Professional Documents
Culture Documents
Page 0 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
INDEX
INTRODUCTION ......................................................................................................................................................... 4
DISCLAIMER ............................................................................................................................................................... 4
PART I - PROJECT SPECIFIC TERMS & CONDITIONS: ................................................................................................ 5
1.1 SCHEDULE OF BIDDING PROCESS: ....................................................................................................... 5
1.2. COST OF BID DOCUMENT& EARNEST MONEY DEPOSITS (EMD): ....................................................... 6
1.3. QUALIFICATION CRITIERIA (QC): ........................................................................................................ 6
1.3.A. OEM QUALIFICATION CRITERIA:................................................................................................... 6
1.3.B BIDDER QUALIFICATION CRITERIA ................................................................................................. 7
1.4 BRIEF REQUIREMENT: ............................................................................................................................. 8
1.5 SCHEDULES & PENALTY ........................................................................................................................... 10
1.6 COMPREHENSIVE ONSITE WARRANTY ............................................................................................... 13
1.7 ATS & AMC – POST WARRANTY SUPPORT .......................................................................................... 13
1.8. BANK GUARANTEE ............................................................................................................................. 14
1.9. PAYMENT TERMS:................................................................................................................................ 15
1.10. PRICES AND TAXES .......................................................................................................................... 17
1.12. EVALUATON PROCESS: .................................................................................................................... 18
1.13 ELIGIBILITY BID ................................................................................................................................... 18
1.14 EVALUATION METHODOLOGY FOR ELIGIBLE BIDDER ..................................................................... 18
1.14.1 TECHNICAL BID EVALUATION..................................................................................................... 18
1.14.2 COMMERCIAL EVALUATION: ..................................................................................................... 20
1.14.3 AWARD OF CONTRACT: ............................................................................................................. 20
PART –II-GENERAL TERMS & CONDITIONS: ............................................................................................................ 22
2.1. SUBMISSION OF BIDS ......................................................................................................................... 22
2.1.1. SUBMISSION OF BIDS THROUGH E-TENDERING PORTAL: ........................................................... 22
2.1.2. SUBMISSION OF DOCUMENTS: .................................................................................................... 22
2.2 BID OPENING PROCESS: ..................................................................................................................... 23
2.3. COST OF BID DOCUMENT AND EARNEST MONEY DEPOSIT: ............................................................ 23
2.4. BIDDER’S INQUIRIES ON RFP & BANK’S RESPONSE: .......................................................................... 24
2.5. BIDDER’S RESPONSIBILITY VIS-À-VIS THIRD PARTY PRODUCTS / EQUIPMENTS / SOFTWARE: ......... 24
2.6. LIABILITIES OF THE BANK: ................................................................................................................... 24
2.7. OWNERSHIP: ....................................................................................................................................... 25
2.8. FURNISHING OF INFORMATION ........................................................................................................ 25
2.9. FORMAT AND SIGNING OF BIDS ....................................................................................................... 25
2.10. AUTHENTICATION OF ERASURES / OVERWRITING ETC. .................................................................. 25
2.11. AMENDMENTS TO RFP TERMS AND CONDITIONS: .......................................................................... 25
2.12. CONFIDENTIALITY & NON-DISCLOSURE AGREEMENT: ................................................................... 25
2.13 CLARIFICATION ................................................................................................................................. 25
2.14. ERRORS AND THEIR RECTIFICATION ................................................................................................ 26
Page 1 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
2.15. BANK’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS .............................................................. 26
2.16. CONTACTING THE BANK ................................................................................................................. 26
2.17. ACCEPTANCE OF CONTRACT ......................................................................................................... 26
2.18. FORMATION OF CONTRACT & EXECUTION OF SLA. ...................................................................... 26
2.19. ASSIGNMENT .................................................................................................................................... 26
2.20. USE OF CONTRACT DOCUMENTS AND INFORMATION .................................................................. 27
2.21. TERMINATION FOR DEFAULT ............................................................................................................ 27
2.22. TERMINATION FOR INSOLVENCY .................................................................................................... 27
2.23. FORCE MAJEURE .............................................................................................................................. 27
2.24. COPY RIGHT/LICENCE VIOLATION ................................................................................................. 28
2.26. LIMITATION OF LIABILITY: ................................................................................................................. 28
2.27. COMPLIANCE TO LABOUR ACT:...................................................................................................... 28
2.28. E-TENDERING: ................................................................................................................................... 28
2.29. PACKING: ......................................................................................................................................... 30
2.30. INSURANCE: ..................................................................................................................................... 30
2.31. OTHER TERMS AND CONDITIONS .................................................................................................... 30
2.32. RESOLUTION OF DISPUTES ................................................................................................................ 32
2.33 CORRUPT AND FRAUDULENT PRACTICES: ........................................................................................ 33
2.34 PRODUCT WITHDRAWAL ................................................................................................................... 33
2.35 SOLICITATION OF EMPLOYEES ......................................................................................................... 34
2.36 EXIT CLAUSE ...................................................................................................................................... 34
2.37 NAME AND CONTACT DETAILS OF IEM FOR THE ADOPTION OF INTEGRITY PACT IN PUBLIC SECTOR
BANK:......................................................................................................................................................... 34
PART – III-ANNEXURES............................................................................................................................................. 36
ANNEXURE-I-A-FUNCTIONAL REQUIREMENTS......................................................................................... 36
1.1 FUNCTIONAL REQUIREMENTS FOR LOS ........................................................................................... 36
1.2 TECHNICAL REQUIREMENT FOR LOS ............................................................................................... 37
1.3. LARGE CORPORATE & MID CORPORATE / CORPORATE BANKING – .......................................... 45
1.4 RETAIL BANKING .............................................................................................................................. 53
1.5 MSME (MICRO SMALL MEDIUM ENTERPRISES) BANKING .............................................................. 59
1.6 AGRI ADVANCE ............................................................................................................................... 65
1.7 DMS (DOCUMENT MANAGEMENT SYSTEM) ................................................................................... 72
ANNEXURE-I-B–TECHNICAL REQUIREMENT (PROJECT SCOPE) .............................................................. 83
ANNEXURE-II-A-FORMAT FOR TECHNICAL BID ....................................................................................... 83
ANNEXURE-II-B-OFFER COVERING LETTER............................................................................................. 101
ANNEXURE III-FORMAT FOR COMMERCIAL BID.................................................................................... 102
ANNEXURE IV – MANUFACTURER AUTHORISATION FORM ................................................................... 105
ANNEXURE V-LETTER OF UNDERTAKING ................................................................................................ 106
ANNEXURE VI-SELF DECLARATION – BLACKLISTING ............................................................................. 107
ANNEXURE VII -BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT ..................................... 108
Page 2 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
ANNEXURE VIII-PROFORMA OF BANK GUARANTEE (DELIVERY & IMPLEMENTATION) ........................ 110
ANNEXURE IX-PROFORMA OF BANK GUARANTEE (PERFORMANCE) .................................................. 113
ANNEXURE X-FORMAT FOR NON-DISCLOURE AGREEMENT ................................................................ 117
ANNEXURE XI– PRE-IP-COVERING LETTER ............................................................................................. 122
ANNEXURE XII-PRE CONTRACT INTEGRITY PACT .................................................................................. 123
ANNEXURE XIII–UNDERTAKING OF INFORMATION SECURITY .............................................................. 132
Page 3 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
INTRODUCTION
Indian Overseas Bank (hereinafter referred to as “Bank”) invites Request for Proposal
(hereinafter referred to as “RFP”) from well-reputed vendors for Supply, Implementation
and Maintenance of Loan Origination System (LOS) Including Document Management
System (DMS) (hereinafter collectively also referred to as “Solution”) based on the
requirements, specifications, terms and conditions laid down in this RFP and its
Annexes.
DISCLAIMER
The information contained in this Request for Proposal (“RFP”) document or information
provided subsequently to bidders or applicants whether verbally or in documentary form
by or on behalf of Indian Overseas Bank (or Bank), is provided to the bidder(s) on the
terms and conditions set out in this RFP document and all other terms and conditions
subject to which such information is provided.
This RFP document is not an agreement and is not an offer or invitation by the Bank to
any parties other than the applicants who are qualified to submit the bids (hereinafter
individually and collectively referred to as “Bidder” or “Bidders” respectively). The purpose
of this RFP is to provide the Bidders with information to assist the formulation of their
proposals.
This RFP does not claim to contain all the information each Bidder requires. Each Bidder
may conduct its own independent investigations and analysis and is free to check the
accuracy, reliability and completeness of the information in this RFP. The Bank makes no
representation or warranty and shall incur no liability under any law, statute, rules or
regulations as to the accuracy, reliability or completeness of this RFP. The information
contained in the RFP document is selective and is subject to updating, expansion, revision
and amendment. It does not purport to contain all the information that a Bidder require.
Bank in its absolute discretion, but without being under any obligation to do so, can
update, amend or supplement the information in this RFP. Such change will be published
on the Website (www.iobtenders.auctiontiger.net) and it will become part of RFP. Indian
Overseas Bank reserves the right to reject any or all the proposals received in response to
this RFP document at any stage without assigning any reason whatsoever. The decision
of the Bank shall be final, conclusive and binding on all the parties. Bank reserves the
right to cancel the entire bid at any point of time, or disqualify any particular bidder, if it
finds that fair play is not maintained by the bidder.
THIS RFP CONSIST OF THREE PARTS. PART I - DETAILS PROJECT SPECIFIC TERMS AND
CONDITIONS, PART II DETAILS GENERAL TERMS AND CONDTIONS AND PART III DETAILS
SUBMISSION OF VARIOUS DOCUMENTS AS PER FORMATS PROVIDED AS ANNEXES.
Page 4 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 5 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Bidders who are registered with National Small Industries Corporation (NSIC)/ Udyog
Aadhaar Memorandum under MSME Act are exempted for the submission of Cost of Bid
document and EMD. Documentary Proof of Registration Certificate to be submitted
along with the technical bid.
1. The OEM (Both LOS and DMS) should be profitable in last 03 financial years. Figures
for an accounting period exceeding 12 months will not be acceptable) in the
immediate preceding 3 financial years as per audited accounts. Annual reports
of 2016-17, 2017-18 and 2018-19 should be attached. OEMs who are yet to publish
their audited document for the year 2018-19, must submit the provisional/CA
certified results for the FY 2018-19. (Documentary proof should be attached.)
2. The OEM (Both LOS and DMS) should have average turnover of at least 500 Crores
Turn-Over with positive Net worth in the last 3 financial years. CA Certificate for the
same to be submitted.
3. The LOS solution should comply with CVC/MeitY and other regulatory guidelines,
ISO 27001 & IT Act 2001(along with its amendments) standards as modified from
time to time. ISO certificates & undertaking for compliance with Regulatory
Guidelines to be submitted.
4. The proposed OEMs (LOS & DMS) shall undertake that the proposed solution /
software to be supplied will be free of malware, free of any obvious bugs and free
of any covert channels in the code (of the version of the application being
delivered as well as any subsequent versions/modifications done.
5. The proposed LOS solution should be installed and working satisfactorily in any two
scheduled commercial banks (preferably public sector banks) with a minimum of
1000 branches as on the date of submission of bids with minimum of 5000 users.
OEM to submit necessary proof of document & references for the same. OEM to
submit any 2 of the following documents as proof of document:
Page 6 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
• Purchase Orders from the client Bank
• Letter of Satisfactory Installation and Performance
• Installation Certificates.
6. The OEM of the proposed LOS should have a development center and R&D facility
in India with 500 employees. Documentary proof for R&D facility and CA certificate
for the number of employees to be submitted.
2. The bidder/ or its parent company (bidder should be 100% owned subsidiary of the
parent company) has registered an average turnover of Rs. 500 Crore (Rupees
Five Hundred Crore) (Financial year shall mean an accounting period of 12
months. Figures for an accounting period exceeding 12 months will not be
acceptable) in the immediate preceding 3 financial years as per audited
accounts. Annual reports of 2016-17, 2017-18 and 2018-19 should be attached.
OEMs who are yet to publish their audited document for the year 2018-19, must
submit the provisional/CA certified results for the FY 2018-19. (Documentary proof
should be attached.)
3. The bidder or its parent company (bidder should be 100% owned subsidiary of the
parent company) has registered net profit (after tax) for at least two financial years
(Financial year shall mean an accounting period of 12 months. Figures for an
accounting period exceeding 12 months will not be acceptable) in the immediate
preceding 3 financial years as per audited accounts. Annual reports of 2016-17,
2017-18 and 2018-19 should be attached. OEMs who are yet to publish their
audited document for the year 2018-19, must submit the provisional/CA certified
results for the FY 2018-19. (Documentary proof should be attached.)
4. The Bidder should be premium partner of the both LOS & DMS OEMs as on the date
of the submission of technical bids. The Bidder must be in position to provide
support / maintenance / up gradation during the period of contract with the Bank
and must be having back-to-back support from the OEM. Bidder to submit a letter
of authorization / Manufacturer Authorization Form (MAF) as per format provided
in Annexure IV of this RFP from both the OEMs. Either OEM of the LOS or its partners
can participate in this bid.
5. The bidder should have supplied and installed any similar solution (Loan Origination
System, Document Management System, Core Banking Solution, Internet Banking
Solution) in any scheduled commercial banks with more than 500 branches with a
minimum of 3000 users within last three years from the date submission of bids. The
Page 7 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
supplied solution should be in use as on the date of submission. Bidder to submit
Purchase Orders/Letter of Satisfactory performance & client references along with
the technical bid.
6. The bidder should have a minimum of 2 OEM (of the proposed LOS) certified staff
on its payroll. These staff shall be assigned for implementation of the proposed
solution in IOB. Bidder to submit the details of this staff such as Name, Address,
Contact, CV, Years of Experience, OEM Certification etc. along with the technical
bid. In the event bidder does not have such resources, OEM to submit an
undertaking stating that the implementation of the solution shall be completed by
OEM and its own resources.
8. The bidder should submit a letter of undertaking stating to agree to abide by all
the terms and conditions stipulated by the Bank in the RFP including all annexes,
addendum and corrigendum for the supply and installation of Solution at Banks
Central Office, Regional offices, and other offices located across the Country
based on the requirements, specifications, terms and conditions laid down in this
Request for Proposal (RFP). Bidder to submit the letter as per format provided in
Annexure V of the RFP along with the technical bid.
9. The bidder should not have been blacklisted in any Central Government / PSU /
Banking / Insurance company in India as on date of issuance of the RFP for a similar
project. Bidder to submit the Self Declaration certificate as per format provided in
Annexure VI of the RFP along with the technical bid.
Bank intends to streamline the loan origination and tracking process in order to have
faster loan disbursals leading to business growth. This should also lead to lower defects to
ensure optimum returns on lending cycles and decreased operational costs improving
the bottom-line. The proposed Loan Origination System (LOS) should enhance customer
experience by streamlined operations that will enable faster responses to Customer
queries and requests. The Loan Origination System has to manage the end to end life
cycle of the loan. It should include lead management, loan origination and complete
end to end solution. The successful bidder shall be responsible for supply, implementation
and maintenance of the LOS and DMS. The Period of Contract shall be for a period of
seven years. The contract period will start from the date of Project Acceptance by the
Bank of the successful bidder. Bank has a total of 3300 (approx.) branches to be brought
under this solution. this number is subject to change as per the requirement and discretion
of the bank
Page 8 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
This request for proposal document (‘RFP document’ or RFP) has been prepared solely for
the purpose of enabling Indian Overseas Bank (‘Bank’) to select a bidder for
implementing and maintaining the LOS and DMS across the bank. Bank intends to follow
perpetual (lifetime) license plus ATS (Annual Technical Support) Licensing model for the
Solution.
Bidder shall submit a detailed architecture document detailing the below solution
environments, internal connections and their components (Bill of Materials) along with
the technical bid. The Solution architecture should be built considering the information
set out in this RFP, solution specific requirements and following solution environments:
1. UAT/Testing Environment
2. Development Environment
3. Production- Primary Data Centre Environment
4. Disaster Recovery Environment
App
Internal External
Environment Qty Component Purpose OS Server & Core RAM
Storage Storage
DB Server
Bank shall provide the Operating System (Windows) & Database (Microsoft SQL/Oracle)
to the Successful Bidder who has quoted the same in the Bill of Materials. For any other
OS and Database, Bidders shall provide the same and quote the prices in the commercial
bid. However, Bidders shall provide the details of the number of licenses required for all
type of software (OS/DB etc.)
Bidder shall define the sizing of the solution (Hardware/Software) in the technical bid. The
sizing of the above components should be based on the User information mentioned
elsewhere in the RFP and application specific requirements. All hardware/software
components should be enterprise in nature with OEM support available during the period
of the contract.
