request for proposal [rfp] for the implementation of turnkey project on rtgs & neft...

44
RFP for Implementation of RTGS The Rajasthan State Cooperative Bank Ltd. HO: DC-1,Opposite Nehru Balodyan, Tonk Road, Jaipur-15 Phone No: 5119888, Fax No: 2744810(ADM.) / 2744816(MD) / 2744813(OP.) / 2744812(A and F) E-Mail: [email protected] Page 1 of 44 Signature & Official Seal REQUEST FOR PROPOSAL [RFP] For the Implementation of Turnkey Project on RTGS & NEFT Bid No : RSCB/RTGS/10-11/02 Dated : 19 th January 2011 Cost of BID: Rs.5000.00 This document is the property of the RSCB. It may not be copied, distributed or recorded on any medium, electronic or otherwise, without the written permission. Use of contents given in this document, even by the authorized personnel/agencies for any other purpose other than the purpose specified herein, is strictly prohibited as it shall amount to copyright violation and thus shall be punishable under the Indian law.

Upload: buicong

Post on 27-May-2018

242 views

Category:

Documents


2 download

TRANSCRIPT

RFP for Implementation of RTGS

The Rajasthan State Cooperative Bank Ltd.

HO: DC-1,Opposite Nehru Balodyan, Tonk Road, Jaipur-15

Phone No: 5119888, Fax No: 2744810(ADM.) / 2744816(MD) / 2744813(OP.) / 2744812(A and F) E-Mail: [email protected]

Page 1 of 44 Signature & Official Seal

REQUEST FOR PROPOSAL [RFP]

For the Implementation of Turnkey Project on RTGS & NEFT

Bid No : RSCB/RTGS/10-11/02 Dated : 19th January 2011 Cost of BID: Rs.5000.00 This document is the property of the RSCB. It may not be copied, distributed or recorded on any

medium, electronic or otherwise, without the written permission. Use of contents given in this document,

even by the authorized personnel/agencies for any other purpose other than the purpose specified herein,

is strictly prohibited as it shall amount to copyright violation and thus shall be punishable under the Indian

law.

RFP for Implementation of RTGS

TABLE OF CONTENTS S.No. Particulars Page No.

1. Schedule of Events 3

2. Glossary 4

3. Invitation for Bids 5

4. Background 7

5. Instructions to Bidders 8

6. Scope of Work 16

7. Bid Evaluation Methodology 21

8. Minimum Eligibility Criteria 22

9. Software Functional Requirements – Technical Bid 24

10. Hardware, System Software, Database etc. Functional Requirements – Technical Bid 33

11. Commercial Bid 36

. Technical Bid Covering letter 38

. Commercial Bid Covering letter 39

. Manufacturer’s Authorization Form 40

. Letter of Competence 41

. Statement of deviations 42

. Vendors details 43

. Checklist of the Documents to be attached with the Tender Document 44

Page 2 of 44 Signature & Official Seal

RFP for Implementation of RTGS

1. SCHEDULE OF EVENTS Bidders may note the schedule of following important events. Action may please be taken accordingly.

Events Date Time Start Date of Sale of BIDs 19th January 2011 10.00 AM Pre-bid meeting [All the queries should be sent to the Bank at least 2 days before the date of Pre Bid meeting to following e-mail [email protected]]

2nd February 2011 12.00 Noon

Last date of Sale of BIDs 21st February 2011 12.00 Noon

Last date for submission of RFP 21st February 2011 1.00 PM

Opening of Minimum Eligibility Criteria / Technical bid 21st February 2011 3.00 PM

Commercial Bid Opening Shall be notified All Bids are to be submitted in sealed covers at the following address:

Kind Attention The Managing Director Address of the RSCB

The Rajasthan State Co-operative Bank Ltd., Opposite Nehru Balodyan, DC-1, Tonk Road, Jaipur – 302015. (Rajasthan)

Phone Numbers 0141-2744815, 0141-2744832 Email ID [email protected]

Website / URL www.rscb.org.in

For queries and clarifications regarding the RFP, please feel free to contact us at the above address / telephone number/ email ids during working days between 11 AM – 4 PM. The pre-bid meeting shall be held at following address:

The Rajasthan State Co-operative Bank Ltd., Opposite Nehru Balodyan, DC-1, Tonk Road, Jaipur – 302015. (Rajasthan)

Only those bidders are allowed to participate in the pre-bid meetings, who have purchased the tender document by paying tender document fees. Please note that all the information desired needs to be provided only in the form and formats specified in this RFP. Response should contain only the desired information. Incomplete information in these areas may lead to rejection of bids. The RSCB reserves the right to change the dates mentioned above. Changes and clarification, if any, related to RFP will be posted on web site. Bidders must have close watch on website during the intervening period before submitting response to RFP.

Page 3 of 44 Signature & Official Seal

RFP for Implementation of RTGS

2. GLOSSARY

RTGS Real Time Gross Settlement System CRS Customer Requirement Specifications UAT User Acceptance Test EMD Ernest Money Deposit RSCB The Rajasthan State Co-operative Bank Ltd. ASP Application Service Provider Bidder System Integrator (SI) bidding in response to RFP for implementation of

RTGS EFT Switch Electronic Financial Transaction Switch NEFT National Electronic Fund Transfer CBS Core Banking Solution IDRBT Institute for Development and Research in Banking Technology RBI Reserve Bank of India UTR Unique Transaction Reference PH Primary Host SFMS Structured Financial Messaging System ATS Annual Technical Support BIC Bank Identifier Code IFSC Indian Financial System Code EFT Electronic Fund Transfer HSM Hardware Security Module

Page 4 of 44 Signature & Official Seal

RFP for Implementation of RTGS

3. INVITATION FOR BIDS Sealed tenders are invited from System Integrator (SI) for supply of Computer System Hardware, Software, Oracle Database, Messaging Middleware, Real Time Gross Settlement (RTGS) & National Electronic Fund Transfer (NEFT) software & other related equipments and for Configuration, Implementation, Integration, Commissioning and Testing of the entire RTGS & NEFT system (including the integration with the existing CBS system of the bank and EFT switch for RTGS & NEFT operations) according to the requirement of the Bank for installation of RTGS & NEFT setup in the Data Center of the bank at the Head Office premises of the Bank located at DC-1,Opposite Nehru Balodyan, Tonk Road, Jaipur-15, Jaipur. The intending companies may collect the tender document in person from RSCB HO, Jaipur, any time during office hours before the due date by way of DD of `5000/- favoring ‘The Managing Director, The Rajasthan State Co-operative Bank Limited, payable at Jaipur, India or may log on to the Bank’s website www.rscb.org.in and may download the tender specifications from the website of the Bank and submit their tender along with cost of tender paper by way of DD of `5000/- favoring ‘The Managing Director, The Rajasthan State Co-operative Bank Limited, payable at Jaipur and EMD etc. within the stipulated time and date as furnished in Schedule of Events above.

Purpose of this RFP: The purpose of RFP is to short list a System Integration (SI) vendor for supply, installation & implementation, testing & commissioning and integration of Hardware and software(s) for RTGS & NEFT services in The Rajasthan State Cooperative Bank on turnkey basis.

a. Information Provided: The Request for Proposal document contains statements derived from information that is believed to be relevant at the date but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with the RSCB. Neither the RSCB nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to the accuracy or completeness of any information or statement given or made in this document. Neither the RSCB nor any of its employees, agents, contractors, or advisers has carried out or will carry out an independent audit or verification exercise in relation to the contents of any part of the document.

b. Costs to be borne by Respondents: All costs and expenses incurred by Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to; the attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by RSCB, will be borne entirely and exclusively by the Respondent.

c. No Legal Relationship: No binding legal relationship will exist between any of the Respondents and RSCB until execution of a contractual agreement.

d. Acceptance of Terms: A recipient will, by responding to RSCB for RFP, be deemed to have accepted the terms of this Introduction and Disclaimer.

e. Recipient Obligation to Inform: The Recipient must conduct their own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

f. Evaluation of Offers: Each Recipient acknowledges and accepts that RSCB may in its absolute discretion apply selection criteria specified in the document for evaluation of proposals for short listing / selecting the eligible vendor(s). The RFP document will not form part of any contract or arrangement, which may result from the issue of this document or any investigation or review, carried out by a Recipient.

g. Errors and Omissions : Each Recipient should notify RSCB of any error, omission, or discrepancy found in this RFP document.

h. Disclaimer : Subject to any law to the contrary, and to the maximum extent permitted by law, RSCB and its officers, employees, contractors, agents, and advisers disclaim all liability from

Page 5 of 44 Signature & Official Seal

RFP for Implementation of RTGS

any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of RSCB or any of its officers, employees, contractors, agents, or advisers. This tender is not an offer by the Bank but an invitation to receive offer from vendors/suppliers. No contractual obligation whatsoever shall arise from the tender process unless and until a formal contract is signed and executed by duly authorized officials of the Bank with vendor / supplier / bidder.

i. Requests for Proposal : Recipients are required to direct all communications related to this RFP, through the Nominated Point of Contact person.

