by this offer till 365 days from the last date of tender submission and our
offer shall remain binding upon us and may be accepted by MUDRA any time before the
expiration of that period.
Until a formal contract is prepared and executed, this offer, together with MUDRA’s written
acceptance thereof and MUDRA’s notification of award, shall constitute a binding contract
between us.
We understand that MUDRA is not bound to accept the lowest or any offer, MUDRA may
receive without assigning any reason whatsoever.

Dated this ______ day of _________2017

Signature: ______________________________________
(in the Capacity of:) ________________________________

Duly authorized to sign the offer for and on behalf of

__________________________________________

Page 61 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

Profile of the Bidder / Lead Bidder in case of consortium


Details of the Lead Bidder (Company)
1 Name of the Bidder (Prime)
2 Address of the Bidder
Status of the Company (corporate / firm / govt.
3
institution)
Date:
4 Details of Incorporation of the Company
Ref.#
Date:
5 Details of Commencement of Business
Ref.#
6 Valid Sales tax registration no.
7 Valid Service tax registration no.
8 Permanent Account Number (PAN)
9 Goods and Service Tax (GST) Registration
10 Corporate Identification Number (CIN)
11 Name & Designation of the contact person to
whom all references shall be made regarding this
tender

12 Telephone No. (with STD Code)


13 E-Mail of the contact person:
14 Mobile No. of the contact person:
15 Fax No. (with STD Code)
16 Website
17 Financial Details (as per audited Balance Sheets) (in Cr)
18 Year 2016-17 2015-16 2014-15
19 Net Worth
20 Turn Over
21 PAT

Date: Signature of Authorized Signatory:


Place: Name of the Authorized Signatory:
Designation:
Name of the Organization:
Seal …

Page 62 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

Profile of the consortium Partners, if any


Details of the Consortium Partner (Company)
1 Name of the Bidder (Consortium Partner)
2 Address of the Bidder
Status of the Company (corporate / firm / govt.
3
institution)
Date:
4 Details of Incorporation of the Company
Ref.#
Date:
5 Details of Commencement of Business
Ref.#
6 Valid Sales tax registration no.
7 Valid Service tax registration no.
8 Permanent Account Number (PAN)
9 Corporate Identification Number (CIN)
10 Goods and Service Tax (GST) Registration
11 Name & Designation of the contact person to
whom all references shall be made regarding this
tender

12 Telephone No. (with STD Code)


13 E-Mail of the contact person:
14 Mobile No. of the contact person:
15 Fax No. (with STD Code)
16 Website
17 Financial Details (as per audited Balance Sheets) (in Cr)
18 Year 2016-17 2015-16 2014-15
19 Net Worth
20 Turn Over
21 PAT
Note – attach separate sheet for each consortium partner

Date: Signature of Authorized Signatory:


Place: Name of the Authorized Signatory:
Designation:
Name of the Organization:
Seal …

Page 63 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.5 Form 2: System and Functional Requirements


For providing details of system and functional requirements please populate Excel Sheet
MUDRA RfP Form 2 which is part of attachment to the RfP. Please note that Product Demo
may have to be given to MUDRA, if it is so desired to understand the different features as
claimed by the bidder in form 2. MUDRA reserves the right to override the scoring in form 2
in case features are not available as per the claim .

11.6 Form 3: Bidder’s Capability in System Integration


Vendor
S.
Parameter Respons Criteria Documents Required
No.
e
1 Implementation Experience (marks 70)
No of Projects of order 3 marks for each project– Copy of work order or
value of more than ₹3 max 15 marks implementation certificate
crore of assignments of indicating the project value
1.1 similar nature in and relevant details
Commercial Banks/
RRBs/Cooperative Banks/
NBFCs/ SFBs in India.
No of Projects completed 5 marks for each project - Implementation certificate
in the past 3 years having max 20 marks indicating the completion of
order value of more than project
1.2 ₹3 crore in Commercial
Banks/RRBs/Cooperative
Banks/ NBFCs/ SFBs in
India
Average Number of 0-50 branches marks 3 Copy of work order and
branches in assignments 50-100 branches marks 7 statement giving
taken up in last 3 years in more than 100 - marks 10 implementation wise
1.3
Commercial Banks/ number of branches
RRBs/Cooperative Banks/
NBFCs/ SFBs in India
Experience in integrating If yes marks 10 Please provide work order
multiple solutions in at indicating integration
least 5 projects in requirement or customer
1.4
Commercial Banks/ letter indicating the same
RRBs/Cooperative Banks/
NBFCs/ SFBs in India
1.5 Competence of Bidder 5 marks for each project of Please provide following
or consortium partner to cloud hosting – max 15 details for all the projects
offer Tier 3 data-centre marks. separately:
services for projects with -Brief details of the project
value not less than ₹50 -Contact details of the client
lakhs in the last five years -Work Order or Completion
Certificates from the client
2 SI Strength and Resources (30)
Whether bidder or
2.1 consortium partner has if yes marks 10 Relevant document
R&D centers
Implementation Approach
2.2 as per the submitted Marks 10 Approach Document
document

