indian overseas bank...cost of bid document (refer clause 2.3 of the rfp) inclusive of gst rs....

125
Page 0 of 124 Indian Overseas Bank REQUEST FOR PROPOSAL SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION WITH VIDEO-KYC & CKYC RFP REFERENCE NUMBER: RFP/ITD/009/20-21 DATED 21.12.2020 INFORMATION TECHNOLOGY DEPARTMENT CENTRAL OFFICE INDIAN OVERSEAS BANK 763, ANNA SALAI ANNEXURE BUILDING CHENNAI 600002

Upload: others

Post on 30-Jan-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 0 of 124

    Indian Overseas Bank

    REQUEST FOR PROPOSAL

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER

    ON-BOARDING SOLUTION WITH VIDEO-KYC & CKYC

    RFP REFERENCE NUMBER: RFP/ITD/009/20-21 DATED 21.12.2020

    INFORMATION TECHNOLOGY DEPARTMENT CENTRAL OFFICE

    INDIAN OVERSEAS BANK

    763, ANNA SALAI ANNEXURE BUILDING

    CHENNAI 600002

  • Page 1 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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

    1.4 BRIEF REQUIREMENT:..................................................................................................... 8

    1.5 PROJECT MILESTONES & SCHEDULES:............................................................................ 9

    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 .................................................................................19

    1.14.2 COMMERCIAL EVALUATION: ..................................................................................20

    1.14.3 AWARD OF CONTRACT: ..........................................................................................21

    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

  • Page 2 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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.......................................................................................................... 26

    2.14. ERRORS AND THEIR RECTIFICATION .................................................................... 26

    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........................................ 27

    2.19. ASSIGNMENT & SUBCONTRACTING .................................................................... 27

    2.20. USE OF CONTRACT DOCUMENTS AND INFORMATION ................................. 27

    2.21. TERMINATION FOR DEFAULT .................................................................................. 27

    2.22. TERMINATION FOR INSOLVENCY& TERMINATION FOR CONVENIENCE .... 27

    2.23. FORCE MAJEURE...................................................................................................... 28

    2.24. COPY RIGHT/LICENCE VIOLATION...................................................................... 28

    2.26. LIMITATION OF LIABILITY: ........................................................................................ 28

    2.27. COMPLIANCE TO LABOUR ACT: .......................................................................... 28

    2.28. E-TENDERING:............................................................................................................ 29

    2.29. PACKING: .................................................................................................................. 30

    2.30. INSURANCE:............................................................................................................... 30

    2.31. OTHER TERMS AND CONDITIONS......................................................................... 30

    2.32. RESOLUTION OF DISPUTES ...................................................................................... 32

    2.33 RIGHT TO AUDIT: ........................................................................................................ 33

    2.34 CORRUPT AND FRAUDULENT PRACTICES: .......................................................... 33

    2.35 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

    2.38. ESCROW AGREEMENT: ........................................................................................... 35

    PART – III-ANNEXURES .......................................................................................................................36

  • Page 3 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    ANNEXURE-I-A-SCOPE OF WORK - CUSTOMER ON-BOARDING AND VIDEO KYC SOLUTION .................................................................................................................... 36

    ANNEXURE-I-B–FUNCTIONAL & TECHNICAL REQUIREMENT .................................... 48

    ANNEXURE-II-A-FORMAT FOR TECHNICAL BID ........................................................... 91

    ANNEXURE-II-B-OFFER COVERING LETTER.................................................................... 92

    ANNEXURE III-FORMAT FOR COMMERCIAL BID ......................................................... 93

    ANNEXURE IV – MANUFACTURER AUTHORISATION FORM ...................................... 96

    ANNEXURE V-LETTER OF UNDERTAKING ....................................................................... 97

    ANNEXURE VI-SELF DECLARATION – BLACKLISTING.................................................. 98

    ANNEXURE VII -BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT .... 99

    ANNEXURE VIII-PROFORMA OF BANK GUARANTEE (DELIVERY & IMPLEMENTATION) ........................................................................................................... 101

    ANNEXURE IX-PROFORMA OF BANK GUARANTEE (PERFORMANCE) ................ 104

    ANNEXURE X-FORMAT FOR NON-DISCLOURE AGREEMENT ................................. 108

    ANNEXURE XI– PRE-IP-COVERING LETTER .................................................................. 113

    ANNEXURE XII -PRE CONTRACT INTEGRITY PACT...................................................... 114

    ANNEXURE XIII–UNDERTAKING OF INFORMATION SECURITY ................................ 123

    ANNEXURE XIV–UNDERTAKING AS PER GOVT GUIDELINES AS PER GFR RULE No:144................................................................................................................................. 124

  • Page 4 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    INTRODUCTION

    Indian Overseas Bank (hereinafter referred to as “Bank”) inv ites Request for Proposal

    (hereinafter referred to as “RFP”) from well-reputed vendors for Supply, Implementation and

    Maintenance of Video E-KYC Solution and Customer On-boarding Solution (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 prov ided 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 prov ided.