Contact :- Position: Senior Manager (Administration) Email: [email protected] Telephone: 0141-2744815/ 2744832 Fax: 0141 – 2744810/2744816/ 2744812/ 2744813 Website: www.rscb.org.in

RSCB may, in its absolute discretion, seek additional information or material from and Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent’s response. Respondents should provide details of their contact person, telephone, fax, email and full address(s) to ensure that replies to RFP could be conveyed promptly. If RSCB, in its absolute discretion, deems that the originator of the question will gain an advantage by a response to a question, then RSCB reserves the right to communicate such response to all Respondents. RSCB may, in its absolute discretion, engage in discussion or negotiation with any Respondent (or) simultaneously with more than one Respondent after the RFP closes to improve or clarify any response.

Notification: RSCB will notify all short-listed Respondents in writing or by mail as soon as

practicable about the outcome of their RFP. RSCB is not obliged to provide any reasons for any such acceptance or rejection.

Page 6 of 44 Signature & Official Seal

RFP for Implementation of RTGS

4. BACKGROUND

a. About RSCB

RSCB has successfully completed more than five decades of services to the state of Rajasthan in general and to the rural and farming community in particular. The RSCB has it's Head-Office premises at Jaipur. The RSCB was established to provide short-term agriculture credit for agricultural, rural development, non-agricultural loans, employment-oriented schemes and short-term loans.

In order to achieve the objectives of the Cooperatives, an extensive network is available to cater the need of rural masses at their doorstep with a three tier short-term cooperative credit delivery system.

At the Apex level, Rajasthan State Cooperative Bank (RSCB) with its 5 Regional & 13 local branches in the State.

At the District level 29 DCCBs covering 32 Districts of the State having 405 branches.

At the grass-root level 5255 PACS which covers 100% of the geographical area of the state, i.e., 41353 villages.

Out of total 53.64 lacs cultivators in the State, about 48.06 lacs are the members of PACS/LAMPS, of which 19.92 lacs are borrowing members of the societies.

b. Existing Setup :

The Rajasthan State Co-operative Bank (RSCB), and 29 others district central co-operative banks (DCCBs) are in process of deploying Core Banking Solution (CBS).

All the 13 branches of the Rajasthan State Cooperative Bank are under CBS environment.

c. Project Objective:

To provide the RTGS and NEFT facilities to the urban & rural area’s customers and farmers of Rajasthan state with real time gross settlement facility through RSCB and DCCBs in the state.

To become a strong and competitive bank by offering innovative financial products and services as compare to Public and Private banks in the State.

To achieve the Bank’s business objectives and long term goals including attaining higher levels of operational efficiency, growth in business and improving profitability, the Bank intends to implement new technology solutions that would support all the current and future needs of the Bank and the customers.

Page 7 of 44 Signature & Official Seal

RFP for Implementation of RTGS

5. INSTRUCTION TO BIDDERS

a. Amendment to the bidding document: At any time prior to the deadline for

submission of Bids, RSCB for any reason, may modify the Bidding Document, by amendment. The amendment will be posted on RSCB’s website i.e. www.rscb.org.in.

All Bidders must ensure that such clarifications have been considered by them before submitting the bid. RSCB will not have any responsibility in case some omission is done by any bidder. Vendors are instructed NOT to change/add/modify or delete any sections / subsections and renumber any sections of the TENDER DOCUMENT.In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, RSCB, at its discretion, may extend the deadline for the submission of Bids.

b. Language of Bid : The bid prepared by the Bidders, as well as all correspondence

and documents relating to the Bid exchanged by the Bidder and RSCB and supporting documents and printed literature shall be written in English.

c. Documents Comprising the Bid: The bid consists of two proposals viz., technical

proposal and commercial proposal.

d. Documents comprising the TECHNICAL PROPOSAL should be:

1. Documentary evidence establishing that the Bidder is eligible to Bid and is qualified to perform the contract i.e. minimum eligibility criteria.

2. Technical Bid. Any technical Bid containing price information will be rejected. 3. Masked Price Bid listing all the components as listed in Commercial Bid, without

indicating the price. 4. Vendor should submit executive summary should cover the overview of the

proposal highlighting the major features of the proposed solution in a nutshell. 5. Vendor should submit the detailed solution with technical architecture and

solution diagrams to allow RSCB to meet its objectives mentioned in the RFP 6. Vendor should submit implementation Plan giving detailed Implementation Plan

and Schedule.

e. Documents comprising the COMMERCIAL PROPOSAL should be: i. Complete commercial bid.

ii. Soft copy of commercial bid Price bids containing any deviations or similar clauses

may be summarily rejected.

iii. Bids to be quoted in Indian Rupee only.

f. Period of Validity of Bids: Prices and other terms offered by Bidders must be firm for an acceptance period of six (6) months from date of closure of this RFP. In exceptions circumstances RSCB may solicit the Bidders consent to an extension of the period of validity. The request and response thereto shall be made in writing. The Bid security provided shall also be extended accordingly.

g. Format and Signing of Bid: Each bid shall be in two parts:

Part 1: consists of Minimum Eligibility Criteria, Technical BID and Masked Commercial BID [price bids without any price but all other details of commercial bid]. The above contents will be referred to as “TECHNICAL PROPOSAL”

Page 8 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Part 2: Covering only the COMMERCIAL BID herein referred to as “COMMERCIAL PROPOSAL”

The Original Bid shall be signed along with proper seal by the authorized representative of the Bidder. The person or persons signing the Bids shall initial all pages of the Bids. Any change/ up-dation /modification/deletion, in the original bid by the bidder may result in the rejection of the bid.

h. Sealing and Marking of Bids: The Bidder shall seal the envelopes containing

Technical and commercial proposals separately. The envelops should be NON-WINDOW, each super scribed with “RFP for Implementation of RTGS/NEFT” as the case may be. The envelop shall be addressed to the below address.

The Managing Director The Rajasthan State Co-op Bank Ltd Head Office: DC-1, Opposite Nehru Balodyan, Tonk Road, Jaipur- 302 015, Rajasthan, India All envelopes should indicate on the cover the name and address of bidder along with contact number. If the envelope is not sealed and marked, the RSCB will assume no responsibility for the Bid's misplacement or its premature opening.

i. Deadline for submission of Bids: The bids must be received by the RSCB at the

address specified, not later than the due date mentioned in the Schedule of Events column [Last date of Submission]. In the event of the specified date for the submission of bids, being declared a holiday for the RSCB, the bids will be received up to the appointed time on the next working day. The RSCB may, at its discretion, extend the deadline for submission of Bids by amending the Bid Documents, in which case, all rights and obligations of the RSCB and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

j. Late Bids: Any bid received by the RSCB after the deadline for submission of bids

prescribed by the RSCB will not be accepted. All responses received after the due date / time will be considered late and will not be accepted or opened.

k. Disqualification:

1. Submitted the Bid without tender document fees of Rs. 5,000.00 (Rupees Five

Thousand Only). 2. Submitted Bid document, which is not accompanied by required documentation,

Earnest Money Deposit (EMD) and is non-responsive. 3. Made misleading or false representations in the forms, statements and

attachments submitted in proof of the eligibility requirements. 4. If found to have a record of poor performance such as abandoning works, not

properly completing the Contract, inordinately delaying completion, being involved in litigation or financial failures, etc at the time of bidding.

5. Failed to provide clarifications Undertaking, Authorization, etc. requested document such related thereto, when sought

6. If the Bidder quoted prices in Technical Bid. 7. Applicants who are found to canvass, influence or attempt to influence in any

manner the qualification or selection process, including without limitation, by offering bribes or other illegal gratification, shall be disqualified from the process at any stage.

8. Submitted a conditional Bid. 9. A Bid not valid for at least six months shall be considered as non-responsive

and would be disqualified.

Page 9 of 44 Signature & Official Seal

RFP for Implementation of RTGS

l. Rejection Criteria: Bids may be rejected under the following circumstances:

A. Technical Rejection Criteria

1. Technical Bid containing commercial details. 2. Revelation of Prices in any form or by any reason before opening the

Financial Bid. 3. Failure to furnish all information required by the RFP Document or

submission of a Bid not substantially responsive in every respect. 4. Bidders not quoting for the complete Scope of Work as indicated in the Bid

documents, 5. addendum (if any) and any subsequent information given to the Bidder. 6. Bidders not complying with the Minimum Eligibility, Technical criteria and

General Terms and conditions as stated in the RFP Document. 7. The Bidder not conforming to unconditional acceptance of full responsibility

of providing services in accordance with the Scope of work and Service Level Requirements as mentioned in this RFP.