Page 64 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
Number of employees
less than 250 marks 4
engaged in
251-500 marks 6 Self-Declaration signed by
2.3 implementation, technical
501-750 marks 8 Authorized Signatory.
support and research and
> 750 marks 10
development
Date: Signature of Authorized Signatory:
Place: Name of the Authorized Signatory:
Designation:
Name of the Organization:
Seal …

Note:
1. Documents submitted with response bid towards proof of evidence must be suitably tagged
for easy identification during evaluation.
2. All the evaluation parameters mentioned in Form 3 must be met by the bidder or the
consortium partner individually,

11.7 Form 4: Bidder’s cloud services offer compliance


For providing details of cloud services please populate Excel Sheet MUDRA RfP Form 4 which
is part of attachment to the RfP.

11.8 Form 5: Reference Site Details (Give both for


SaaS/ Cloud and Software)
Client Name
Client Address

Telephone Number
Fax Number
Contact Name
Title
What is or was the contact’s role on the implementation/
project?
State the duration of the implementation
Go Live date for the pilot offices
Which modules and version of the software are being currently
used?
Give the details of Cloud services offered
What version of Operating System, database etc. is in use? Is
there any other system used in conjunction with the
application software like front end systems etc.? Please
provide details if any.
State number of offices/branches using the software / Cloud
State the number of employees and users using the software /
Cloud.
State the number of transactions processed per day at the
reference installation.

Page 65 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
State the maximum number of on-line users in any
office/branch where your modules are installed and specify all
the modules that are in concurrent use,
State, if any, interfaces to external systems are implemented at
this site
State, if any, interfaces to financial System and/or other
systems are implemented at this site.
Business Modules / Services implemented or offered.
11.9 Form 6: Implementation Approach document and
process.
The bidder may, based on the scope of work indicated, may suggest a suitable approach for
implementation along with the processes involved in not more than 5 pages. The document
should contain the details of all the components being used for the entire solution and the
application architecture. The document should also have the implementation strategy and
processess.

11.10 Annexure –IV: Declaration Regarding Clean


Track Record
(To be submitted on Bidder’s company letter head)
Date:
The MD & Chief Executive Officer (CEO)
Micro Units Development & Refinance Agency Limited (MUDRA),
1st Floor, Information Technology Vertical
MSME Development Centre,
Plot No. C-11, G Block
Bandra Kurla Complex (BKC), Bandra (E)
Mumbai - 400 051

Dear Sir,
Declaration Regarding Clean Track Record
Software delivery and implementation for MUDRA

I have carefully gone through the Terms & Conditions contained in the RfP No.
3251/MUDRA/2017-18 dated September 28, 2017 regarding software delivey and
implementation for MUDRA. We hereby declare that our company/ firm has not been
debarred/ black listed by any Public Sector Bank, RBI, IBA or any other Government / Semi
Government organizations as on date of submission of the bid. I further certify that I am
competent officer in my company to make this declaration that our bid is binding on us and
persons claiming through us and that you are not bound to accept a bid you receive.

Thanking you,

Yours sincerely,

Date Signature of Authorised Signatory …


Place Name of the Authorised Signatory …
Designation …
Name of the Organisation …
Seal …

Page 66 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.11 Annexure –V: Letter of Competence


(To be executed on a non-judicial stamp paper of ₹100/-)
(RfP No.3251/MUDRA/2017-18 dated September 28, 2017)

This is to certify that we [Insert name of Bidder], address ………………….. are fully competent
to undertake and successfully deliver the consultancy services as per scope mentioned in the
above RfP. This bid is being submitted after fully understanding the objectives of the project
and requirements of providing services as mentioned in the captioned RfP.

We certify that the quality and number of resources to be deployed by us for Consultancy will
be adequate to deliver the services professionally and competently within the prescribed time
frame.