    This RFP document is not an agreement and is not an offer or inv itation by the Bank to any

    parties other than the applicants who are qualified to submit the bids (hereinafter

    indiv idually and collectively referred to as “Bidder” or “Bidders” respectively). The purpose

    of this RFP is to prov ide 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, rev ision 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.

    http://www.iobtenders.auctiontiger.net/

  • Page 5 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    PART I - PROJECT SPECIFIC TERMS & CONDITIONS:

    1.1 SCHEDULE OF BIDDING PROCESS: S.No Description of Information /

    Requirement Information / Requirement

    1 Tender Reference Number RFP/ITD/009/20-21 2 Date of I ssue of RFP 21.12.2020

    3 Last date for receipt of queries, if any.

    04.01.2021 (Via email at

    [email protected] 3.a Date of Pre Bid Meeting 07.01.2020 at 1500 hours at Bank’s Information

    Technology Department, Chennai.

    4 Bid Submission Mode. https://iobtenders.auctiontiger.net/EPROC/ Through e-tendering portal (Class I I or Class III

    Digital Certificate with both Signing &

    Encryption is required for tender participation)

    5 Last Date and Time for submission of bids along with supporting

    documents through the above e-

    tendering portal.

    21.01.2021 on or before 1700 hours. (End time

    for submission will be as per e-tendering

    serv ice provider server time).

    6 Last date, time and place for submission of Cost of document

    and BG in lieu of EMD & Integrity

    Pact on Rs. 100 stamp paper.

    22.01.2021 on or before 1500 hours at the

    Bank’s Information Technology Department,

    Chennai. (Should be submitted to the contact

    officials in person).

    7 Date, time and venue for opening the Technical bid through e-

    tendering portal.

    22.01.2021 on or before 1600 hours at the

    Bank’s Information Technology Department,

    Chennai. 8 Date, time and venue for

    submission & opening the

    commercial bids.

    Shall be intimated to the technically qualified

    bidders in due course.

    9 Name of contact officials for Bid submission as stated in serial no.6 or

    any clarifications

    Chief Manager-ITD

    Phone: 044- 28519466

    Asst. Manager-IT

    Phone: 044- 28519471

    10 Address for Communication / Submission of Bids

    The Assistant General Manager, Indian Overseas Bank, Information Technology Dept. Central Office, 763, Anna Salai, Chennai – 600002.

    11 Contact e-mail ID [email protected]

    12 Support person and phone

    number for e-tender service

    provider for any help in accessing

    the website and uploading the

    tender documents.

    e-Procurement Technologies Limited

    Shivam Shewaramani: 079-68136824

    [email protected]

    Nisarg Thakkar

    Email: [email protected]

    Phone: 079 681-368-22 | Cell: +91 6354919566

    mailto:[email protected]://iobtenders.auctiontiger.net/EPROC/mailto:[email protected]:[email protected]:[email protected]

  • Page 6 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    1.2. COST OF BID DOCUMENT & EARNEST MONEY DEPOSITS (EMD):

    Sl. No. Description Amount in ₹ 1. Cost of Bid document (Refer clause 2.3 of the RFP) Inclusive of GST Rs. 20,000 2. EMD (Refer clause 2.3 of the RFP) Rs.30,00,000

    1. Bidders who are registered as Small and Micro with National Small Industries

    Corporation (NSIC)/ Udyog Aadhaar Memorandum etc. 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.

    2. In addition to the above, MSME bidder shall submit documentary proof of registration

    to the tendering official of the Bank on or before the bid opening date as mentioned in the schedule above.

    3. I f a holiday is declared on the dates mentioned above, the bids shall be received /

    opened on the next working day at the same time specified above and at the same

    venue unless communicated otherwise.

    4. No queries will be entertained after the date and time mentioned in this schedule.

    5. I t shall be the responsibility of the bidder to ensure the receipt of the NEFT amount at

    Bank’s designated account with in the timelines mentioned in 1.1 of the RFP and Bank

    shall not be held responsible for non-receipt of NEFT amount toward the cost of bid

    document.

    1.3. QUALIFICATION CRITIERIA (QC): The documentary ev idence of the OEMs/Bidder's qualifications to perform the contract, if

    its offer is accepted, shall establish to the Bank's satisfaction that:

    1. The bidder should be registered as a company in India as per Companies Act,

    1956/2013 and should have been in operation for a period of at least 5 years in a

    related field as on date of RFP. The Certificate of Incorporation issued by the Registrar

    of Companies to be submitted along with technical bid. (Documentary proof should

    be attached).

    2. The bidder/ or its parent company (bidder should be 100% owned subsidiary of the

    parent company) has registered an average turnover of Rs. 50 Crore (Rupees Fifty

    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 2017-18, 2018-

    19 and 2019-20 should be attached. Bidders who are yet to publish their audited

    document for the year 2019-20, must submit the provisional/CA certified results for

    the FY 2019-20. (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

  • Page 7 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    (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 2017-18, 2018-

    19 and 2019-20 should be attached. Bidders who are yet to publish their audited

    document for the year 2019-20, must submit the provisional/CA certified results for

    the FY 2019-20. (Documentary proof should be attached.)