Page 9 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1.5 PROJECT MILESTONES & SCHEDULES:
The Loan Origination System must be implemented as per project scope within a period
of 4 months in totality from the date of placing of purchase order by the Bank. The solution
as per the required scope needs to be rolled out as per the delivery timelines mentioned
above. The phases of the Schedule are as follows
PROJECT PHASES:
1. User Acceptance Testing
2. Project Plan
3. Delivery of Solution
4. Installation of Solution at Bank’s Data Centers
5. Operationalization of Solution
6. Solution Review
7. Change Request
2. PROJECT PLAN:
Successful Bidder shall submit the project plan for complete delivery, installation of
the solution at Bank’s Data Centers and implementation of the solution as per the
Scope of Work & Functional Requirements detailed in the this RFP along with
Solution Architecture. SB shall also submit all the documents/references required
for Onsite engineer as per Scope of Work-Annexure I along with the project plan.
This plan should be submitted for review and bank’s acceptance within Two weeks
of the date UAT Signoff. Bank shall issue a Project Plan signoff accepting the same.
It shall be the responsibility of the successful bidder to submit and get the plan
approved by the Bank authorities within the timelines mentioned above without
any delay. Bank shall have the discretion to cancel the purchase order in lieu of
delay in submission of the project plan.
3. DELIVERY:
a. The solution hardware & software should be delivered at Banks Data Centers
within 6 (Six) weeks from the date of the UAT Signoff. The address of location
Page 10 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
for delivery & implementation of the solution shall be provided with the
purchase order
Delivery for the above purpose is deemed to be complete when the items
specified in the Purchase Order are delivered and date of delivery is the date
on which the item is delivered in full. Delivery/Implementation locations are
subject to change as per the discretion of the Bank.
d. NON-DELIVERY:
Failure of the successful bidder to comply with the above delivery
schedule, as stipulated in clause 1.5.3, shall constitute sufficient grounds
for the annulment of the award of contract and invocation of bank
guarantee (delivery).
Or
Page 11 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
4. INSTALLATION SCHEDULE:
Proof of Installation: SB shall submit either of the below set of documents (either a
or b) to Bank’s Central Office as proof of successful installation:
Or
5. OPERATIONALISATION SCHEDULES:
6. REVIEW: The supplied solution shall remain under review for a period of 3 months
from the date of Go Live Certificate as stated above. The project
implementation team of the OEM and of the successful bidder shall be readily
available during the review phase for troubleshooting and other support.
During the review phase, Bank may requests changes to the application as per
its requirement and no extra costs shall accrue to the bank for the effort
Page 12 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
involved in the same. Bank shall issue final acceptance signoff at the end of
the review phase.
7. CHANGE REQUEST: The functionalities of the solution finalised after the review
phase shall be considered as baseline functionalities of the solution for the
Bank. Any changes to this baseline functionality would be considered under
change request and the same would be handled through CR process. The costs
for Change Requests shall be arrived through mutual agreed terms between
the bank and the successful bidder.
The Successful Bidder shall warrant that the equipment/software (solution) intended
to supply under this RFP is new, unused, of the most recent models and that they
incorporate all recent improvements in design and materials. The bidder shall warrant
that all equipment /software supplied shall have no defect, arising from design,
materials or workmanship or from any act or omission of the Supplier that may develop
under normal use of the supplied Hardware. The equipment should have an initial
comprehensive on-site warranty period for 3 years from the date of installation or 37
months from the date of delivery whichever is earlier. The comprehensive onsite
warranty shall be with OEM back to back to support. The word “warranty‟ in this
document refers to “comprehensive onsite warranty
1. The bidders shall quote Support Charges for the Solution for a period of 4 years
after the initial comprehensive onsite warranty period of 3 years in the
commercial bid (Annexure III)
2. Rates to be quoted for the post warranty period must for a support similar to the
one extended during warranty period with OEM back to back support. Support
charges should be quoted for a minimum of 6% of the cost of each component
(hardware/software).
3. Bank reserves its right to enter into Support services with the successful bidder,
for the post warranty period.
4. In case the Bank decides to enter into Support Services, the successful bidder
shall ensure that the type of support / maintenance services extended for the
equipment during the support period, after the initial comprehensive onsite
warranty period of three years, is similar to the one extended during warranty
period.
Page 13 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Support Services:
Support services needs to be provided by the successful bidder for all in-scope
applications. SB needs to ensure following services as a part of ATS but not limited to:
• Product upgrades & enhancements
• Maintenance releases
• Statutory and Regulatory Updates
• Patches & bug fixes
• Distributed on CDs or online download methods
• Updates/ Upgrades/ New releases/ New versions need to be notified to the Bank
about the same and need to be covered as part of AMC/ ATS. Upgrades would
include product releases to incorporate technological changes, consolidating
all bug fixes, consolidating all enhancement requests made by the Bank.
• Review on yearly basis for version upgrade of in-scope applications and report
to Bank such details in advance along with plan for version upgrade. Intimate the
Bank for various technology upgrades released by OEM‟s along with feasibility &
impact analysis. Also propose migration plan for technology upgrade due to
OEM releases.
• Planning and implementing version up-gradation, migration, testing of the
application. In case Bank engaging OEM directly for version upgrade, then the
successful bidder is required to carry out Program Management Responsibilities
to ensure end-to-end completion of the activities. Post version upgrade,
successful bidder is required to manage & support the application along with the
IT hardware.
• Develop/ customization of in-scope applications as per regulatory/ statutory
requirement.
• Mandates from various interchanges/ information security/ enhancement/ any
other requirement.
• Patch management, release update and upgrade of in-scope applications
during the contract period, all update or upgrade needs to be done with
concurrence of the Bank. The successful bidder to ensure that necessary due
diligence in carried out for pre-testing before releasing to UAT (User Acceptance
Test).
Page 14 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
3. Successful Bidder shall submit Bank Guarantee for Performance as per format
given Annexure IX within15 days of successful Go Live . Bank guarantee for
Performance shall be valid for a period of 84 months from the date of Go Live
Certificate with a claim period of 12 months for an amount equal to 10% of the
total order value (PO Value) and should be submitted one month prior to the
expiry of bank guarantee as per 1.8.1 above.
4. Bank guarantee (for delivery & implementation) as stipulated vide point 1.8.1
above shall be released by the Bank on successful completion of implementation
of solution and on submission of the Bank Guarantee (for performance) as
stipulated vide clause 1.8.3 of the RFP.
6. Bank reserve its right to invoke the Bank Guarantees (for delay in delivery or non-
delivery/ performance) on the following grounds and as per terms and conditions
stipulated in the Bank Guarantee:
a) Delay / non-delivery/ Delay in Implementation beyond stipulated schedule
as per clause 1.5 of the RFP.
b) Non Performance of the SLA terms and conditions.
1. Payment Authority: All payments shall be released by Bank’s Central Office as per
the terms and conditions stated in subsequent clauses.
2. Payment Terms deliverables: The successful bidder shall submit the following
documents to Bank’s Central Office before raising invoices:
i. 80% Cost of Solution Hardware (Annexure III Table I- Serial No 1.a) shall be
released on successful delivery on submission of invoices & documents
specified in clause 1.9.2 above.
Page 15 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
ii. Balance 20% Cost of Solution Hardware (Annexure III Table I- Serial No 1.a)
shall be released on successful UAT on submission of Go Live Certificate.
iii. 100% Cost of System Software ( Annexure III Table I- Serial No 1.b) shall be
released on successful Go Live on submission of Go Live Certificate.
iv. 100% Cost of Solution Application Software (Annexure III Table I- Serial No
1.c) shall be released on successful Go Live on submission of Go Live
Certificate.
v. 100% Cost of Other Licenses (Annexure III Table I- Serial No 1.d) shall be
released on successful Go Live on submission of Go Live Certificate.
vi. Bank shall issue separate purchase orders for additional licenses (Annexure
III Table I- Serial No 1.e & 1.f). Payment shall be released on submission of
Invoices and license confirmation documents.
vii. 70% of the implementation cost (Annexure III Table II- Serial No 1.a) after go-
live sign off from Bank. Go Live Sign Off in the form of Acceptance Test
should be signed by both Banks identified Project Manager & vendor
representative.
viii. 30% of the implementation cost (Annexure III Table II- Serial No 1.a) after
Review Phase from Bank. Solution Acceptance in the form of final
acceptance certificate should be signed by both Banks identified Project
Manager & vendor representative. Operational Issues will be part of
Managed Services and not part of Go-Live Sign Off.
ix. Change Requests (Annexure III Table II- Serial No 1.b): Bank shall release the
payment for Change Requests as per the mutually agreed terms with the
successful bidder.
x. 100% payment for training (Annexure III Table II- Serial No 1.c) shall be
released on submission of invoices and training completion confirmation by
authorized official of the bank.
xi. Support Charges (Table III – Annexure III) shall be paid on yearly basis in
advance for 4th to 7th year on submission of invoices and other MIS/PM
reports
xii. Onsite Support Charges (Table IV – Annexure III) – Payable quarterly at the
end of each quarter against receipt of satisfactory support report of
previous quarter from the Bank’s Project /Operation Manager.
There shall be no escalation in the prices once the prices are fixed and agreed to by the
Bank and the vendor. Payment will be release by IT Dept., as per above payment terms
on submission of mentioned supporting documents.
Page 16 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
2. The quoted prices shall be exclusive of GST and inclusive of all applicable duties.
3. The quoted prices shall be all inclusive of technical service charges, if any, for
configuration and installation at the location as specified by the Bank in the
Purchase Order, charges for media, charges for packing, freight and forwarding,
transit insurance and local transportation charges, Hamali charges and charges
such as cost towards boarding, traveling, lodging etc.
4. The quoted price should as per scope, functional requirements & technical
specifications mentioned in the RFP.
5. The quoted price should be inclusive of Travelling, Boarding, and Lodging and for
any incidental expenses. Bank shall not bear any other cost other than the one
indicated in the Commercial Bid format.
6. Applicable taxes like TDS and NEFT charges, if any will be deducted from the
amount payable.
7. Prices quoted by the Bidder shall remain fixed during the Bidder’s performance of
the contract and will not be subject to variation on any account.
9. Price should not be indicated at any place in the Technical Bid. If the price is
indicated in the technical bid, the entire bid will be summarily rejected.
10. The prices shall be quoted in Indian Rupees. Any reference made to variation in
pricing due to appreciation / depreciation of Indian rupees against any other
currency is not acceptable.
11. Bids (both technical as well as commercial bid) shall be valid for a period of 180
days from the last date for submission of bids. Bids submitted with a short validity
period will be treated as non-responsive and will be rejected.
12. Bids shall be submitted strictly as per the format given in the bid and any addition
/ deletion / change in the format will be summarily rejected.
13. Bids without signature of authorized signatory of the bidder will be summarily
rejected
Page 17 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Bank reserve its right to accept / reject any bid, which is not in line with these
conditions.
During evaluation of the Tenders, the Bank, at its discretion, may ask the Vendor for
clarification in respect of its tender. The request for clarification and the response shall be
in writing, and no change in the substance of the tender shall be sought, offered, or
permitted. The Bank reserves the right to accept or reject any tender in whole or in parts
without assigning any reason thereof. The decision of the Bank shall be final and binding
on all the vendors to this document and bank will not entertain any correspondence in
this regard.
Eligibility criterion for the Vendor to qualify this stage is clearly mentioned in clause1.3 of
this document. The vendor would need to provide supporting documents as part of the
eligibility proof.
After qualifying the eligibility criteria, the evaluation will be a three stage process. The
stages are:
The technical evaluation and the commercial evaluation shall have the weightage of
60% and 40% respectively and this weightage shall be considered for arriving at the
successful bidder. The evaluation methodology vis-à-vis the weight-ages are as under:
The vendor needs to achieve a cut – off score of 70 marks in this evaluation stage to be
qualified for commercial bid opening. Only those vendors who achieve the specified cut
– off scores would be short-listed for Commercial Bid Submission & Evaluation. Further the
vendor must score a minimum of 80% compliance in each Functional and Technical
Specifications compliance. Even if the vendor meets the 70-mark cut-off and does not
Page 18 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
meet this criterion of 80% compliance, the vendor would have deemed not to be
meeting the RFP Functional and Technical requirements. The Technical Proposal will be
evaluated for technical suitability and the criteria for evaluation of technical bids are as
under:
Bidders shall submit proof of document for criteria detailed above. It shall be the
responsibility of the bidders to submit relevant proof of document. Scoring shall be done
based on the documents submitted along with the technical bid and no further
correspondence shall be sent in this regard. The total marks scored in the technical
evaluation shall be informed to the participating bidders.
Page 19 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
a. Technically qualified bidders as per clause 1.14.1 above, shall be intimated of their
status and they would be advised to submit their commercial bids in the bank’s e-
tendering portal.
c. Bid with the lowest price quoted shall be given a notional score of 100 and other
bids shall be scored as per the following example:
b. On the basis of combined weighted score for quality and cost, the bidder
shall be ranked in terms of the total score obtained. The bidder obtaining the
highest total combined score in evaluation of quality and cost will be ranked
as H1 followed by the proposals securing lesser marks as H-2, H-3 etc.
Page 20 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
c. Contract shall be awarded to the H-1 Bidder or bidder with highest score.
Bank may at its own discretion may invite H-1 Bidder for further negotiations.
In the event, two or more than two highest scoring bidders are awarded
equal final scores, the bidder having the highest technical score shall be
considered as the H1 bidder.
d. If for any reason H1 bidder backs out or the purchase order given to the H1
Bidder does not get executed in part / full, the Bank shall forfeit the EMD &
invoke bank guarantee for delivery/performance and go for a retender.
Page 21 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Bidders satisfying the Project Specific terms and conditions and General terms and
conditions specified in this RFP and ready to provide the said services as detailed in this
document (Scope of Work - Annexure I-A and I-B) in conformity with Technical
Specification stipulated in Annexure I-A and I-B may submit their bid through Bank’s e-
tendering service provider website https://iobtenders.auctiontiger.net on or before the
time line stipulated vide clause 1.1 of the RFP. Refer clause 2.28 for E-Tender Service pre
requisite for bid submission.
Bank’s e-tendering website will not allow any bids to be submitted after the deadline for
submission of bids. In the event of the specified date and time for the submission of bids,
being declared a holiday for the Bank, e-tendering website will receive the bids up to the
appointed time on the next working day. Extension / advancement of submission date
and time will be at the sole discretion of the Bank.
In addition to uploading the documents in the e-tendering portal, Bidder should also
submit the following in a sealed cover to the address notified in the clause 1.1 of the RFP
on or before schedule mentioned in clause 1.1 of the RFP.
a. Bank Draft / Bankers Cheque for Rs. 30,000/- (Rupees Thirty Thousand Only – non-
refundable) towards cost of documents.
b. Bank Guarantee in lieu of EMD for Rs. 75,00,000/- (Rupees Seventy Five Lakh Only).
In case the above documents are not submitted on or before the schedule mentioned
in clause 1.1 of the RFP, the bid will be rejected even if the same is uploaded in the Bank’s
e-tendering service provider website.
The above documents in a sealed cover should be put in the tender box kept in the
infrastructure division of Information Technology Department of the Bank’s Central Office,
Chennai on or before the date and time mentioned in the Schedule for bidding process
given in clause 1.1of this RFP or they may be handed over to any one of the officers of
the Bank’s Information Technology Department, Central Office, Chennai mentioned in
clause 1.1 of the RFP
Page 22 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Bids received in any other mode other than the mode stipulated above, will not be
accepted.
The Bank will follow a two bid submission & opening process through e-tendering system
as follows:
In the first stage, the technical bids submitted in Bank’s e-tendering website shall be
opened in the presence of available authorised representatives of the bidders who chose
to remain at the time, date and venue mentioned in clause 1.1 of this RFP. The evaluation
and short listing criteria shall be based on the criteria set out in clause 1.14 of this RFP.
After evaluation, technically qualified bidders shall be asked to submit their commercial
bids in the bank’s e-tendering portal based on the understanding of the solution and
solution architecture finalised during the Technical Evaluation Stage.
The evaluation of commercial bids shall be based on the criteria set out in Clause 1.14.2 of
this RFP and selection of L1 bidder shall be based on the criteria set out in clause 1.14.2 of
this RFP.
Awarding of contract shall be based on the criteria spelt out in clause 1.14.3.
The bid should also be accompanied by BG in lieu of Earnest Money deposit (refundable)
of Rs. 75,00,000/- (Rupees Seventy Five Lakhs Only) and cost of bid document (non-
refundable) for Rs. 30,000/- (Rupees Thirty Thousand Only) by way of a Demand Draft for
the amount in favour of Indian Overseas Bank, payable in Chennai.