We also certify that all the information given by us in response to this RfP is true and correct.
Thanking you,

Yours sincerely,

Date Signature of Authorised Signatory …

Place Name of the Authorised Signatory …

Designation …

Name of the Organisation …

Seal …

Page 67 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.12 Annexure –VI: Power of Attorney


(To be executed on a non-judicial stamp paper of ₹100/-)

BY THIS POWER OF ATTORNEY executed at __________ on _____________________,


2015, We, _______________, a Company incorporated under the Companies Act, 1956,
having its Registered Office at ______________________ (hereinafter referred to as “the
Company”) doth hereby nominate, constitute and appoint <Name>, <Employee no.>, <
Designation> of the Company, as its duly constituted Attorney, in the name and on behalf of
the Company to do and execute any or all of the following acts, deeds, matters and things,
namely :-
Execute and submit on behalf of the Company a Proposal and other papers / documents with
‘Micro Units Development & Refinance Agency Limited’ (“MUDRA”) relating to Request for
proposal RfP No.3251/MUDRA/2017-18 dated September 28, 2017 for ‘Software Delivery,
Implementation and Hosting for MUDRA’ and to attend meetings and hold discussions on
behalf of the Company with MUDRA in this regard.
THE COMPANY DOTH hereby agree to ratify and confirm all whatsoever the attorney shall
lawfully do or cause to be done under or by virtue of these presents including anything done
after revocation hereof but prior to actual or express notice thereof being received by the
person or persons for the time being dealing with the attorney hereunder.

IN WITNESS WHEREOF, _______________________ has caused these presents to be


executed by _______________________ on the day, month and year mentioned
hereinabove.

For and on behalf of the Board of Directors of

_____________________

______________________

WITNESS:

Signature of _______________

_____________
Attested

Page 68 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.13 Annexure –VII: Letter of Conformity


(To be submitted on Bidder’s company letter head)

Date:
The Chief Executive Officer(CEO),
Micro Units Development & Refinance Agency(MUDRA),
1st Floor, MSME Development Centre,
Plot No. C-11, G Block
Bandra Kurla Complex (BKC), Bandra (E)
Mumbai - 400 051

Dear Sir,

Software Delivery, Implementation and Hosting for MUDRA


We, the undersigned bidders, having read and examined the aforesaid RfP document, issued
by Micro Units Development and Refinance Agency Ltd. (MUDRA) do hereby covenant,
warrant and confirm as follows:

We hereby agree to comply with all the terms and conditions / stipulations as contained in the
RFP and the related addendums and other documents including the changes made to the
original tender documents issued by MUDRA, provided however that only the list of deviations
furnished by us in Annexure-XI of the main RfP document which are explicitly clarified by
MUDRA and communicated to us in writing, shall form a valid and binding part of the aforesaid
RFP document. MUDRA is not bound by any other extraneous matters or deviations, even if
mentioned by us elsewhere either in our proposal or any subsequent deviations sought by us,
whether orally or in writing, and MUDRA’s decision not to accept any such extraneous
conditions and deviations will be final and binding on us and persons claiming through us.

We also here by confirm that our prices as specified in our Commercial Bid are as per the
Payment terms specified in the Tender document.

Thanking you,

Yours sincerely,

Date Signature of Authorized Signatory …

Place Name of the Authorized Signatory …

Designation …

Name of the Organization …

Seal …

Page 69 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.14 Annexure –VIII: EMD / Bid Security Form


(Sample Format - TO BE EXECUTED ON A NON-JUDICIAL STAMPED PAPER of requisite value)

To: MICRO UNITS DEVELOPMENT & REFINANCE AGENCY LIMITED


WHEREAS …………………………………………………….. (Name of Vendor) (hereinafter
called the ‘the Vendor”) has undertaken, in pursuance of Request for Proposal (RfP No .3251
/MUDRA/2017-18 dated September 28, 2017 for Software Delivery, Implementation and
Hosting for MUDRA (Herein after called the ‘the RFP”) to you.
AND WHEREAS, it has been stipulated by you in the said RFP that the Vendor shall furnish
you with a Bank Guarantee from a commercial Bank for the sum specified therein, as security
for compliance with the Vendor’s performance obligations in accordance with the RFP.
AND WHEREAS we ----------------Bank having its registered office at ----- and inter alia a branch
office situated at ------- have agreed to give a performance guarantee in lieu of EMD of ` ------
--- (Rupees ------------------ only) on behalf of the Vendor.
We -------------------Bank further undertake not to revoke and make ineffective the guarantee
during its currency except with the previous consent of the buyer in writing.
We ------ Bank do hereby unconditionally and irrevocably undertake to pay to MUDRA without
any demur or protest, merely on demand from MUDRA, an amount not exceeding ₹ ----------
(--------- only).by reason of any breach of the terms of the RFP dated ---- by vendor. We hereby
agree that the decision of the MUDRA regarding breach of the terms of the RFP shall be final,
conclusive and binding
WE do hereby guarantee and undertake to pay forthwith on demand to MUDRA a sum not
exceeding `……………/-. (Rupees ………………………….. …only) (amount of the Guarantee
in words and figures) and we undertake to pay you upon your first written demand declaring
the Vendor to be in default under the RFP and without cavil or argument, any sum or sums
within the limit of `……………/-. (Rupees …………………………..… only) (Amount of
guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
Our obligation to make payment under this Guarantee shall be a primary, independent and
absolute obligation and we shall not be entitled to delay or withhold payment for any reason.
Our obligations hereunder shall not be affected by any act, omission, matter or thing which
but for this provision might operate to release or otherwise exonerate us from our obligations
hereunder in whole or in part, including and whether or not known to us or you:
1. Any time or waiver granted to the vendor;
2. The taking, variation, compromise, renewal or release of or refusal or neglect to perfect or
enforce any rights, remedies or securities against the vendor;
3. Any Variation of or amendment to the RFP or any other document or security so that
references to the Contract in this Guarantee shall include each such Variation and
amendment;
4. any unenforceability, invalidity or frustration of any obligation of the VENDOR or any other
person under the RFP or any other document or security waiver by you of any of the terms
provisions conditions obligations UNDER RfP or any failure to make demand upon or take
action against the VENDOR;