    4. The Bidder should be an authorised partner of the OEM/OSD as on the date of the

    submission of technical bids. The Bidder must be in position to prov ide support /

    maintenance / up gradation during the period of contract with the Bank and must

    be having back-to-back support from the OEM/OSD. Bidder to submit a letter of

    authorization / Manufacturer Authorization Form (MAF) as per format prov ided in

    Annexure IV of this RFP from OEMs/OSDs. Either OEM/OSD of the Solution or its partners

    can participate in this bid. Both OEM/OSD and its partners shall not be allowed to bid

    in the tender.

    5. The OEM should have provided proposed solution in at least two financial institutions

    in India in last 5 years and out of 2 implementations, one implementation should be

    in a Public Sector Bank. Bidder to submit Purchase Orders/Letter of Satisfactory

    performance & client references along with the technical bid. Details to be

    submitted in the format given in Annexure XIV. (Documentary proof should be

    attached.)

    6. Bidder should have supplied and implemented the Customer on boarding solution in

    any Financial institution in India in last three years. Bidder to submit Purchase

    Orders/Letter of Satisfactory performance & client references along with the

    technical bid. (Documentary proof should be attached.)

    7. The bidder should have Registered Office/Branch Office/Authorized Service Centers

    in Chennai. Bidder to submit proof of document for the same. In case direct support

    office of the bidder is not present in Chennai then an undertaking to be provided by

    the Bidder stating that direct support would be provided by the bidder at Chennai

    whenever desired by the Bank. Bank shall have the right to terminate the contract if

    bidders fails to comply with the aforesaid requirement.

    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 prov ided 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 prov ided in

    Annexure VI of the RFP along with the technical bid.

  • Page 8 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    10. Bidder to submit the duly signed declaration on Information Security as per the format

    prov ided in Annexure XIII of this RFP.

    11. As per the public procurement guidelines as stipulated in Order ref: 6/18/2019-PPD

    Dated 23.07.2020 from Department of Expenditure, Ministry of Finance- Restrictions

    under Rule 144 (xi) of General Financial Rules 2017. Any bidder from a country which

    shares a land border with India will be eligible to bid in this tender only if the bidder is

    registered with the Competent Authority (DPIIT). Bidder shall also submit the following

    certificate in their letter head as per the format prov ided in Annexure XIV , duly

    signed by their company secretary along with the technical bid. Any bid, not

    accompanied with the above certificate shall be summarily rejected.

    1.4 BRIEF REQUIREMENT: The Bank intends to implement Customer On-Boarding Solution with Video KYC & CKYC in

    all the branches distributed all over the country as per scope of work, functional & technical

    requirements given in Annexure I (A) & I (B).

    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. The

    infrastructure at Primary Env ironment, and the Disaster site to be identical:

    1. UAT/Testing Environment- DC Only

    2. Development Environment – DC Only

    3. Production- Primary Data Centre Env ironment

    4. Disaster Recovery Environment

    The Bill of Materials should include the following details:

    1. All hardware components of the solution necessary for enterprise level

    implementation of the solution such as Servers/Appliances

    (Web/App/DB/Backup/Archival etc.), Storage (App/DB), Load Balancers, Racks etc.

    2. All software components of the solution such as Application/Web

    App/Backup/Archival).

    Bank may provide the Operating System & 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 prov ide the same and quote the prices in the commercial bid.

    However, Bidders shall prov ide 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

  • Page 9 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    components should be enterprise in nature with OEM support available during the period

    of the contract.

    The user concurrency expected for the solution is 3500.

    1.5 PROJECT MILESTONES & SCHEDULES:

    The Customer On-boarding solution must be implemented as per project scope within a

    period of 4 months in entirety 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 project scheduled is as follows:

    Table 1: Project Schedule.

    S No Activity Timeline

    1.

    Project Plan

    (Requirement Gathering, Software

    Requirement Specification (SRS)

    Submission & SRS Vetting by Bank )

    02 Weeks from the date of

    acceptance of PO

    2. Delivery of Hardware( Annexure III Table I-

    Serial No 1.a)

    04 Weeks from the date of SRS

    Sign Off

    3. Installation of Software ( Annexure I II

    Table I - Serial No 1.b and Serial No 1.c)

    02 Weeks from the date of

    delivery/receipt of notification

    from Bank.

    4. a). Delivery of UAT including completion

    of de-duplication of history data.

    Within 12 weeks from the date

    of SRS Sign Off

    b). Solution Go-live Within 2 weeks from the date of

    UAT Sign Off

    5. Training 1 Weeks from the date of UAT

    Sign off /after receiving

    notification from the bank

    whichever is later.

