E-KYC Tender Document

Download as pdf or txt
Download as pdf or txt
You are on page 1of 21
At a glance
Powered by AI
The key takeaways are that this document is a request for proposal (RFP) for an e-KYC software solution for SHCIL Services Ltd. It provides information on the scope of work, requirements, bidding process and other terms and conditions.

The purpose of this RFP is to seek proposals from capable software vendors for providing an e-KYC software solution to SHCIL Services Ltd. to assist them in evaluating bids and selecting the most suitable vendor.

The eligibility criteria specified are that the bidding vendor must have experience in providing e-KYC software solutions. The bidder is expected to examine all instructions, forms, terms, conditions and specifications in the RFP.

REQUEST FOR E-KYC SOFTWARE

SHCIL Services Ltd. (SSL)

RFP REFERENCE NUMBER : RFP/IT/2016-17/003

DATE : 08-10-2016

RFP

FOR

E-KYC SOFTWARE
RFP for E-KYC Software

DISCLAIMER

The information contained in this Request for Proposal (RFP) document or information provided
subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of
SHCIL Services Ltd., is provided to the bidder(s) on the terms and conditions set out in this RFP
document and all other terms and conditions subject to which such information is provided.

This RFP document is not an agreement and is not an offer or invitation by SHCIL Services Ltd. to any
parties other than the applicants who are qualified to submit the bids (“bidders”). The purpose of
this RFP is to provide the bidder(s) within formation to assist the formulation of their proposals. This
RFP does not claim to contain all the information each bidder may require. Each bidder should
conduct its own investigations and analysis and should check the accuracy, reliability and
completeness of the information in this RFP and where necessary obtain independent advice. SHCIL
Services Ltd. 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. SHCIL Services Ltd.
may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information in this RFP.

Name of Organization SHCIL Services Limited


RFP Reference No. RFP/IT/2016-17/003
Requirement E-KYC Software
Date of issue of RFP document 08th October 2016
Pre-bid meeting 18th October 2016 11.30 PM.
On Immediate basis OR on or before
04th November, 2016 12.00 hours (form will
available on our website till 04th November, 2016
Date of submission of bid document till 12.00 hours.
Vendor dealing in providing E-KYC Software
Empanelment open to solution.
IT Head (IT department)
Address for submission of bids SHCIL Services Limited
(technical as well as commercial bids) SHCIL House Plot No. P-51, T.T.C. Industrial Area,
MIDC, Mahape, Navi Mumbai Pin 400710
Contact no. 022-61778600, 61778634, 61778614, 67118604
Email Id for the queries [email protected]
End Date for the queries 21st October 2016 on or before 5.30 PM
This bid document is not transferable
Date and Time of the Online Reverse Auction
will be intimated to eligible bidders.
Submission of Proposal:

The response to this RFP will be submitted by way of two stage bidding process. The technical
proposal with the relevant information/documents/acceptance of all terms and conditions as
described in this RFP document will be submitted to registered address of SHCIL Services Ltd.

The vendor (bidder) will have submit the technical documents after duly signed. Technically qualified
bidders will subsequently submit commercial bids.

The vendors(bidders) are requested to note that they cannot make their submission after the time
stipulated above and no extension of time will normally be permitted for submission of bid.

Invitation for bids


This “Invitation for bids” is for “Request for Procurement of E-KYC Application” at SHCIL Services
Ltd. Offices

Due Diligence:

The bidder is expected to examine all instructions, Forms, Terms, Conditions and Specifications in
this RFP. Bids shall be deemed to have been made after careful study and examination of this RFP
with full understanding of its Implications. The Bid should be precise, complete with all details
required as per this RFP document. Failure to furnish all information required by this RFP or
submission of Bid not as per RFP requirements will be at the bidder’s risk and may result in rejection
of the bid and the decision of SHCIL Services Ltd. in this regard will be final and conclusive and
binding.

Cost of Bidding:

The bidder shall bear all costs associated with the preparation & submission of its bid and SHCIL
Services Ltd. will in no case be held responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.

Contents of this RFP Document:

The requirements, bidding procedure, general terms & conditions are prescribed in this RFP
document with various sections
(A) Bids Preparation and Submission Details
(B) Requirement with Bill of Material, Scope of Service and Terms and Conditions
(C) Format for Technical and Commercial Bids

Clarifications regarding RFP Document:

 Before bidding, the bidders are requested to carefully examine the RFP Document and the
Terms and Conditions specified therein, and if there appears to be any ambiguity,
contradictions, gap(s) and/or discrepancy in the RFP Document, they should forthwith refer
the matter to SHCIL Services Ltd. for necessary clarifications.
 SHCIL Services Ltd. reserves the sole right for carrying out any amendments / modifications /
changes in the bidding process including any addendum to this entire RFP.
 At any time before the deadline for submission of bids / offers, SHCIL Services Ltd. may, for
any reason whatsoever, whether at its own initiative or in response to a clarification
requested by bidders, modify this RFP document.
 All bidders who have received this RFP document shall be notified of the amendment by
phone or e-mail, and all such amendment(s) shall be binding on them.
 SHCIL Services Ltd. reserves the rights to extend the deadline for the submission of bids, if
required. However, no request from the bidders for extending the deadline for submission
of bids, shall be binding on SHCIL Services Ltd.
 SHCIL Services Ltd. reserves the right to amend/cancel/postpone/pre-pone the RFP without
assigning any reasons

Validity of offer:
The offer should remain valid for a period of at least 90 days from the date of submission of bids.