Page 70 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
5. any other fact, circumstance, provision of statute or rule of law which might, were our
liability to be secondary rather than primary, entitle us to be released in whole or in part
from our undertaking; and;
6. any change in constitution of the vendor;
7. any petition for the winding up of the VENDOR has been admitted and a liquidator or
provisional liquidator has been appointed or an order of bankruptcy or an order for the
winding up or dissolution of the vendor has been made by a Court of competent
jurisdiction;
The written demand referred to in paragraph above shall be deemed to be sufficiently served
on us if you deliver to us at the address as set out in paragraph 3.
This guarantee is valid until the ……….. day of …………. And a claim in writing is required to
be presented to us within three months from i.e. on or before ----all your rights will be
forfeited and we shall be relieved of and discharged from all our liabilities mentioned
hereinabove.
Signature and Seal of Guarantors (Vendor’s Bank)
…………………………………………………………..

Date…………………………………………………….

Address …………………………………………………

……………………………………………………………

……………………………………………………………

Page 71 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.15 Annexure –IX: Non-Disclosure Agreement


(Sample Format – To be executed on a non-judicial stamped paper of ₹100/-)

WHEREAS, we, ___________________________________, having Registered Office at


__________________________________, hereinafter referred to as the COMPANY, are
agreeable to execute “Software Delivery and Implementation for MUDRA” as per scope
defined in the Request for Proposal RfP No.3251/MUDRA/2017-18 dated September 28, 2017
for Micro Units Development & Refinance Agency Limited, having its Corporate Office at 1st
Floor, MSME Development Centre, Plot No. C-11, G Block, Bandra Kurla Complex (BKC),
Bandra (E), Mumbai - 400 051 (hereinafter referred to as MUDRA) and,
WHEREAS, the COMPANY understands that the information regarding MUDRA’s
Infrastructure shared by the MUDRA in their Request for Proposal is confidential and/or
proprietary to MUDRA, and
WHEREAS, the COMPANY understands that in the course of submission of the offer for the
said RfP and/or in the aftermath thereof, it may be necessary that the COMPANY may perform
certain jobs/duties on the MUDRA’s properties and/or have access to certain plans,
documents, approvals, data or information of MUDRA;
NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the
following conditions, in order to induce MUDRA to grant the COMPANY specific access to
MUDRA’s property/information, etc.;
The COMPANY will not publish or disclose to others, nor, use in any services that the
COMPANY performs for others, any confidential or proprietary information belonging to
MUDRA, unless the COMPANY has first obtained MUDRA’s written authorization to do so;
The COMPANY agrees that information and other data shared by MUDRA or, prepared or
produced by the COMPANY for the purpose of submitting the offer to MUDRA in response to
the said RfP, will not be disclosed to during or subsequent to submission of the offer to the
MUDRA, to anyone outside the MUDRA;
The COMPANY shall not, without the MUDRA’s written consent, disclose the contents of this
Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample
or information (to be) furnished by or on behalf of MUDRA in connection therewith, to any
person(s) other than those employed/engaged by the COMPANY for the purpose of submitting
the offer to MUDRA and/or for the performance of the Contract in the aftermath. Disclosure to
any employed/ engaged person(s) shall be made in confidence and shall extend only so far
as necessary for the purposes of such performance.
Yours sincerely,

Date Signature of Authorized Signatory …

Place Name of the Authorized Signatory …

Designation …

Seal Name of the Organization …

Page 72 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.16 Annexure – X: Bank Mandate Form


(To be submitted in Duplicate and to be printed back to back)
(Please fill in the information in CAPITAL LETTERS. Please TICK wherever it is applicable)

1. Name of Vendor/Bidder: _________________________________

__________________________________

Vendor Code (if applicable) ____________________________________

2. Address of the Vendor/bidder: ______________________________________

________________________________________________

________________________________________________

City ____________________ Pin Code ______________

E-mail id: _________________________________________

Phone No. with STD code: ______________

Mobile No.: _______________________________________

Permanent Account Number ______________________

MSE Registration / CA Certificate _________________ (if applicable)

3. Particulars of Bank account:


Beneficiary Name
Bank Name Branch Name

Branch Place Branch City

PIN Code Branch Code


MICR No.