    PROJECT PHASES:

    1. Project Plan

    2. Delivery of Solution

    3. Installation of Solution at Bank’s Data Centers

    4. User Acceptance Testing

    5. Operationalization of Solution(Go-live)

    6. Solution Review

    7. Change Request

  • Page 10 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    1. 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 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 rev iew and bank’s acceptance within Two

    Week of the P.O date. Bank shall issue a Project Plan signoff accepting the same

    Bank shall issue a Project Plan signoff accepting the same. I t 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. However, Bank reserves the right to extend the

    timelines in those cases where delay in completion of the project plan w as on

    account of the reasons attributed by the Bank.

    2. DELIVERY:

    a. The solution hardware & System software should be delivered at Banks Data

    Centers within 4 (Four) weeks from the date of the SRS Signoff. The address of

    location 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 deliv ery 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.

    b. EXTENSION OF DELIVERY SCHEDULE: I f, at any time during performance of the

    Contract, the Bidder should encounter conditions impeding timely delivery, the

    Bidder shall promptly notify the Bank in writing of the fact of the delay, its likely

    duration and its cause(s). As soon as practicable after receipt of the Bidder's

    notice, the Bank shall evaluate the situation and may at its discretion extend the

    Bidder's time for performance against suitable extension of the performance

    guarantee for delivery.

    c. PENALTY FOR DELAYED DELIVERY: Delivery for the above purpose is deemed to

    be complete only when all the items specified in Purchase Order are completely

    delivered (Location wise) and date of delivery is the date on which the last item

    is delivered. If the delivery schedule is not maintained as stated in clause 1.5.2.a

    or to such extended period as per clause 1.5.2.b of this RFP, a penalty of half

    percent (0.5%) of the Hardware and system software Value(location-wise) , for

    each week or part thereof of the delay subject to a maximum of 5% of total order

    value(Location wise) will be lev ied from the expiry of due date of delivery.

    However, Bank reserves the right to extend the timelines in those cases where

    delay in delivery schedules were on account of the reasons attributed by the

    Bank.

  • Page 11 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    d. NON-DELIVERY: Failure of the successful bidder to comply with the above

    delivery schedule, as stipulated in clause 1.5.2, shall constitute sufficient grounds

    for the annulment of the award of contract and invocation of bank guarantee

    (delivery).

    e. PROOF OF DELIVERY: SB shall submit either of the below set of documents (either

    1 or 2) to Bank’s Central Offices as proof of delivery:

    1. Copy of the Delivery Challan, duly signed and stamped by authorized official

    of the Bank.

    Or

    2. Copy of the Electronic POD generated by Courier Services along with e-mail

    from authorized official of the Bank

    3. INSTALLATION SCHEDULE:

    Bank shall issue an implementation notification to the successful bidder. The solution

    including Servers, Other Hardware, Operating Systems, Databases & application

    should be installed in Bank’s Data Centers within 2 weeks of actual date of delivery

    or receipt of implementation notification (location wise) from the bank whichever is

    later. I f the installation schedule is not maintained, a penalty of half percent (0.5%) of

    the net hardware and software value (Annexure I II Table I - Serial No 1.a & 1.b), for

    each week or part thereof of the delay subject to a maximum of 5% will be lev ied

    from the expiry of delivery period/date of intimation. However, Bank reserves the

    right to extend the timelines in those cases where delay in installation schedules were

    on account of the reasons attributed by the Bank.

    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:

    a. Copy of installation certificate, duly signed and stamped by authorized official

    of the Bank.

    Or

    b. Copy of Serv ice Report/installation report along with e-mail from authorized

    official of the Bank

    4. USER ACCEPTANCE TESTING & OPERATIONALISATION(GO-LIVE):

    a. All infrastructure requirements (hardware/software/OS) for UAT shall be

    provided by the Bank. Successful Bidder shall arrange for conduct of User

    Acceptance Testing in Bank’s environment within 12 weeks from the Date of

    SRS signoff or 8 weeks from date of infrastructure readiness notification from

    the bank, whichever is later. Bank shall issue UAT signoff on successful

    completion of UAT. I f the successful bidder is not able to successfully

    complete the UAT as per the above schedule, bank may at its discretion,

    cancel the purchase order. During the UAT stage pilot testing to be done in

  • Page 12 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    minimum 10 branches of Bank’s choice and signoff to be obtained from the

    concerned Bank officials on successful completion of testing.

    b. For the purpose of calculating ATS, License Term will be started from the date

    of UAT sign off of First scheme.

    c. Complete bank wide operationalisation of the solution should be completed

    as mentioned in table 1(Project schedule) line item 1.4.b from the date of SRS

    sign Off. I f this schedule is not maintained, a penalty of half percent (0.5%) of

    the Net Value of solution application software (Annexure III Table I - Serial No 1.c)

    and implementation cost (Annexure I II Table I I - Serial No 1.a), for each week or

    part thereof of the delay subject to a maximum of 5% will be lev ied from the

    expiry of due date.

    d. Bank shall issue a Go Live Certificate on successful operationalization of the

    solution segment wise as per the requirements of the Bank.

    e. In case the delivery, installation & implementation of the solution is not

    completed segment wise as mentioned in table 1(Project schedule) line item

    1.4 from the date of Project Plan sign Off, Bank may at its discretion provide

    an opportunity to the serv ice provider to submit reason if any for such delay.