Bank Guarantee submitted in lieu of EMD should be valid for minimum period of 6 months
with a claim period of 12 months from the date of expiry of guarantee from the last date
for submission of bids. The format for submission of EMD in the form of Bank Guarantee is
as per Annexure VII of this RFP.
This Bank Guarantee in lieu of EMD will be returned to the disqualified bidder along with
notice of disqualification, to unsuccessful bidders on determination of L1 bidder and to
the successful bidder on receipt of the Bank guarantee for del ivery & installation as per
clause 1.8 of this RFP. Bids received without the Demand Draft and Bank Guarantee in
lieu of EMD mentioned above will be rejected.
Bank shall forfeit EMD /invoke Bank Guarantee in lieu of EMD in the following events:
All enquiries from the bidders, related to this RFP must be directed in writing / email and
sent to the address/email ID‟s as per schedule mentioned in clause 1.1 of the RFP. Any
clarifications / query received thereafter shall not be considered and will be ignored. The
preferred mode of delivering written questions, to the aforementioned contact person
would be through the email followed by letter in writing. In no event, Bank will be
responsible in ensuring receipt of inquiries.
Bank makes no commitment on its part to accept all the queries / suggestions / requests
submitted by the bidders. Bank on reviewing the inquiries received from the bidders,
wherever needed, will carry out necessary amendment to its RFP clauses, if any, and the
same will be posted in the Bank’s website and no separate communication will be sent
to individual bidders. However, Bank makes no representation or warranty as to the
completeness or accuracy of any response made to the queries in good faith.
This RFP is not an offer of the Bank, but an invitation for Bidder’s responses. No contractual
obligations on behalf of the Bank, whatsoever, shall arise from the tender process unless
and until a formal contract is signed and executed by duly authorized officers of the Bank
and the Bidder. However, until a formal contract is prepared and executed, this offer
together, notification of award of contract and Bidder’s written acceptance thereof shall
constitute a binding contract with the vendor.
Page 24 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
2.7. OWNERSHIP:
The RFP and all supporting documentation / templates are the sole property of the Bank
and violation of this will be breach of trust and the Bank would be free to initiate any
action deemed appropriate. The proposal and all supporting documentation submitted
by the bidders shall become property of the Bank.
The Bidder is expected to examine all instructions, forms, terms and specifications in these
documents. Failure to furnish all information required by the documents or to submit a
bid not substantially responsive to the documents in every respect will be at the Bidder's
risk and may result in the rejection of its bid.
The original Technical and Commercial bids shall be typed and shall be signed by the
Bidder or a person or persons duly authorized to bind the Bidder to the contract. The
person or persons signing the bid shall initial all pages of the offer.
Any inter-lineation, erasures, or overwriting shall be valid only if the person or persons
signing the bid initial them.
Banks reserves its right to issue any amendments to the terms and conditions, technical
specification of the RFP at any time prior to the deadline for opening of the technical
bids. Such amendments to RFP shall be webcasted through Bank’s official website.
Successful bidder and its employees will strictly under not to communicate or allow to be
communicated to any person or divulge in any way, any information relating to the ideas,
the concepts, know-how, techniques, data, facts, figures and information whatsoever
concerning or relating to the Bank and its affairs to which the said employees have
access in the course of the performance of the contract. A non-disclosure agreement
as per format provided in Annexure X should be executed by the Successful bidder.
2.13 CLARIFICATION
During evaluation of the bids (both technical and commercial), the Bank may, at its
discretion, ask the Bidder for any clarification on its bid. The request for clarification and
Page 25 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
the response shall be in writing / email, and no change in the prices shall be sought,
offered, or permitted after submission of the bid.
If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the total price shall
be corrected based on the corrected figure and the corrected figure will be reckoned
for determination of L1 bidder. If the bidder does not accept the correction of the errors,
its bid will be rejected.
Notwithstanding anything contained in any of the clauses, Bank hereby reserves its right
to accept or reject any or all the bids and to annul the bidding process at any time prior
to contract award, without thereby incurring any liability to the affected Bidder or bidders
or any obligation to inform the affected Bidder or bidders of the grounds for the Bank's
action.
Any effort by a Bidder to influence the Bank in its decisions on bid evaluation, bid
comparison or contract award will result in the rejection of the Bidder's bid.
Within 7 days (exclusive of holidays) of receipt of the Purchase Order, the company shall
sign, affix official stamp and date the duplicate copy / photo copy of the Purchase Order
and Request for Proposal document along with its amendments and return it to the Bank
as a token of having accepted the terms and conditions of the Contract.
Acceptance of the Purchase Order / letter of intent as defined in clause 2.17 of this RFP
constitute a valid contract. Successful bidder shall enter into a formal SLA with the Bank
detailing terms and conditions set out in this RFP and in Purchase order / Letter of Intent.
However, until an SLA is signed by both the parties, contract so constituted as detailed in
this clause shall be construed as Service Level Agreement and shall be applicable.
The Successful Bidder/s shall not assign or subcontract, in whole or in part, its obligations
to perform under this Contract, except with the Bank's prior written consent.
Page 26 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
The Successful Bidder shall not, without the Bank's prior written consent, disclose any
specification, plan, drawing, pattern, sample, or information furnished by or on behalf of
the Bank in connection therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any such employed person
shall be made in confidence and shall extend only so far, as may be necessary for
purposes of such performance.
The Bank, without prejudice to any other remedy for breach of Contract, shall give written
notice of default to the Bidder with a cure period of 30 days. After 30 days if Bank is not
satisfied with the response, may terminate the Contract in whole or in part:
a) if the Bidder fails to deliver any or all of the solution within the period(s) specified in
the Purchase Order, or within any extension thereof granted by the Bank or
b) if the Bidder fails to perform any other obligations(s) under the Contract.
In the event of the Bank terminating the Contract in whole or in part, pursuant to clause
1.5 & 1.6, the Bank may procure, upon such terms and in such manner, as it deems
appropriate, solution and related services, similar to those undelivered, and the Bidder
shall be liable to the Bank for any excess costs for such similar services subject to a
maximum of the order value. However, the Bidder shall continue performance of the
Contract to the extent not terminated.
The Bank may at any time terminate the Contract by giving written notice with a cure
period of 30 days to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. If
the bank is not satisfied with the bidder’s reply, bank may terminate the contract.
Termination in this case will be without compensation to the Bidder, provided that such
termination will not prejudice or affect any right of action or remedy, which has accrued
or will accrue thereafter to the Bank.
Notwithstanding the provisions of clauses 2.21 to 2.22 the Bidder shall not be liable for
penalty or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an event of Force
Majeure. For purposes of this clause, "Force Majeure" means an event beyond the control
of the Bidder and not involving the Bidder's fault or negligence and not foreseeable. Such
events may include, but are not restricted to, wars or revolutions, fires, floods and
epidemics.
Page 27 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of
such condition and the cause thereof. Unless otherwise directed by the Bank 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 of performance
not prevented by the Force Majeure event.
Similarly, Bank shall also be not liable for any delay or failure in providing required
infrastructure or support to the successful bidder to perform its obligations under the
contract where such delay or failure is the result of an event of Force Majeure. For
purposes of this clause, "Force Majeure" means an event beyond the control of the Bank
and not involving the Bank's fault or negligence and not foreseeable. Such events may
include, but are not restricted to, wars or revolutions, fires, floods and epidemics.
The bidder shall explicitly absolve the Bank of any responsibility/liability for use of
system/software delivered along with the equipment; (i.e. the bidder shall absolve the
bank in all cases of possible litigation/claims arising out of any copy right/license
violation.) for software (s) sourced either from third parties or from themselves.
The liability of bidder under the scope of this RFP is limited to the value of the relevant
order.
As per Government (Central / State) Minimum Wages Act in force, it is imperative that all
the employees engaged by the bidder are being paid wages / salaries as stipulated by
government in the Act.
2.28. E-TENDERING:
Page 28 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
3. Bidders at their own responsibility are advised to conduct a mock drill by
coordinating with the e-tender service provider before the submission of the
technical bids.
5. Bidders will be participating in E-Tendering event from their own office / place of
their choice. Internet connectivity /browser settings and other paraphernalia
requirements shall have to be ensured by Bidder themselves.
6. In the event of failure of their internet connectivity (due to any reason whatsoever
it may be) the service provider or bank is not responsible.
7. In order to ward-off such contingent situation, Bidders are advised to make all the
necessary arrangements / alternatives such as back –up power supply,
connectivity whatever required so that they are able to circumvent such situation
and still be able to participate in the E-Tendering Auction successfully.
8. However, the vendors are requested to not to wait till the last moment to quote
their bids to avoid any such complex situations.
9. Failure of power at the premises of bidders during the E-Tendering cannot be the
cause for not participating in the E-Tendering.
10. On account of this the time for the E-Tendering cannot be extended and BANK is
not responsible for such eventualities.
11. Bank and / or Service Provider will not have any liability to Bidders for any
interruption or delay in access to site of E-Tendering irrespective of the cause.
12. Bank’s e-tendering website will not allow any bids to be submitted after the
deadline for submission of bids. In the event of the specified date and time for the
submission of bids, being declared a holiday for the Bank, e-tendering website will
receive the bids up to the appointed time on the next working day. Extension /
advancement of submission date and time will be at the sole discretion of the
Bank.
13. During the submission of bid, if any bidder faces technical issues and was unable
to submit the bid, in such case the Bank reserves its right to grant extension for bid
submission by verifying the merits of the case and after checking necessary details
from Service provider.
14. Utmost care has been taken to reduce discrepancy between the information
contained in e-tendering portal and this tender document. However, in event of
Page 29 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
any such discrepancy, the terms and conditions contained in this tender
document shall take precedence.
15. Bidders are suggested to attach all eligibility criteria documents with the Annexes
in the technical bid.
2.29. PACKING:
The Successful Bidder shall provide such packing of the hardware as is required to prevent
their damage or deterioration during the transit to their final destination. The packing shall
be sufficient to withstand, without limitation, rough handling during transit and exposure
to extreme temperatures, salt and precipitation during transit, and open storage. Packing
case size and weights shall take into consideration, where appropriate, the remoteness
of the Goods' final destination and the absence of heavy handling facilities at all points
in transit.
2.30. INSURANCE:
The Goods supplied under the contract shall be fully insured any loss or damage
incidental due to transportation, storage and erection. The transit insurance shall be for
an amount equal to 110% of the invoice value of the Goods from “Warehouse to
Destination” on All Risk basis including “War Risks & Strikes”. The supplier should also insure
the goods for the invoice value under Storage Cum Erection Policy till three months from
the date of delivery. Any damage happens to the system due to non-availability of
Storage Cum Erection Policy, the supplier has to bear the losses. Bidder has to submit a
copy of the insurance policy so that the Bank may get a new insurance cover after
stipulated period.
a. The Bank shall have the right to withhold any payment due to the successful bidder
in case of delays or defaults on the part of the successful bidder. Such withholding
of payment shall not amount to a default on the part of the Bank.
b. Successful bidder shall hold the Bank, its successors, Assignees and administrators
fully indemnified and harmless against loss or liability, claims actions or
proceedings, if any, that may arise from whatsoever nature caused to the Bank
through the action of its technical resources, employees, agents, contractors,
subcontractors etc. However, the SB would be given an opportunity to be heard
by the Bank prior to making of a decision in respect of such loss or damage.
c. Successful bidder shall be responsible for managing the activities of its personnel
and will be accountable for both. SB shall be vicariously liable for any acts, deeds
or things done by their technical resources, employees, agents, contractors,
subcontractors etc. that is outside the scope of power vested or instructions issued
by the Bank.
Page 30 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
d. Successful bidder shall be the principal employer of the technical resources,
employees, agents, contractors, subcontractors etc. engaged by SB and shall be
vicariously liable for all the acts, deeds or things, whether the same is within the
scope of power or outside the scope of power, vested under the contract to be
issued for this tender.
e. The indemnification is only a remedy for the Bank. The successful bidder is not
absolved from its responsibility of complying with the statutory obligations as
specified above. Indemnity would be limited to court awarded damages and shall
exclude indirect, consequential and incidental damages. However, indemnity
would cover damages, loss or liabilities suffered by the Bank arising out of claims
made by its customers and/or regulatory authorities.
f. Successful bidder shall be held entirely responsible for the security and the
protection of their workers at all times inclusive of non-working hours. They shall be
deemed to have included for all costs associated therewith, including cost of
insurance, medical expenses etc. if any. Successful bidder shall inform all his
employees, technical resources, employees, agents, contractors, subcontractors
etc. associated in execution of the work awarded under this RFP to work in the
specified area and they should not move around at other places of premises
without any specific reason.
g. SB or its authorized agents or its employees / technical resources shall not store or
allow to store in the Bank’s premises any goods, articles or things of a hazardous,
inflammable, combustible, corrosive, explosive or toxic nature.
i. SB shall not be entitled to any compensation for any loss suffered by it on account
of delays in commencing or executing the work, whatever the cause of delays
may be including delays arising out of modifications to the work entrusted to it or
in any sub-contract connected therewith or delays in awarding contracts for other
trades of the Project or in commencement or completion of such works or for any
other reason whatsoever and the Bank shall not be liable for any claim in respect
thereof.
j. It is well defined and understood that the labour or any employee or technical
resources of the SB will have no right for claim of employment on the Bank.
k. No extra claim shall be entertained on account of all the redo of work on account
of SB’s negligence and resulting into make good of the damages or damaged
portions during executing the job. All such cost shall be borne by the SB.
Page 31 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
l. SB shall indemnify the Bank from all the acts & deeds on account of negligence
by his employees, agencies, representatives or any person acting on his behalf.
m. SB shall take all risk Insurance coverage for its employees, technical resources,
representatives or any person acting on his behalf during the contract period to
cover damages, accidents and death or whatever may be.
n. SB should indemnify the Bank for Intellectual Property Rights (IPR) / copy right
violation, confidentiality breach, etc., if any.
o. The Bank ascertains and concludes that everything as mentioned in the tender
document or its addendum circulated to the bidders and responded by the
bidders have been quoted for by the bidders, and there will be no extra cost
associated with the same in case the SB has not quoted for the same.
In case of any disagreement or dispute between the Bank and the successful bidder, the
dispute will be resolved in a manner as outlined hereunder.
The Bank and the successful bidder shall make every effort to resolve amicably by direct
informal negotiations any disagreement or dispute between them on any matter
connected with the contract or in regard to the interpretation of the context thereof. If,
after thirty (30) days from the commencement of informal negotiations, the Bank and the
successful Bidder have not been able to resolve amicably a contract dispute, such
differences and disputes shall be referred, at the option of either party, to the arbitration
of one single arbitrator to be mutually agreed upon and in the event of no consensus,
the arbitration shall be done by three arbitrators, one to be nominated by the Bank, one
to be nominated by the successful bidder and the third arbitrator shall be nominated by
the two arbitrators nominated as above. Such submission to arbitration will be in
accordance with the Arbitration and Conciliation Act 1996. Upon every or any such
reference the cost of and incidental to the references and award shall be at the
discretion of the arbitrator or arbitrators or Umpire appointed for the purpose, who may
determine the amount thereof and shall direct by whom and to whom and in what
manner the same shall be borne and paid.
Any dispute or difference whatsoever arising between the parties and of or relating to
construction, operation or effect of this contract or the validity or the breach thereof, shall
be settled by Arbitration in accordance with the Rules of Arbitration of the “SCOPE” and
the award made in pursuance thereof shall be final and binding on the parties. Courts of
Chennai city shall alone have jurisdiction to the exclusion of all other courts, in respect of
all differences and disputes envisaged above.
Page 32 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Bank has the right to audit the application or the application development
process and control by the bank team or by engaging any third party entity in
compliance with bank’s security policy not limiting to VAPT alone.
d) The Bank reserves the right to reject a proposal for award if it determines that the
Bidder recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question.
Bank reserves the right to declare a firm ineligible, either indefinitely or for a stated period
of time, to be awarded a contract if at any time it determines that the firm has engaged
in corrupt or fraudulent practices in competing for or in executing the contract.
The bidder shall submit Annexure IV- Manufacturer Authorization Form duly signed by the
OEMs stating availability of spares and technical support for the Solution for the period as
mentioned in clause 1.7 & 1.8 of this RFP. If however, during the tenure of warranty and
post-warranty AMC period, the OEM withdraws the support for the Solution, the successful
bidder should replace the product with an equivalent or better alternative product which
is acceptable to the bank, or support the existing box with spares for the five year period
from the date of installation, at no additional cost to the bank and without causing any
performance degradation. If the successful bidder fails to provide the product as
specified above the bank reserves the right to invoke the performance guarantee.