Account type Saving Current Cash Credit


Account No.
(as appearing in the Cheque book)
(Code number appearing on the MICR1 cheque supplied by the Bank. Please attach a cancelled cheque of
your bank for ensuring accuracy of the bank name, branch name & code and Account Number)
IFSC CODE2 For RTGS transfer For NEFT transfer

4. Date from which the mandate should be effective :


I hereby declare that the particulars given above are correct and complete. If any transaction
is delayed or not effected for reasons of incomplete or incorrect information, I shall not hold MUDRA /

Page 73 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
It’s Banker responsible. I also undertake to advise any change in the particulars of my account to
facilitate updation of records for purpose of credit of amount through RBI RTGS/NEFT.

Place: _____________
Date : _____________

Signature of the party / Authorized Signatory


…………………………………………………………………………………………………………………
Certified that particulars furnished above are correct as per our records.

Bank’s stamp:

Date :

(Signature of the Authorized Official from the Banks)

N.B.: RTGS/NEFT charges if any, is to be borne by the party


1, 2
: Note on IFSC / MICR
Indian Financial System Code (IFSC) is an alpha numeric code designed to uniquely identify
the bank-branches in India. This is 11-digit code with first 4 characters representing the bank’s
code, the next character reserved as control character (presently 0 appears in the fifth
position) and remaining 6 characters to identify the branch. The MICR code, (Magnetic Ink
Character Recognition) that appears on cheques, has 9 digits to identify the bank-branch. RBI
had since advised all the banks to print IFSC on cheque leaves issued to their customers. A
customer may also contact his bank-branch and get the IFS Code of that branch.

Page 74 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.17 Annexure – XI: Statement of Deviations


(To be submitted on Bidder’s company letter head)

Bidders are required to provide details of all deviations, comments and observations or
suggestions in the following format with seal and signature. 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.
MUDRA may at its sole discretion accept or reject all or any of the deviations, however it may
be noted that the acceptance or rejection of any deviation by MUDRA will not entitle the bidder
to submit a revised commercial bid.
Further, any deviation mentioned elsewhere in the response other than in this format shall not
be considered as deviation by MUDRA.
List of Deviations
S. Clarification point Page Section No. in Comment/ Suggestion/
N. as stated in the No. In RfP Deviation
tender document RfP
1.

2.
3
<additional rows may be added, if required>

Date Signature of Authorised Signatory:

Place Name of the Authorised Signatory:

Designation:

Name of the Organisation:

Seal:

Page 75 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.18 Annexure – XII: Commercial Bid


(To be submitted on Bidder’s company letter head)
A. Cost Towards Services (including taxes)
(Amount in Rupees)

For providing details of Commercial bid please populate Excel Sheet MUDRA RfP Annexure
XII Format with financial values duly filled which is part of attachment to the RfP

Total Amount Quoted in Words ₹ .................................................................................

Date Signature of Authorised Signatory:

Place Name of the Authorised Signatory:

Designation:

Name of the Organisation:

Seal:

Note:
1. No conditions should be stipulated in the commercial bids. Conditional bids shall be
rejected.
2. The total amount quoted (S.N. ‘B’) will be the basis for determining the lowest bidder.

Page 76 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.19 Annexure – XIII: Performance Bank Guarantee


(To be executed on a non-judicial stamp paper of requisite value by the Shortlisted Bidder)