    Bank shall evaluate such submission and its applicability and bank decision

    in this regard shall be final and binding.

    f. However, Bank reserves the right to extend the timelines in those cases where

    delay in UAT and operationalization schedules were on account of the reasons

    attributed by the Bank.

    5. REVIEW: The supplied solution shall remain under rev iew for a period of 1 month

    from the date of Go Live Certificate as stated above. The project implementation

    team of the successful bidder/OEM shall be readily available during the review

    phase for troubleshooting and other support. During the rev iew phase, Bank may request changes to the application as per its requirement and no extra costs shall

    accrue to the bank for the effort involved in the same. Bank shall issue final

    acceptance signoff at the end of the rev iew phase.

    6. 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.

    7. TRAINING: The successful bidder shall be responsible for prov iding training to

    various target groups consisting of Branch/RO /CO officials, System Administrator,

    Database Administrators, End-Users etc. Training should be provided covering all

    the contents of the package. The vendor should explain how it is proposed to

  • Page 13 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    conduct the training program by outlining course contents and duration. This

    includes the training required for users as well as for technical system support staff.

    Training shall be provided to various teams of the Bank personnel in the following

    areas:

    a) User training-On the job training to Branch, Regional and Central Office

    Officers.

    All required infrastructure for the training will be provided by the bank and the

    venue of the training shall be decided by the Bank. The Training Server shall set

    up by the bidder at DC/DR site as per Bank’s decision. All training shall include

    practical sessions in which live hands on experience is required to be given to the

    trainees.

    End user training for a total of 200 users in batches of 25 each for 4 days.

    The Bank reserves the right to change reasonably the number of training programs

    /batches, team size, Training Dates, Location, Modalities and Curriculum.

    Training Study Material for each program in soft copy and hard copy shall be

    provided by successful Bidder to the Bank.

    1.6 COMPREHENSIVE ONSITE WARRANTY

    The Successful Bidder(SB) 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

    1.7 ATS & AMC – POST WARRANTY SUPPORT

    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).

  • Page 14 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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 serv ices 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.

    5. Support rates quoted will be reckoned for L1 determination.

    Support Services:

    Support serv ices 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 activ ities. 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).

    1.8. BANK GUARANTEE

    1. Within 15 (Fifteen) days (exclusive of holidays) of the date of acceptance of the

    Purchase Order, the successful Bidder shall furnish a bank guarantee (for delivery

    implementation & operationalisation) for a period of 12 months with a claim period

  • Page 15 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    of twelve months for an amount equivalent to 20% of the total order value (PO

    Value), in the format as per Annexure VIII of the RFP.

    2. Failure of the successful bidder to comply with the requirement as stipulated above

    shall constitute sufficient grounds for the annulment of the award of contract and

    forfeiture of the Earnest Money Deposit. In such an event, the Bank will call for new

    bids.

    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 (need not be a single BG for entire duration)

    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 v ide 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 v ide

    clause 1.8.3 of the RFP.

    5. The above-mentioned bank guarantees issued by any scheduled commercial bank

    other than Indian Overseas Bank is acceptable to us. Successful Bidder should inform

    the Guarantee Issuing Bank to forward the original guarantees directly to the Bank.

    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.

    1.9. PAYMENT TERMS:

    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:

    Serv ice Level Agreement (SLA)

    Non-Disclosure Agreement (NDA)

    Deliver/Performance Bank Guarantee as per clause 1.8

    Proof of Delivery/Installation detailed in clause 1.5.3.e & 1.5.4.

    OEM Back to Back Certificates

    3. The payment will be released as follows:

  • Page 16 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    i. 80% Cost of Solution Hardware (Annexure I II Table I - Serial No 1.a) shall be

    released on successful delivery on submission of invoices & documents

    specified in clause 1.9.2 above.

    ii. Balance 20% Cost of Solution Hardware (Annexure III Table I - Serial No 1.a) shall

    be released on successful completion of UAT.

    iii. 100% Cost of System Software (Annexure I II Table I - Serial No 1.b.1 and 1.b.2)

    shall be released on successful delivery and installation of the Hardware and

    System software.

    iv . 30% Cost of Solution Application Software (Annexure I II Table I - Serial No 1.c)

    shall be released on successful installation of the Solution and delivery of

    licenses to the Bank.

    v. 50% Cost of Solution Application Software (Annexure I II Table I - Serial No 1.c)

    shall be released on successful completion of UAT of the solution in entirety.

    vi. 10% of the Cost of Solution Application (Annexure I II Table I - Serial No 1.c) shall

    be released on successful Go live of the solution.

    vii. 80% of the implementation cost (Annexure I II Table I I- Serial No 1.a) after UAT

    sign off from Bank.

    viii. 20% of the implementation cost (Annexure I II Table I I - 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

    Serv ices and not part of Go-Live Sign Off.

    ix. 10% of the Cost of Solution Application (Annexure III Table I - Serial No 1.c) shall

    be released after review phase of the Solution.

