background - allahabad bank · web viewc) the proposal should be prepared in english in ms word /...

50
ALLAHABAD BANK Tender Reference No. HO/HRD/BPT/188 Dated 27.07.2013 Request for Proposal (RFP) For Appointment of Consultants for Transformation of Business Processes (This document is meant for the exclusive purpose of bidding as per specifications, terms conditions and scope indicated and shall not be transferred reproduced or otherwise used for purposes other than for which it is specifically issued.) 1

Upload: others

Post on 05-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ALLAHABAD BANK

Tender Reference No.

HO/HRD/BPT/188

Dated

27.07.2013

Request for Proposal (RFP)

For

Appointment of Consultants for Transformation of Business Processes

(This document is meant for the exclusive purpose of bidding as per specifications, terms conditions and scope indicated and shall not be transferred reproduced or otherwise used for purposes other than for which it is specifically issued.)

1

Page 2: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

TABLE OF CONTENTSSECTION – I1) I ntroduction and Purpose 42) Information Provided 43) For Respondent Only 44) Confidentiality 45) Disclaimer 46) Cost Borne by Respondents 57) No Legal Relationship 58) Receipt obligation 59) Evaluation of Offers 510) Errors & omissions 511) Acceptance of Terms 512) RFP Response terms 613) Notification 814) Disqualification 815) Process and Time Frame 8SECTION-II1.Background – Bank’s Profile 102.Data on Manpower 103. Data on Working Results. 11SECTION III 1. Introduction 122. Scope of work for consultant 133. Time Frame for Programme 154. Commitment on Resources 15SECTION IV 1. Eligibility Criteria 172. Submission of Bids 173. Format of Bid & Evaluation criteria 19SECTION V1. General Terms and Conditions 222. Work Space/ Staff Members Required 233. Substitution Of Programme Team Members 234.Professionalism 245.Adherence to Standards 246. Expenses 247. Payment Terms 248. Non Payment Of Professional Fees 249. Charges of Terms 2410. Single Point of Contact 2511. Applicable Law and jurisdiction of Court 2512. Penalty and Liquidated Damage 2513. Force Majeure 2514. Authorised Signatory 2515. Indemnity 2616. Performance Guarantee 2617. Erasers / Alterations 2618. Right to Reject Bid 2619. Assignment 2620. Non Solicitation 2721. No Employee-Employer Relationship 2722. Vicarious Liability 2723. Cancellation Of Contract and Compensation 2724. Dispute Resolution 28Annexures – C1, D(a), D(b), E1, E2, E3, T-1, T-2, T-3. 29-37

2

Page 3: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

RFP FOR APPOINTMENT OF CONSULTANT FORTRANSFORMATION OF BUSINESS PROCESSES

KEY DATES

Activity Date and Time

RFP Issuance 10.08.2013Last date for requesting any clarifications. 19.08.2013 1600 hrsPre Bid Meeting 22.08.2013 1100 hrsSubmission of Bids 31.08.2013 1100 hrsOpening of Technical Bids 31.08.2013 1200 hrsPresentation by shortlisted successful bidders with successful technical bids.

09.09.2013

Opening of commercial Bids. 18.09.2013

[Please note: The above mentioned dates are tentative dates and the Bidder acknowledges that he cannot hold Bank responsible for any revision in these dates. The bids will be opened in the presence of bidders who choose to be present at the time of opening of bids. The technically qualified shortlisted bidders should remain prepared for a presentation within a short notice. ]

Meaning of terms used in RFP documentBank means “Allahabad Bank”.

RFP means “Request for proposal for appointment of consultant for transformation of business processes.

Website means Bank’s official website www.allahabadbank.in

Bidder means the party/firm/organisation submitting RFP response /Bid offer as per the details mentioned in this document.

PrefaceThis document is meant for the specific use by the Company /person/s interested to participate in this RFP process. Allahabad Bank (referred to as The Bank) expects the Bidders or any person acting on behalf of the Bidders to strictly adhere to the instructions given in the document and maintain confidentiality of information. The section wise description of the information is given hereunder:

3

Page 4: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

SECTION – I1) INTRODUCTION AND PURPOSE

This Request for Proposal document (“RFP document” or “RFP”] has been prepared solely for the purpose of enabling Allahabad Bank [“Bank”] in defining the requirements for appointment of a Consultant for transformation of business processes in the Bank. The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or any other arrangement in respect of the services. The provision of the services is subject to observance of selection process and appropriate documentation being agreed between the Bank and any successful Bidder as identified by the Bank after completion of the selection process as detailed in Section – IV.

2) INFORMATION PROVIDED

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

3) FOR RESPONDENT ONLY

The RFP document is intended solely for the information of the party to whom it is issued [“The Recipient” or “The Respondent”] i.e. Government Organization / PSU / Limited Company, Partnership firm or / and an Autonomous Institution, approved by GOI/RBI.

4) CONFIDENTIALITY

The RFP document is confidential and is not to be disclosed, reproduced, transmitted, or made available by the Recipient to any other person. The RFP document is provided to the Recipient on the implied understanding that the undertaking of confidentiality asked by the Bank will be adhered to by the bidder/applicant. Bank may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document shall be received subject to the same confidentiality undertaking. The Recipient will not disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent or other person associated or affiliated in any way with Bank or any of its customers or suppliers without the prior written consent of Bank.

5) DISCLAIMER

Subject to any law to the contrary, and to the maximum extent permitted by law, Bank and its directors, officers, employees, contractors, representatives, agents, and advisers disclaim all liability from any loss, claim expense (including, without limitation any legal fees, costs, charges, demands, actions, liabilities expenses or disbursements incurred therein or incidental thereto) or damage (whether foreseeable or not) (“Losses”) suffered by any person acting on or refraining from acting because of any presumptions or information (whether oral or written and

4

Page 5: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

whether express or implied),including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the Losses arises in connection with any ignorance , negligence, inattention, casualness, disregard, omission, default, lack of care, immature information, falsification or misrepresentation on the part of Bank or any of its directors, officers, employees, contractors, representatives, agents or advisers.

6) COSTS BORNE BY RESPONDENTS

The RFP document will be available at the website www.allahabadbank.in and it may be downloaded from the website. The cost of RFP i.e. Rs.10,000 (Rupees Ten thousand only) be submitted along with the Technical Bid documents in a separate unsealed envelope in the form of Demand Draft/Banker’s cheque purchased in favour of Allahabad Bank payable at Kolkata. Bidders participating in the pre-bid meeting are required to submit the said Demand Draft/Banker’s cheque while attending the meeting. Those bidders who would not participate in the pre-bid meeting may send the Demand Draft/Banker’s cheque along with the technical bid as stated above. All other costs and expenses (whether in terms of time or money) incurred by the Recipient / Respondent in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by Bank, will be borne entirely and exclusively by the Recipient / Respondent.

7) NO LEGAL RELATIONSHIP

No binding legal relationship will exist between any of the Recipients / Respondents and the Bank until execution of a contractual agreement to the full satisfaction of the Bank.

8) RECIPIENT OBLIGATION TO INFORM ITSELF

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

9) EVALUATION OF OFFERS

Each Recipient acknowledges and accepts that the Bank may, in its sole and absolute discretion, apply criteria like independent assessment of the market reputation and perception of ability of the bidder to perform, not limited to those selection criteria set out in this RFP document. The issuance of RFP document is merely an invitation to offer and must not be construed as any agreement or contract or arrangement nor would it be construed as material for any investigation or review to be carried out by a Recipient. The Recipient unconditionally acknowledges by submitting its response to this RFP document that it has not relied on any idea, information, statement, representation or warrant given in this RFP document.

10) ERRORS AND OMISSIONS

Each Recipient should notify the Bank of any error, fault, omission or discrepancy found in this RFP document but not later than 19.08.2013.