Page 33 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
During the term of the Contract and for a period of two years after any expiration of the
contract period/termination or cancellation of the Contract, both the parties agree not
to hire, solicit, or accept solicitation (either directly, indirectly, or through a third party) for
their employees directly involved in this contract during the period of the contract and
two years thereafter, except as the parties may agree on a case-by-case basis. The
parties agree that for the period of the contract and two years thereafter, neither party
will cause or permit any of its directors or employees who have knowledge of the
agreement to directly or indirectly solicit for employment the key personnel working on
the project contemplated in this proposal except with the written consent of the other
party. The above restriction would not apply to either party for hiring such key personnel
who
The Bank reserves the right to cancel the contract in the event of happening one or
more of the following conditions:
1. Failure of the successful bidder to accept the contract and furnish the Performance
Bank Guarantee.
2. Delay in delivery beyond the specified period.
3. Delay in completing implementation/customization and acceptance tests/ checks
beyond the specified periods;
4. Serious discrepancy in functionality to be provided or the performance levels which
have an impact on the functioning of the solution
5. In addition to the cancellation of contract, Bank reserves the right to appropriate the
damages through encashment of Bid Security /Performance Guarantee given by the
Bidder. Bank reserves right to exit at any time after giving notice period of one month
during the contract period.
2.37 NAME AND CONTACT DETAILS OF IEM FOR THE ADOPTION OF INTEGRITY PACT
IN PUBLIC SECTOR BANK:
As per the directions of Central Vigilance Commission, all public sector banks are required
to adopt Integrity Pact in any procurement valued above the threshold value. Bidder
shall submit Annexure XI and Annexure XII on a stamp paper duly signed by their
authorized signatory along with the technical bid. Indian Overseas Bank have appointed
the IEM for this purpose:
Page 34 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 35 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
PART – III-ANNEXURES
ANNEXURE-I-A-FUNCTIONAL REQUIREMENTS
Proposed LOS/ LOS solution has to have the following functional requirement is not
exhaustive, bank may change/ add new functions at the time of execution basis new
developments. Detail Processes & templates shall be provided at a later stage.
Page 36 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
20. Loan Origination System (LOS) should be available for multiple departments as
per banks requirement (e.g. International banking, wealth management etc.)
21. Ability to incorporate implications of foreign exchange exposure (bank will
provide details at implementation stage)
22. The solution should invariably have data integration from internal and external
systems, Rule engine – that provides facility for configurable analytics routine
to analyze data and server as input for alerts.
23. The Proposed solution should have a rating and scoring engine, Alert
generation mechanism and work flow management.
24. The proposed solution should have extensive reporting which can be
customized as per our need and requirement, reverse integration module to
feedback the other system.
25. Dashboard facility to the various departmental head and executives.
Page 38 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
28. Interfacing with other external/internal systems, including but not limited
to Core Banking solution, Risk Rating Models, Scoring Models, CIBIL, UIDAI, IT
Website, D&B, MCA website/data, CRILC, Market Reports, CERSAI, ECGC, GST
site, Defaulter list etc.
3. Proposed Solution should also provide interface with Integrated Risk Management
System, MIS, Integrated Treasury management system, Early Warning Signal (EWS),
AML, RAM Rating, Trade Finance, Document Management System (Proposed – for
accessing archived document), Active Directory (for user authentication),
Biometric Solution (for user authentication), Call Center (for customer support) etc.
Further, a detailed list of the systems with which the Loan Origination system should
integrate will be provided during preparation of BRD and SRS.
4. Facility for integration with Bank’s collection system (proposed) for collection of fees
for external agencies like DSA, BC, CIBIL, etc.
5. Validation of models and processes and maintenance of application software,
system software, database, any other interfaces required by the bank (existing or
proposed) etc.
6. System should be capable of supporting Product features. This may be as: - Regular
product parameters, - Special campaign or category parameters, Exceptions
(approved through a defined process).
7. Capture the financial data of the customer both current and projections, as
needed. Equity / capital details, Credit facility sanctioned/availed by/ from other
Banks/institutions, profit and loss statements, balance sheet statements, projected
cash flows etc.
8. System should have parallel processing abilities where at any point of time more
than one user can view the case and record their queries.
9. Comprehensive stock statement, book debts, tangible and intangible securities for
calculating initial power, loan limits etc.
10. The system should be capable of handling SRRP (Short Review Renewal Proposal)
also for MSME/ Corporate account.
11. The system should be capable of handling the credit summation or turn over in the
account for capturing the F209 details.
12. The system should be capable of integrating with our internal audit software (COIR)
for capturing the audit details.
13. Assistance in supply, installation and maintenance of related hardware at Primary,
Near-by and Disaster recovery data centers of the Bank.
14. Providing training to Bank’s designated personnel and also provide Modular wise
user manual as well as administrator’s manual, post-implementation on-site support
for 36 months from GO LIVE date and further support till the end of agreed Annual
Maintenance Contract (AMC) period.
15. Provide complete testing and training to the core users and identified trainers. It
also has to have trainee to trainer model.
Training program should not restrict the number of participants in a batch. Bank will
decide on the participants and they will attend the same either being present in
person or through Video Conferencing from remote locations.
a) Executive Awareness Program: Awareness training program will be arranged for
senior executives, as decided by the Bank.
Page 39 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
b) Application Management and Administration training (Technical): A
comprehensive technical training for IT Officers/Personnel will be provided by bidder
primarily (but not limited to) on the following topics.
• System Administration and User Management.
• Creation of document category
• Designing workflow
• Designing and implementation of Robotic Process Automation
• Management of servers, storage, database and security
• Management of software/s
• Backup & Recovery Operations
• Troubleshooting
c) End User Level Training - End user level training need to be provided primarily on
the model of “Train the Trainers” at Mumbai on the solution, but not limited to the
following topics. Alert/reminder configuration
Scanning Scanning/Image processing/OCR/Storing/Retrieval and all other related
user level functionalities available in the solution.
• Trouble shooting at the user level
• Ad-hoc report generation
• Easy adoption by the user
• User Management
• Interpretation of the error message
• Basic user awareness and system usage
d) Training on Development – Bidder to arrange for comprehensive technical
training primarily on development of work flow solutions, report writing, dashboards
etc. for one batch on the following topics
• Workflow solutions / Business Process Management
• Integration between various programs / applications with solution
• Linkage between various programs and modules of applications
software
• Program coding
• Report writing
e) Bidder should provide eLearning module which can be integrated with Banks’ e -
Pathasala module. The number of participants and training schedule including
the place will be decided by the bank, from time to time, during the contract
period. Training infrastructure like class room, PCs for participants will be provided
by the Bank. Lodging and Boarding at Training Centre for the Trainer shall be
provided by the Bank.
Bidder will quote unit rate for each training type and will arrange for additional
training during the contract period as and when required by the Bank. Bank will
make additional payment at the unit rate quoted by the bidder.
Training will include:
• Training Material in English and Hindi to be provided.
Page 40 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 41 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
29. Ability to rapidly generate ad-hoc reports with an easy to use report writing Tool /
Wizard by non-technical officers also.
30. The proposed solution should have capability to process both the fund based and
non-fund based loan applications.
31. The proposed solution should have the capability to handle the various delegatory
power provided to the officers and also to the scheme.
32. The proposed solution should have the capability to move among the various layer
of sanctioning authorities.
33. The proposed solution should have the capability to incorporate report from various
outside agency (Valuation report, Panel Advocate report, External rating, TEV etc.).
The system should be able to integrate with Document imaging/processing
systems, thus facilitating the rapid movement of applications across the processes/
Units without the need of paper flow. Ability to allocate relevant cases to these
external agencies and give controlled access to work or give them facility to
upload their reports.
34. The proposed solution should be able to generate rating internally where ever
warranted by the scheme.
35. Providing application maintenance for error fix, patch management, upgradation,
additions / modifications in the application to cater changes to data sources and
/or new reporting requirements during warranty period and after warranty.
36. The proposed solution should do the Financial Analysis of the loan proposal. It
should also be capable to do the sensitivity analysis of the unit based upon change
in input by the user.
37. The proposed solution should be capable of doing the collateral management.
38. The vendor has to migrate complete data from existing data sources to the
proposed solution.
39. Necessary support should be provided to the IS auditor appointed by the bank for
conducting Vulnerability Assessment & Penetration Testing on the solution supplied.
40. Closure of all VAPT/IS AUDIT observations pertaining to the proposed solution within
time frame stipulated by Bank without any additional cost to the Bank. The
observations may be made at any frequency by the bank or bank appointed
external sys
41. Bidder will be required to provide root cause analysis for all performance and
availability problems that occur. Formal root cause analysis to be delivered within
5 days of problem occurrence, including-
42. Explanation of the root cause
• Actions taken to resolve the problem
▪ Action plan to prevent recurrence, with project plan/tasks required and
timing for each major milestone of the correction effort, and identification of
Bank’s responsibilities in the correction process.
43. The implementation of Loan Origination Solution should be in line with ISO
27001:2013 standards.
44. All data files transmitting through various interfaces should be in encrypted form.
45. The proposed solution should provide for Maker and Checker concept for
transaction processing and authorization. Solution should also provide for a
workflow to facilitate various levels of authorization within and across various offices
of the bank.
Page 42 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
46. The solution must store all images in a central and secure repository in non-
proprietary format.
a. Undertake and assist the bank officials for the following Access Control
activities (indicative):
b. User account Creation/deletion as per access policy of the organization
c. Creating/modifying/deleting groups
d. Administering user rights, roles and passwords of all the relevant subsystems.
e. Maintaining data access security etc.
f. Regular submission of various reports for all activities undertaken at
periodicities, formats and activities etc. as decided by and at the discretion of
Bank
47. Undertake and assist the bank officials for the following Performance Tuning
activities (indicative):
a. Methodically carry from diagnosis to solutions.
b. Assist in device safe and secure procedures for enhancing performance of
critical production systems/databases in a competitive, policy based
environment in co-ordination with application vendor.
c. Identify, correlate and isolate the performance bottlenecks in components of
software solution.
d. Carry out performance tuning of solution application and databases on
regular basis.
e. Regular submission of various reports for all activities undertaken at
periodicities, formats and activities etc. as decided by and at the discretion of
Bank.
48. Undertake and assist the bank official the following server administrator activities
(indicative):
a. Solution software Re-installation in the event of system crash/failures
b. Configuring file systems, volumes and apportioning disk space.
c. Ensure proper configuration of server parameters.
d. Periodic system performance tuning.
e. Addition, deletion, re-configuration of devices, additional users etc.
f. Implementing security patches on servers at all levels.
g. Security management - Configuring account policy, access rights, password
control as per Bank’s security policy.
h. Ensure all critical services are running properly on the servers. Schedule and
optimize these services.
i. Maintain lists of all system files, root directories and volumes.
j. Performance tuning of servers and other equipment
k. Monitoring access logs and application logs
l. Purging of temporary Files, logs in accordance with Bank’s policies
m. Firewall/IPS/IDS Policy formulation and implementation in the system supplied.
n. Data backup and restoration planning and implementation
o. Regular and proper backups of all Servers & Storage to protect against data
losses
p. Regular analysis of events and logs generated in the entire sub systems
including but not limited to servers, operating systems, databases,
applications, etc. Applying service packs, hot fixes and security rollouts.
Page 43 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
q. Customizing login scripts
r. Troubleshooting Problems etc.
s. Regular submission of various reports for all activities undertaken at
periodicities, formats and activities etc. as decided by and at the discretion of
Bank.
49. Integration with Database Activity Monitoring, Privileged Identity Management,
security information and event management and Vulnerability Assessment System
installed at Bank.
50. Undertake with and assist the bank official the following server administrator
activities (indicative):
a. Installation, configuration and commissioning of Backup plan/ policy
b. Configure Backup for automatic backup of Application and Data.
c. Media Logs/Replacement
d. Recovery of Data in case of necessity etc.
e. Regular submission of various reports for all activities undertaken at
periodicities, formats and activities etc. as decided by and at the discretion of
Bank
51. Monitoring and confirming the DR replication and performing DR:
f. Ensuring that the application maintains the RPO and RTO as per RFP terms.
g. Performing switchover and switchback operations for DR drills as per the RFP
terms.
h. Documentation of the detailed procedure for switchover/failover and
switchback/ fallback operations to be performed during DR drill/Disaster.
i. Data protection, complete data backup and other data safeguards including
disaster recovery in respect of the project.
j. Coordinating with bank for creating infrastructure for Disaster Recovery and
Business Continuity Management as per Bank policies.
52. The bidder should provide Solution Administration manual(s), User / operational
manual(s), regular training manuals and all related manual(s), service guides and
handbooks, which shall be used by the Bank to run the ideal production
environment. This should include how the various parameters should be monitored
and tuned in the live system. Manuals should be provided in printed duly hard
bounded form and 2 sets in soft copy duly labelled and indexed working CD/DVD.
53. The SI will be responsible for notification of new versions / releases of the Loan
Origination software and supervise their implementation in mutually agreed
deadlines.
54. Enter into the obligation that in the event OEM releases a new version of software,
and bank is using one of the previous versions, OEM would provide the full scope of
services to the version used by bank for the period of at least 5 years from the date
of go live.
55. The Loan processing and Management solution must be conducted in a manner
not compromising the security and integrity of Bank's data and not compromising
the quality of operation of branches and administrative offices, particularly the
services rendered to customers.
56. Conduct 2 DR drills after Go live of the solution in conjunction with the Bank or as
required by the Bank in the period of 1 year from the date of Go Live.
Page 44 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
57. All installation and configuration reports, documents, diagrams etc are to be
supplied before commissioning.
58. Compliance to Indian Bank’s policies like IT policy, Security policy, etc.
59. All professional services of the vendor required for complete installation,
commissioning and maintenance shall be included in the scope of work.
60. System should have parallel processing abilities where at any point of time more
than one user can view the case and record their queries.
Requisite modules would need to be rolled out to all branches domestic &
international branches/offices, /Regional Offices, Zonal Offices, Head Office
Departments and any other office as desired by the Bank. The LOS and DMS Solution
shall be installed, implemented and maintained at the Bank’s data center.
The system should define and support loan products/ portfolios like Working capital
loan, Term Loan, Real estate loans, Non fund based lines (LC, BG etc.), Hire purchase,
Trade finance Solution, Supply Chain Solution, Cash management System, Bills, Lease
etc. and further to include any product/portfolio which bank decides to include
launch at a later date. The application should be able to handle CGTMSE Scheme
application both for simple and hybrid.
Page 46 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 47 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1 Single Loan Application to process multiple Facilities for multiple borrowers (Funded &
Non-Funded).
2 Single Loan Application to process single or multiple Facilities for a single borrower
(Funded & Non-Funded).
3 Prior Sanction/Review
4 Capturing of Existing & New Facility
5 Group Exposure Detail
6 Customer Exposure with other banks (Relationship with Other Banks)
7 Limit Tree
8 Facility assessment methods or score card for small business (SBSS, SBFE, Intelliscore)
9 Facility wise Terms & Conditions
Page 49 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
16 Master data management of various masters like type of loans, geography, business
unit, etc.
Collateral Management
1 Capturing Collateral details
2 Primary Collaterals
3 Secondary Collaterals
4 Insurance Information
5 Generate Technical and Legal Valuation for collateral
6 Eligibility calculation based on collateral
Financial Information
Capturing of Business Financials (03 Years Audited and Projected)
1) Balance Sheet
2) Income Statement
1 3) Cash Flow
4) Ratios
5) Global Cash Flow
6) Stress testing
2 Capture Tax Data Return
3 Capturing of Consolidated financials
4 Financial Stress Testing/sensitivity analysis
5 Financial Highlights/Ratios
6 Financial Analysis Comments - Standalone
7 Financial Analysis Comments - Group
8 Financial Risk & mitigates
9 Recording of covenants
10 Exposure level references
Profitability
1 Customer Existing Profitability/Income
Page 50 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 51 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1. The system should define and support loan portfolios like Auto loans, Mortgage
loans, Consumer durable loans, Personal loans, Credit cards, Microfinance, Hire
purchase, Lease, Gold loan, Housing loan, pension loan, Lease rent discounting,
Loan against various liquid security like KVP, NSC, etc etc.
2. LOS should deliver the followings:
➢ End-to-end workflow management
➢ Support different origination channels
➢ Support different loan products and loan types
➢ Multi –organization, multi – branches support
➢ Secured access using profile definition
➢ Audit trail of data and updations.