8. If the Bid does not adhere to the timelines indicated in the bid

B. Commercial Rejection Criteria

1. Incomplete Price Bid 2. Price Bids that do not conform to the Commercial Bid format (Refer ‘Commercial

Bid’) 3. Total price quoted by the Bidder does not include all statutory taxes and levies

applicable. m. Failure to agree with the Terms & Conditions of the RFP/Contract : Failure of the

bidder to agree with the Terms & Conditions of the RFP/Contract shall constitute sufficient grounds for the annulment of the award of tender, in which event the tender may be awarded to the Bidder as ranked second by the Bid Evaluation Committee constituted for the evaluation of the bids.

n. Modification And / Or Withdrawal of Bids:

The Bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification including substitution or withdrawal of the bids is received by the RSCB, prior to the deadline prescribed for submission of bids.

The Bidder modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A withdrawal notice may also be sent by Fax, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

No bid may be modified after the deadline for submission of bids.

No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the bid form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its EMD.

The RSCB has the right to reject any or all tenders received without assigning any reason whatsoever.

RSCB shall not be responsible for non-receipt / non- delivery of the bid documents due to any reason whatsoever.

Page 10 of 44 Signature & Official Seal

RFP for Implementation of RTGS

o. Opening of Bids by RSCB

On the scheduled date and time, bids will be opened by the RSCB in presence of Bidders’ representatives; maximum of two people from the bidder are allowed to attend the BID Opening event. In case of the absence of the representative(s) of the bidder(s) the bid shall be opened at the scheduled time in their absence. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder. Bids that are not opened at Bid opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders.

p. Clarification of bids

During evaluation of Bids, RSCB, at its discretion, may ask the Bidder for clarification of its Bid. The request for clarification and the response shall be in writing (Fax/e-Mail), and no change in the substance of the Bid shall be sought, offered or permitted.

q. Preliminary Examinations

The RSCB will examine the Bids to determine whether they are complete, the documents have been properly signed; supporting papers/documents attached and the bids are generally in order. The RSCB may, at its sole discretion, waive any minor infirmity; nonconformity or irregularity in a Bid, which does not constitute a material deviation, provided such a waiver, does not prejudice or affect the relative ranking of any Bidder. Prior to the detailed evaluation, The RSCB will determine the substantial responsiveness of each Bid to the Bidding document. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations from or objections or reservations to critical provisions, such as those concerning Bid Security, performance security, qualification criteria, insurance, Force Majeure etc will be deemed to be a material deviation. The RSCB’s determination of a Bid's responsiveness is to be based on the contents of the Bid itself, without recourse to extrinsic evidence. The RSCB would also evaluate the Bids on technical and functional parameters including possible visit to inspect live site/s of the bidder, witness demos, bidders presentation, verify functionalities / response times etc. If a Bid is not substantially responsive, it will be rejected by the RSCB and may not subsequently be made responsive by the Bidder by correction of the nonconformity. The Bidder is expected to examine all instructions, forms, terms and specification in the Bidding Document. Failure to furnish all information required by the Bidding Document or to submit a Bid not substantially responsive to the Bidding Document in every respect will be at the Bidder's risk and may result in the rejection of its Bid.

r. Bid Evaluation Evaluation criteria proposed to be adopted will be lowest Cost Based System subject to fulfillment of Minimum Eligibility & Technical Bid criteria. However bank does not bind itself to accept the lowest or any tender and reserves the right to accept or reject any or all of the tenders, either in whole or in part without assigning any reasons for doing so.

Page 11 of 44 Signature & Official Seal

RFP for Implementation of RTGS

s. Arithmetic errors correction

Arithmetic errors, if any, in the price breakup format will be rectified on the following basis: If there is discrepancy between the unit price and the total price, which is obtained by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be corrected unless it is a lower Figure. If the supplier does not accept the correction of errors, its bid will be rejected If there is discrepancy in the unit price quoted in figures and words, the Unit price, in figures or in words, as the case may be, which Corresponds to the total bid price for the item shall be taken as correct If the vendor has not worked out the total bid price or the total bid price does not correspond to the unit price quoted either in words or figures, the unit price quoted in words shall be taken as correct RSCB may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiving, does not prejudice or affect the relative ranking of any bidder.

t. RSCB's right to accept or reject any bid or all bids

The RSCB reserves the right to accept or reject any bid and annul the bidding process or even reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or without any obligation to inform the affected bidder or bidders about the grounds for the purchaser's action. The RSCB is not bound to accept lowest or any BID received. Any alterations/change/modification/addition/deletion in the originally tender document will not be considered and unconditionally rejected. The RSCB reserves the right to accept or reject any technology proposed by the vendor. The RSCB reserves the right to select one or more than one vendor keeping in view its large requirements. F WORK

u. EARNEST MONEY DEPOSIT (EMD)

Bidder has to submit the Bid Earnest Money of Rs.3,00,000/- (Rupees Three Lacs Only) in the form of Pay Order/Demand Draft favoring “The Rajasthan State Co-operative Bank Ltd”, payable at Jaipur. The Technical Proposals without EMD will be rejected straight away. No interest will be paid on the EMD. The Name and Address of the company should be mentioned on the backside of the DD. The EMD deposited by the Vendor may be fortified if the selected vendor fails to complete the project within the time period agreed mutually by the RSCB and the vendor. There is no exemption for payment of EMD on any category.

v. IPR Infringement

As part of this project, Bidder will deliver different hardware/software. If the use of any such software by the RSCB, infringes the intellectual property rights of any third

Page 12 of 44 Signature & Official Seal

RFP for Implementation of RTGS

person, Service provider shall be primarily liable to indemnify Client to the extent of direct damages against all claims, demands, costs, charges, expenses, award, compensations etc. arising out of the proceedings initiated by third party for such infringement, subject to the conditions the claim relates to Software provided/used by Bidder/Service provider under this project.

w. Limitation of liabilities

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

x. Jurisdiction of courts:

In case of any disputes, the same shall be referred to the Registrar of co-operative societies, Rajasthan, Jaipur who will be the Arbitrator for decision under the Arbitration & Conciliation Act, 1996 and his decision would be final and binding on both the parties.

y. Force Majeure

The Bidder shall not be liable for forfeiture of its performance security, liquidated damages 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 limited to, Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war, acts of ATW either in fires, floods, earthquake, strikes, lock-outs and freight embargoes. If a Force Majeure situation arises, the Bidder shall promptly notify the RSCB in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by the RSCB in writing, the Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the RSCB and the Bidder shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the RSCB shall be final and binding on the Bidder. In the event RSCB Ltd., Jaipur coming to know at any time that any wrong information in respect of the software/environment feature is provided by the bidder in the offer, then RSCB may solely at its discretion, reject the offer and invoke the Bank guarantee or forfeit the earnest money deposit, furnished by the bidder.

z. Arbitration

Page 13 of 44 Signature & Official Seal

RFP for Implementation of RTGS

If any dispute, difference or question shall at any time arise between the parties as to the implementation / execution of this project or concerning anything herein contained or arising out of this Agreement or as to the rights, liabilities and duties of the parties associated, the decisions of Administrator/ MD, RSCB shall be final and binding to all.

aa. Other Terms & Conditions

• The SI Vendor shall allocate sufficient resources and be able to quickly mobilize them in order to ensure the objectives of this project are met in accordance with the highest professional standards.

• The SI Vendor shall also be required to sign a Non Disclosure Agreement (NDA) provided by RSCB. The NDA will be shared with final short listed vender. Furthermore, the vendor will be required to sign the project contract.

• The SI Vendor must agree not to announce, discuss or disclose to any other party else than the consortium partner; the existence of this RFP or any information regarding RSCB’s business or requirements.

• The Bank expects the SI to adhere to the terms of this Request for Proposal (RFP) and would not like or accept any deviations to the same.

• The Bank intends the SI appointed under the RFP shall have the single point responsibility for fulfilling all obligations and providing all deliverables and services required for successful implementation of the RTGS & NEFT System Implementation project on turnkey basis.

• Unless agreed to specifically by the Bank in writing for any changes to the RFP issued, the SI responses would not be incorporated automatically in the RFP document.

• Unless expressly overridden by the specific agreement to be entered into between the Bank and the SI, the RFP shall be the governing document for arrangement between the Bank and the SI’s.

• All responses including commercial and technical bids would be deemed to be irrevocable offers/proposals from the SI’s and may if accepted by the Bank form part of the final contract between the Bank and the selected SI. SI’s are requested to attach a letter from an authorized signatory attesting the veracity of information provided in the responses. Unsigned responses would be treated as incomplete and are liable to be rejected.

• Any technical or commercial bid, submitted cannot be withdrawn / modified after the last date for submission of the bids.

• Based on the bank’s requirements as listed in this document, the SI should identify the best-suited solution that would meet the banks requirements and quote for the same.