11) ACCEPTANCE OF TERMS

The Recipient will, by responding to the Bank’s RFP document, be deemed to have thoroughly read the whole RFP document and unconditionally accepted the terms and conditions as stated.

5

Page 6: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

12) RFP RESPONSE TERMS

12.1 Lodgment of RFP Response

RFP Response terms should be guided by item nos. 12.2 to 12.5 of Section – 1.

12.2 RFP Closing Date

It should be submitted not later than 31.08.2013, 1100 hrs IST (Indian Standard Time = GMT + 05.30 Hrs.). At any time prior to the deadline of submission of the Bids, the Bank, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the RFP by amendment. Notification of amendments will be posted on Bank’s website. In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing the Bids, the Bank, at its discretion, may extend the deadline for a reasonable period and will be posted on Bank’s website.

12.3 Submission to Bank

a) The RFP response documents should be submitted in paper copies in two sets (Original Set and Duplicate Set) and each set should contain one copy each of the following:-

One sealed envelope containing ‘FULL PARTICULARS OF Eligibity Critieria’ should be Super scribed “ELIGIBILITY CRITERIA FOR APPOINTMENT OF CONSULTANT FOR TRANSFORMATION OF BUSINESS PROCESSES.”

Second sealed envelope containing Technical Bid documents should be superscribed “TECHNICAL BID FOR APPOINTMENT OF CONSULTANT FOR TRANSFORMATION OF BUSINESS PROCESSES.”

Third sealed envelope containing Commercial Bid documents should be superscribed “COMMERCIAL BID FOR APPOINTMENT OF CONSULTANT FOR TRANSFORMATION OF BUSINESS PROCESSES.”

b) The above THREE envelopes should be put together in a FOURTH envelope to constitute one set. Each set (Original and duplicate) should then be packed superscribing “APPOINTMENT OF CONSULTANT FOR TRANSFORMATION OF BUSINESS PROCESSES.”The e-mail address and phone / fax numbers of the Bidder should also be indicated on the sealed envelope.

c) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be typed in indelible ink 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 Bids shall initial all pages of the Bids. Any inter-lineation, erasures or overwriting shall be valid only if they are initialled by the person(s) signing the Bids. The Bank reserves the right to reject the Bids not conforming to the above.

d) The Bidder shall submit the proposals/Bid properly in a file so that the papers are not loose. All the pages of the proposals including documentary proofs should be numbered as “Page _______ (current page) of _________(Total pages)” and be signed by authorized signatory under seal of the firm. This should be supplemented by soft copy of all the documents / certificates in a CD. It should be noted that in case of any discrepancy in information submitted by the Bidder in hard-copy and soft-copy, the hard-copy will be given precedence.

6

Page 7: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

e)Paper copies of RFP response as mentioned above & soft copy (MS Word, Powerpoint and Excel, on CD ROM) of Technical Bid must be submitted to Bank at the following address:

Chief Manager (HRD)Allahabad BankHead Office1A, Ronaldshay RoadKolkata - 700027. Tel.No. 033-24399698, FAX No. 033-24489763E-Mail [email protected]

The evaluation of the bids will be done as per the selection criterion specified under Section IV of this offer document. The Bidders who do not qualify under Technical Bid, as per the evaluation / selection done by the Bank on the criteria specified, will not be considered for opening of Commercial Bid.

12.4 Submission will be valid, if :

Copies of RFP response documents are submitted as per point no. 12.3, subject to point 12.7, before the aforementioned closing date specified in point 12.2. Submission by Fax transmission or email is not allowed and will be considered invalid.

12.5 Registering of RFP

Registering of RFP response will be effected by the Bank by making an entry in a separate register kept for the purpose upon Bank receiving the RFP response in the above manner (Point 12.1 to 12.4). All submissions, including any accompanying documents, will become the property of Bank. The Recipient shall be deemed to have licensed, and granted all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other Recipients who have registered a submission and to disclose the contents of the submission to other Recipients who have registered a submission and to disclose and / or use the contents of the submission as the basis for any resulting RFP process, notwithstanding any copyright or other intellectual property right of the Recipient in the submission or accompanying documents.

12.6 RFP Validity Period

a) RFP responses will remain valid and open for evaluation according to their terms for a period of at least 120 days from the date of opening of technical bid.

b) The Bank shall also have the right at its sole and absolute discretion to continue the assignment/contract with the successful bidder for future requirements on the rates finalized in this processing for various items/activities as described in the Price Bid adjusted for inflation, or at the price negotiated thereafter, after expiry of current assignment period. In exceptional circumstances, the Bank may solicit the Bidder’s consent to an extension period of validity.

12.7 Requests for information

Recipients are required to direct all communications for any clarification related to this RFP, to the Bank official as mentioned under clause ‘e’ of Point 12.3. of Section I. All queries relating to the RFP, technical or otherwise, must be either in writing or by email only and will be entertained by the Bank only in respect of the queries received up to the date specified

7

Page 8: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

in the time limits given in the Key Dates i.e. 19.08.2013 by 1600 hrs. , mentioned at the beginning of this document. The Bank will try to reply, without any obligation in respect thereof, every reasonable query raised by the Recipients through the Bank’s website and/or email. However, the Bank will not answer any communication initiated by Respondents later than 19.08.2013 by 1600 hrs. Bank may, in its absolute discretion seek, but being under no obligation to seek, additional information or material from any Respondent after the RFP closes and all such information and material provided will be taken to form part of that Respondent’s response. Respondents should invariably provide details of their email address as responses to queries will only be provided to the Respondent through email. If Bank in its sole and absolute discretion deems that the originator of the query will gain an advantage by a response to a question, then Bank reserves the right to communicate such response to all Respondents. Bidders, seeking clarifications, queries, questions, etc. should address it to the nominated point of contact as given below through e-mail or in writing:

Chief Manager (HRD)Allahabad BankHead Office1A, Ronaldshay RoadKolkata - 700027. Tel.No. 033-24399698, FAX No. 033-24489763E-Mail [email protected]

Bidders should provide their e-mail address in their queries without fail. All responses will be posted on the website of the Bank i.e. www.allahabadbank.in or sent to the e-mail addresses provided by the bidders.

13) NOTIFICATIONS

Bank will either notify the Respondents individually in writing or email as soon as practicable, about the outcome of the RFP evaluation process, including whether the Respondent’s RFP response has been accepted / rejected or shall cause to publish / notify the name of the consultant shortlisted on the basis of Technical Bid Evaluation and /or finally selected in the Bank’s website after completion of the entire evaluation process, as enumerated in this RFP. Bank is not obliged to provide any reasons for any such acceptance or rejection.

14) DISQUALIFICATION

Any form of canvassing/lobbying/influence/query regarding short listing, status, etc. will be a disqualification.

15) PROCESS & TIMEFRAME

Selection of a successful Consultant will involve a five (5) stage approach. The approach follows the Indian Government’s Central Vigilance Commission (CVC) guidelines.

STAGE 1 STAGE 2 STAGE 3 STAGE 4 STAGE 5

Issue of RFP Clarifications/ Pre-BidMeeting

Receipt ofRFP Bids

Evaluationof Bids

Award ofContract

The timeframe for the overall selection process is mentioned under Key Dates of this document. Bank reserves the right to vary this timeframe at its absolute and sole discretion should the need arise. Changes to the timeframe will be relayed

8

Page 9: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

through the website to the affected Respondents during the process. The Bank may, at its sole discretion, also extend the deadline for submission of the Bids. Such intimation will be posted on Bank’s web site. The dates are mentioned under “Key Dates” at the beginning of this document. These are tentative dates and the Bidder acknowledges that it cannot hold the Bank responsible for breach of any of the dates by bank.