➢ Single implementation supporting multiple portfolios
➢ Internationalized solution supporting localization of application
➢ Powerful structured and configurable workflow for automatic routing of
application
➢ Supports three or four level loan product hierarchy
➢ Support multi-tier rate structure
Page 53 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
➢ Supports application processing for individual as well as corporate customers
➢ User configurable risk policies
➢ Rule based credit evaluation to provide internal credit checking, credit scoring
and compliance check
➢ Ability to handle multiple loans in one application
➢ Ability to handle multiple borrower and deviations related to the loan products.
➢ Document imaging and archiving
➢ Application details and status enquiry.
➢ Generate letters and forms automatically
➢ Interface to external systems
➢ Ability to define Direct Selling Agents (DSA)s
➢ Ability to define the contribution given by the staff referrals.
➢ Ability to perform 3rd party Legal Opinion, Verifications, Valuations, Field
Investigations etc
➢ Ability to end-end time stamp for each activity, Turnaround Time (TAT)
calculation.
➢ Ability to handle subsidies like education loan subsidy, Housing loan subsidy
➢ Ability to handle various govt schemes in retail products like PMAY
➢ Able to Handle the insurance of the assets
➢ Ability to generate automated e-mails / SMSs to applicants / valuers / CPV /
other agencies
➢ Integration with Govt. initiated portals like vidyalaxmi portal, 59minutes.com,
etc.
➢ Interface/ Integration with Vidyalakshmi portal for capturing of fields in the
application for educational loan in LOS. Loan scheme has to be decided
based on ranking of college as per our bank norms. Institute/College captured
in the LOS to be verified with online portals/ websites such as MHRD website (for
domestic study) and also for fetching the ranking of the university in case of
the Foreign studies.
➢ Integration with respective state RTOs online platform for lien
creation/termination of charge on vehicle(s) for the vehicle loan(s) sanctioned
1.4.2 FUNCTIONAL REQUIREMENT FOR RETAIL
Page 54 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 57 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1 Allied Processes (Record Visit, cross selling opportunity etc. during processing
of loan)
2 Multiple Currency support
3 Straight Through Processing ( STP) Configuration
3 Available on iBPS Platform
4 Multi-tier rate architecture
5 Ability to calculate Turn Around Time (TAT)
Integration Readily Available
1 Integration with Core Banking System
2 Integration with Credit Bureau System (E.g. CIBIL etc.)
3 Integration with External Scoring systems (Ex: Experian, Equifax, High Mark)
Other systems like to fetch data from external agencies.
4 Integration with Mail Server
5 Integration with Active Directory
6 Integration with Any Other System
7 Integration with SMS gateway
8 Integration with Contact Center
Advanced Features - Collaterals & Covenant Monitoring
1 Covenant Monitoring Email Configuration
2 Collaterals Monitoring Email Configuration
3 Document Expiry Monitoring
4 Document Deferral Tracking
Page 58 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
The system should define and support loan products/ portfolios like Working capital
loan, Term Loan, Non fund based lines (LC, BG etc.), Hire purchase, Trade finance
Solution, Supply Chain Solution, Bills, Lease etc and further to include any
product/portfolio which bank decides to include launch at a later date. The
application should be able to handle CGTMSE Scheme application both for simple
and hybrid.
The scope of the project envisages:
1. Installation, customization, configuration and maintenance of the software
required for a Loan Origination System. Any other hardware/ software which is
essential to run application and not quoted shall be supplied and installed at free
of cost.
2. LOS should deliver the following:
➢ End-to-end workflow management.
➢ Support different origination channels.
➢ Support different loan products, Schemes and loan types.
➢ Loan types/ Loan Products & Schemes --- parameters and constraints definition.
➢ Interface with external systems.
➢ Provide TAT measurement and audit trails for every action taken or allocated to
any ID.
➢ Monitor the SME loans based on soft-coded Early Warning Signal (EWS) and
industry news to classify on risk and EWS
➢ Create an approval matrix – single user based and committee approval matrix
based on online system. Provide internal credit compliance verification, credit
scoring, rating and compliance check.
➢ Documentation should include indexing, scanning and retrieval process and
ability to carry out virtual audits.
➢ Generate letters and forms including loan security documents automatically.
➢ Customer tracking of their Application details and status enquiry.
➢ Reporting to various higher authorities.
➢ Ability to manage internal and external contact information.
➢ Ability to log and time stamp activities for audit purposes.
➢ Comprehensive security framework.
➢ Ability to perform 3rd party Verifications, Valuations, Field Investigations etc.
➢ Ability to generate and review the verifications in Work lists of internal as well as
external authorities.
Page 59 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
➢ Creation of limit node, interest rate management, Drawing power
management, due date for review management, recovery management,
data base management, insurance management, data analytics, Group
management, level wise sanction management.
➢ Capability to carry out detailed financial analysis Generation of financial ratios.
➢ Ability to incorporate implications of foreign exchange exposure (Bank will
provide details at implementation stage).
➢ Types of facilities like PMEGP/ PMMY/ NEEDS/ Start Up/ Stand Up/ Proposals
through Udhayami Mitra Portal to be configurable.
➢ Integration of Government sponsored scheme MSME accounts with relevant
portal
➢ System should be capable of capturing, storing and processing Loan
applications based on state wise/District wise.
10 Online Document Generation (Offer Letter, Control Sheet, Welcome Letter, In-
principal Approval letter, Decline Letter, Contract)
11
Customized unified desktop showing Customer Activity and Initiation of new cases
12 Support of Sequential & Committee Like Approval Matrix
13 Standard Product Advance Search
14 Customized Advance Search
15 Eligibility Calculator
Pre-screening Check from Internal (RLOS) database (Dedupe, Blacklist, AML Check
16
Negative list, World Check etc.)
17 Pre-screening Check from Internal database ( Dedupe Check)
Page 60 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
18 Pre-screening Check from External database (Dedupe, Blacklist, Negative list, WD,
Fraud Collaterals etc.)
19 360 Degree Process Dashboards
20 Limit Definition and Approval
21 Loan Amortization Schedule
22 Quick Product & Sub Product Setup
23 Ability to apply multiple products in single case/work item
Extensive workflow, parametrization and configurable rules
· Allocate application to specific approvers
· Skill based allocation of work items
· Queuing system to allocate based on pre-set logic · Define role, profile, level,
24 branch, location based rules for users
· Define workflows for credit lines based on current process of bank
· Dynamic interaction between rules engine and queuing system
· Define rules using customer level elemental data
· Define customer eligibility rules based on different parameters
User Management · Add Users · Remove Users · Modify User’s access · Add users to
25
designated roles
Extensive workflow, parametrization and configurable rules
· Allocate application to specific approvers
· Skill based allocation of work items
· Queuing system to allocate based on pre-set logic · Define role, profile, level,
26 branch, location based rules for users
· Define workflows for credit lines based on current process of bank
· Dynamic interaction between rules engine and queuing system
· Define rules using customer level elemental data · Define customer eligibility rules
based on different parameters
27 Track Source
Advance deviation Management
28 · Based on pricing rules or demographics
· Maker checker process for deviation management
29 Maker-Checker
Project Appraisal · Standard and Customized project appraisal · Build, Import and
30
Assess various financials and business models · Generate appraisal note
Configurable to support product features
· Regular Product Parameters
31
· Special campaign or category parameters
· Exceptions (approved through a defined process)
32 Ability to capture the Insurance Amount of the loan sought for.
33 Ability to define Direct Selling Agents
34 Ability to calculate Turn Around Time (TAT)
35 Ability to define and handle front – end and back end subsidies
36 Ability to define and handle subventions
Page 61 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 62 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 63 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1 Allied Processes (Record Visit, cross selling opportunity etc. during processing of
loan)
2 Standard Text Editor
3 Multiple Currency support
4 Straight Through Processing ( STP) Configuration
6 Multi-tier rate architecture
Integration Readily Available
Page 64 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
4
Web Channel - Initiation from Web Portal, Internet Banking, Loan Aggregator
Bank intends to digitize the entire Agriculture segment (Farm & Non-Farm credit) loan
origination system including loan origination, processing, disbursement & post sanction
Loan management. Proposed solution has to have:
Complete Loan Life cycle management. Automated process from lead
management till loan closure with full processing & Post sanction management
modules.
Capability to handle the pre-harvest and post-harvest processing.
Capability to handle the direct and in-direct agriculture advances
Capability to handle the Self-help group, Joint lending group, govt sponsored
schemes, Etc.
Capability to handle Crop insurance and other agricultural insurance.
Proper tracking process in order to have faster loan processes leading to business
growth & credit quality enhancement.
Solution to have workflow & application suitable for all type of loans ranging from
simple Crop loan to complicated Agro processing Commercial loans.
Solution for improving Data quality through automated processing & reduced
manual interventions.
Page 65 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Should lead to minimum/ no errors to ensure optimum returns on lending cycles
and decreased operational costs improving the bottom-line.
Should enhance customer experience by streamlined operations that will enable faster
responses to customer queries and requests.
Page 66 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
definable parameter wise Scale of Finance as per RBI/NABARD guidelines on yearly
basis.
Page 67 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 69 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 70 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
4 Web Channel - Initiation from Web Portal, Internet Banking, Loan Aggregator
Page 71 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 72 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
• The database of the DMS application should be in ORACLE 18C or above
version. The application should be hosted in WebSphere or WebLogic server.
The operating system of the servers should be in latest version of
Windows/Linux/ AIX/HP Unix/Solaris.
• System involves Document Management System which can store, index and
retrieve all the files of the Bank stored in the DMS. It also involves extensive
search functionality along with full text search (FTS)
• MIS Reports generation: It shall be possible to dynamically generate queries
and use report writing tools to generate reports dynamically as part of the
DMS system.
• Daily/Monthly reports, Exception reports, Detailed/summary level reports,
user based, branch wise, region/ zone wise reports, TAT wise and any other
report as may be required from time to time.
• Bidder will have to specify/advise the various infrastructure requirements
which are to be provided for commissioning and smooth functioning of the
application. This will include site requirements, power, cables, UPS,
environmental conditions, illumination etc.
• To install, configure, test and integrate all of the various components of the
DMS, including Capturing software, DMS server software and end user
software, DBMS, network operating system & email capability, LDAP,
management reporting, workflow, printing software and any other necessary
software on servers, user workstations and any other equipment. Included
are the DMS production system, test/development and training systems, as
required.
• The data will be captured by ICR/OCR/OMR/Bar code. Various field level
validations will be built at the form level at this work step. The checker will
make a final verification. The fields here will be in editable mode.
• The system should have the capability of identifying the various forms related
to the different business processes in the Bank.
• The DMS shall provide for encryption both for data transfer and provide
options for encryption-based data storage (or any other manner to ensure
that data stored cannot be subject to alteration at a later point of time and
legally recognized as per the laws of the country).
• The Proposed System must have the functionality to store the content in their
original file format, compress the document, should have the functionality to
run de-duplicate check before the storage of documents. The storage as
well as retrieval of documents should be based on the value decided by the
Bank. The option for storage, index, search and retrieval of documents should
be available.
• Functionality for purging and/or archiving the data as per defined periodicity
(configurable) should be available in the system.
• The bidder has to provide separate tool to view the images in addition to the
basic application.
• Facility of batch upload of the data /pushing of the data to core banking
database should be available. Facility for pulling the data from other source
systems including CBS should be available.
Page 73 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
• Based on the Finacle and other Banking system interactions, a success or
failure notification would be sent back to the DMS application. If the export
process is successful, images and metadata would be exported to the DMS
repository.
• The selected bidder has to co-ordinate with Bank for implementing the Back-
up solution as per policy of the Bank.
• Security: Develop, test and implement a document security plan conforming
to the security guidelines of the Bank.
• Management reports: The DMS shall have a Graphical User Interface. on the
scanning volumes retrievals, workflow and other work processes and use
metrics which shall include the daily, weekly, monthly and overall progress
(number of images/pages scanned, percentage scanned etc). The tool
should also display location wise, user wise, number of records wise progress,
TAT reports and any other report sought by the Bank.
• Proper indexing and search of documents should be provided, based on
indexing configuration as decided by the Bank during implementation.
Successful bidder should provide DMS management reporting module to
report
• Able to migrate all the data from existing DMS solution running at our bank
and also able to integrate with the existing software.
1. Account opening
2. Loans
3. Human Resource Development Department
4. Marketing
5. Department/ Board notes
6. Treasury
7. Compliance
8. Law department
9. Data Warehouse
10. Credit Monitoring
11. Financial Inclusion and KYC
12. Trade finance
13. Pension department
14. IT department
15. Banking Operation Department
16. Staff Training college
17. Risk Management Department
18. Board Services
The bank envisages having deeper insights into each transaction through real time
business activity monitoring, analytics to ensure lower defects, content and resource
optimization through audit trails and dynamic resource allocation.
Page 74 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Sl. No Functionalities
Overall Product Architecture
1. The product should be capable of being deployed both in centralized as well
as decentralized deployment model
2. The product should provide web client as interface for business users. Solution
should have the capability of supporting thick client
3. The proposed solution should support multiple database platforms like Oracle,
SQL server, Postgress etc.
4. The solution should provide offline Document Management system i.e. users
should be able to take documents offline, work on them and sync back when
complete
5. The architecture of the product must support a multi-tiered architecture of
the logical and physical separation of metadata storage from document
repository storage, and the separation of client processes, server processes
and interfacing processes.
6. The architecture of the product must support central repository and
transparent access to that central document repository from clients in
geographically dispersed locations
7. The system should be platform independent and should support like Linux and
Windows platform. It should support these platforms with or without
virtualization.
8. Compliance to workflow standards: ODMA, Webdav
9. Inter-operability - The systems must seamlessly integrate with any or all of the
existing legacy and Core applications and shall support interface with other
open standard systems.
10. The product should provide mobile access to documents and processes and
must support all leading mobile platforms from Android, IOS and Windows
11. It should be highly integrated product architecture with tightly integrated
back-end application server.
12. The system should support High Availability (HA). The software should have the
option to be deployed on clustered environment for high availability
13. The proposed solution should not have any limitation of number of business
processes which can be implemented through proposed solution
14. The DMS Document Server should have the capability to be configured for
the Full text Indexing of the documents and indexing of the attributes of the
file objects. The Full text indexing can be configured for selective file types
and also the indexing of files attributes selectively
15. Solution must provide document caching functionality with no limit on
caching sites.
16. To adhere principals to data interoperability proposed solution should not
store documents in any proprietary format
17. Should store metadata in RDBMS and electronic Document on file system
(SAN/NAS)
Page 75 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
18. Solution must provide Email and SMS based notification to the business users
and must be compatible with all SMTP compliant email servers and should be
capable of integrating with SMS gateway provided by the bank
19. The proposed solution has to be integrated with Finacle 10.XXXX. Later, if bank
decides to upgrade Finacle into a different version then the DMS solution
should be able to integrate with that also.
20. Document stored in DMS software should be be accessible for viewing from
Bank’s other applications as well
21. The proposed system must have the capability to extract data from any form,
structured or unstructured. Perform the data extraction using techniques such
as OMR, ICR,OCR, MICR, Barcodes etc. Export the data to the Document
Management system for image retrieval.
22. Solution should support digital signature i.e. signing of the document Digitally.
23. The DMS solution must support concurrent read/print access to documents
by multiple users.
24. API tool kit for application development and integration both at server side
and client side.
25. System must support downloads files or groups of files from DMS.
26. System shall provide a mechanism for electronic archiving
27. The servers, software and developed application should be compatible with
IPv6 and should support XML/UML/HTTP/etc (all XML and Internet supported
versions) and other formats for RPA solution integration if required.
28. Solution should not have any limitation on defining custom metadata fields
29. Solution should support associating metadata both to records and folders
30. Metadata should support data types like String, Integer, Float, date etc
31. Metadata should support ISO standards
32. Solution should support categorization of the scanned images as different
documents like Inward/Outward, Office file document, Circulars, Supporting
documents, Report etc. Document Capture
33. Import of both Image and Electronic documents
34. The DMS must support imaging of 8-1/2” x 11” and legal size, single-sided or
doublesided pages.
35. Support for all standard scanning protocols like TWAIN, WIA, ISIS, etc.
36. The DMS must support the deletion and rescanning of pages / documents
before committing to disk.
37. The DMS must support all standard file formats and compression formats like
TIFF multi-page files G3 and G4 compression, JPEG, GIF, XML, PDF etc
38. The DMS solution must support bi-tonal and gray-scale image scanning.
Should support colour scanning as per business requirement.