• The Bank is not responsible for any assumptions or judgments made by the SI’s for arriving at any type of sizing or costing. The Bank at all times will benchmark the performance of the SI to the RFP documents circulated to the SI’s and the expected service levels as mentioned in these documents. In the event of any deviations from the requirements of these documents, the SI must make good the same at no extra costs to the Bank, in order to achieve the desired service levels as well as meeting the requirements of these documents. The Bank shall not be responsible for any assumptions made by the SI. The Bank’s interpretation will be final.

• The proposal made in respect to this RFP along with all enquiries and correspondence regarding this document; should be addressed to:

Page 14 of 44 Signature & Official Seal

RFP for Implementation of RTGS

The Managing Director The Rajasthan State Co-op Bank Ltd Head Office: DC-1, Opposite Nehru Balodyan, Tonk Road, Jaipur- 302 015, Rajasthan, India

• SI shall ensure that the Software provide vender adheres to the Functional

Requirements of the Bank and that the software provider carries out all such customization or development work as may be required by the Bank at no additional license charge or fees or expenses.

• The precise scope of the customization and development work to be undertaken by the SI shall be as per the requirements of the Bank. as described in the requirements mentioned below

• The SI will be responsible for successful data migration from the legacy systems to the new environment, if exist.

• The Bank reserves its right to cancel the order in the event of one or more of the following situations, that are not occasioned due to reasons solely and directly attributable to the Bank alone:

• Delay in customization / implementation / installation beyond the specified period that is agreed in the contract that will be signed with the successful SI.

• Serious discrepancy in the quality of service / hardware / software expected during the implementation, rollout and subsequent maintenance process

• Any information considered sensitive by the RSCB must be protected by the SI from unauthorized disclosure, modification or access.

• Types of sensitive information that will be found on Bank systems the SI may support or have access to include, but are not limited to: Information subject to special statutory protection, legal actions, disciplinary actions, complaints, IT security, pending cases, civil and criminal investigations, etc

• The SI shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the SI under this contract or existing at any Bank location. The SI shall develop procedures and implementation plans to ensure that IT resources leaving the control of the assigned user (such as being reassigned, removed for repair, replaced, or upgraded) are cleared of all Bank data and sensitive application software. The SI shall also ensure that all subcontractors who are involved in providing such security safeguards or part of it shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the SI under this contract or existing at any Bank location

• SI should guarantee that the hardware, software, database, middleware and allied components supplied for the Bank’s RTGS & NEFT System are licensed and legal. All hardware and software must be supplied with their original and complete printed documentation.

Page 15 of 44 Signature & Official Seal

RFP for Implementation of RTGS

6. SCOPE OF WORK

a. Scope of Work

The Bank wishes to implement RTGS & NEFT system. As a part of this bid the Bank will deal with only the System Integrator (‘SI’) or its designated associates as the single Point of contact.

Project Scope

• The Scope of Work involves making the Gateway Servers fully operational by installing & configuring all relevant hardware & software, Network communication with regard to RTGS Primary & DR Site. SI has to support all other activities like RTGS & NEFT drills etc. Each bidding vendor should provide detailed replies to the requirements given. However, the Bank reserves its right to change the scope of the RFP considering the size and variety of the requirements and the changing business conditions.

• Based on the contents of the RFP, the SI shall be required to independently arrive at a solution, which is suitable for the Bank, after taking into consideration the effort estimated for implementation of the same and the resource and the equipment requirements.

• The Bank expressly stipulates the SI’s selection under this RFP and is on the understanding that of the entire assignment and that delivery of the deliverables and the services in connection therewith this RFP contains only the principal provisions of the assignment. The SI shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required for the successful completion of the entire assignment at no additional cost to the Bank.

• SI shall supply Computer System Hardware, Software(s), Oracle Database, Messaging Middleware, Real Time Gross Settlement (RTGS) & NEFT software & other related equipments and also undertake Installation & Implementation, Commissioning & Configuration, Integration and testing of the entire RTGS & NEFT system (including the integration with the existing CBS system of the bank and EFT switch for RTGS & NEFT operations) according to the requirement of the Bank for installation of RTGS & NEFT setup in the Data Center of the bank at the Head Office premises of the Bank on turnkey basis.

• SI shall also supply all the networking equipments required for RTGS & NEFT and as per RBI guidelines and specification prescribed for the same and will be responsible to construct the RTGS & NEFT infrastructure, i.e., the hardware; software and connectivity part and operationalise the set up. SI will ensure the compatibility and integration between branch CBS software with RTGS & NEFT software.

• SI will also facilitate to ensure RSCB to obtain from RBI / IDRBT

(i) IDRBT connectivity (ii) membership of INFINET (iii) RTGS & NEFT membership and all other jobs which has not been included in the tender but essential for operation of RTGS & NEFT.

• The SI shall ensure that the software provider vendor designs the layout for ‘RTGS & NEFT’ taking into consideration the present and future requirements of the RSCB and the design should be robust, up gradable and scalable.

• The implementation of the project including design, supply, installation, integration, testing, operationalization and commissioning of RTGS & NEFT project will be the responsibility of the SI vendor.

• Vendor shall obtain authorized RTGS & NEFT software (Prescribed by RBI/IDRBT) from authorized sources and shall responsible to install, configure and integrate with Payment Gateway system of RTGS in all respect.

Page 16 of 44 Signature & Official Seal

RFP for Implementation of RTGS

• The SI vender shall be responsible for the integration of the bank’s CBS software with the RTGS & NEFT Software and services. The interface for CBS software will be provided by CBS vender.

• The hardware components are to be delivered within 4-6 weeks from the date of purchase order.

• The Vendor shall not sublet / assign to anyone, in whole or in part, it’s obligations to perform under the contract.

• Purchaser has a right to cancel the order along with forfeiting EMD, if the same is not accepted within a period of 7 working days from the date of the order.

WARRANTY & AMC :

• Hardware :The warranty for all the hardware equipments and system software mentioned under the technical specifications in this tender document shall carry a free comprehensive, onsite Support warranty for a minimum period of 36 months i.e., 3 Years and shall commence after the goods, or any portion thereof as the case may be, have been delivered, installed, configured, integrated and go fully live operations as per the RTGS & NEFT requirements and on UAT acceptance by the Bank. The SI Vendor shall responsible for all the necessary comprehensive technical support required during the warranty period and shall ensure the related support packages from the principle company and vendor shall held responsible for the same. The SI Vendor shall responsible for replacement of any component, hardware peripheral, part in case may be, found non-working / defective / damaged within service window defined in this tender document

• Software : Warranty for Oracle, IBM Websphere MQ Series & RTGS & NEFT Payment Hub – Straight through processing Software shall carry free warranty of one year comprehensive onsite which will start from the date of the successful installation, implementation, integration and User Acceptance Test of the software, by Bank. However, all software are to be properly supported by the vendor irrespective of non-claiming / non-renewal of ATS in time. The RTGS & NEFT Software vender shall provide necessary updation/ modifications/ customization in the supplied software during the warranty period free of cost.

• AMC : The vendor should mention the warranty period and Cost of AMC after warranty clearly in the Commercial Bid. AMC would cover all components without any exception except consumables (printer ribbon, stationery, print head, Print band, Cassettes etc.)

Implementation schedule:

• The vendor shall complete the RTGS setup installation and testing within eight weeks from date of purchase order. The entire solution (including payment hub integration) shall be completed within four weeks from the date of RTGS membership received by the bank. RSCB would carry out acceptance testing and will run the entire system for a period of one month

• In the event of non-implementation of the Project as proposed in the response to RFP, the bidder shall have to pay a penalty of 1% of the order value on per week basis for the week(s) delayed. The bidder shall also have to pay annual value of the link for every week(s) delay, on pro-rata basis.