Note: Bidders can depute their authorised representative (only one) to attend the bid opening process. No separate information will be given in this regard to the Bidders for deputing their representatives.

9

Page 10: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

Section - II1. Background Bank ProfileAllahabad Bank, established in the year 1865, was nationalized in the year 1969 and today is a leading public sector undertaking listed in BSE/NSE.

The organizational structure of the Bank consists of three tiers viz., Head Office Office (HO), Zonal Offices (ZO) and Branches. HO, consisting of various functional departments, deals with mainly policy formulation, setting of targets and monitoring of performance. The Bank has set up 48 Zonal Offices to exercise immediate supervision and control over the branches under their jurisdiction. The Bank has a network of 2700 plus branches spread across the length and breadth of the country out of which 41% are in Rural, 20% in Semi-urban, 20% in Urban and 19% in Metro centers.

The Bank has a fully owned subsidiary “All Bank Finance Ltd.” registered with SEBI as Category-I Merchant Banker. Branch has also specialized branches catering to the specific needs of Retail customers (RBB), Industrial units, Forex dealers, Exporters and Importers, Small Scale Industries etc. As a part of the Financial Inclusion programme, the Bank has opened 217 ultra small branches with VPN connectivity to provide all types of banking solutions. The Bank has completed the process of allotment of villages to provide banking service under the project “Swabhiman”.

The Bank has 447 ATMs and has issued more than 18.80 lacs ATM cum debit cards to its customers.

The Bank is having one overseas branch at Hong Kong and a Representative Office at Shenzhen, China. The Bank also carries out its International business in India through its 53 authorised/designated branches, which include 5 International branches.

Bank has implemented Core banking Solution B@ncs24 in all branches, from Tata Consultancy Services.

M A N P O W E R

CadreAs on 31.03.2012 As on 31.03.2013

OFFICER 9682 11407CLERICAL 8279 6829SUBSTAFF

4373 4321

TOTAL 22334 22557

10

Page 11: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

WORKING RESULTS(Rs. In crores)

Particulars Mar 2011 Mar 2012 Mar 2013Total Business 226458 271843 309678

Deposits 131887 159593 178742

Advances 94571 112250 130936

Gross Investment 43545 54770 58617

Net Profit 1423 1867 1185

Operating Profit 3055 3770 3385

Operating Profit Ex. Trading Profit 2894 3657 2705

Provisions & Contingencies 1631 1903 2200

Total Income 12385 16822 18913

Total Expenditure (Excl. Profit) 9331 13052 15527

Interest Spread 4022 5163 4866

FINANCIAL RATIOSCapital Adequacy Ratio 12.96 12.83 11.03

Out of which Tier-I 8.57 9.13 8.05

Tier-II 4.39 3.71 2.98

Average cost of Funds 5.85 6.98 7.31

Average yield on Funds 9.19 10.48 10.08

Average cost of Deposits 5.83 7.07 7.51

Average Yield on Advances 10.50 12.09 11.43

Earnings per share 31.85 39.18 23.70

Book Value per share 178.64 192.93 209.93

Return on Assets 1.11 1.02 0.64

Return on Average Net Worth 21.04 19.35 11.77

Provision Coverage Ratio 75.67 74.00 50.00

Net NPAs 0.79 0.98 3.19

Profit per employee(Rs in lacs) 6.70 8.36 5.25

Productivity per employee (Rs. In lacs)

1063 1217 1373

11

Page 12: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

SECTION III

1.Introduction

Allahabad Bank, having hundred percent operations on CBS, is the oldest Bank in the country with pan-India presence and a strong customer base.

Technological advancements, changes in customer expectations and competition from the peer Banks are the main reasons for a re-think in the areas of business model, business processes and HR systems to stay competitive and grow in a noticeable way.

With well defined policies in resource management, it is felt that there is a need for a more cohesive, focused and concentrated re-engineering to meet the changing situations, emerging challenges and exploiting untapped business avenues.

With this background, the Bank has felt need to initiate changes for organizational transformation and business excellence programme.

The programme will aim the following areas to achieve the objective of transformation of business processes to be in tune with the requirement of the market and achieve business excellence.

HR excellence, Operating model, productivity excellence and New Business opportunities.

Apart from improving bottom line by robust growth in CASA and improvement in Brand ALLAHABAD BANK, key outcomes at the conclusion of the programme are expected to be:

HR Transformation: Rejuvenate workforce, attitude change, manpower planning, change of mindset, HR initiative, discipline, leadership development.

Customer service Excellence: Sales and Services at Branch level, leveraging technology for better customer experience.

Operational Excellence: Branch as a profit center, asset quality monitoring and NPA management processes.

Branch rationalization : Well defined work flow, Post CBS rethinking of work

flow, Back office productivity through technology.

Optimisation of alternate delivery channels : Repositioning aimed at optimization of alternate delivery channel.

Faster credit delivery: Processing through suitable tools. Customer delight.

Image re-positioning and business outlook: Branch ambience, customer service enhancement, strong sales force for CASA and other products.

Outsourcing of non core activities.

12

Page 13: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

2. Scope of work for consultant

2.1 Among other areas specified elsewhere in this section the scope of the work in this programme will include understanding of the existing framework and also the working of the Bank. Thus the consultant is expected to support the design, implementation planning and actual implementation with proof of concept across each of the areas as described below.

2.2 There are three key areas elaborated as under.

2.3 HR Transformation

2.3.1 Performance Management Systems (PMS) and incentives –Defining detailed performance measurement scorecards for key employees and employee groups across The Bank. Defining the required management structure for the PMS. Creating buy-in for the new performance management system across key employee groups. Review of allied HR processes like promotions, transfers to align them to outcomes of new PMS system. Define the right mix of monetary and non monetary incentives at different levels and roles in the organization for motivation of employees. Supporting the implementation of the Performance Management and incentive systems, across the employee base at the individual and group levels as appropriate. Creating appropriate information dissemination mechanism.

2.3.2 Training – Facilitating with Sensitization Programme of the entire employee base to the change programme along with soft skills on location training on Pan India Basis. In addition, the consultant should assist the bank in designing key skill groups at different levels for the bank employees; designing the assessment programs required for assessing the skill gaps for employees; and, creating the overall training program plans for addressing the skill gaps.

2.3.3 Talent management - The Bank will see a large number of senior management retire in the next 3-5 years. This would mean a number of people in middle management will get promoted to senior management position. The consultant should help developing a talent management system for the bank that would work in:

o Identifying and grooming the future leaderso Conducting 360 degree evaluation of Scale 4,5 & 6 Officerso Identifying training needs of employeeso Developing individual development plans for employeeso Developing robust process for success planning for all key positions

in the Bank.o Investment strategy of the bank for all-round growth and

development of the employees to ensure that are ready to take up critical positions in future.

2.3.4 Manpower planning – The consultant should help developing a scientific manpower planning in place for individual units and Bank as a whole, that would help:

o Scientifically determine the manpower requirement based on actual transaction workload in various units.

o Consider Bank’s ongoing strategy for branch transformation and alternate channel development and revamping.

13

Page 14: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

o Acquiring right people, retaining/ developing them and managing their separation, so that there is uniform distribution of manpower.

o Skill and re-skill employees to match organizational need for synergic growth, through training and exposure to different field experiences.

o Development of a proper performance management system so that an individual can perceive and feel that he has got due recognition.

2.4 Operating model and Productivity Excellence

2.4.1 Conduct gap assessment after studying current operating model and its evolution, productivity of front office and back office, and benchmarking against other comparable and global banks.

2.4.2 Defining the target operating model – Defining the blue print of future operating model of The Bank including front and back offices, support and control units etc, the number, their locations, roles of different units and their resourcing. While defining the blue print, the target model should consider branch segmentation and cover comprehensively BPR requirement, level of technology adoption, back-office centralization for clear and conceptual understanding of the flow of work and added benefit to the organisation through redesigning.