39. Support for production level scanning. Should be able to handle complex
scanning using simplex and duplex scanners
40. Facility to scan multiple pages into batches for auto/manual processing
41. Support for scanning different pages of a document at different dpi
resolutions
42. Automatic segregation of batch of documents based on Barcode, Blank
page, Fixed page and auto Form recognition
Page 76 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
64. Provision for multi-level security access for different access categories
65. Must support the movement of users between organizational units whereby
their job roles and/or their access rights may change. The System must
therefore have within it the concepts of job roles, and staff occupying those
posts. In addition, the Electronic Document and Record Management System
(EDRMS) must allow the definition of user roles, and must allow one or more
users to be associated with each role.
66. Should provide Access Control based secure access providing View
Document, View Metadata, Update Document, Update Record Metadata,
Modify Record Access, Destroy Record configurable by the administrator
67. Should have the ability to automatically generate reports showing temporary
role assignments after a predefined period.
68. System should provide Roles Bases Access Control(RBAC) & ACL(Access
Control List) to restrict access of documents to authorized individuals
69. Should provide a detailed and searchable system audit trail/logs
70. Should allow the audit trail facility to be configurable by the Administrator so
that they can select the events for which information is automatically stored.
71. Able to record in the audit trail all changes made to all objects within the
system
72. Track and record information about events in the audit trail without manual
intervention, once the audit trail facility has been activated
73. Should support system based audit logs
74. Facility of securing documents
75. Secure Access to DMS application where user authentication should be
based on X.509 certificate/Biometric under the PKI as provided by
IDRBT/Biometric.
76. Support for Password encryption
77. Disaster recovery by replicating the data at remote locations
78. Data encryption should be possible
79. Document audit trail including access success/denial should be available
80. Audit trails on separate actions, and between specific date/times
81. System Reports and Statistics
82. Tracking of each Work item through track sheet which records all user actions
83. Searches on Work items date and time
84. Reporting facilities: daily, weekly or monthly reports on completed,
incomplete Work items to identify slack and improve efficiency
85. It is desirable the DMS solution hide from view the existence of any documents
the current user is not permitted access to. Information Management
Hierarchical storage 86. Document Repository for managing information
86. Organizing documents into Cabinets, Folders and subfolders or any other
comparable structure for Classification of information and hierarchical
storage management for large volume of documents
87. It is desirable for the DMS solution to store documents up to 1,000 pages or
higher in length
88. Inbox and Outbox for individual users for posting documents
Page 78 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
89. It is desirable for the DMS solution to store documents up to 1,000 pages or
higher in length
90. Linking of documents for cross-referencing related documents.
91. The DMS solution must have the capability to rendition documents from MS
Word to PDF format.
92. Creation of User-defined data classes with multiple user-defined indexes of
various data types
93. Support for indexing the documents or folders on user defined and system
defined parameters
94. Association of data classes with documents and folders for easy search and
retrieval
95. Filing & Indexing of documents for quick retrieval
96. Facility to add keywords with documents to act as quick reference for the
documents
97. Functionality for defining user-defined indexes or fields that could be
associated to any document across the cabinet
98. Support Auto indexing with metadata capturing from other applications.
99. Support for variable number of multiple values for any field type
100 Should be Commercial Off the Shelf (COTS) Products and should comply with
the following standards
LDAP - Light Weight Directory Access Protocol
SOAP - Simple Object-Oriented Access Protocol
SHA1 with DSA- Secure Hash Algorithm / Digital Signature Algorithm
TDES - Triple Data Encryption Standards
101 System Shall support
• 3000 concurrency
• 3 seconds benchmark for document retrieval from repository
• Enterprise license with unlimited users
• Document compression without compromising quality
Version Management
102. Version control for tracking document revisions
103. Document set of older versions must also be maintained but must be
duplicated as a result
104. Support for image and electronic document versions, version comments
Collaborative working
105. Check-In and Checkout support for collaborative working on documents
106. The DMS solution must facilitate browser based users to search for and
retrieve, download and print documents in the repository.
Document/Folder Search and view
107. Searches to locate documents or Folders
108. Search for documents/Folders using user defined indexes
109. Search within a search must be possible
110 Indexed data and image database can be stored in a distributed
environment, embedded and encrypted
111. Combined search for documents/folders using profile and Indexed search
Page 79 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
112. Full text search should support Boolean, proximity, wildcard and phrase
search
113. Provide search based on actual content of the document
114. Complex and multiple criteria based Boolean search
115. Nested searches Viz. Branch / ZO / HO / Department / Customer details / etc.
116. Provide ability to store frequently used searches as Save Searches
117. Provide searching facilities based upon: Any metadata field (content, author,
source, keywords, etc.)
118. Provide search based on actual content of the document
119. Provides a list of matching documents (repository search) listed by relevance.
120. Software optimized for rapid search and retrieval on multiple very large
document repositories (billion pages and above)
121. Support fuzzy searching.
122. Transparent Search across multiple repositories and servers.
123. Support easy search
Document Viewing
124. Support for Document View through browser based plug-in. Support for html
document viewer to view common image format like tiff, jpeg, etc. and
common office format like doc, xls etc. and PDF
125. Support for annotations like highlighting, marking text, underlining, pointing
arrows, putting sticky notes on documents, and support for text and image
stamps
126. Facility to traverse to next page/previous page or specific page for viewing
multi page documents
127. Facility of taking print outs with or without annotations
128. Support for Thumbnails and direct page level access within a document
should be possible.
129. Bookmark pages for viewing
130. Should recognize and launch appropriate application for any object type for
which software does not have viewer
131. Should use a variety of page display methods and support user in moving
through document in variety of ways, such as: display pages one at a time,
multiple pages on screen at once, select desired page easily, go to first/last
page. Facility to traverse to next page/previous page or specific page,
bookmark for viewing multi page documents.
132. Viewer must allow strip-by-strip or pre fetch or caching display of the image
in case of low band width availability.
Document Printing
133. Viewer must allow strip-by-strip or pre fetch or caching display of the image
in case of low band width availability.
134. The DMS solution must be able to send print jobs to network printers and to
print from individual printers attached to workstations, subject to proper
authentications.
135. The DMS solution must have high volume, high speed print capabilities t o
generate 1,000+ pages per day.
Page 80 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
MIS REPORTS
136. Capable of storing standard reports requests and formats, which can be run
specifying varying parameters, but without additional design alteration,
including parameters for:
• specific dates and date ranges
• specific users or groups of users
137. System should provide the capability for the end-user to run standard, pre-
formatted reports based on both operator and system entered data
138. Allow reports to be generated for screen display, for printing, and for both
display and printing
139. Should provide report designing tool for designing own reports
140. Should provide the capability for end-users to create ad-hoc reports, to run
“on-the-fly.
Electronic Records Management
141. Solution should have facility to export / import electronic record with
metadata in XML format
142. Solution should have a provision to define physical location of record
management facility
143. Should support multiple classification schemes including business and
Thesaurus based classification
144. Capable of supporting a hierarchical business classification scheme, with a
minimum of three levels below the root level; and must support the use of
varying numbers of levels at different points in the classification scheme.
145. Where a hierarchical classification scheme is in use, the ELECTRONIC
DOCUMENT & RECORDS MANAGEMENT SYSTEM must allow the addition of
folders to either the lowest level or at the highest level
146. Should provide ability to define retention schedules and holds
147. System should manage entire lifecycle of the content right from capture till
disposal
148. System should have the capability of defining disposition and Triggers
149. System should have the ability of making a content inactive
150. System should have capability of approving a classification if a change is
done
151. Support a “drag and drop‟ method for uploading the documents in the
system
152. Support a “copy and paste‟ method of manipulating folders and records,
where this is appropriate for the platform supported.
153. System must provide spell check function for notes and document title
154. System should provide a generic image viewer supporting common Image
file formats like Tiff, Bmp etc
155. System must have provision of electronically signing the documents
156. Functionality for permanently burning out sensitive information to adhere to
RTI
157. System should have the ability of creating adhoc workflows
158. System should have ability of defining naming patterns for folders as well as
record .
Page 81 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 82 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
INDIAN OVERSEAS BANK is looking for a comprehensive Loan Origination System (LOS)
and intends to automate entire loan management system including loan origination,
processing, disbursement, post sanction loan management and integration with banks
collections system. The Bank intends to streamline the loan origination and tracking
process in order to have faster loan disbursals leading to business growth. This should also
lead to lower defects to ensure optimum returns on lending cycles and decreased
operational costs improving the bottom-line. The proposed Loan Origination System
(LOS) should enhance customer experience by streamlined operations that will enable
faster responses to Customer queries and requests.
The bank envisages having deeper insights into each transaction through real time
business activity monitoring, analytics to ensure lower defects, content and resource
optimization through audit trails and dynamic resource allocation. Loan Origination
System architecture need to meet the dynamically changing business requirements of
the Bank. Loan Origination System should be a perfect solution providing efficiency,
speed, security, reliability, scalability and power. It should have rich features that address
end-to-end needs of the Bank.
A. Project Scope
Bank will award the contract to the successful vendor and the vendor should deliver the
service with the following scope:
Page 83 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1.2. The license for the solution to be Enterprise wide perpetual level for all the modules
offered without any constraint on number of branches or users for the Bank’s
Operations in India & International Territories, present & future subsidiaries and
associates both domestic & international and present & future RRBs. However it
should support 3000 concurrent user for LOS and 2000 concurrent users for DMS.
1.3. The vendor is expected to provide the Solution, including facility management,
training, third party utilities (if any) and installation, testing, migration, providing
requisite interfaces and provide technical support for a period of seven years. The
seven-year period consists of AMC / ATS period, from the date of implementation.
1.4. Implementation of the proposed solution should be completed within 3 months of
the acceptance of order.
1.5. By means of diagrammatic / pictorial representations, the Vendor should provide
complete details of the hardware, software and network architecture of the Loan
Origination System offered, including the project plan for go live. Vendor to also
provide security setup proposed in the solution and various layer of risk identification
and mitigation measures.
1.6. The selected vendor should also support the requisite certifications, integration, and
maintenance, compliance, etc. and day to day operations on 24*7*365 basis.
1.7. The selected vendor should host the solution at Bank’s premise/ advised premise in
High Availability mode, along with DR and a minimum uptime time of 99.50 %
1.8. The vendor shall do proactive monitoring and do capacity planning at regular
intervals and advise the Bank on Hardware /Software upgrades. However, there
should not be any additional cost to the Bank for any software upgrade or Hardware
upgrade during the contract period as the Bank may use existing IT infrastructure or
procure separately the required infrastructure based on the sizing proposed by the
vendor. The vendor is supposed to provide as part of the technical solution the
complete IT infrastructure details like Server, Operating System, Database, Storage
Capacity and other related requirements. In the event the sizing proposed by the
Vendor does not meet the performance / service levels of the Bank the Vendor will
at their cost carry out the necessary upgrades / replacements. The Bank has the
right to deduct / recover from the vendor the required additional expenses which
Bank may incur on account of such upgrades / replacements.
1.9. The selected vendor should provide a separate Test/ Development /UAT
environment.
1.10. The solution should have ability to generate various MIS reports as per regulators /
statutory requirements. Vendor to arrange for necessary customizations wherever
required during the contract period.
1.10. Vendor should provide the complete documentation including technical,
operations, user manual, etc.
1.11. Following documents should be delivered by the Vendor to the Bank for every
software including third party software before software/ service become
operational, which includes, user manuals, installation manuals, operation manuals,
design documents, process documents, technical manuals, functional
specification, software requirement specification, system configuration documents,
system/ database administrative documents, debugging/ diagnostics documents,
test procedures etc.
Page 84 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1.12. The vendor should also provide documents related to Review Records/ Test Bug
Reports/ Root Cause Analysis Report, list of all Product components, list of all
dependent/ external modules and list of all documents relating to traceability of the
Product as and when applicable. The Vendor should also provide the MIS reports as
per requirement of the Bank.
1.13. Any level/ version changes and/ or clarification or corrections or modifications in the
above mentioned documentation should be supplied by the Vendor to the Bank
free of cost in timely manner.
Mandatorily comprehensive training (technical and functional separately) to Bank
Staff, at least once in a year during the contract period. The training shall be
provided as and when required by the Bank. Vendor shall train designated IOB
officials on the configuration, operation/ functionalities, maintenance, support &
administration for software/ hardware/ Database/ OS/ Middleware, application
architecture and components, installation, troubleshooting processes of the
proposed solution.
1.15. Training will need to be carried out onsite at Chennai for IT team and through WebEx
/ Video Conference for users at various locations. The training program may be split
into 2 groups – Technical and Trainer level training. The groups at Mumbai may be
covered in 2 batches of 20 officers each. The bidders are requested to indicate the
optimum number of days/ hours required for both Technical and User level training
programs onsite at Mumbai. The users in the other branch offices can be training
through WebEx and /or Video Conferencing. The successful vendor can use the
infrastructure at our Chennai office for this purpose.
1.16. Post Implementation support.
1.17. Escrow of application software.
1.18. Benchmarking of proposed solution if desired by Bank.
1.19. The system should support online/ real-time comprehensive and customizable
management dashboard.
1.20. The proposed solution should be capable of take care of both back-end [Bank side]
and front-end [Customer side] of our Loan Origination System.
1.21. The proposed Loan Origination System should be able to integrate with Bank’s Core
Banking Solution – Finacle. All the back office accounting and liability entries have
to be triggered in CBS apart from dynamically fetching client limit and facilities
related information from there as part of transaction processing. Hence, the plan for
implementation for interfacing their Loan Origination System with the following (but
not limited to) should be provided with the technical bid:
1.22. Core Banking Platform at our Domestic & Foreign Offices, currently Finacle
1.23. Bank’s Payment Hub/Middleware
1.24. Bank’s Mail server
1.25. The Vendor should integrate the software with the existing systems as per
requirement of the Bank.
1.26. System integration testing will be followed by user acceptance testing, plan for
which has to be submitted by the vendor to the Bank. The UAT includes Functional
tests, Resilience tests, Benchmark Comparisons, Operational tests, Load tests etc.
IOB staff/ third Party Vendor designated by the Bank will carry out the functional
testing. This staff/ third party vendor will need necessary on-site training for the
purpose and should be provided by the Vendor. Vendor should carry out other
Page 85 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
testing like resiliency/ benchmarking/ load etc. Vendor should submit result log for
all testing to the Bank.
1.27. The proposed Loan Origination System should provide a robust MIS support by way
of Dashboard with certain in built reports. These reports would inter alia cover
extraction of data for various internal, external MIS and regulatory purposes
including Transaction Monitoring activities. The dashboard has to be multi-level both
at front end and back end viz: (1) Corporate Level/Group level information; and (2)
Branch/Country/Region level information for the Bank users/ Administrators. The
indicative list of reports which come out of the box should be provided with
technical bid. The reports should be generate for different domain like universal,
country specific and frequency for generating these reports should be as per Bank’s
requirement (monthly, quarterly, annually etc).
1.28. The product should offer maximum flexibility in User administration for the Corporates
while making available all the required user control tools at the hands of the Bank
users.
1.29. The product should offer versatile but robust access controls and user rights controls
– both physical and logical. The solution should support super administration for the
Bank as whole as well as local administrators and user controls at country/ branch
level.
1.30. The solution should support to customize the product for different jurisdictions as per
the local Regulations as well as client needs.
1.31. The proposed solution should be capable of handling multi country, multi-currency,
multi-product Loan Origination System administration and services. Going forward
the Loan Origination System should also be capable of interfacing with multiple
back office solutions and core banking system, if required. In addition, the solution
should be dynamic enough to configure for all types of operations, viz. centralized
model, hub and spoke model and at regional centers. The solution needs to have
an inbuilt feature of assigning/ reassigning tasks even across various branches/
regions.
1.32. The product should be complied with top 10 OWASP security coding practice and
a certificate in this regards to be submitted.
1.33. The product should also have proven abilities of assisting the Bank in maintaining
audit trails, audit logs of all its functions/ processes.
1.34. If there is any core banking system upgrade then it is vendor’s responsibility to ensure
that the integration with the core banking system is provided without affecting the
normal course of business.
1.35. The solution should have ability to interface with other third party solutions like
screening software solutions, transaction monitoring solutions, etc. is mandatory. The
solution should also have the capability to generate alerts (e-mails/ SMS) to
applicants/ beneficiary. The solution must provide the capability of document
upload and transfer both from customer and back-end. Vendor should clearly
indicate the size/ type of document and scanning specifications for this facility, as
also the bandwidth needed. It is expected that the bidder clearly specifies the file
types supported and the estimated bandwidth requirement for a given file size.
Page 86 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
1.36. The solution/ software developed or customized should follow a standard
development process to ensure that it meets functional, security, performance &
regulatory requirements of the Bank.
1.37. The Bidder should comply with Bank’s IS Security policy in key concern areas relevant
to the RFP. Some of the key areas are as under:
➢ Responsibilities for data and application privacy and confidentiality.