KNOW ALL MEN BY THESE PRESENTS that in consideration of Micro Units Development &
Refinance Agency Limited (MUDRA), a NBFC Company incorporated under the Companies
Act, 2013, and having its Corporate Office at MUDRA at 1st Floor, MSME Development
Centre, Plot No. C-11, G Block, Bandra Kurla Complex (BKC), Bandra (E), Mumbai - 400 051
(hereinafter called the MUDRA ) having agreed to award a contract to M/s. ‘ ________ having
its office at ‘ __________________, (hereinafter called "the Service Provider") for “ Software
Delivery, Implementation and Hosting for MUDRA ” on the terms and conditions contained
in the Purchase order No………. dated __________ placed with the Service Provider and
MUDRA (hereinafter called "the said Order”) which terms, inter alia, stipulates for submission
of Bank guarantee for 10% of the contract value i.e. `. _______ (Rupees
_____________________ only), for the due fulfillment by the Service Provider of the terms
and conditions of the said Order.
At the request of the Service Provider, (Bank name & address) _______, having its principal/
registered office at ____________________________ and, for the purposes of this
Guarantee, acting through its branch namely (Bank name & address)______ _______ (herein
after referred to as (Bank name) _____________ which term shall mean and include, unless
to repugnant to the context or meaning thereof, its successors and permitted assigns), hereby
issue our guarantee No ____________________ in favour of Micro Units Development &
Refinance Agency Limited (MUDRA)
1. We, do hereby unconditionally and irrevocably undertake to pay to MUDRA, without any
demur or protest, merely on receipt of a written demand in original before the close of
banking business hours on or before ____________, at our counters at (Bank address)
________ from MUDRA an amount not exceeding _________________ by reason of any
breach by the Service Provider of the terms and conditions contained in the said
Agreement, the opinion of the MUDRA regarding breach shall be final, conclusive and
binding.
2. We do hereby guarantee and undertake to pay forthwith on written demand to MUDRA
such sum not exceeding the said sum of `. _______ (Rupees _____________________
only) as may be specified in such written demand, in the event of the Service Provider
failing or neglecting to perform the said Order for “Software Delivery, Implementation
and Hosting for MUDRA” to MUDRA in the manner and in accordance with the design
specification, terms and conditions, contained or referred to in the said Order during its
tenure.
3. We further agree that the guarantee herein contained shall remain in full force and effect
till all obligations of Service Provider under or by virtue of the said Order have been fully
and properly carried out or till validity date of this guarantee i.e. ________, whichever is
earlier.
4. We undertake to pay to MUDRA all the money as per this Guarantee, notwithstanding any
dispute or disputes raised by the Service Provider in any suit or proceeding pending before
any court, tribunal or authority relating thereto or otherwise and our liability under these
being absolute and unequivocal.
5. We further agree with you that MUDRA shall have the fullest liberty without our consent
and without affecting in any manner our obligation hereunder (i) to vary any of the terms
and conditions of the said Order (ii) to extend time for performance by the said Service
Provider from time to time or postpone for any time (iii) to exercise or forbear to exercise
any of the powers exercisable by MUDRA against said Service Provider and to forbear or
enforce any of the terms and conditions relating to the said agreement and we shall not

Page 77 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
be relieved from our liability by reasons of any such variations or modifications or extension
being granted to the said Service Provider for any forbearance act or omission on the part
of MUDRA or any indulgence by the MUDRA to the said agreement or by any such matter
or thing whatsoever which under the law relating to sureties would, but for this provisions,
have an effect of so relieving us. However, nothing contained hereinbefore shall increase
our liability under the guarantee above __________________ or extend beyond
_____________

6. The liability under this guarantee is restricted to `. _______ (Rupees


_____________________ only) and will expire on (date) _______ and unless a claim in
writing is presented to us at counters at (bank & address) _____________________ on or
before (date) __________ all your rights will be forfeited and we shall be relieved of and
discharged from all our liabilities hereunder.
7. The Guarantee herein contained shall not be determined or affected by Liquidation or
winding up or insolvency or closure of the Service Provider or any change in the
constitution of the Service Provider or of the Bank.
8. The executants have the power to issue this guarantee and executants on behalf of the
Bank and hold full and valid Power of Attorney granted in their favour by the Bank
authorizing them to execute this guarantee.
9. Notwithstanding anything contained hereinabove, our liability under this guarantee is
restricted to `___________ (Rupees______________).
10. This guarantee shall remain in force until (date) _________. Our liability hereunder is
conditional upon your lodging a demand or claim with us and unless a demand or claim is
lodged with us on or before (date) _________, your rights under the guarantee shall be
forfeited and we shall not be liable there under. This guarantee shall be governed by and
construed in accordance with the laws of India. The Guarantee will be returned to the Bank
when the purpose of the guarantee has been fulfilled or at its expiry, whichever is earlier.
11. We, (bank name, place) __________lastly undertake not to revoke this guarantee during
its currency except with the previous consent of MUDRA in writing.
12. Notwithstanding anything to the contrary contained herein, the liability of (bank name &
place) under this guarantee is restricted to a maximum total amount of ` _________
(Rupees _____________).
13. Our liability pursuant to this guarantee is conditional upon the receipt of a valid and duly
executed written claim, in original, by (bank name & address) __________, delivered by
hand, courier or registered post, prior to close of banking hours on (date) ________, failing
which all rights under this guarantee shall be forfeited and (bank name & place)
_____________ shall be absolutely and unequivocally discharged of all of its obligations
hereunder. This Guarantee shall be governed by and construed in accordance with the
laws of India and competent courts in the city of (place ______) shall have exclusive
jurisdiction.
14. Kindly return the original of this guarantee to (bank name & address) upon the earlier of
(a) its discharge by payment of claims aggregating to ` _________ (Rupees
_____________) (b) fulfillment of the purpose for which this guarantee was issued; or (c)
________ (date)”
15. All claims under this guarantee will be made payable at (bank name & address)
______________ by way of DD payable at Mumbai

Page 78 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
In witness, thereof we ...................... have set and subscribed our hand and seal this
........................ day of .........................2014.