The Bank would require development of 50 Branches/Offices as model, which shall be assessed for evaluating the transformation and its sustainability and their feasibility of being replicated to other offices/branches in different geographical regions, all over India:

Rural Branches 10Semi-Urban Branches 10Urban Branches 10Metropolitan Branches 15Specialized branches (like IFB/IB/CRBB etc)

05

2.4.3 Re-design of branch configuration and footprint – Defining the right geographical footprint, including branch rationalization, for the Bank across regions and cities, aligned to growth prospects and target customer segments. Design for implementation of the plan for migration to the new footprint. Set up and support of monitoring mechanism and team to ensure completion of migration within planned timeframe.

2.4.4 Review of role of each operating unit (branch, processing centres, administrative offices) – Definition of new roles to align to target operating model of the bank in the future. Review of duty sheets and other appropriate operating procedures as appropriate. Design migration plan for achieving the same. Implementation support for the migration of roles, including design and implementation of pilots to test new concepts if any, followed by set up of team to manage and rollout the change across The Bank.

2.4.5 Improvement of overall productivity – Re-design and implementation of new processes for key high priority processes for improvement of efficiency and customer service quality across both front and back offices, aligning to present day customers’ aspirations. Review Efficiency of Delivery Channels. Among other areas, faster credit delivery should be an important area of consideration. Implementation support will include design of pilots for testing new concepts/processes, followed by putting in place a sustainable mechanism to rollout the change in process across the bank. Processes for credit monitoring and recovery mechanism are extremely important areas

14

Page 15: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

for review. The consultant is expected to study the existing state and to provide a detailed approach to centralization of branch office operation at regional/ central processing hubs, outline the structure of centralized credit processing/ recovery mechanism and related decision making at different levels.

2.4.6 Enhancing efficiency and productivity to have higher growth in the qualitative business and enhance competitive strength of the Bank vis a vis Peer Banks. Among other areas defined under the scope improving upkeep of credit quality will be an important criterion.

2.4.7 Advanced Technological solutions: The consultant is expected to evaluate the latest trends in technology usage in branches in India and globally, conduct cost benefit analysis and identify technology solutions that Bank should deploy in its branches in large scale across the country, which is comparable to new generation banks.

2.5 New business opportunities and Alternate delivery channels

2.5.1 Service delivery through alternate channels – Design of strategy to improve the service delivery through alternate channels (ATM, call centre, internet banking and mobile) to ensure relevance to the new generation of customers. Pilot implementation for select new initiatives in this regard, followed by rollout planning and implementation support for the same. Consultants are expected to suggest appropriate technology based on existing technology in use at the Bank.

2.5.2 Building new businesses – Prioritization of potential new business areas/customer segments that the bank could potentially serve in the future. Assisting in setup and implementation of one new business area as identified.

2.5.3. The consultant should develop a detailed road map for each alternate delivery channel, benchmark bank’s offerings with the competitors and develop suitable plan to ensure that these offerings are ease to use and the delivery channel has high availability/ uptime.

2.6 A vital part of this assignment will be the up gradation of the skills of the bank's transformation team to enable them with new tools and capabilities. The consultant should be able to work with large number of bank employees and thereby train them in the new ways of doing things. The Bank would involve its team with the consultants since beginning so that the Bank’s team, may independently replicate the model suggested and implemented in the sample size as per this RFP by the consultants. The Bank will test the sustainability of transformed branches/offices through replication of model proposed and implemented by the consultant.

3. Time Frame for programme:

The Bank envisages the consultants to be engaged in the programme for duration of 18 months.

Phase I – Gap analysis and Proposals - (4 months): During this period, as mentioned earlier, they will be expected to assess the starting position on each of the items of the scope (as given in this section), identify relevant actions, and submit consolidated proposal suggesting plan for accomplishment of the programme enabling seamless launching and implementation.

15

Page 16: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

Phase II - Pilot - (4 months): During this period, pilot of proposed changes including identifying appropriate initiatives on technology, branch level intervention, requisite HR initiatives for staff capabilities and attitude.

Phase III – Implementation in select Branches (6 months): Roll out of proposed changes in select 50 branches including creating in house capability for managing the transformation, stabilizing the technology support, feedback and assessment on impact and course correction based on pilot run.

Phase IV – Implementation in all the Branches (4 months): Enabling all India rollout across all key branches and touch points and assessment of in house capability to sustain the initiative and intervention in the desired direction. This will include training of Bank staff in adequate numbers and hands on assistance in field level implementation anywhere in India.

4. Commitment on resources:

The Bank envisages continuous involvement of the consultant throughout the assignment. It is, therefore, essential that in their respective technical bids, the consultants indicate clearly the full time resources that will be based in the Bank's offices and work alongside a dedicated bank team during the course of the entire programme. The desirable composition as envisaged by The Bank is a minimum of 5 full time dedicated members over the duration of the programme.

The consultant will provide MIS in respect of the models developed to enable the Bank to assess the sustainability of these models developed by the consultant.

The bank envisages the assignment to be overseen by experienced programme directors at senior level with expertise in relevant areas. The programme directors should have proper and adequate commitment for this exercise. The bank will evaluate the technical bids with particular emphasis to the quality, commitment and composition of resources committed in various capacities.

16

Page 17: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

Section IVELIGIBILITY CRITERIA AND SELECTION PROCEDURE

1. ELIGIBILITY CRITERIA

1.1.The Consultant should be a Government Organization /Public Sector Unit / Partnership Firm / Private Limited Company / Public Limited Company registered or incorporated in India. It should not be Individual /Proprietary Firm / HUF etc.

1.2.Core areas of the firm should be providing consultancy in HR and strategic business management in India and across the globe and is of International repute.

1.3.Consulting firm must have minimum of 10 years of experience advising Indian Public Sector Banks and Financial Institution on matters of Organisational Transformation including Strategic Business & HR Excellence/Management in India.

1.4.The consulting firm should have successfully concluded three assignments out of which minimum of 2 programmes in public sector banks or public sector financial institutions in India on long term basis (>=9 months) on the areas mentioned above at point no. 1.3 in the last 5 years. They should have done at least one programme on Organisational Transformation including Strategic Business and/or HR Excellence/Management in the past 2 years.

1.5.The consulting firm should have in house capability to take up assignment on their own but not through any associates. Joint or collative bids will not be accepted.

1.6.Declaration/self-affidavit by the bidding firms as to their technical suitability (Annexure E2 and Annexure E3). Those who fulfill all the eligibility criteria as mentioned above are only eligible to take part in this bid exercise. The Bidder should submit their responses along with documentary proofs and self declaration, wherever required for the above eligibility criteria. Proposals of those Bidders, who do not fulfill the eligibility criteria as stated above fully, will be summarily rejected.

2. SUBMISSION OF BIDS

2.1.The response to the RFP will be in three parts – (1a) Eligibility (1b) Technical Bid and (2) Commercial Bid. All the three parts must be submitted at the same time but in three separately sealed envelopes giving full particulars and addressed to the Chief Manager, Allahabad Bank, Head Office HRD Department, 1st Floor, 1A, Ronaldshay Road, Alipore, Kolkata-700027 duly super scribed as "Eligibility criteria", “Technical Bid” and “Commercial Bid”. All three responses as given above should then be put in one envelope/packet and super scribed as "Response to RFP TRANSFORMATION OF BUSINESS PROCESSES" and should reach on or before 31.08.2013 BY 1100 hrs as specified in the schedule on Key Dates defined at the outset of this RFP.

2.2.The requisite certificates and documents supporting the Eligibility criterion should be submitted – Annexure E1.