• Exercise of signing of contract will be parallel activity. While both the parties will endeavor in quick signing of contract, Bidder must stick to the schedule mentioned above irrespective of signing of contract

• Sub Contract in any form is not allowed.

b. Posting of full time Engineer on site (at Data center): The Bidder have to post one full time

Page 17 of 44 Signature & Official Seal

RFP for Implementation of RTGS

engineer for a period of three months from the date of System goes live at the Data Center to resolve problems in coordination with RSCB’s technical team and ensure stability of the System.

c. Training: The Bidder shall provide complete training on hardware, software, database, RTGS &

NEFT software and all other Components etc., to the bank’s officers, IT team and other Key members of the IT Department for seven days at RSCB Ltd., Jaipur

d. Audit Observations and Compliance: The RSCB is subjected to various audits [internal / statutory / RBI etc.]. In the event of any observation by the audit regarding security and access control etc., of the system will be intimated to the Bidder. The Bidder to assist the RSCB for compliance of the same.

e. Project Monitoring Committee: A Project Monitoring Committee would be formed with representatives of the RSCB and selected Bidder. The role and responsibility of the Committee would be to resolve all the issues during implementation / Commissioning / Acceptance / payments etc. The Committee to meet on weekly basis or whatever period deemed to be necessary till the entire project is completed and UAT is carried out. Subsequent to acceptance, the Project Monitoring Committee will meet monthly to review the performance of the network.

f. Review Meetings: The RSCB will review and discuss the performance of System fortnightly for

the first three months after acceptance. Thereafter review meetings would be held monthly during first week of every month. The Bidder to submit Minutes of Meeting after the meeting.

g. Quantity of Purchase: RSCB shall be free to procure all items/services or selected items/

services as per its requirement or may also decide not to procure any items/services, without giving any reason what so ever.

h. Payment Terms :

Hardware, System Software, RDBMS, Middleware & Third party products S. No. Milestones Payment Terms

1. Advance with Purchase Order 50% against 100% Bank Guarantee.

2. Supply, Installation & Integration with existing setup and successful Go Live

40%

3. After completion of one year. 10%

Implement of RTGS & NEFT Application with Payment Hub – Straight Through Processing software

S. No. Milestones Payment Terms 1. 1.1 Supply of software and licenses,

1.2 Implementation of RTGS & NEFT Application 1.3 Integration with the RTGS and NEFT Software of RBI

& CBS Software of the Bank. 1.4 Implementation & Integration of Payment Hub 1.5 Successful User Acceptance Test

90% against 100% Bank Guarantee for the warranty period

2. After completion of one year warranty period 10%

i. TDS will be deducted as per the statutory rules. Statutory taxes/charges will be separately indicated as applicable.

ii. The SI must accept the payment terms proposed by the Bank. The financial bid

submitted by the SI must be in conformity with the payment terms proposed by the Bank. Any deviation from the proposed payment terms would not be accepted. The Bank shall have the right to withhold any payment due to the SI, in case of delays or

Page 18 of 44 Signature & Official Seal

RFP for Implementation of RTGS

defaults on the part of the SI. Such withholding of payment shall not amount to a default on the part of the Bank. Statutory taxes/charges

i. Service Window during Warranty Period

Vendor shall provide technical support for supplied Hardware, System Software, Message Middleware, HSM Hardware appliance, RTGS & NEFT software and other related equipments mentioned as technical requirements under this scope of work within the following service window -

1. Service Window : 24x7x365 days.

2. Telephonic Response : Within 2 Hours

3. On-Site Call Response : Within 4 Hours

4. Spare turn Around : Same Business Day.

j. Other Terms

• The vendor shall provide all the Hardware equipments, Software and related configuration, integration services whether explicitly mentioned in these specifications or not, to fulfill the intent of the specification and to ensure the completeness, operability and maintainability of systems at no extra cost.

• External damage or shortages that are Prima Facie as a result of rough handling in transit or due to defective packing will be intimated within a fortnight of the receipt of the material. Internal defects, damages or shortages of any material, which cannot ordinarily be detected on a superficial visual examination, though due to bad handling in transit or defective packing, would be intimated within two months from the date of receipt of articles. In either case, the damage or defective materials should be replaced by the Vendor free of cost at his own expenditure.

• Vendor shall undertake that all material to be supplied is original and Brand new and if required proof of purchase can be produced. This undertaking to be signed by the authorized signatory.

• In case the equipments offered or any part of the equipment thereof are imported, the price quoted in the Bid by the vendor will be firm & final and any fluctuation in foreign exchange rates shall not have any bearing on the price quoted in the Bid.

• Vendor shall also quote for Annual Maintenance Contract (AMC) for the Hardware and ATS charges for Software Component as specified in the Technical Specification of this tender document.

• Vendor shall arrange for Technical Resource as specified in the technical specification in this tender document on-site to monitor & troubleshoot the issues related to the RTGS & NEFT Setup and shall impart the training to the Bank’s IT Staff after successful installation and integration of the RTGS & NEFT setup.

• Vendor shall provide media and documentation for all the software provided

• The vendor shall attend to and put forth the best of efforts to rectify any of the problems to the Computer Hardware and Software and entire RTGS & NEFT setup installed in the bank on all the days irrespective of holidays i.e. general or special.

• The vendor shall replace free of charge all the Hardware components, any part thereof in case not working/found damaged etc.. Vendor shall adhere to all IT Governance rules, IT Security Policies implemented by the Bank which exist and to be implemented in future.

• Bidder shall provide the softcopy in the form of CD/DVD of both Technical & Commercial bids.

Page 19 of 44 Signature & Official Seal

RFP for Implementation of RTGS

• Vendor shall also include diagrammatic representation of the flow of the RTGS & NEFT transaction Life Cycle from Primary to IDRBT for Inward and Outward Transaction in the Technical Bid Document.

• If bank decides to depute its team, to visit the site, where bidder have implemented the RTGS and NEFT solution quoted by them, in that case the bidder has to arrange for the permission for the visit of bank’s team. The bidder should enclose the list of sites where RTGS & NEFT solution quoted by them is implemented.

Page 20 of 44 Signature & Official Seal

RFP for Implementation of RTGS

7. BID EVALUATION METHODOLOGY

a. Introduction

The objective of evaluation methodology is to facilitate the selection of the technically superior solution at optimal cost. The evaluation process of the bids proposed to be adopted by the RSCB is indicated below. The purpose of it is only to provide the Bidder an idea of the evaluation process that the RSCB may adopt. RSCB reserves the right to modify the evaluation process at any time during the Tender process (before submission of technical and commercial responses by the prospective bidder), without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. Any time during the process of evaluation RSCB may seek specific clarifications from any or all the Bidder.

Please be noted that RSCB reserves the right to reject any proposal in case same is found incomplete or not submitted in the specified format given in this RFP document the details of ‘Minimum Eligibility Criteria’, provided by the vendor in its response to this RFP, will be evaluated first, based on the criteria described hereunder.

The technical and commercial responses to this RFP will be considered further only for those vendors who meet the Minimum Eligibility & Technical Criteria. Vendors must provide their responses in the format given in this BID.

Evaluation Process of Bids

Evaluation criteria proposed to be adopted will be lowest Cost Based System subject to fulfillment of Minimum Eligibility & Technical Bid criteria. However bank does not bind itself to accept the lowest or any tender and reserves the right to accept or reject any or all of the tenders, either in whole or in part without assigning any reasons for doing so.

Page 21 of 44 Signature & Official Seal

RFP for Implementation of RTGS

8. MINIMUM ELIGIBILITY CRITERIA

Description Acceptable Yes/No

This RFP is open to all firms / Companies both from within India and

outside India, who are eligible to do business in India under relevant

Indian laws as in force at the time of bidding should fulfill the

eligibility conditions subject to the following requirements:

All Vendors should quote for the entire project including all

components on a turnkey basis

The bidding company can participate in the bid independently or in

consortium with one or many vendors. But the SI vendor should be the leader of the consortium and the Turnkey project. All the

members of the consortium should have proper teaming agreement

and also should have valid authorization letters from each member

from an authorized signatory of the respective companies.

Proven track record of vendor / consortium partner (one consortium

partner is allowed) of recognized service commitments within the

industry with at least two successful implementations of SI vendor.

One of the RTGS & NEFT implementation should be on a

nationalized bank or on any scheduled bank including cooperative

banks. One of the consortium partner will be authorized to be the

lead vendor.

The lead partner shall submit the role, responsibilities of each

consortium member.

All partners of the consortium shall be legally liable jointly and

severally for the execution of the Contract in accordance with the

Contract terms, and a statement to this effect shall be included in the

bid and in the Contract.

The bidder or consortium of partners who are responsible for a

specific component (s) of the project must meet the relevant

minimum qualification criteria for that particular component/Product

individually.

The composition or constitution of the consortium shall not be

altered during the term of the contract without the prior written

approval of the RSCB.

Page 22 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Leader of Consortium/Total Solution Provider

Description Acceptable Yes/No

The vendor should have an ISO/CMM 3 Certification.

Participating vendor’s annual turnover should not be less than 15 crores for last 3 (three) consecutive years.

The vender shall integrate the RTGS & NEFT system with the existing CBS & EFT switch running in the RSCB branches so that the customer level RTGS & NEFT transactions could also be done.

Leader of consortium should have local offices in Rajasthan and must have support engineers in the locations. Should have a proven track record of developing and implementing similar banking solutions

Documentary proof for each of the above is to be provided by the

vender.

Page 23 of 44 Signature & Official Seal

RFP for Implementation of RTGS

9. SOFTWARE FUNCTIONAL REQUIREMENTS – TECHNICAL BID

Legends for Vendor Response YES Fully supported by base product without modifications MOD Supported by base product with minor Modification in screen configurations, reports, GUI

tailoring, etc) CSC Supported through customization where change to source code is required NO Not supported by base product

S.No FEATURES Vendor Response Details

PAYMENT HUB Straight Through Processing

1 Payment solution should allow for Straight Thru Processing of outward and inward payments from multiple host systems without any manual intervention

2 The system should select financial instruments, including transactions from operating business, according to various criteria

3

For outward payment, the payment solution should optionally allow manual authorization of transactions or intervention at PH level to control and release the payment at the bank’s discretion.