SIGNED, SEALED AND DELIVERED.

BY

AT

IN THE PRESENCE OF WITNESS : 1) Name..........................


Signature.......................
Designation..................

2) Name..........................
Signature.......................
Designation..................

Page 79 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.20 Annexure-XIV: Integrity Pact


(To be submitted on Letter Head of the Company)

1 General
This pre-bid-pre-contract Agreement (hereinafter called the Integrity Pact) is made at
_________ place___ on ---- day of the month of -----, 2017between Micro Units Development
& Refinance Agency Limited(MUDRA) , having its Registered Office at 1st Floor, MSME
Development Centre, C-11, G-Block, Bandra-Kurla Complex, Bandra (E), Mumbai 400051
(hereinafter called the “BUYER”/MUDRA, which expression shall mean and include, unless
the context otherwise requires, its successors and assigns) of the First Part and M/s ---
represented by Shri ----, Chief Executive Officer (hereinafter called the “BIDDER/SELLER”
which expression shall mean and include, unless the context otherwise requires, his
successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to appoint a Vendor for Software delivery and
Implementation for MUDRA and the BIDDER/Seller is willing to offer/has offered to deliver the
product and associated services for implementation.

WHEREAS the BIDDER is a private company/public company/Government


undertaking/partnership/ registered export agency, constituted in accordance with the relevant
law in the matter and the BUYER is a Company set up under Companies Act, 2013, registered
as an NBFI with RBI.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from
any influence /prejudiced dealing prior to, during and subsequent to the currency of the
contract to be entered into with a view to: -
Enabling the BUYER to obtain the desired said stores/equipment/services at a competitive
price in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to
secure the contract by providing assurance to them that their competitors will also abstain
from bribing and other corrupt practices and the BUYER will commit to prevent corruption in
any form by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this integrity Pact and agree as follows:
2 Commitments of the BUYER
2.1 The BUYER undertakes that no officer of the BUYER, connected directly or indirectly with
the contract, will demand, take a promise for or accept, directly or through intermediaries,
any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any
other advantage from the BIDDER, either for themselves or for any person, organization
or third party related to the contract in exchange for an advantage in the bidding process,
bid evaluation, contracting or implementation process related to the contract.
2.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to
all BIDDERs the same information and will not provide any such information to any

Page 80 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
2.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach, if any, comes to his/ her knowledge.
2.4 In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to
be correct by the BUYER, necessary disciplinary proceedings, or any other action as
deemed fit, including criminal proceedings may be initiated by the BUYER and during such
a period shall be debarred from further dealings related to the contract process. In such a
case while an enquiry is being conducted by the BUYER the proceedings under the
contract would not be stalled.
3 Commitments of BIDDERs
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post-
contact stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following: -
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any officials of the BUYER, connected
directly or indirectly with bidding process, or to any person, organization or third party
related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe , gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the BUYER or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any
other contract with the Government for showing or forbearing to show favour or
disfavor to any person in relation to the contract or any other contract with the
Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original manufacture/integrator/authorized government sponsored export entity of the
defence stores and has not engaged any individual or firm or company whether Indian
or foreign to intercede, facilitate or any way to recommend to the BUYER or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, or has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed
to or intends to make to officials of the BUYER or their family members, agents,

Page 81 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
brokers or any other intermediaries in connection with contract and the details of
services agree upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain or
pass on the others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
3.10 BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of
the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative to any of the officers of the BUYER
or alternatively, if any relative of the officer of the BUYER has financial interest/stake
in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filling
of tender.
The term ‘relative’ for this purpose would be as defined in Section 2 (77) of the Companies
Act, 2013.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.
4 Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this integrity Pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public-Sector Enterprise
in India or any Government Department in India that could justify BIDDER’s exclusion from
the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be terminated
for such reason.
5 Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount ₹ 6,50,000/- as
Earnest Money/Security Deposit, with the BUYER through any of the following instrument.
(i) Bank Draft or a Pay Order in favour of Micro Units Development & Refinance Agency
Limited (MUDRA), Payable at Mumbai.
(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the BUYER immediately on demand without any demur whatsoever
and without seeking any reasons whatsoever. The demand for payment by the BUYER
shall be treated as conclusive proof of payment.
5.2 Earnest Money/Security Deposit shall be valid till the date of bid validity as mentioned in
the RfP.
5.3 In case of the successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provision of Sanctions