17

Page 18: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

2.3.The firms meeting the eligibility criteria as laid out above will be taken forward to the next stage of technical evaluation.

2.4.The bidder shall submit Bid Earnest Money (EMD) of Rs.10 Lakh (Rs. Ten lakh only) through a bank draft issued in favor of Allahabad Bank, at Kolkata along with the bid documents. In case of unsuccessful bidders, EMD will be returned on completion of selection process. For the successful bidder, EMD will be returned on submission of performance Bank Guarantee as given below. Performance Bank Guarantee (Successful Bidder) – The successful bidder shall participate in the process of consultancy for Transformation of Business Processes Programme in the bank. The successful bidder in the bidding process shall be required to give a performance bank guarantee to the bank equal to 10% of the final contract amount valid for 60 days, beyond the contract period.

2.5.Technical proposal will include details of overall approach to the areas listed in this RFP along with specific proposals /solution on each of these areas, covering the conceptualization design and implementation stages.

2.6.Technical proposal should clearly articulate the deliverables at the end of each phase of work. The consultancy firm is expected to work with the Bank to ensure early implementation of the recommendations.

2.7.Details about similar type of work undertaken, particularly for Indian Public Sector Banks and other banks including global institutions should be highlighted along with the profile of the key persons who would be assigned to the programme. The Technical proposal should include details about the team, its composition, and key executives proposed in various states of the programme, as per proforma given in Annexure – D (a and b) for the Bank to compare the quality of teams between different Bidders.

2.8.The Technical Bid (TB) should be complete in all respects and contain all information required in the document. The Technical bid should be submitted in an organized and structured manner. The Technical Bid should comprise the following:

a) Details of experience in providing consultancy on Organisational Transformation including Strategic Business & HR Management to banks/financial institutions in India in last 10 years (special consideration will be given to those which provided such services to public sector banks and public sector financial institutions of reasonable size) – Annexure T1

b)Please provide the client names, description, duration, start date, team size, and references from senior executives – Footnote to Annexure T1

c) Detailed approach, methodology and work plan (including methodology for transfer of skills and capabilities) – Annexure T2

d) Team structure and profiles of programme leadership and experts who will be involved in the engagement in various capacities – Annexure T3

e) Declaration / self-affidavit by the bidding firms as to their technical suitability – Annexure E2 and E3

f) Technical Bid should have no financial information. If technical proposal is found containing any such information, the bid will be summarily rejected.

18

Page 19: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

2.9 The Commercial bid will contain the financial quote covering total price / fees / cost of undertaking the assignment inclusive of all out of pocket expenses of the consultant. Service tax has to be shown separately. Consultants will bid an overall amount for the entire programme duration of 18 months. The Commercial Bid shall be on a fixed price basis. No upward revision in the price would be considered on any count. Relevant price information and the rates should be quoted in Indian Rupees only. The format of Commercial Bid is given in Annexure C1.

2.10 The Commercial bid made by the firm should take care of the following points:

a. The Commercial Bid contradicting the Technical Bid (TB) in any manner will be rejected.

b. Price Bid containing conditional offers will be rejected. c. Bid submitted with adjustable / variable price quotation (excepting Govt.

taxes) will be treated as non responsive and will be rejected.d. In case of discrepancy in words and figures, the price quoted in figures will

be taken as final.e. Any over writing, erasure, etc. has to be initialed by the authorized person.

3. FORMATS OF BIDS

The Bidders should necessarily submit the information as per the formats given in the RFP while submitting the documents / certificates for both technical and commercial bids. Any deviation in this regard will entail the Bidder for disqualification.

4. SELECTION AND EVALUATION PROCESS

a) The evaluation/selection process will be done with the combination of technical competence and commercial aspects.

b) The bid offer proposals will be evaluated first against the stipulated eligibility criteria and those complying with it will be shortlisted. The others not complying with the eligibility criteria will be rejected summarily.

c) Thereafter, the eligible and shortlisted Bidders only shall be evaluated for technical suitability by inviting them for presentation to a Selection Committee.

d) Commercial proposal shall be opened only for those short-listed Bidders who have qualified by securing a minimum cut-off score of 60% marks in the Technical Proposal evaluation.

4.1 EVALUATION OF TECHNICAL BID

The evaluation of functional and technical capabilities of the Bidders of this RFP will be completed by having presentation and discussions with the Bidders. This will be an important input to understand quality of consultant’s methodology, experience and other details furnished by the consultant.

Based on the documents submitted by the eligible and shortlisted Bidders and the presentation made by them before the Selection Committee, their Technical Bids will be evaluated on the following parameters bearing certain weights:

19

Page 20: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

1 Experience of working in India with public sector banks and public sector financialinstitutions on Organisational Transformation including Strategic Business & HR

Management in India. At least one programme must be there in each (Strategic Businessand/or HR Management) of these areas. Experience in both i.e. strategic Business and HR management is must.

Maximum 25 MarksScale of measurement -No. of programmes completed

upto:3 programmes 54 programmes 105 programmes 156 programmes 207 programmes and above: 25

2 Presentation and Discussion on understanding of job; Approach, Work plan andMethodology.(25 minute times will be allowed to each of the shortlisted bidder in technicalbids for making presentation)

Maximum 25 Marks Scale of measurement -Understanding of job: 10 MarksApproach: 5 MarksMethodology: 5 MarksWorkplan: 5 Marks

3 Quality of appreciation ofALLAHABAD BANK's situation and quality ofinsights relevant to ALLAHABAD BANK

Maximum 20 Marks

4 Team proposed during theentire period of programme(The marks will be allotted based on team’s composition as mentioned in Annexure T3 i.e. Team Leader, expert, team manager, member, researcher etc.)

Maximum 15 MarksScale of Measurement (upto)-5 members: 3 Marks6 members: 5 Marks7 members: 7 Marks8 members: 9 Marks9 members: 11 marks10 members: 13 marks11 & above: 15 Marks

5 Proposed plan forImplementation and transfer ofskills and capabilities

Maximum 15 Marks

Point Nos. 2, 3, 4 and 5 will be assessed by the Bank’s team during presentation by the Consultant.

Bidders invited for the presentation and who score minimum 60% marks in the technical evaluation criteria as decided by the Bank will be considered for financial evaluation. The financial bids of the bidders with technical marks less than 60% will not be considered for financial evaluation. However, Bank reserves the right of scaling down the minimum marks from the aforesaid 60% to 50%. Beyond this, further reduction in the aforesaid score will not be entertained, thus the selection process will be annulled.

4.2 EVALUATION OF COMMERCIAL BID

The Commercial bids of only those technically short listed bidders subject to their attaining minimum cut-off marks in the technical evaluation as decided and mentioned in para 4.1 will be opened. In case of rest of the bidders, it will be returned unopened.

20

Page 21: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

4.3 COMBINED TECHNICAL–COMMERCIAL EVALUATION

In respect of all the qualified Bidders, in whose case, the Commercial Bid has been opened; a combined Technical and Commercial evaluation will be done by the Bank as per the following procedure:

The Bank will adopt method of techno commercial evaluation to identify the successful bidder. The technical bids will be assigned a weight of 80% while financial bids will be assigned weight of 20%.

4.3.1 The bidder who gets the highest technical score will be awarded 100% marks in

technical evaluation. The percentage of marks of other bidders in technical evaluation will be decided on the basis of proportion of percentage of highest bidder’s score. If a bidder X gets a technical score of 90, which is the highest score among all technical bids, then the bidder X will be awarded 100 marks in technical evaluation. If another bidder Y gets a score of 63, then the bidder Y will be awarded 100 x 63/90= 70 marks in the technical evaluation.