    x. Change Requests (Annexure I II Table I I- Serial No 1.b): Bank shall release the

    payment for Change Requests as per the mutually agreed terms with the

    successful bidder.

    xi. 100% payment for training (Annexure I II Table I I - Serial No 1.c) shall be released

    on submission of invoices and training completion confirmation by authorized

    official of the bank.

    xii. Support Charges (Table I II – Annexure I II) shall be paid on yearly basis in

    advance for 4th to 7th year on submission of invoices and other MIS/PM reports

    xiii. 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. Bank shall conduct

  • Page 17 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    interv iew for L2 and L3 support engineer and shall give signoff before

    deploying the engineer onsite. Bank shall reserve the right to reject the profiles

    if the same are not to the satisfaction of the Bank. Payment for the onsite

    support shall start accruing to the Bank only after the solution has gone live.

    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.

    1.10. PRICES AND TAXES

    1. Prices should be quoted as per format in Annexure ‘I II’.

    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 serv ice 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.

    8. A bid submitted with an adjustable price quotation will be treated as non-responsive

    and will be rejected.

    9. Price should not be indicated at any place in the Technical Bid. I f 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.

  • Page 18 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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

    Bank reserve its right to accept / reject any bid, which is not in line with these

    conditions.

    1.12. EVALUATON PROCESS:

    A two bid system is adopted for selection of the vendor:

    Stage 1 – Eligibility Bid evaluation

    Stage 2 - Evaluation methodology for eligible bidders Technical Bid Evaluation Commercial Bid Evaluation Weighted evaluation

    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.

    1.13 ELIGIBILITY BID

    Eligibility criterion for the Vendor to qualify this stage is clearly mentioned in clause1.3 of this

    document. The vendor would need to prov ide supporting documents as part of the

    eligibility proof.

    1.14 EVALUATION METHODOLOGY FOR ELIGIBLE BIDDER

    After qualifying the eligibility criteria, the evaluation will be a three stage process. The

    stages are:

    Technical Bid Evaluation

    Commercial Bid Evaluation

    Weighted evaluation

    The technical evaluation and the commercial evaluation shall have the weightage of 60%

    and 40% respectively and this weightage shall be considered for arriv ing at the successful

    bidder. The evaluation methodology vis-à-vis the weight-ages are as under:

  • Page 19 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    1.14.1 TECHNICAL BID EVALUATION 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. The Technical

    Proposal will be evaluated for technical suitability and the criteria for evaluation of technical

    bids are as under:

    Criteria Evaluation Parameters Max

    Scores

    Bidder The number of

    Customer On Boarding/

    CBS/Loan Origination

    System/Loan

    Management

    System/Loan Life Cycle

    Management system

    Implementation/

    CBS/Internet Banking

    Implementation carried

    out by bidder in any

    Bank.

    1. For each Implementation in

    PSBs- Max 5 marks

    2. For each Implementation in

    Private Banks with more than 500

    branches (as on date of RFP)-

    Max 4 marks

    3. For each implementation in

    Private/Small Banks less than 500

    branches (as on date of RFP) -

    Max 3 marks

    10

    OEM Number of installation

    of the solution

    proposed by OEM in

    Banks.

    1. For each Implementation in

    PSBs- Max 5 marks

    2. For each Implementation in

    Private Banks with more than

    500 branches- Max 4 marks

    3. For each implementation in

    Private/Small Banks less than

    500 branches -Max 3 marks

    15

    OEM-

    Certification

    ISO 9001 and 27001 2.5Marks for each valid certificate as

    on date of RFP

    5

    SOLUTION

    SPECIFIC

    CAPABILITIES

    Technical Presentation

    on Proposed Solution

    by the Bidder

    Technical presentation will be

    evaluated on the following

    parameters:

    1. Proposed Solution (10 Marks)

    2. I T architecture and approach

    & methodology, Resource

    Planning, Project Governance

    and Project Team (5 Marks)

    15

  • Page 20 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    Technical Scoring as

    per Annexure I B

    Marks scored in the technical

    requirements mentioned in

    Annexure IB

    45

    Product Demo and site

    v isits

    Demonstration of in-depth

    understanding of the Bank’s project

    technical and functional

    requirements. Major Criteria for

    demonstration (but not limited to)

    given in Annexure IA and IB.

    10

    Total Marks 100

    Note: Experience must be with Banks incorporated in India.

    Bidders shall submit proof of document for criteria detailed above. I t 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. Decision of the Bank on evaluation

    of technical bids shall be final and binding on all bidders and Bank won’t accept/consider

    any kind of claims whatsoever from the bidders. I t shall be the responsibility of the bidder to

    submit required Documentary proofs which are necessarily unambiguous and shall be

    capable to establish beyond any doubts that bidder is satisfying the particular

    criteria/clause for which the document is submitted. Documents submitted.

    1.14.2 COMMERCIAL EVALUATION:

    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.

    b. Commercial Bids submitted by the technical qualified bidders as per 1.14.2.a above

    shall be opened and evaluated.