4 For outward messages, the UTR generation process and return back process should be automatic.

5 For inward messages from RTGS & NEFT PI, the messages should be routed automatically to the respective host systems based on rules and message contents.

6 For inward messages, automatic re-routing of messages should be supported

7 List the message types 8 Message conversion from SFMS to RTGS and vice versa Payment Creation

9

Payment solution should support creation of all RTGS & NEFT messages types including • Customer payments • Inter bank payments • Own Acct Transfer • Debit and Credit Notifications

10 All messages should be created via browser based system

11

Payment solution should provide an ability to manage the message: • Message Edit • Modify • Cancel • Delete

Page 24 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Page 25 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

12 Should allow for creation of message from an offline branch through the internet

13 Should allow for messages created offline to be uploaded via floppy or other media

14 Should allow creation of forward value payments with authorization at start of day (SOD)

15 Should allow warehousing of the payments and automatic release of payments on value date

16 Provide all fields according to standard SFMS formats 17 Should allow saving of messages before releasing

18 Should allow creation of library of frequently used messages with subsequent release of messages with changes in one or more fields

19 Should allow search for library of messages for one or more fields

Host Integration

20 Payment solution should be able to accept messages from multiple host systems

21

The payment solution should provide available functionality for real-time integration with the following:

1. ABB 2. Treasury application 3. RTGS & NEFT PI

ABB covers EFT switch as well as CBS. At the same time Should support technology like FTP, SFTP, JMS, flat files, JDBC & WMQ.

22 The payment hub should provide real-time responses with reason codes to the respective bank host systems with logging of success and failed transactions.

23 The payment solution should accept formats like ASCII, EBCDIC, and other new technologies like XML, XMLNS, CSV, TDS, SOAP,WSDL

24 Provide single-point generation of UTRs for messages from all hosts

25 Route inward messages to respective hosts predefined rules for field values and filter criteria with support for both mandatory and optional field values

Additional features

26 Allows automatic printing of inward messages based on rules defined

27 Allows temporary stopping of message flow 28 The PH system shall interface to external channel directly Payment enrich 29 PH should allocate UTR if host does not send UTR

RFP for Implementation of RTGS

Page 26 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

30 Payment solution should allocate priority if HOST does not send a priority with message

31 Payment solution should allocate priority based on rules defined in PH

Inward message processing

32 Payment solution should identify the message to be routed to respective host systems based on rule defined

33 Payment solution should support identifications of returned payment messages from receiving banks

34 Payment solution should allow return the inward payments and identify them as “Returned”

35 Payment solution should support marking of payments as "Processed in payment solution " and to flag the payment as "In process"

36

Payment solution should provide the features to identify and mark SSN responses based on: • Payments entered on payment solution directly • Payments initiated from host

Outward message processing

37 Payment solution should be able perform validations for format and contents of the message

38

Payment solution should prevent duplicate message to flow through and allows to take user action on such messages ( Please explain how this will be done in the proposed PH solution )

39 Payment solution should disallow back-value dated message to flow through and allows user to take action on such messages

40 Payment solution should do authorization of messages based on the rules configured

SYSTEM CONFIGURATION Authorization

41 Payment solution should allow for configuring multiple levels of authorization based on amount or message type

42 Payment solution should allow for bypassing of certain/all levels of authorization

43 Payment solution should allow for configuration of different levels of authorization for different host systems

44 Payment solution should allow for selection of multiple users for authorizing at the same level

RFP for Implementation of RTGS

Page 27 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

45 Payment solution should allow configuration of multiple levels of authorization to emulate workflow process within the bank

Rule Engine

46 Payment solution should allow for configuration rules to allocate priority to the message

47 Rule engine should allow for configuration rule to move message to manual intervention

48 Should allow for rules to be configured using all fields provided in SFMS formats of messages

48 Should allow rule configuration for inward message printing automatically

Mapping IFSC-BIC 50 Should support rule for mapping of BIC code to IFSC code 51 File import/ export

52 Payment solution should include functionality to upload bulk messages in different formats including .csv and .txt

53 Payment solution should support downloading of inward messages to media and be uploaded into host systems

54 Should allow uploading of IFSC codes with contact details in bulk into payment solution.

55 Should allow modification and authorization of messages that have been uploaded to payment solution.

Enquiries

56 User should be allowed to perform enquiries on historical data with multiple field value search criteria

57 User should be able to perform enquiries on code words and messages

58 User should be able to define criteria for message search includes all SFMS fields, date and the user who has created the message

59 Should provide support for wild card character search Reports 60 Customer payments submitted report - Grouped by Receiver 61 Inter bank payments submitted report - Grouped by Receiver 62 Customer payments received report – Grouped by Sender 63 Inter bank payments received report – Grouped by Sender 64 Reconciliation report 65 Summary report - outward messages 66 Summary report – inward messages 67 Exception report - outward messages

RFP for Implementation of RTGS

Page 28 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

68 Exception report - inward messages 69 Events/alerts report 70 Outward payments return report 71 Inward payments return report 72 Warehoused messages report - by value date 73 Outward possible return payment rejected report - by user 74 Inward possible return payment rejected report - by user 75 Payments submitted report 76 Payments received report 77 Status monitor/ticker/graphs

78 Payment solution should provide online ticker functionality with number of messages in various stages

79 Payment solution should provide support for graphical representation of message status

80 Payment solution should support for user-defined control on horizontal scroll speed of the ticker

81 Download report to excel 82 Should allow users to save and view in Microsoft excel format 83 Print reports 84 Should provide WYSIWYG functionality in reports printing

85 Backups: Should provide for automatic export of the database during EOD everyday

86 Audit Trail: Should provide for detailed audit trail with date/time/user details/terminal and every event carried out by user or by system

87 User settings: Should allow user to set date and amount formats of his choice

Maker-Checker: 88 Should support maker-checker concept for transactions

89 Assigning rights/privileges to users for creating new roles

Interface requirements

90 The payment solution must be the only interface as far as the bank's PI is concerned.

91 Consolidated screen where all the AHI (Account Holding Institution) positions can be monitored

Reconciliation of payments

92

The payment solution should provide reports to identify transactions from and to each participant Interface systems to enable easy reconciliation with details maintained on the host systems with reference to transactions initiated from source application, time and various applications involved in

RFP for Implementation of RTGS

Page 29 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

transactions along with the reason code.

93

The payment solution should provide reports to identify transactions from and to each participant interface systems and to enable easy reconciliation with details maintained on the host systems.

94 The payment solution should provide a graduated payments report to support analysis of the payments schedule.

95 The payment solution should provide a transaction volume report by counter-party with the date filtering option.

Message prioritization

96 The payment solution should be able to assign RTGS & NEFT queuing priorities to payments based on the amount or message type

97 The solution must be able to assign priorities to outward payments based on message attributes

98 Payment solution should allow changing of the prioritization rules during the message life-cycle before final submission to the PI

99 Payment solution should allow for reserved fund allocation of high-priority messages and messages for pre-determined purposes.

100 Consolidated screen where all the AHI (Account Holding Institution) positions can be monitored.

RTGS & NEFT Settlement Account balance updates

101 Payment solution should provide for monitoring the settlement balance in the settlement account

102 Payment solution provide on-line updates of the IDL availed by the bank at any time.

103 Payment solution should provide ability to set additional limits on the settlement account by setting aside a minimum balance.

Intra day Liquidity Management

104 Payment solution should provide a pessimistic view of settlement account balance based on the outward and inward payments received.

105 Payment solution should support for making manual liquidity adjustments

106 Directly in the shadow settlement account if no notification is available from RTGS & NEFT

107 Payment solution should provide ability to manually release payment messages, which may be stopped due to any rule.

108 Payment solution should provide for automatic release of payment messages on specified time-bands.

RFP for Implementation of RTGS

Page 30 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

109 Payment solution should track the status of payments thorough its life-cycle

110 Payment solution should provide the ability to track and display the use of Intra-Day Liquidity, both in real-time and for historical data.

111 Payment solution must allow the user to view the shadow settlement a/c balance, and client or bilateral position value.

112 Payment solution should support graphical trends display for liquidity and positions for at least one day.

113 Payment solution should support pre-allocation of funds based on a specific transaction usage or expected debit requirement in net clearings.

114

Payment solution should provide a Graduated Payment Report (GPR) based on the settlement profiles of the bank during a configured period. This should be configurable to allow changes to the underlying payment settlement % targets and timelines.

115 Payment solution must provide business calendar control that manages message validation. This must be capable to being modified by the user based on notification by the RBI.

116 Payment solution should be supported in a call out mode

117 When payment solution allows the payment to pass through the payment from payment solution shall be released to external channel.

118

At start of day of new/ next business day the rescheduled payments of previous day (between last batch and last batch minus one OR after the last batch) amount should be applied on the system (debit transactions).