4.3.2 Among all the bidders whose commercial bids have been opened, the bidder who has quoted the lowest will be given 100% of marks in financial evaluation and the other bids will be given percentage of marks that are inversely proportional to their prices. e.g. If bidder Z quotes Rs.80 lakh, which is the lowest price quoted, he will be awarded 100 marks in financial evaluation. If a bidder Y quotes Rs.160 lakh, then the bidder Y will get marks which is inversely

Proportional to the lowest price bidder, i.e. Bidder Y gets (80/160) x 100=50 Marks in financial evaluation.

4.3.3 The overall marks will be calculated as weighted average of technical and financial marks i.e. 0.8 times technical marks + 0.2 times financial marks

4.3.4 If technical marks are 70 and financial marks are 50, the total marks would be 0.8 x (70) + 0.2 x (50) = 56+10= 66

4.3.5 The proposal obtaining the highest total combined marks in evaluation of quality and cost will be ranked as L-1. The proposal securing the highest

combined marks and thus ranked L-1 will be recommended to be taken forward in the

process. The name of L-1 bidder will be displayed on the Bank’s official website.

4.3.6 After identification of L-1 bidder, the Bank will follow the internal procedures for necessary approvals and there after proceed with the notification of award to L-1 bidder.

4.3.7 The Bank retains the right to finally negotiate the commercials with the selected Bidder (L-1) who is so chosen after following the evaluation processes

outlined above to arrive at a reasonable remuneration before awarding the contract.

21

Page 22: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

22

Page 23: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

Section V1. GENERAL TERMS AND CONDITIONS

1.1 Term of Assignment

The selected Bidder under this RFP will be appointed for a period of 18 months as mentioned in the above scope which shall inter-alia include the period of successfulimplementation of Pilots. At the discretion of the Bank, the period may be extended further as deemed appropriate. The extension can be on same commercial terms discovered for this process.

1.2 Adherence to Terms and Conditions

The Bidders who wish to submit responses to this RFP should note that they should abide (in true intent and spirit) by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the Respondents, such responses may be disqualified and may not be considered for the selection process.

1.3 Execution of SLA (Service Level Agreement), NDA and Certificate of Originality : The selected Bidder will be required to execute

a. Principal Agreement (PA), which must include all the services and terms and conditions of the services to be extended as detailed herein and as may be prescribed or recommended by the Bank; Payment terms will be part of PA and

b. Non-disclosure Agreement (NDA). The selected Bidder will have to execute non-disclosure agreement.

c. They will be required to execute both the PA and NDA within one month from the date of notification in the website of the Bank about the final selection of the Bidder or completion of the required processes as outlined in the RFP, whichever is earlier.

1.4 Period of Contract

The selected Bidder is expected to complete the entire period of assignment within a period of 18 months which will commence from the date of agreement of consultancy with the Bank. The date of agreement shall be treated as date of engagement and the completion of the assignment shall be worked out with reference to this date.

1.5 OTHER TERMS & CONDITIONS

The Bank reserves the right to:

a. Reject any and all responses (bids) received in response to the RFP, in part or in full, and to cancel the bidding process and reject all Bids at any time prior to award of the contract, without thereby incurring any liability to the Bidders or any obligation to inform the affected Bidder or Bidders on the grounds for the bank’s action or without assigning any reasons, whatsoever.

b. Change any clause including evaluation criteria of this RFP as deemed necessary in the process before the opening of technical bid.

c. Waive or change any formalities, irregularities, minor infirmity, non conformity or inconsistencies in proposal format delivery or in the bid which does not constitute a material deviation.

23

Page 24: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

d. To negotiate any aspect of proposal with any Bidder and negotiate with more than one Bidder at a time after the RFP closes to improve upon or clarify any response or bid proposal.

e. Extend the time for submission of all proposals.f. Share the information/clarifications provided in response to RFP by any

Bidder, with any other Bidder(s)/others, in any form.g. Cancel the RFP/Tender at any stage, without assigning any reason

whatsoever.

1.6 Bank will deduct TDS at applicable rates as per relevant law.

1.7 Partial Bid of work will not be considered by the Bank.

1.8 Consortium / sub-contracting: Formation of Consortium or association of consultants and engaging sub-consultant is not allowed and such proposal will be disqualified.

1.9 Bidder shall bear all costs associated with preparation and submission of its Bid.

1.10 Bidder shall give an undertaking to the effect that none of their team member, partner, director or any other person in any other capacity deployed in the programme of Bank should be involved / retained in any capacity by any other Bank/Financial institution for similar assignment during the period of contract.

1.11 Amendment to RFP / bidding document and process: At any time prior to the deadline for submission of the bids, the bank may modify the RFP/bidding document and / or extend the deadline for submission of the bids.

1.12 The Bank shall be under no obligation to accept the lowest or any other offer received in response to this notice and shall be entitled to reject any or all offers without assigning any reason whatsoever. The bank may abort the entire process at any stage without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for bank’s action.

2 WORK SPACE / STAFF MEMBERS REQUIRED

The key persons identified by the selected Bidder for the programme should carry out their activities from the Bank’s Head Office, 2, N.S.Road, Kolkata-700001, or from any other suitable location as provided by the Bank. The requirement of the staff members from the Bank along with their expected skill test should be requested a month in advance for different phases and areas of implementation. The expected skill set should be from the available resource of the bank that can be put at the disposal of the consultancy contract.

3 SUBSTITUTION OF PROGRAMME TEAM MEMBERS

During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the selected Bidder, as the case may be, can do so only with the prior written concurrence of the Bank and by providing the replacement staff of the same level of qualifications and competence. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments (including past payments and payment made in advance) made by the Bank to the selected Bidder during the course of the assignment pursuant to this RFP. However, the Bank reserves the unconditional right to insist

24

Page 25: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

the selected Bidder to replace any team member with another (with the qualifications and competence as required by the Bank) during the course of assignment pursuant to this RFP.

4 PROFESSIONALISM

The selected Bidder should provide professional, objective and impartial advice at all times and hold the Bank’s interest paramount and should observe the highest standard of ethics, values, code of conduct, honesty and integrity while executing the assignment.

5 ADHERENCE TO STANDARDS.

The selected Bidder should adhere to all the applicable laws of land and rules, regulations and guidelines prescribed by various regulatory, statutory and Government authorities. The Bank reserves the right to conduct an audit/ongoing audit of the consulting services provided by the selected Bidder. The Bank reserves the right to ascertain information from the other banks and institutions to which the Bidders have rendered their services for execution of similar programmes. The selected Bidder shall allow the Reserve Bank of India (RBI) or persons authorized by it to access the documents, records of transaction or any other information given to, stored or processed by the selected Bidder relating to this RFP, within a reasonable time failing which selected Bidder will be liable to pay any charges/penalty levied by RBI. The selected Bidder shall allow the Reserve Bank of India to conduct audits or inspection of its Books and account with regard to the Bank or this RFP by one or more of RBI officers or employees or other persons duly authorized by RBI.

6 EXPENSES

It may be noted that Bank will not pay any other amount / expenses/ charges/ fees/ travelling expenses/ boarding expenses/ lodging expenses/ conveyance expenses/ out of pocket expenses other than the “Agreed Professional Fee”.

7 PAYMENT TERMS

Bank will release the payment of the agreed Professional Fees to the selected Bidder after deduction of applicable taxes at source, for which contract will be executed by the Bank with the chosen/selected Bidder. The payments will be scheduled in stages on completion of the various major activities and as per the progress of the consultancy programme, as will be defined in the Principal Agreement (sr. no. 1.3 (a) of this section). No advance payments will be made.

8 NON PAYMENT OF PROFESSIONAL FEE

If any of the items/activities corresponding to which certain price as mentioned in the price Bid is quoted, are not taken up by the Bank during the course of this assignment, the Bank will not pay the professional fees quoted. by the selected Bidder in the Price Bid against such activity/item.