    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:

    Bidder details Financial Bid Amount

    Bidder1 1,30,000

    Bidder2 1,20,000

    Bidder3 1,00,000

    Conversion of financial bid amount to score:

    Bidder

    Details

    Financial

    Bid

    Amount

    Financial Score

    (LFB/F*100)

  • Page 21 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    Bidder1 1,30,000 100000/130000*100=76.92

    Bidder2 1,20,000 100000/120000*100= 83.33

    Bidder3 1,00,000 100.00

    d. The scores so obtained, shall be informed to the participating bidders.

    1.14.3 AWARD OF CONTRACT:

    a. For the purpose of award of contract, Technical Scores shall be given a

    weightage of 60% & Commercial Score shall be given a weightage of 40%.

    Based on the same, total weighted score shall be obtained. The formula to

    calculate the total weighted score is as follows:

    Total Weighted Score: Total Technical Score x 60 + Total Commercial Score x 40

    100

    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.

    c. Contract shall be awarded to the H-1 Bidder or bidder with highest score. Bank

    may at its own discretion may inv ite 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. I f 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 22 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    PART –II-GENERAL TERMS & CONDITIONS:

    2.1. SUBMISSION OF BIDS

    2.1.1. SUBMISSION OF BIDS THROUGH E-TENDERING PORTAL: Bidders satisfying the Project Specific terms and conditions and General terms and

    conditions specified in this RFP and ready to prov ide 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

    v ide clause 1.1 of the RFP. Refer clause 2.28 for E-Tender Serv ice 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.

    2.1.2. SUBMISSION OF DOCUMENTS:

    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. NEFT for Rs. 20,000/- (Rupees Thirty Thousand Only – non-refundable) towards cost of

    documents.

    A/C No.: 90360113301010

    IFSC: IOBA0009072

    A/C Name: Indian Overseas Bank SCRS

    Transaction receipt to be submitted along with the tender document for verification

    of successful transfer of amount.

    b. Bank Guarantee in lieu of EMD for Rs. 30,00,000/- (Rupees Thirty Lakh Only).

    Bidders should be in possession of the acknowledgement issued by e-tendering system for

    submission of bids through e-tendering system and provide the same if asked by the Bank

    at the time of opening of Technical bids.

    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.

  • Page 23 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    The above documents in a sealed cover should be put in the tender box kept in the

    infrastructure div ision 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

    Bids received in any other mode other than the mode stipulated above, will not be

    accepted.

    2.2 BID OPENING PROCESS:

    The Bank will follow a two bid submission & opening process through e-tendering system as

    follows:

    1. Technical Bid Submission, Opening and Evaluation.

    2. Commercial Bid Submission, Opening and Evaluation.

    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, commercial bids of technically qualified bidders shall be opened in the

    presence of authorized representatives of bidders.

    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.

    2.3. COST OF BID DOCUMENT AND EARNEST MONEY DEPOSIT:

    The bid should also be accompanied by BG in lieu of Earnest Money deposit (refundable)

    of Rs. 30,00,000/- (Rupees Thirty Lakhs Only) and cost of bid document (non-refundable) for

    Rs. 20,000/- (Rupees Twenty Thousand Only) by way of NEFT as per the account mentioned

    above.

    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 delivery & installation as per clause

  • Page 24 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    1.8 of this RFP. Bids received without the Cost of Bid document 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:

    1. I f a bidder withdraws the bid during its validity period.

    2. I f a bidder makes any statement or encloses any document which turns out to be

    false/incorrect at a later date.

    3. In case the successful bidder fails to sign the contract or fails to furnish the Bank

    Guarantee (Performance & Delivery) as required.

    2.4. BIDDER’S INQUIRIES ON RFP & BANK’S RESPONSE: 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.

    Sl.No Page No. Clause No. Description Clarification Banks

    Response

    Bank makes no commitment on its part to accept all the queries / suggestions / requests

    submitted by the bidders. Bank on rev iewing 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

    indiv idual bidders. However, Bank makes no representation or warranty as to the

    completeness or accuracy of any response made to the queries in good faith.

    2.5. BIDDER’S RESPONSIBILITY VIS-À-VIS THIRD PARTY PRODUCTS / EQUIPMENTS / SOFTWARE:

    I f the proposal includes equipment or software marketed and / or supported by other

    companies / indiv iduals, the bidder, as the prime contractor for the delivery, installation and

    maintenance of the entire system, must declare that they possess the requisite permission /

    license for the equipment / software. The successful bidder has to prov ide handholding

    support to the new incoming bidder in case of termination of the contract or completion of

    the contract for smooth handover of the operation. I f successful bidder fails to provide

    handholding support, Bank shall invoke the Bank Guarantee for performance

    2.6. LIABILITIES OF THE BANK: This RFP is not an offer of the Bank, but an inv itation for Bidder’s responses. No contractual

    obligations on behalf of the Bank, whatsoever, shall arise from the tender process unless and

  • Page 25 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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.