Page 82 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by
the BUYER to forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.
5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security
Deposit for the period of its currency.
6 Sanctions for Violations
6.1 Any breach of the aforesaid provision by the BIDDER or any one employed by it or acting
on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the
BUYER to take all or any one of the following actions, wherever required :-
i. To immediately call off the pre contract negations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with other
BIDDER(s) would continue
ii. The Earnest Money Deposit (in pre-contract stage) and /or Security
Deposit/Performance Bond) (after the contract is signed) shall stand forfeited either
fully or partially, as decided by the BUYER and the BUYER shall not be required to
assign any reason therefore.
iii. To immediately cancel the contract, if already signed, without giving any compensation
to the BIDDER.
iv. To recover all sums already paid by the BUYER, and in case of Indian BIDDER with
interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of
India, while in case of a bidder from a country other than India with interest thereon at
2% higher than LIBOR. If any outstanding payment is due to the bidder from the buyer
in connection with any other contract for any other stores, such outstanding payment
could also be utilized to recover the aforesaid sum and interest.
v. To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
BUYER along with interest.
vi. To cancel all or any other Contracts with the BIDDER, the BIDDER shall be liable to
pay compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER
vii. To debar the BIDDER from participating in future bidding processes of the buyer or its
associates or subsidiaries for minimum period of five years, which may be further
extended at the discretion of the BUYER.
viii. To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or
agent or broker with a view to securing the contract.
ix. In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the BUYER with BIDER, the same shall not be opened.
x. Forfeiture of Performance Bond in case of decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x)
of this Pact also on the commission by the BIDDER or any one employed by it or acting
on its behalf (whether with or without the knowledge of the BIDDER), of an offence as
defied in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988
or any other statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provision of this Pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,

Page 83 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
the BIDDER can approach the independent Monitor(s) appointed for the purposes of this
Pact.
7 Fall Clause
7.1 The BIDDER undertakes that it has not supplied/is not supplying similar products /systems
or subsystems at a price lower than that offered in the present bid in respect of any other
Ministry/Department of the Government of India or PSU and if it is found at any stage that
similar product/systems or sub systems was supplied by the BIDDER to any other
Ministry/Department of the Government of India or a PSU at a lower price, then that very
price, with due allowance for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has
already been concluded.
8 Independent Monitors
8.1 The Buyer has appointed Independent Monitors (hereinafter referred to as Monitors) for
this Pact in consultation with the Central Vigilance Commission. Details given in Critical
Information section of RfP.
8.2 The Monitors shall not be subject to instruction by the representatives of the parties and
perform their functions neutrally and independently.
8.3 Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
8.4 As soon as the Monitor notices or has reason to believe, a violation of the Pact, he will so
inform the Authority designated by the BUYER
8.5 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all
Project documentation of the BUYER including that provided by the BIDDER. The
BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documents. The same is applicable
to Subcontractors. The Monitor shall be under contractual obligation to treat the
information and documents of the BIDDER/Subcontractor(s) with confidentiality
8.6 The BUYER will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the
contractual relations between the parties. The parties will offer to the Monitor the option
to participate in such meetings
8.7 The Monitor will submit a written report to the designed Authority of the BUYER within 8 to
10 weeks from the date of reference or intimation to him by the BUYER/BIDDER and
should the occasion arise, submit proposals for correcting problematic situations.
9 Facilitation of Investigation
In case of any allegation of violation of any provision of this Pact or payment of commission,
the BUYER or its agencies shall be entitled to examine all the documents including the
Books of Accounts of the BIDDER and the BIDDER shall provide necessary information

Page 84 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in
and documents in English and shall extend all possible help for the purpose of such
examination.
10 Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the BUYER i.e. Mumbai.
11 Other Legal Actions
The action stipulated in this integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.
12 Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5
years or the complete execution of the contract to the satisfaction of both the BUYER
and the BIDDER/Seller, including warranty period, whichever is later in case BIDDER
is unsuccessful, this integrity Pact shall expire after six months from the date of the
signing of the contract.
12.2 Should one or several provisions of the Pact turn out to be invalid, the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an agreement
to their original intentions.

13 The parties hereby sign this integrity Pact, at _______________ on ________________

BIDDER BUYER

Name of the Officer


Designation Chief Executive Officer
MUDRA
Witness Witness
1.______________ 1.___________________
2._____________ 2.___________________

Page 85 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

11.21 Annexure XV: Proposed Team Profile

S.N. Name of Role Qualificat Experience in similar


Proposed (Engagement -ion assignment
Engagement Manager / No of Details of
Manager / Team Team Assignments Client (Out of
Member Member) which Banks/
FIs/ MFIs/BFSI)

Note:
Documentary proof along with complete details of the work.

Date Signature of Authorised Signatory:


Place Name of the Authorised Signatory:
Designation:
Name of the Organisation:
Seal:

Page 86 of 87
Micro Units Development and Refinance Agency Limited
1st floor, MSME Development Centre, Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051.
Web Site : www.mudra.org.in

END OF RFP

Page 87 of 87

You might also like