9 CHARGES TERMS

By submitting the Bid for consultancy, the Bidder will be deemed to have accepted all the terms and conditions mentioned in the RFP document. The rates quoted by the Bidder/consultant shall be adequate to complete the assignment according to the specification and conditions attached thereto. The Bidder/ consultant should take into account all conditions and difficulties that may be encountered during the course of assignment and quote the amount, which shall include agreed professional fee/contract amount with taxes, royalties, VAT and other duties and the value and all details of other facilities and services necessary for proper

25

Page 26: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

completion of the assignment, except such as may be otherwise provided in the contract document for completion of the assignment. The TDS amount on prevailing rate and work contract tax etc. shall be deducted from consultants running account/Final bills. Necessary certificates shall be issued to the consultants by the Bank. Service Tax payable on the payment of contract amount will be borne by the Bank.

10 SINGLE POINT OF CONTACT

The selected Bidder should have a local office in India and has to provide details of single point of contact viz. name, designation, address, e-mail address, telephone/ mobile no. etc.

11 APPLICABLE LAW AND JURISDICTION OF COURT

The Contract with the selected Bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at Kolkata

12 PENALTY AND LIQUIDATED DAMAGES

(a) If the selected Bidder fails to complete the due performance of the contract in accordance with the specifications and conditions agreed during the final contract negotiation, the Bank reserves the right to recovery penalty @ 0.5% of the contract value per week or part thereof as Penalty for non- performance/delayed performance.

(b) Notwithstanding what so ever stated in para 12(a) above, if the selected Bidder fails to adhere to the time schedule or fails to complete the due performance of the obligations under this RFP as per Bank’s satisfaction, then the Bank can repudiate the contract and recover 10% of the contract value as Liquidated Damages from the selected Bidder interalia by invoking the performance guaranteee.

(c) The Penalty and Liquidated Damages as mentioned above shall be independent to each other and will be levied separately or jointly as the case may be as per discretion of the Bank.

13. FORCE MAJEURE

Any failure or delay by selected Bidder or Bank in the performance of its obligations, to the extent due to any failure or delay caused by fire, flood earthquake or similar elements of nature, or acts of God, war, terrorism, riots, civil disorders, rebellions or revolutions, acts of governmental authorities or other events beyond the reasonable control of non-performing party, is not a default or a ground for termination. The affected party shall notify the other party within reasonable time period of the occurrence of a Force Majeure Event.

14. AUTHORIZED SIGNATORY

The selected Bidder shall indicate the authorized signatories who can discus and correspond with the Bank, with regard to the obligations under the contract. The selected Bidder shall submit at the time of signing the contract, a certified copy of the resolution of their Board, authenticated by Company Secretary/Director, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The Bidder shall furnish proof of signature identification for above purposes as required by the Bank.

26

Page 27: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

15. INDEMNITY

The Bidder shall indemnify Bank and keep indemnified for any loss or damage, cost or consequences that Bank may sustain, suffer or incur on account of violation of patent, trademarks, etc. by the Bidder. The Bidder shall always remain liable to the Bank for any Losses suffered by the Bank due to any technical error negligence or fault on the part of the Bidder, and the Bidder also shall indemnify the Bank for the same. The total liability of the selected Bidder under this clause and contract shall not exceed the total contract value.

16. PERFORMANCE GUARANTEE

The selected Bidder has to provide an unconditional and irrevocable Performance Bank Guarantee of 10% of the contract value from a Public Sector Bank in India (other than Allahabad Bank) towards due performance of the contract in accordance with the specifications, terms and conditions of RFP document, within 15 days from the intimation from the Bank. The Performance Guarantee shall be kept valid upto 60 days, beyond the contract period.

17. ERASERS OR ALTERATIONS

Corrections / alterations should be properly authenticated by the authorised person in the same way as he has signed the bid documents failing which the bid will be rejected. The Bank may, at its sole discretion, waive any minor non conformity, or irregularity in the bid, which does not constitute a material alteration. Bidders cannot modify their bids after the deadline for submission of bids is over.

18. RIGHT TO REJECT BIDS

Bank reserves the absolute and unconditional right to reject any bid offer in response to this RFP if it is not in accordance with its requirements and no correspondence will be entertained by the Bank in the matter. The bid is liable to be rejected if:

It is not in conformity with the instructions mentioned in this RFP document. It is not properly/duly signed. It is received through Telex/ Telegram /Fax/ E-mail It is received after expiry of the due date and time. It is incomplete including non-furnishing the required documents/ information as

required in terms of this RFP. It is evasive or contains incorrect information. There is canvassing of any kind. It is submitted anywhere other than the place mentioned under Section-I, point

12.3.

19. ASSIGNMENT

Neither the contract nor any rights granted under the contract can be sold, leased, assigned, or otherwise transferred, in whole or in part, by the selected Bidder without advance written consent of the Bank. Any such sale, lease, assignment or otherwise transfer shall be void and be of no effect. The selected Bidder shall not subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the selected Bidder under the contract. Formation of consortium or association of consultants and engaging sub consultants is not allowed and such proposals will be disqualified at the evaluation stage itself.

27

Page 28: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

20. NON SOLICITATION

The selected Bidder, during the term of the contract and for a period of two years thereafter shall not without the express written consent of the Bank, directly or indirectly:a) recruit, hire appoint or engage or attempt to recruit, hire, appoint or engage or discuss employment with or otherwise utilize the services of any person who has been an employee or associate or engaged in any capacity, by the Bank in rendering services in relation to the contract; or b) induce any person who shall have been an employee orassociate of the Bank at any time to terminate his/her relationship with the Bank.

21. NO EMPLOYER-EMPLOYEE RELATIONSHIP

The selected Bidder or any of its holding/subsidiary/joint- venture/affiliate/group/client companies or any of their employees/ officers / staff / personnel /representatives /agents shall not, under any circumstances, be deemed to have any employer-employee relationship with the Bank or any of its employees / officers / staff / representatives/ personnel / agents.

22. VICARIOUS LIABILITY

The selected Bidder shall be the principal employer of the employees, agents, contractors, sub contractors etc., engaged by the selected Bidder and shall be vicariously liable for all the acts, deeds, matters or things, whether the same is within the scope of power or outside the scope of power, vested under the contract. No right of any employment in the Bank shall accrue or arise, by virtue of engagement of employees, agents, contractors, subcontractors etc. by the selected Bidder, for any assignment under the contract. All remuneration, claims, wages dues etc., of such employees, agents, contractors, subcontractors etc., of the selected Bidder shall be paid by the selected Bidder alone and the Bank shall not have any direct or indirect liability or obligation, to pay any charges,claims or wages of any of the selected Bidder’s employees, agents, contractors, subcontractors etc. The selected Bidder shall agree to hold the Bank, its successors, assigns and administrators fully indemnified, and harmless against loss or liability, claims, actions or proceedings, if any, whatsoever nature that may arise or caused to the Ban through the action of selected Bidder’s employees, agents, contractors,subcontractors, etc.

23. CANCELLATION OF CONTRACT AND COMPENSATION

The Bank would provide 30 days notice to rectify any breach/unsatisfactory progress, if the selected Bidder commits a breach of any of the terms and conditions of the RFP/contract. The Bank reserves the right to cancel the contract of the selected Bidder and recover expenditure incurred by the Bank in any of the following circumstances:

The Bidder becomes insolvent or goes into liquidation voluntarily or otherwise. An attachment is levied or continues to be levied for a period of 7 days upon

effects of the bid. The progress regarding execution of the contract, made by the selected Bidder

is found to be unsatisfactory.