    2.7. OWNERSHIP:

    The RFP and all supporting documentation / templates are the sole property of the Bank

    and v iolation 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.

    2.8. FURNISHING OF INFORMATION

    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.

    2.9. FORMAT AND SIGNING OF BIDS

    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.

    2.10. AUTHENTICATION OF ERASURES / OVERWRITING ETC.

    Any inter-lineation, erasures, or overwriting shall be valid only if the person or persons signing

    the bid initial them.

    2.11. AMENDMENTS TO RFP TERMS AND CONDITIONS:

    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.

    2.12. CONFIDENTIALITY & NON-DISCLOSURE AGREEMENT:

    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 prov ided in Annexure X should be executed by the Successful bidder.

    Successful bidder has to submit a letter duly signed by his employees wherein the

    bidder will identify his employee as a person deputed to the Bank for discharging

  • Page 26 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    duties in terms of the agreement with the bank and the employee undertaking to

    abide by all the rules and regulat ions of the bank while discharging his dut ies in the

    Bank.

    Successful bidder has to obtain Non-Disclosure Cum Confidentiality undertaking

    letter from each of the employee for deputation to the Bank. In the said undertaking, the employee should also hold himself joint ly liable along with his employer for any

    loss or damage caused to the bank because of any breach of terms of undertaking

    letter or any other terms specified by the bank in writ ing. Background verification of the onsite employees of the SB shall be done by the Bank as per the extant guidelines

    of the Bank.

    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 the

    response shall be in writing / email, and no change in the prices shall be sought, offered, or

    permitted after submission of the bid.

    2.14. ERRORS AND THEIR RECTIFICATION

    Arithmetical errors will be rectified on the following basis:

    I f 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. I f the bidder does not accept the correction of the errors, its bid

    will be rejected.

    2.15. BANK’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS 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.

    2.16. CONTACTING THE BANK

    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.

    2.17. ACCEPTANCE OF CONTRACT

    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

  • Page 27 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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.

    2.18. FORMATION OF CONTRACT & EXECUTION OF SLA.

    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.

    2.19. ASSIGNMENT & SUBCONTRACTING

    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.

    2.20. USE OF CONTRACT DOCUMENTS AND INFORMATION

    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.

    2.21. TERMINATION FOR DEFAULT

    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 serv ices, similar to those undelivered, and the Bidder shall be liable to

    the Bank for any excess costs for such similar serv ices subject to a maximum of the order

    value. However, the Bidder shall continue performance of the Contract to the extent not

    terminated.

    2.22. TERMINATION FOR INSOLVENCY& TERMINATION FOR CONVENIENCE

  • Page 28 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    The Bank may at any time terminate the Contract by giv ing written notice with a cure period

    of 30 days to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. I f 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, prov ided that such termination will not

    prejudice or affect any right of action or remedy, which has accrued or will accrue

    thereafter to the Bank.

    The Bank, by written notice of not less than 90 (ninety) days, may terminate the Contract, in

    whole or in part, for its convenience. In the event of termination of the Agreement for the

    Bank’s convenience, Service Provider shall be entitled to receive payment for the Services

    rendered (delivered) up to the effective date of termination. I t is also clarified that the

    Vendor shall not be entitled to terminate the contract.

    2.23. FORCE MAJEURE

    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.

    I f 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 prov iding 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.

    2.24. COPY RIGHT/LICENCE VIOLATION

    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.

    2.26. LIMITATION OF LIABILITY:

    The liability of bidder under the scope of this RFP is limited to the value of the relevant order.

    2.27. COMPLIANCE TO LABOUR ACT:

  • Page 29 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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:

    1. Bank has decided to determine L1 through bids submitted on bank’s E-Tendering

    website https://iobtenders.auctiontiger.net. Bidders shall bear the cost of registration

    on the Bank’s e-tendering portal. Rules for web portal access are as follows:

    2. Bidder should be in possession of CLASS I I or CLASS I II -Digital Certificate in the name

    of company/bidder with capability of signing and encryption for participating in the

    e-tender. Bidders are advised to verify their digital certificates with the service

    provider at least two days before due date of submission and confirm back to bank.

    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.

    4. E-Tendering will be conducted on a specific web portal as detailed in 1.1 (schedule

    of bidding process) of this RFP meant for this purpose with the help of the Service

    Prov ider identified by the Bank as detailed in 1.1 (schedule of bidding process) of this

    RFP.

    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 serv ice 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 Serv ice Provider will not have any liability to Bidders for any interruption

    or delay in access to site of E-Tendering irrespective of the cause.

  • Page 30 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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 Serv ice 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 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 prov ide 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.

    2.31. OTHER TERMS AND CONDITIONS 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

  • Page 31 of 124

    RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020

    SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING SOLUTION

    WITH VIDEO-KYC & CKYC

    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 activ ities of its personnel and

    will be accountable for both. SB shall be v icariously 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.

    d. Successful bidder shall be the principal employer of the technical resources,

    employees, agents, contractors, subcontractors etc. engaged by SB and shall be

    v icariously 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