➢ Responsibilities on system and software access control and administration.
➢ Custodial responsibilities for data, software, hardware and other assets of the
Bank being managed by or assigned to the Vendor.
➢ Physical Security of the facilities, wherever required to be provided by the
vendor.
➢ Physical and logical separation from other customers of the Vendor, wherever
required to be provided by the vendor.
➢ Incident response and reporting procedures.
➢ Password Policy of the Bank.
Security requirement of the Bank will be shared with the successful bidder.
1.38. Backup System: Bidder will be responsible for Backup up of Application and
Database as per the requirement of the Bank.
1.39. Test & Training: Exclusive Test & Training environment should be made available
outside production area in the respective DC.
1.40. The Bank expects that the successful Vendor to adhere to the following minimum
Service Levels:
➢
Any fault/ issue/ defect failure intimated by Bank through any mode of
communication like call/ e-mail/ fax etc. are to be acted upon, so as to adhere to
the service levels. Business/ Service Downtime and Deterioration shall be the key
considerations for determining “Penalties” that would be levied on the Successful
Vendor.
➢
The Vendor should have 24X7X365 monitoring, escalation and resolution
infrastructure.
➢
Onsite support engineer (L2 level) for initial 1 year for smooth rollout, issue redressal,
handholding, training, etc. Thereafter rate contract for L2 level engineer
➢
Time bound problem addressing team (onsite/ offsite) for the complete contract
period.
➢
Vendor to arrange for updation required in the system to meet the changes
suggested by RBI/ Govt. of India/ towards compliance as part of ATS at no extra cost
to Bank for the entire contract period. Any delay in meeting the timelines would result
in penalty.
Page 87 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Uptime percentage - 100% less Downtime Percentage.
Downtime percentage - Unavailable Time divided by Total Available Time, calculated on
a monthly basis.
Total Available Time – 24 hrs per day for seven days a week.
Unavailable Time - Time involved while the solution is inoperative or operates
inconsistently or erratically.
The uptime percentage would be calculated on monthly basis and the calculated
amount would be adjusted from every subsequent quarter payment. The SLA charges
will be subject to an overall cap of 10% of the Monthly Maintenance Charges and
thereafter, Bank has the discretion to cancel the contract. If Vendor materially fails to
meet an uptime of 99.50% for three (3) consecutive months, the Bank may have the right
to terminate the contract. In case if there is no pending invoices to be paid by the Bank
to the vendor, the vendor has to submit a pay order/ cheque payable at Mumbai in
favor of INDIAN OVERSEAS BANK for the same within 15 days from the notice period from
the Bank.
Page 88 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
productivity of immediately
same staff possible)
Available Comments/
Sr.No Category Requirements Score (Yes/No) Remarks
1. Processing Quality, depth, relevance & 8
and presentation of Financial Analysis:
Automation Ratio Calculation, Cash flow
level assessment, standardized financial
analysis generation from an excel
input with mechanized output of
parameters with prototype
comments on variations.
Document Management & 3
Processing: easy Upload and
download of Documents in various
popular forms with abilities to use
these documents in part or full in
output templates
Page 89 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 90 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Total 70
Technical Scoring Sheet: Technical scoring will be evaluated on following criteria as part
of Technical evaluation.
Available Comments/
Sr.No Requirements Score (Yes/No) Remarks
A Application Architecture
1. The architecture should support online real 1
time updation between the application &
database.
2. Integrity of the data should be maintained 1
between the application & database.
3. The architecture should have the ability to 1
increase the number of concurrent instances
to keep the application server parameters
below 70% utilization (CPU
Memory, Hard disk, etc.)
4. The product should support SSO (Single-Sign - 1
On) for all modules of Loan Origination System
(LOS).
5. Does the application support LDAP? If so, 1
please describe how LDAP is supported and
which LDAP server is supported. Describe how
the system can integrate with Windows Active
Directory to achieve Single-Sign-On (SSO).
6. Solution is platform agnostic – not dependent 1
on a particular hardware setup.
Page 92 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 93 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 94 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 95 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 96 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 97 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
Page 98 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
basis. L1 to run onsite with a minimum of 1 person per shift, minimum 3 persons in all on
a 3 shift basis with backup arrangement for personnel fully taken care by the Bidder / SI.
For onsite support charges to be provided based on the manpower efforts in 3 shifts per
day. The Bank has discretion to avail onsite support services and number of support
engineers at person day cost given.
The expected time of response should be average 60 minutes per call. Escalation
process should be put in place for unresolved issues.
Help desk should be well trained to effectively handle queries raised by the Bank
customers/ employees, etc. Bank will provide the Service Desk tool for call logging and
SLA management.
The proposed solution should be able to generate MIS reports for call login periodically
for example: volume of calls/ per day, resolution % per day, etc. The bidder should
provide an indicative list of reports which come out of the box.
The technical bid should cover the support structure available for the administrators and
Bank users. A brief write-up to be included with regard to how the vendor proposes to
address the training needs at multiple levels within the Bank. The bids should inter alia
cover the time period for which they would be made available. The bidder should ensure
onsite training for all the users at the time of UAT and bidder should be flexible to give
training to the users as and when required/ demanded by the bank at any point contract
period.
b) Designation:
c) Phone:
d) Fax:
e) Cell No:
f) E-mail
6) Turnover and Net Profit of the company (Rs. In
Crores).
FINANCIAL YEAR Turnover Net Profit (After Tax)
2016-2017
2017-2018
2018-2019
We confirm that the prices quoted by us in the commercial bid are as stipulated by the
Bank in clause 1.10 of the RFP No RFP/ITD/xx/19-20 dated 17.02.2020. We also confirm
that we agree to all the terms and conditions mentioned in this RFP No RFP/ITD/013/19-20
dated 17.02.2020.
DATE:
The Assistant General Manager,
Indian Overseas Bank,
Information Technology Department,
763, Anna Salai,
CHENNAI – 600 002.
Dear Sir,
With reference to the above RFP, having examined and understood the instructions,
terms and conditions forming part of the RFP, we hereby enclose our offer for providing
said solution as detailed in your above referred RFP.
We confirm that the offer is in conformity with the terms and conditions as mentioned in
the above-cited RFP and agree to all the terms and conditions of the RFP and subsequent
amendments made, if any.
We confirm that, we have not have been black listed / debarred / disqualified / by any
regulator / statutory body / Financial Institutions or a public sector undertaking in India as
on date of issue of RFP
We also understand that the Bank is not bound to accept the bid / offer either in part or
in full and that the Bank has right to reject the bid / offer in full or in part or cancel the
entire tendering process without assigning any reasons whatsoever.
We furnish hereunder the details of Demand Draft submitted towards RFP document fees
and EMD Amount.
(Authorized Signatory)
1. Name of Bidder :
NOTE:
1. For Serial No 1.a & 1.b of Table I – bidders shall submit Bill of Materials (Quantity, Make
and Model).
2. All software supplied under this bid shall be of enterprise class with OEM support.
3. Application Software supplied under Serial No 1.c of Table I shall be enterprise and
perpetual edition without any limitation (Unlimited License) such as number of users,
clients etc.
4. For Serial No 1.e & 1.f, the quantity mentioned is indicative in nature and does not
construe a firm commitment from the Bank. Conversely the prices quoted shall be
fixed for the duration of the contract for any number of user licenses as required by
the bank.
5. If the cost for any line item is indicated as zero, then it will be assumed by the Bank
that the said item is provided to the Bank without any cost.
6. The prices quoted above shall be considered for all the deliverables stated in this
RFP document. No extra costs other than those quoted above shall accrue to the
bank.
7. The prices quoted by the bidder shall be exclusive of taxes (GST) and inclusive of all
duties, levies, entry tax (wherever applicable).
8. Onsite Support for the solution will be 24x7. and charges to be provided based on
the manpower efforts in 3 shifts per day. The Bank has discretion to avail onsite
support services and number of support engineers at person day cost given.
However, for the TCO purpose 3-person day (3 shift x 1 person) x 365 for each year
will be considered
Successful bidder shall be determined based on the criteria detailed in clause 1.14 of this
RFP.
We certify that the items quoted above meet all the Technical specifications, Functional
requirements, Technical requirements as per Annexure I-A, I-B of the RFP Ref No.
RFP/ITD/013/19-20 dated 17.02.2020 and prices quoted are all in compliance with the
terms indicated in clause 1.10 of the RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020. We
also confirm that we agree to all the terms and conditions mentioned in this RFP Ref No.
RFP/ITD/013/19-20 dated 17.02.2020.
Authorised Signatory:
Name and Designation:
Office Seal with date
(This letter should be on the letterhead of the OEM / OSD / Manufacturer duly signed by
an authorized signatory)
To
Sir,
Sub: RFP for Procurement, Implementation & Maintenance of Loan Origination System
We ………………………… (Name of the OSD / OEM) who are established and reputable
manufacturers / developers of ………………………… having factories at ………, ………
and …………… do hereby authorize M/s ……………………… (who is the vendor submitting
its bid pursuant to the Request for Proposal issued by the Bank) to submit a Bid and
negotiate and conclude a contract with you for supply of
We undertake to perform the obligations as set out in the RFP in respect of such services
and hereby extend our support and services through M/s.……………… during the 7 year
contract period as per terms and conditions of the RFP.
We assure you that in the event of M/s ……………………… not being able to fulfill its
obligation as M/s ……………………… vendor in respect of the terms defined in the RFP,
Yours Faithfully
Authorized
Signatory (Name:
Dear Sir,
1. We hereby confirm that we agree to all the RFP terms and conditions of the
RFP/ITD/013/19-20 dated 17.02.2020, its Annexes, amendments made to the RFP without
any pre-conditions. Any presumptions, assumptions, deviations given or attached as part
of technical document (technical bid) be treated as null and void.
2. We confirm that the undersigned is authorized to sign on behalf of the company and
the necessary support document delegating this authority is enclosed to this letter.
3. We also agree that you are not bound to accept the lowest or any bid received and
you may reject all or any bid without assigning any reason or giving any explanation
whatsoever.
Yours faithfully,
For ____________________
Signature: _______________
Name: __________________
Dear Sir,
We hereby certify that; we have not been blacklisted in any Central Government / PSU /
Banking / Insurance company in India as on date of the RFP for a similar project.
To …………………………….………………
…………………………………………...
…………………………………………...
(a) If the Tenderer withdraws its Tender during the period of Tender validity specified in
the Tender; or
(b) If the Tenderer having been notified of the acceptance of his Tender by the Employer
during the period of Tender validity;
(ii) fails or refuses to furnish the performance security, in accordance with clause
___________ of conditions of Contract.
We undertake to pay to the Employer up to the above amount upon receipt of his first
written demand without the Employer having to substantiate his demand, provided that
in his demand the Employer will note that the amount claimed by him is due to him owing
to the occurrence of one or both of the above mentioned two conditions, specifying the
occurred condition or conditions.
iii) We are liable to pay up to the Guaranteed amount only and only if we receive
from you a written claim or demand within the claim period not later than 12 months from
the said expiry date relating to default that happened during the Guarantee period and
Page 108 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
all your rights under this Bank Guarantee shall be extinguished and our liability under the
Bank Guarantee shall stand discharged unless such written claim or demand is received
by us from you on or before........(**) being the date of expiry of the claim period"
For all purposes connected with this Guarantee and in respect of all disputes and
differences under or in respect of these presents or arising there from the courts of
Chennai city where the Bank has its Central Office shall alone have jurisdiction to the
exclusion of all other courts.
______________________,
(*) To be suitably altered depending on the nature of constitution of the bank that issues
the guarantee.
(**) There shall be a claim period of 12(twelve) months from the date of expiry of the
guarantee.
1. WHEREAS the Bank on ________________, has entered into a contract with the
vendor for supply of Supply, Implementation And Maintenance Of Loan
Origination System Including Document Management System (hereinafter
collectively called “Solution”) and installation at its Regional Offices, Branches and
other offices located across the Country.
3. AND WHEREAS pursuant to the above arrangement, the Bank has placed a
purchase Order with the said vendors and the vendors has duly confirmed the
same.
4. AND WHEREAS in terms of the said documents, the vendor has agreed to deliver
the said Solution within the schedules stipulated in the RFP document and to
provide an unconditional irrevocable performance Bank Guarantee in favor of
Page 110 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
the Bank from a Scheduled Commercial Bank other than Indian Overseas Bank
acceptable to the Bank for securing the Bank towards faithful observance and
performance by the vendor of the terms, conditions, covenants, stipulations,
provisions of the Contract / the said documents.
5. AND WHEREAS at the request of the vendor, the Guarantor has agreed to
guarantee the Bank, payment of Rs. ________________ (Rupees _____
_______________________________________ only, towards faithful observance and
performance by the vendor of the terms of the contract.
a. The Guarantor agrees and undertakes not to revoke this Guarantee during
the currency of these presents, without the previous written consent of the
Bank and further agrees that the Guarantee herein contained shall continue
to be enforceable until and unless it is discharged earlier by the Bank, in
writing.
b. The Bank shall be the sole judge to decide whether the vendor has failed to
perform the terms of the contract for supplying the Solution, and on account
of the said failure what amount has become payable by the vendor to the
Bank under this Guarantee. The decision of the Bank in this behalf shall be
final, conclusive and binding on the Guarantor and the Guarantor shall not
be entitled to demand the Bank to establish its claim under this Guarantee
but shall pay the sums demanded without any objection, whatsoever.
c. To give effect to this Guarantee, the Bank, may act as though the Guarantor
was the principal debtor to the Bank.
d. The liability of the Guarantor, under this Guarantee, shall not be affected by
For all purposes connected with this Guarantee and in respect of all disputes and
differences under or in respect of these presents or arising there from the courts of
Chennai city where the Bank has its Central Office shall alone have jurisdiction to the
exclusion of all other courts.
IN WITNESS WHEREOF the Guarantor has caused these presents to be executed on
the day, month and year first herein above written as hereinafter appearing.
SIGNED AND DELIVERED BY
the within named Guarantor,
______________________,
by the hand of Shri.___________________________,
its authorised official.
(*) To be suitably altered depending on the nature of constitution of the bank that
issues the guarantee.
(**) There shall be a claim period of 12(twelve) months from the date of expiry of the
guarantee.
Page 112 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
IN FAVOUR OF:
1. AND WHEREAS pursuant to the Bid Documents, purchase order, and the other
related documents (hereinafter collectively referred to as “the said documents”),
the Bank has agreed to purchase from
M/s…………………………….………………………who has agreed to provide to the
Bank ………………….the said ............................................., more particularly
described in the said documents, subject to payment of the price as stated in the
said documents and also subject to the terms, conditions, covenants, provisions
and stipulations contained in the said documents.
2. AND WHEREAS pursuant to the above arrangement, the Bank, has concluded a
Contract, with M/s. ………………………… on ………. (Hereinafter referred to as “the
Vendor” which expression shall unless it be repugnant to the subject, meaning or
context thereof, be deemed to mean and include its successors and assigns),
subject to the terms and conditions contained in the said documents and the
vendor has duly confirmed the same.
3. AND WHEREAS in terms of the Contract stated in the said documents, the vendor
has agreed to warrant comprehensive maintenance of the
Page 113 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
entire............................................... including the System, software, components and
accessories supplied and to provide an unconditional and irrevocable
performance bank guarantee, in favour of the Bank, from a Scheduled
Commercial Bank other than Indian Overseas Bank acceptable to the Bank for
securing the Bank towards faithful observance and performance by the vendor of
the terms, conditions, covenants, stipulations, provisions of the Contract/the said
documents.
4. AND WHEREAS at the request of the Vendor, the Guarantor has agreed to
guarantee the Bank, payment of Rs. ___________ (Rupees _________
__________________ only) towards faithful observance and performance by the
Vendor of the terms of the Contract.
2. The Bank shall be the sole judge to decide whether the Vendor has
failed to perform the terms of the Contract in providing comprehensive
maintenance as per the warranty, AMC and contractual terms by the
Vendor to the Bank, and on account of the said failure what amount
has become payable by the Vendor to the Bank under this Guarantee.
The decision of the Bank in this behalf shall be final, conclusive and
binding on the Guarantor and the Guarantor shall not be entitled to
demand the Bank to establish its claim under this Guarantee but shall
pay the sums demanded without any objection, whatsoever.