28

Page 29: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

If deductions on account of Penalty exceeds more than 10% of the total contract price; if the selected Bidder fails to complete the due performance of the contract in accordance with the agreed terms and conditions; after the award of the contract, if the selected Bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one month’s notice for the same. In this event, the selected Bidder is bound to make good the additional expenditure, which the Bank may have to incur to carry out for the execution of the balance of the contract. This clause is also applicable, if for any reason, the contract is cancelled. The Bank reserves the right to recover any dues payable by the selected Bidder from any amount outstanding to the credit of the selected Bidder, including the pending bills, if any under this RFP.

24. DISPUTE RESOLUTION

If a dispute, controversy or claim arises out of or relates to the contract, or breach, termination or invalidity thereof, and if such dispute, controversy or claim cannot be settled and resolved by the Parties through discussion and negotiation, then the Parties shall refer such dispute to sole Arbitrator appointed by the Bank. The arbitration proceedings shall be conducted in English and a written order shall be prepared. The venue of the arbitration shall be Kolkata. The arbitration shall be held in accordance with the Arbitration and Conciliation Act, 1996. The decision of the Arbitrator shall be final and binding upon the Parties, provided that each Party shall at all times be entitled to obtain equitable, injunctive or similar relief from any court having jurisdiction in order to protect its intellectual property and confidential information.

29

Page 30: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE C-1

COMMERCIAL BID FOR FOR APPOINTMENT OF CONSULTANT FOR TRANSFORMATION OF BUSINESS PROCESSES

Chief Manager,Allahabad Bank,Head Office, HRD Department1st Floor, 1A, Ronaldshay Road, AliporeKolkata - 700027

Sir,

Sub : – PRICE BID

We give below our consolidated rate for the services to be rendered by us as per the scope of consultancy given in the “Request for Proposal (RFP) Transformation of Business Processes” dated 27.07.2013.

S.No

Item Amount(Rs.)

Service Tax(Rs)

Total (Rs)

TOTAL (in words)

( the quotes should be given separately for each activity of the process)

Authorized Signatory(ies)(Name, Designation andSeal of the Firm/Company)

30

Page 31: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE D (a)

PROPOSED TEAM PROFILES

The profile of each individual Team Member who would lead this assignment may be provided in the format given below:

1 Name

2 Current Designation

3 Nationality

4 Years in the Firm

5 Educational & Professional Qualifications

6 Language Proficiency

7 Areas of expertise

8 Programme led with description

9 Role in the proposed programme

31

Page 32: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE D (b)

STAFFING SCHEDULE

Staffing schedule for the duration of 18 months of the programme should be detailed in the format given below:

PARTICULARS QUARTER

1 2 3 4 5 6Names of keyteam leaderswith timeallocation

Number ofstaff deployedfull time onsite

32

Page 33: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

Annexure –E1

Eligbility Criteria

1. Name of the Consultant (s) (Specify constitution – Partnership Firm/Company etc, provide documentary proof of the same)

2. Address and contact details of theFirm/ Company in India

3. Name of the authorized person(s) / Partner(s) / Director(s) associated withthe programme.

4. Contact Telephone Number (Landline and Mobile) and e-mail id of the authorized person

6. Date of Establishment/ Incorporation in India and overseas

7. Total number of offices world wide

8. Number of years of consulting experience

9. Revenue received from management consulting business during last two financial years

10. Number of management consulting staff on the payroll of the consultant

11. Of Sl. 10 above, number of consultants who have experience of handling long term assignments (duration >= 9 months)

12. Number of Public sector banks and Financial institutions with whom long term transformation assignments have been undertaken (duration >= 9 months)

13. Of Sl. 12 above, number of public sector banks with whom long term transformation assignments undertaken

14. Brief particulars of experience of the firm in extending consultancy advice relevant to the programme

Name of Organisation for whom services rendered

Year Type of consultancy offered

TeamSize

Period proposed for completion

Actual period for completion

Certificate for each completed programme from the client be enclosed with this annexure.Seal and signature

33

Page 34: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE – E2

(LETTER TO THE BANK ON THE COMPANY’S / FIRM’S LETTER HEAD)

To,Chief Manager,Allahabad Bank,Head Office, HRD Department1st Floor, 1A, Ronaldshay Road, AliporeKolkata – 700027

Dear Sir,

Reg: Your RFP for Transformation of Business Processes Dated 27/07/2013. ____________________________________________________________________________________

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 undertaking consultancy for advising the Bank as per scope detailed in your RFP.

We confirm that we have not been disqualified by any Bank / Financial Institution from undertaking any /or all of the above activities. We also confirm that the offer shall remain valid for 6 months from the date of the offer. We understand that the Bank is not bound to accept the offer and the Bank has right to reject the offer in full or part without assigning any reasons, whatsoever.

Yours faithfully,

Authorized Signatory(ies)(Name, Designation andSeal of the Firm/Company)

34

Page 35: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE – E3

FORM OF SELF AFFIDAVIT / DECLARATION[TO BE SUBMITTED IN FIRM'S / COMPANY'S LETTER HEAD ONLY]

We, M/s____________________________________, are one of the BIDDERS for providing consultancy services to Allahabad Bank as per your “Request for Proposal (RFP) for Transformation of Business Processes” dated 27.07.2013.

We, hereby declare that our Firm/Company does not have any pecuniary liability nor any judiciary proceedings or any restraint restricting us in fulfilling the consultancy services. We further declare that in case the Bank finds our averments are not true and incorrect, The Bank can initiate necessary action against us, as deemed fit.

The information submitted in the eligibility criteria and technical bid are true and are factually correct.

Authorized Signatory(ies)

(Name, Designation andSeal of the Firm/Company)

35

Page 36: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE T-1

RELEVANT EXPERIENCE

Please provide following information for most relevant clients in India:

Use the format below to provide information for which your firm was legally contracted for carrying out consulting assignment. Please mention more than one assignment under the same client if relevant. (Use separate sheet for each client)

1.1 Name of the client/description of the client: Relevant Experience (can be more than one):1.2 Description of the assignment:1.3 Duration of the assignment (in months) as per the agreement:1.4 Start date:1.5 End date:1.6 Team size for the assignment (full time members):

Other experience with the client:1.7 Duration of all the consulting assignments for the client (in months):1.8 No. of professional staff provided for all the consulting assignments for the client:1.9 Terms of reference1.10 Impact Achieved1.11 Any other relevant information

(please include client references /commendation letters, if any)

Reference letter from Senior Executive of the client to be attached regarding the successful completion.

36

Page 37: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE T-2

DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN

Consultants are requested to present their approach, methodology in the following three sections:

a. Technical Approach and Methodology

In this section, consultant should explain their understanding of the assignment and the approach to be followed for carrying out the activities. The consultant should highlight the problems being addressed and their importance. The consultant should also explain why the methodology adopted is consistent with the overall objective of the programme, and also the specific objectives outlined for each pillar of the assignment.

b. Work plan

The consultant should provide the main activities to be carried out in the programme with appropriate timelines. The consultant should also lay out key milestones. The proposed work plan should be consistent with technical approach and methodology.

c. Team structure and staffing

The consultant should propose the structure and composition of the team. It should list the main areas in the assignment and the staff proposed. The programme leadership and key experts involved should be properly highlighted.

37

Page 38: Background - Allahabad Bank · Web viewc) The proposal should be prepared in English in MS Word / Powerpoint/ Excel format. All correspondence will be in English. The Bid shall be

ANNEXURE T-3 – RESUME

Use the format below to provide information on key people that will lead and work on the programme

1.1 Name:

1.2 Current Position in the firm:

1.3 Education:

1.4 Areas of expertise/Period of experience:

1.5 Work undertaken that best illustrates capability to handle the tasks assigned:

1.6 Role of the member :(Team Leader , expert, team manager, member,researcher, etc)

38