119 Payment solution should maintain the previous day’s batch timings separately to apply the transactions appropriately.

120 This module should provide the functionality to view the liquidity of all configured AHI in summary

121 Payments should be also viewed grouped by transaction types by selecting AHI and business days

122

The consolidated function should provide the fund manager to view the current outflows & inflows in RTGS & NEFT which will provide fund manager the clear picture of amount under the clearing system

RFP for Implementation of RTGS

Page 31 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

123

The Payment solution should be capable of proposing methods through which bank can control the payment flow of RTGS & NEFT with a bird’s eye view i.e. Payment solution should be capable of proposing methods through which bank can control the payment flow of RTGS & NEFT with drill up and drill down report. The user should be able to control the all payments using the solution as a single window.

Utilities

124 RTGS & NEFT solution should have utility to upload IFSCs for an organization.

125 Payment solution should provide generation of charging extract file for configured charge type based on event generation for a payment.

126 Payment solution should provide utility to upload non IFSC client identifiers such as account number.

SECURITY AND ADMINISTRATION User maintenance

127

The system module must provide facility to create, maintain users and assign them with specific roles and visibility controls to the applications for both payment solution and Payment solution.

128 The system should provide the ability to temporarily disable the user for specified time period or disable the user permanently or make him disabled after specified date

129 The administrators should be able to assign initial password and also reset passwords when required

Role maintenance

130 The system must facilitate the user to configure roles with predefined functionalities as per the organization requirement and map them to users.

131

Should support the following hierarchy Organizations Groups Roles Users

Password management

132 Should allow administrator to set Minimum and Maximum password lengths

133

Should for administrators to force users to set password using combination of

Upper case and lower case characters Special characters, different characters, digits Disallow for character repetition in password

RFP for Implementation of RTGS

Page 32 of 44 Signature & Official Seal

S.No FEATURES Vendor Response Details

134 Should allow for administrators to set inactivity period, number of retries for login failures and session timeout

135 Should allow for administrators to set forbidden password list Authorization

136 The system should provide the facility for all the changes being done to go through authorization phase.

Organization structure

137 Should support for graphical display of the organization and approving hierarchy to users across the departments and users of the system

User upload

138 The payment hub should facilitate the user to input the initial list of users and associated applications through a single utility such as FTP & SFTP

139 The system should support generation of all incoming and outgoing messages in a single report. The provision to save the same should be made available within the system.

140 The system should support auto-mailer facilities for all messages

141 A mail or SMS or both should be sent to the system administrator for all the transactions whether success or failures.

142

In case of link going down the payment hub system should make at least three attempts for the completion of the transaction. In case of failure to do so an e-mail or SMS or both should be sent to the Administrator for manual intervention.

143 The Upload mechanism should provide time adjustable facility. e.g. There must be a facility by which the user can enter the schedule time for the upload of a certain file.

RFP for Implementation of RTGS

10. HARDWARE, SYSTEM SOFTWARE, DATABASE ETC. FUNCTIONAL REQUIREMENTS – TECHNICAL BID

• The Server to be supplied will be of Single CPU Quad Core, all the software licensing is done as per the configuration. Any deviation is to be reflected in the licensing of the software.

Sr. No Particulars Configuration Acceptable Yes/No

A. RTGS & NEFT PI- Server , Backup Server (Primary Server -1 No, Stand By Server 1 & DR Server 1 No.) - Total Qty :- 3

Configuration 2U Rack Mountable Servers

Processor Sockets Two

Processors Intel Xeon E5620 (2.40GHz 80W) Quad Core Single Processor

Memory Technology (16 GB

required)

DDR3 RDIMMs with minimum 16 GB RAM up-gradable up to 144GB

(12 RDIMMs or higher)

Memory Protection ECC Reg memory with memory Mirroring Support

Chipset Intel 5520 (Tylersburg)

Storage Controllers Server RAID - M5014 SAS Controller with 256 MB cache memory or

equivalent

Storage Bays 8 x 2.5" hot-swap SAS/SATA/SSD

2.5” SAS Drives Supplied 3 x 300GB (10Krpm, 3Gb/s or higher) SAS HDD or higher

RAID Support Hardware RAID 0, 1 and 5 support

Optical Media (Standard or

Optional)

DVD – RW

I/O Slots Min 4 PCI Express Slots (including 1 PCI express 2.0 slot

compatible with the proposed HSM card). It should meet the

minimum number of the ports required for the RTGS & NEFT

services

Networking Integrated /Embedded Broadcom NetXtreme II 5709C dual-port

Gigabit Ethernet adapters with TOE or equivalent

Ports Min 4 USB ports

Hot-swap/Redundant Fans Yes/Yes

Hot-swap/Redundant Power Yes/Yes

Power Supplies Redundant Power Supply

Systems Management HW Full Integrated Management Module, HW key for remote presence

enablement

Components Covered by Pre

Failure Alerts

Pre failure Alerts for processor, memory & disk drives and fans

Limited Warranty 3-year onsite comprehensive warranty support

Certifications FCC and UL & ROHS compliant, Servers supplied should have spec

benchmarks or equivalent

1

Operating System Microsoft Windows 2008 Server Enterprise Edition, 64 Bit with

Service Pack 1 with 10 CAL. 3 years Software Assurance (upgrade,

update, patches).

• The Server to be supplied with all the suitable software drivers and manual for display controller, Ethernet interface, DVD Rw etc. whether exclusively specified here or not.

• Servers should be compatible to Safenet’s LUNA PCI Express 7000 HSM Card to be installed in these servers. Vendor shall confirm the compatibility with Safenet i.e., Principle company of HSM Card.

• The server should be certified for Microsoft Windows and proof of certification is to be enclosed with Technical Quote.

• The accessories required for the proper functioning of the servers should be provided.

Page 33 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Sr. No Particulars Qty Acceptable Yes/No

B. HSM Card , Smart Card, Smart Card Reader – with 3 years Warranty

2 Safenet Luna PCI Express 7000 HSM Card - Crypto Swift HSM SDK

Luna PCI-E High Performance Cryptographic Accelerator Card with

processing rate of 7000 asymmetric 1024-bit RSA transactions per second

which supports Windows 2008 Enterprise Edition, Crypto HSM SDK CD for

Windows 2008 Enterprise Edn

3

3 Smart Card 330 ( 5 –Primary, 1- DR Site) 6

4 Smart Card Reader 335 ( 3 – Primary, 1- DR Site ) 4

C. RTGS & NEFT– PI Client – With 3 Years Warranty

5 Desktop - Core 2 Duo Processor With 4 GB RAM, 320 GB HDD, DVD

RW,100/1000 NIC, Monitor 19” TFT, Mechanical Keyboard, Mouse,

Microsoft Windows Vista 0 Business Edition 32 Bit, Version 6 with Service

Pack 1 with recovery CD.

5

Software Requirements

D. Messaging Middleware

6 IBM Websphere MQ Series 7.0 64 Bit Processor Value Unit Licenses with

Fix Pack 1 + SW Subscription & Support for 12 Months. ( 1x4x70 = 280

PVU)

280 PVUs License

E. Database ( Oracle )

Processor based licenses

7 Oracle Enterprise Edition Version 11.1.0.6.0 (Oracle Server 64 Bit with 32

Bit Client Software) license for all the three serves (PI, Standby and DR)

Named User Plus Licenses

F. Anti-Virus Software & MS Office Software

8 Microsoft Office Professional 2010 4

Page 34 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Page 35 of 44 Signature & Official Seal

Additional Hardware & Software required (If any)

All the equipments shall be delivered within 4 weeks from the date of purchase order. Delay in the delivery of materials at the destination due to non-availability of Railway booking, non-allotment of wagons and any such reasons will not be considered. It is the responsibility of the Vendor to make alternative arrangements for transporting the materials by road or rail so as to see that the materials reach the destination within the stipulated period

Sr. No Particulars Qty Acceptable Yes/No

G. Other HW & Network Components Requirement (Optional)

9 25 U Standard Server Rack with 8 Port KVM Switch with 17” foldable

monitor with keyboard and mouse pad.

1

10 Server Rack 42U (with option for dual power inputs, cables, cooling fans,

power outlets (ISI mark) to connect at least ten units with dual power input

and necessary accessories) with

Rack Mountable (IU) 16 Port KVM Switch with OSD, cables and

accessories to connect all ports &

Rack Mountable(1U) keyboard, mouse with 17” foldable LCD monitor.