4. The liability of the Guarantor, under this Guarantee shall not be affected
by
i) any change in the constitution or winding up of the Vendor or
any absorption, merger or amalgamation of the Vendor with any
other company, corporation or concern; or
ii) any change in the management of the Vendor or takeover of
the management of the Vendor by the Government or by any
other authority; or
iii) acquisition or nationalisation of the Vendor and/or of any of its
undertaking(s) pursuant to any law; or
iv) any change in the constitution of the Bank / Vendor; or
v) any change in the setup of the Guarantor which may be by way
of change in the constitution, winding up, voluntary or otherwise,
absorption, merger or amalgamation or otherwise; or
vi) The absence or deficiency of powers on the part of the
Guarantor to give Guarantees and/or Indemnities or any
irregularity in the exercise of such powers.
iii) We are liable to pay up to the Guaranteed amount only and only
if we receive from you a written claim or demand within the claim period
not later than 12 months from the said expiry date relating to default that
happened during the Guarantee period and all your rights under this
Bank Guarantee shall be extinguished and our liability under the Bank
Guarantee shall stand discharged unless such written claim or demand
is received by us from you on or before........(**) being the date of expiry
of the claim period"
7. For all purposes connected with this Guarantee and in respect of all disputes and
differences under or in respect of these presents or arising there from the courts of
Chennai city where the Bank has its Central Office shall alone have jurisdiction to
the exclusion of all other courts.
(*) To be suitably altered depending on the nature of constitution of the bank that issues
the guarantee.
(**) There shall be a claim period of 12(twelve) months from the date of expiry of the
guarantee.
THIS AGREEMENT made and entered into at Chennai on this the…. day
of………2018 between Indian Overseas Bank, a body corporate constituted
under the Banking Companies (Acquisition & Transfer of Undertakings) Act 1970,
having its Central Office at No.763, Anna Salai, Chennai, hereinafter called the
“BANK” which term shall wherever the context so require includes its successors
and assigns
AND
……………………a company incorporated under the Companies Act 1956 with its
registered office at ……. and its local office at ………… ……… ……………
……….. hereinafter called the “COMPANY” which term shall wherever the context
so require includes its successors and assigns, WITNESSETH:
WHEREAS
The Bank is interalia engaged in the business of banking and in the course of such
business activity intend to implement ……………………..solution at its Organization.
The Bank has short-listed the Company after completion of tendering process for
procurement of “……………………..” in its office. The details of such activities are
as per Purchase Order ref:…………………………issued by the Bank, duly accepted
by the Company.
1. Confidential information-
i. Each party agrees not to use the other’s confidential information for any
purpose other than for the specific purpose. Any other use of such
confidential information by any party shall be made only upon the prior
written consent from the authorized representative of the other party or
pursuant to subsequent agreement between the Parties hereto.
ii. The Company shall not commercially use or disclose for commercial purpose any
confidential information or any materials derived there from, to any other person
or entity other than persons in its direct employment who have a need to access
and knowledge of the said information, solely for the purpose authorized above.
iii. The Company shall not make news release, public announcements, give
interviews, issue or publish advertisements or Agreement, the
contents/provisions thereof, other information relating to this agreement,
the purpose, the Confidential information or other matter of this agreement,
without the prior written approval.
3. Exemptions
The obligations imposed upon either party herein shall not apply to information,
technical data or know how whether or not designated as confidential, that:
This agreement shall be effective from the date of the execution of this
agreement and shall continue till expiration or termination of this agreement
due to cessation of the business relationship between the parties. Upon
expiration or termination as contemplated herein the Receiving party shall
immediately cease any or all disclosures or uses of confidential information and
at the request of the disclosing party, the receiving party shall promptly return
or destroy all written, graphic or other tangible forms of the confidential
information and all copies, abstracts, extracts, samples, note or modules
thereof
The obligation under NDA shall survive the expiration/termination of the original
contract referred and the obligations contained herein shall continue
indefinitely as long as the underlying information remains confidential. The
obligations of the Company respecting disclosure and confidentiality shall
continue to be binding and applicable without limit until such information
enters the public domain.
Upon written demand of the Bank, the firm shall (I) cease using the
confidential information (ii) return the confidential information and all copies,
abstracts, extracts, samples, note or modules thereof to the disclosing party
within seven (7) days after receipt of notice and (iii) upon request of the
disclosing party, certify in writing that the firm has complied with the
obligations set forth in this paragraph.
7. Remedies:
The firm acknowledges that if it fails to comply with any of its obligations
hereunder, the Bank may suffer immediate, irreparable harm for which
monetary damages may not be adequate. The firm agrees that, in addition
to all other remedies provided at law or in equity, the Bank shall be entitled
to injunctive relief hereunder.
8. Entire Agreement:
9. Indemnity:
10. Severability:
If any provision herein becomes invalid, illegal or unenforceable under any law, the
validity, legality and enforceability of the remaining provisions and this agreement
shall not be affected or impaired.
12. Jurisdiction
In witness whereof the parties hereto have set their hands through their
authorized signatories
BANK COMPANY
(Authorized Signatory) (Authorized Signatory)
Ref:
Dated:
To,
Indian Overseas Bank
Sub: Submission of Offer for Tender ref: RFP/ITD/013/19-20 dated 17.02.2020 SUPPLY,
IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM INCLUDING
DOCUMENT MANAGEMENT SYSTEM
Dear Sir
The Bidder acknowledges that Indian Overseas Bank stands committed to following the
principles of transparency, equity and competitiveness in public procurement` as
enumerated in the integrity Agreement enclosed with the tender document.
The Bidder agrees that the Notice Inviting Tender is an invitation to offer made on the
condition that the bidder will sign the enclosed Integrity Agreement, which is an integral
part of the tender documents, failing which the Bidder will stand disqualified from the
tendering process. The Bidder acknowledges that the bid would be kept open in its
original form without variation or modification for a period of 180 days and the making of
the bid shall be regarded as an unconditional and absolute acceptance of this condition
of the NIT/RFP.
Bidder confirms acceptance and compliance with the Integrity Agreement in letter and
spirit and further agrees that execution of the said Integrity Agreement shall be separate
and distinct from the main contract which will come into existence when bid is finally
accepted by Indian Overseas Bank. The bidder acknowledges that the mere signing of
Integrity pact between the Bidder and the Buyer does not in any way guarantee award
of Contract to the Bidder. The bidder acknowledges and accepts the duration of the
Integrity Agreement, which shall be in line with Article 8 of the enclosed Integrity
Agreement.
Bidder acknowledges that in the event of the Bidder’s failure to sign and accept the
Integrity Agreement, while submitting the Bid, Indian Overseas bank shall have
unqualified, absolute and unfettered right to disqualify the Bidder and reject the Bid in
accordance with the terms and conditions of the tender.
Yours faithfully,
(Duly Authorized Signatory of the Bidder)
Preamble
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on
this the day of (month) 2017, between, on one hand, Indian Overseas Bank
acting through Shri …………………, Chief Manager of Indian Overseas Bank, a
nationalized Bank and an undertaking of the Government of India constituted under the
Banking Companies (Acquisition and Transfer of Undertakings) Act, -1970 hereinafter
called the "BUYER", which expression shall mean and include, unless the context otherwise
requires, his successors and permitted assigns) of the First Part and M/s ,
a Company incorporated under the Companies Act, or a Partnership Firm registered
under the Indian Partnership Act, 1932 or the Limited Liability Partnership Act, 2008
represented by Shri. , Chief Executive Officer/ all the Partners
including the Managing Partner (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 procure (Name of the Stores/Equipment / Services) and
the BIDDER/Seller is desirous of offering / has offered the stores/Equipment / Services and
WHEREAS the BUYER has floated a tender (Tender No.: ) hereinafter referred to
as “Tender / RFP" and intends to award, under laid down organizational procedures,
contract/s purchase order / work order for (name of contract/order) or items covered
under the tender hereinafter referred to as the "Contract".
AND WHEREAS the BUYER values full compliance with all relevant laws of the land, rules,
bye-laws, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).
AND WHEREAS, in order to achieve these goals, the BUYER has appointed Independent
External Monitors (leM), to monitor the tender process and the -execution of the Contract
for compliance with the Principles as laid down in this Agreement.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Pact or "Pact", the terms and conditions of which shall also be read as Integral
part and parcel of the Tender documents and Contract between the parties.
NOW, THEREFORE in, consideration of mutual covenants contained in this Pact, to avoid
all forms of corruption by following a system that is fair, transparent and free from any
Page 123 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
influence/prejudiced dealings, the parties hereby agree as follows and this Pact
witnesseth as under:
Enabling BIDDERs to abstain from bribing or indulging in any corrupt prac1ice 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 and all forms, by its officials by following transparent procedures.
The parties hereby agree hereto to enter into this Integrity Pact and agree as
follows:
1.1 The BUYER undertakes that no official/ employee 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 whether or not related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation
process related
to the contract.
1.2 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
particular BIDDER which could afford an undue and unfair advantage to that particular
BIDDER in comparison to other BIDDERs. The BUYER will ensure to provide level playing field
to all BIDDERS alike.
1.3 All the officials of the BUYER will report to the appropriate Government office any
attempted breach(es) or breaches per se of the above commitments as well as any
substantial suspicion of such a breach.
1.4. 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 such a
person 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.
2. 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-contract stage in order to secure the contract or in furtherance to secure it and
in particular commit itself to the following:-
2.1 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 of any kind to any
official(s)/employee/persons related to such Official(s) / employees of the BUYER,
connected directly or indirectly with the 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.
2.2 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 of
any kind 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 Bank for showing or forbearing to show favour or disfavour to
any person in relation to the contract or any other contract with the Bank.
2.3 The BIDDER shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principals or associates.
2.4 The BIDDER shall disclose the payments to be made by them- to agents/brokers or any
other intermediary, in connection with this bid/contract.
2.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original
manufacturer / lntegrator / authorized / government sponsored export entity of the
stores/equipment/item/Services and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to the
BUYER or any of its functionaries, whether officially or unofficially to award the contract to
the BIDDER, nor 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.
2.6 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, brokers, or
any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
2.7 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.
Page 125 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
2.8 The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
2.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or
pass on to 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 to avoid unauthorized disclosure of such information.
2.10 The BIDDER commits to refrain from giving any _complaint directly or through any
other manner without supporting it with full and verifiable facts.
2.11 The BIDDER undertakes not to instigate directly or indirectly any third person to
commit any of the actions mentioned above.
2.12 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 of any of the officers of the BUYER, or
aRFPrnatively, if any relative of an officer of the BUYER has financial interest/stake in the
BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender.
The term 'relative 'for this purpose would be as defined in Section 6 of the Companies Act
1956 and as may be prescribed under the Companies Act 2013 and the relevant Rules
.
2.13 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.
3.1 The BUYER will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3.2 The BUYER will disqualify those Bidders from the Tender process, who do not submit,
the duly signed Pact, between the BUYER and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process.
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/ PSU/
Nationalized Bank in any country in respect of any corrupt practices envisaged
hereunder or with any Nationalized Bank/ Public Sector Enterprise in India or any
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER is liable
to be disqualified from the tender process or the contract, if already awarded, is liable to
be terminated for such reason.
4.3 The imposition and duration of the exclusion of the BIDDER will be determined by the
BUYER based on the severity of transgression.
4.4 The Bidder/Contractor acknowledges and undertakes to respect and uphold the
BUYER’s absolute right to resort to and impose such exclusion.
4.5 Apart from the above, the BUYER may take action for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the BUYER.
4.6 If the Bidder/Contractor can prove that he has resorted/recouped the damage
caused by him and has implemented a suitable corruption prevention system, the BUYER
may, at its own discretion, as per laid down organizational procedures, revoke the
exclusion prematurely.
6.1 While submitting commercial bid, the BIDDER shall deposit an amount .................. (to
be specified in NIT / RFP) as Earnest Money/security deposit. with the BUYER through any
of the following instruments:
6.2 The Earnest Money/Security Deposit shall be valid upto the complete conclusion of
the contractual obligations for the complete satisfaction of both the BIDDER and the
BUYER or upto the warranty period, whichever is later.
-
6.3 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 provisions of Sanctions
Page 127 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
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.
--
6.4 No interest shall be payable by the BUYER to the- BIDDER on Earnest Money/Security
Deposit for the period of its currency.
7.1 Any breach of the aforesaid provisions by the BIDDER or anyone 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 anyone of the following actions, wherever required;-
i. To immediately call off the pre-contract negotiations/ proceedings with such
Bidder without assigning any reason or giving any compensation to the BIDDER.
However, the proceedings with the 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 there for.
iii. To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
iv. To encash the advance bank guarantee and performance guarantee/ bond/
warranty bond, if furnished by the BIDDER, in order to recover the payments,
already made by the BUYER along with interest.
v. 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.
vi. To debar the- BIDDER from participating in future bidding processes of- the Bank
for a minimum period of five years, which may be further extended at the
discretion of the BUYER.
vii. 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.
viii. In cases where irrevocable Letters of Credit have been received in respect of any-
contract signed by the BUYER with the BIDDER, the same shall not be opened.
7.2 The BUYER will be entitled to take all or any of the actions mentioned at paragraph
7.1[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 knowledge of the BIDDER], of an offence
as defined in Chapter IX of Indian Penal Code, 1860 or Prevention of Corruption Act, 1988
as amended from time to time or any other statute eted for prevention of corruption.
7.3 The decision of the BUYER to the effect that a breach of the Provisions of this Pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,
the BIDDER can approach the Independent Monitor[s] appointed for the purposes of this
Pact.
Page 128 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
8.1 The BUYER has appointed Independent" External Monitors [hereinafter referred to as
Monitors] for this Pact in consultation with the Central Vigilance Commission. They are,
1. Prof. S. Sadagopan,
Director, IIIT, Bangalore,
26/C, Electronics City,
Hosur Road,
Bangalore 560100
Email: s.sadagopan@gmail.com
8.2 The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligation under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the document
relating to the project/procurement, including minutes of meetings. The same is
applicable to Subcontractors of the Bidder. The Monitor is under contractual obligation
to treat the information and documents of the Bidder(s)/Contractor(s) /Subcontractor(s)
with confidentiality.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pac, he will
so inform the Authority designated by the BUYER and request the Management to
discontinue or take corrective action, or to take other relevant action. The Monitor can
in this regard submit non - binding recommendations.
8.6 The BIDDER 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 documentation. The same is
applicable to Subcontractors also which the BIDDER shall note.
8.7 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.
8.8 The Monitor will submit a written report to the designated Authority of 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.
8.9 If the Monitor has reported to The designated Authority of BUYER, a substantiated
suspicion of an offence under Indian Penal Code/Prevention of Corruption Act as the
Page 129 of 132
RFP Ref No. RFP/ITD/013/19-20 dated 17.02.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF LOAN ORIGINATION SYSTEM
WITH DOCUMENT MANAGEMENT SYSTEM
case may be, and the designated Authority of BUYER has not, within the reasonable time
taken visible action to proceed against such offence or reported it to the Chief Vigilance
Officer, the Monitor may also transmit this information directly to the Central Vigilance
Commissioner.
8.10 The word 'Monitor' would include both singular and plural.
This Pact is subject to Indian Laws. The place of performance and jurisdiction is as notified
by the BUYER.
The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant laws in force relating to
any civil or criminal proceedings.
I
Article 12: Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 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 this Pact turn out to be invalid, the remainder of
this Pact shall remain valid. In such case, the parties will strive to come to an agreement
to their original intentions.
"
Article 13: Code of Conduct
Bidders are also advised to- have a Code of Conduct clearly rejecting the use of bribes
and other unethical behavior and a compliance program for the implementation of the
code of conduct throughout the company.
16.1 Changes and supplements, if any, need to be necessarily made in writing and signed
by the duly authorized representatives of the Bidder and the Buyer. It is clarified that there
are no parallel/ Side agreements in this regard and that the present Agreement forms the
full and complete agreement as regards the subject matter contained herein.
16.2 If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners and consortium members. In case of a Company, the Pact must be signed by a
representative duly authorized by Board resolution.
16.3 Should one or several provisions of this Pact turn out to be invalid, the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.
16.4 Any dispute or difference arising between the parties with regard to the terms o-f this
Agreement/Pact", any action taken by the BUYER in accordance with this
Agreement/Pact or interpretation thereof shall not be subject to arbitration.
BUYER BIDDER
Name of the Officer CHIEF EXECUTIVE OFFICER
Designation
Indian Overseas Bank
Witness Witness
1. 1.
2. 2.
(This letter should be on the letterhead of the bidder as well as the OEM/
Manufacturer duly signed by an authorized signatory on Information security as per
regulatory requirement
Sir,
Sub: RFP for Procurement, Implementation & Maintenance of Loan Origination System
including Document Management System
We hereby undertake that the proposed hardware / software to be supplied will be free
of malware, free of any obvious bugs and free of any covert channels in the code (of the
version of the application being delivered as well as any subsequent
versions/modifications done).
Yours faithfully,
Authorized Signatory
Name:
Designation:
Vendor‟s Corporate Name
Address
Email and Phone #