7 feet cables and accessories to connect KVM switch to monitor, KBD &

Mouse

Network Rack 42U Floor Mount

1

11 CISCO – 24 Port Core Switch Catalyst 3750 Series 1

12 Cyberoam 25i Firewall 1

13 Redundant 5 KVA online UPS with 4 hours Battery backup (Hot Standby

Mode)

2

Sr. No Particulars Qty Acceptable Yes/No

1 Hardware:

2 Software Licenses (Websphere etc.)

3 Database Licenses

RFP for Implementation of RTGS

11. COMMERCIAL BID

Commercial Bid

The structure of the Bidder’s commercial response to this tender must be as per following order. Any extra information may be provided as separate section. Commercial Bid Response must be submitted with Commercial Bid covering letter, format of which is given in this document. The vendor should submit detailed information of the proposed solution costs in the below mentioned format. The prices quoted shall be all inclusive. The commercial proposal should strictly adhere in the format below :-

Page 36 of 44 Signature & Official Seal

S. No.

Item Description * Qty Unit Price (`)(All Inclusive)

Cost (`) (All Inclusive)

AMC Charges (%)

AMC Charges (`) (All Inclusive)

1 RTGS & NEFT PI - Server, Backup/Standby Server, DR Server with three years comprehensive onsite warranty

3

2 HSM card 3 3 Smart Card 330

(5 – Primary, 1 - DR Site) 6

4 Smart Card Reader 335 (3 – Primary, 1- DR Site)

4

5 RTGS/NEFT – PI Client with three years comprehensive onsite warranty

6

6 IBM Websphere MQ Series 7.0 64 Bit Processor Value Unit Licenses with Fix Pack 1 + SW Subscription & Support for 12 Months. ( 1x4x70 = 280 PVU)

280 PVUs Licens

e

Oracle Enterprise Edition Version 11.1.0.6.0 (Oracle Server 64 Bit with 32 Bit Client Software) license for all the three serves (PI, Standby and DR) Processor Based Licenses.

6 7

Oracle Enterprise Edition Version 11.1.0.6.0 (Oracle Server 64 Bit with 32 Bit Client Software) license for all the three serves (PI, Standby and DR) Named User Plus Licenses

150

8 Microsoft Office Professional 2010

1

9 25 U Standard Server Rack with 8 Port KVM Switch with 17” foldable monitor with keyboard and mouse pad.

1

10 Server Rack 42U as per specs given above

RFP for Implementation of RTGS

11 CISCO – 24 Port Core Switch Catalyst 3750 Series

1

12 Cyberoam 25i Firewall or equivalent

1

13 Redundant 5 KVA online UPS with 4 hours Battery backup (Hot Standby Mode)

2

Payment Hub – Straight Through Processing License Fee

1 14

Payment Hub – Straight Through Processing Implementation & Integration Charges

One Time

15 Implementation Charges for RTGS & NEFT RBI’s Software

One Time

16 Additional Hardware (if any)

17 Additional Software Licenses (if any)

18 Additional Database Licenses (if any)

• Details of the description are as specified in the Technical Bid.

Page 37 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Technical Bid Covering Letter

The Managing Director, The Rajasthan State Co-op Bank Limited Head Office: DC-1, Opposite Nehru Balodyan, Tonk Road Jaipur-15 Sir,

Reg.: Our Technical bid for Implementation of Turnkey Project on RTGS & NEFT System

We submit our Bid Document herewith. We understand that

You are not bound to accept the lowest or any bid received by you, and you may reject all or any bid.

If our Bid for the above job is accepted, we undertake to enter into and execute when called upon

by the purchaser to do so, a contract/ agreement in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute a binding contract between us.

If our bid is accepted, we are to be jointly and severally responsible for the due performance of

the contract. Vendor means the bidder who is decided and declared so after examination of commercial bids.

You may accept or entrust the entire work to one vendor or divide the work to more than one

vendor without assigning any reason or giving any explanation whatsoever.

We here annexed a DD / Pay Order towards EMD for the Amount -----------, as per the terms of RFP.

Dated at ____________this _______________day of __________2010.

Yours faithfully

For______________________

Signature: _______________

Name: ___________________

Page 38 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Commercial Bid Covering Letter Date :- The Managing Director, The Rajasthan State Co-operative Bank Ltd, Head Office, DC-1, Opposite Nehru, Balodyan,Tonk Road, Jaipur-15. India Dear Sir, Commercial Bid – Implementation of Turnkey Project on RTGS & NEFT System We offer to provide services for the above-mentioned project, in accordance with your Request for Proposal [Insert RFP Number] dated [Date], and our Proposal (Technical and Commercial Proposals). The Total fee is inclusive of all taxes, duties, charges and levies (as applicable and payable under the local laws) and out of pocket expenses that we might incur and there will be no additional charges. Our commercial proposal shall be binding upon us, subject to the modifications resulting from contract discussions, up to expiration of the validity period of the Proposal, i.e., [Insert date]. We remain, Yours sincerely,

Date Signature of Authorized Signatory …

Place Name of the Authorized Signatory …

Designation …

Name of the Organization…

Seal

Page 39 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Manufacturer’s Authorization Form

[To be submitted along with Technical Bid] Ref. No: Date: The Managing Director The Rajasthan State Co-operative Bank Ltd Head Office, DC-1, Opposite Nehru Balodyan, Tonk Road, Jaipur-15, India Dear Sir Sub: RFP No. Dtd for Implementation of Turnkey Project on RTGS & NEFT System Dear Sir, We.............................................................. who are established and reputed manufacturers / Developers of ............................................................... ........having factory / Development Centre at .............................. ............................ and ..................................... .... do hereby authorize M/s .................................. [Name and address of vendor] to submit a bid and sign the contract with you for the goods manufactured / Products developed by us against the above RFP No............................ dated ................................. We hereby extend our full guarantee and warranty as per the clauses of contract based on the terms and conditions of the RFP for the goods and services offered for supply by the above organization in response to your RFP. Yours faithfully Name of the manufacturer / Developer Authorized Signatory Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. It should be included by the bidder in its bid.

Page 40 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Letter of Competence

[To be executed on a non-judicial stamp paper] Letter of Competence for Quoting in response to RSCB’s RFP No. /…………….. This is to certify that we [Insert name of Bidder], Address…………………..are fully competent to undertake and successfully deliver the scope of services mentioned in the above RFP. This recommendation is being made after fully understanding the objectives of the project and requirements like experience etc. We certify that the quality and number of resources to be deployed by us for implementation will be adequate to implement the connectivity expeditiously and correctly and provide the services professionally and competently. We also certify that all the information given by in response to this RFP is true and correct. Authorized Signatory of the Bidder Date:

Page 41 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Statement of Deviations Bidders are requested to provide details of all deviations, comments and observations or suggestions in

the following format with seal and signature. You are also requested to provide a reference of the page

number, state the clarification point and the comment/ suggestion/ deviation that you propose as shown

below.

RSCB may at its sole discretion accept or reject all or any of the deviations, however it may be noted that

the acceptance or rejection of any deviation by the RSCB will not entitle the bidder to submit a revised

commercial bid.

Implementation of RTGS& NEFT services on Turnkey basis – List of Deviations Clarification point as

stated in the tender document

Page Number Comment / Suggestion Deviation

1

2

3

4

5

Page 42 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Vendors Details

Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information.

S. No Item Details 1. Name of Company / Leader of the Consortium 2. Postal Address 3. Telephone and Fax numbers Telephone: FAX: 4. Constitution of the Company 5. Name and designation of the person authorized to

make commitments to the RSCB [An authorization letter is required from the company]

6. Email Address 7. Year of commencement of Business 8. Sales Tax Number 9. Income Tax Number 10. Location of Development / Manufacturing facility 11. ISO / CMM Certification [Pls annex the Document] 12. Last three years audited balanced sheet with

profit and loss account statement. Copies of

Memorandum & Article of Association and

Certificate of Incorporation of all the vendors/

Consortium

DETAILS OF SERVICE CENTERS

S. No Place Postal Address Contact numbers

1

2

3

4

5

6

7

8

9

10

Page 43 of 44 Signature & Official Seal

RFP for Implementation of RTGS

Page 44 of 44 Signature & Official Seal

Checklist of the Documents to be attached with the Tender Document S.No. Description Document Attached Yes/No

1 Tender Document fees of Rs.5,000/-

2 Earnest Money deport of Rs.3,00,000/-

3 Original Technical Bid Document signed and sealed

4 Technical & Masked Commercial Bid in separate envelope

5 Documentary proofs of Minimum Eligibility Criteria (Section 8 of the Tender document)

6 Commercial Bid in a separate sealed envelope (as per the Section 11 of the Tender Document)

7 Technical Bid covering Letter in specified format

8 Commercial Bid covering Letter in specified format

9 Manufacturer Authorization form as per the specified format from respective venders

10 Letter of competence on non judicial stamp paper

11 Vender details along with requisite support documents for ISO/CMM, Last three years audited balance sheet, MoA, AoA, Certification of Incorporation of all venders of consortium

12 Declaration against being debarred/ blacklisted by any Govt./Semi Govt. organization for quality of service, product and any major complaint against the Bidder at the time of submission of bid

13 List of sites where RTGS & NEFT solution quoted by them is implemented.