Eligibility Criteria (Documents to be submitted along with Technical Bid)

Important: - Bidder should submit all supporting documents at the time of submitting technical bid,
duly signed and stamped on their company’s letter head.

SI. Criteria Documents to be submitted by


vendor (bidder)
1 The vendor (bidder) should have registered office in Certificate of incorporation
India
The vendor (bidder)should have minimum 02 (two)
years of experience for EKYC and Broking Related
2 Software Products A self-declaration by the bidder

3 The vendor (bidder) should have executed at least A self-declaration by the bidder
Three (3) orders of similar nature within last two
years

Customer Satisfactory Report for the products Customer Name and Address,
4 Contact Person, Telephone Nos.
Fax, E-mail Address
5 The vendor (bidder) should have min. Rs. 1 Crore Self-certified copies of balance
turnover and should be profitable in last three years sheet profit and loss statement
for the last 3 years
The Vendor should not have been put in the negative
list by any public sector bank/Govt. Organisation, for
breach of applicable laws or violation of regulatory
6 prescription or breach of agreement. A self declaration by the vendor
7 The Vendor should not be black listed in last 3 years A self declaration by the vendor
(A) BID PREPARATION AND SUBMISSION (Vendor (bidder) should submit bids in sealed envelope.)

1. Technical Bid
a. The vendor (bidder) will submit the Technical and Commercial Bids in two different envelop.
b. The vendor (bidder) should quote only in the format provided herewith in the RFP (refer
Annexure-1)
c. Technical Bid should submit in hardcopy as well as in softcopy in CD/DVD/ in Microsoft Word /
Excel or Searchable PDF file format
d. There should not be any hidden / conditional costs in the bids and in the event of their presence
in the bid, the bid is liable to be rejected.
e. No indications pertaining to price or commercial terms should be made in the online Technical Bid
submission. If any price indications are made, then the bids may be rejected.
f. No open ended / conditional bid shall be entertained and are liable for rejection.
g. The vendor (bidder) will submit all documents mentioned in this RFP that need to be submitted
online along with the Technical Bid.

2. Commercial Bid
a. The vendor (bidder) will submit Indicative Price Bid in different envelop.
b. The Commercial Price Bid should be should be as per the prescribed format - refer Annexure-2

3. Submission of Bids
a. The Technical Bid and Indicative Price Bid must be submitted in two different envelops. Technical
Bid and Indicative Price Bid should be complete in all respects and contain all information asked for
in this RFP document
b. Technical Bid should be complete in all respects and contain all information and documents,
except price information.
c. The offer should be valid for a period of at least 90 days from the date of submission of bid
d. The vendor (bidder) shall fulfill all statutory requirements as described by the law and
Government notices. The vendor (bidder) shall be solely responsible for any failure to fulfill the
statutory obligations and shall indemnify SHCIL Services Ltd. against all such liabilities, which are
likely to arise out of the agency’s failure to fulfill such statutory obligations
e. The vendor (bidder) shall be solely responsible either for any injury, damage, accident to the
workman employed by the vendor (bidder), if any for any loss or damage to the equipment/property
in the areas of work as a result of negligence/carelessness of its deployed resources.
f. No request for any further extension of the above deadline shall be entertained. Delayed and/or
incomplete bid shall not be considered.
g. All employees engaged by the vendor (bidder), if any shall be comprehensively insured for
accidents and injuries by the vendor (bidder) at his/her/their cost

4. Evaluation of Bids:-

SHCIL Services Ltd. will evaluate the bid submitted by the bidders under this RFP. It is SHCIL Services
Ltd.’s discretion to decide at the relevant point of time. The eligibility bid submitted by the vendor
(bidder) will be evaluated against the Eligibility criteria set forth in the RFP. The vendor (bidder)
needs to comply with all the eligibility criteria mentioned in the RFP to be evaluated for evaluation.
Non-compliance to any of the mentioned criteria would result in outright rejection of the bidder's
proposal. The decision of SHCIL Services Ltd. would be final and binding on all the bidders to this
document. SHCIL Services Ltd. may accept or reject an offer without assigning any reason what so
ever. The bidder is required to comply with the requirement mentioned in the RFP. Non-compliance
to this may lead to disqualification of a bidder, which would be at the discretion of SHCIL Services
Ltd.
a. Please note that all the information desired needs to be provided. Incomplete information may
lead to non-consideration of the proposal.
b. The information provided by the bidders in response to this RFP document will become the
property of SHCIL Services Ltd..

(B) REQUIREMENT

SHCIL Services Limited (SSL) intends to procure E-KYC Software. The procurement of E-KYC Software
will be carried out from SSL’s Mahape office at Navi Mumbai.

Terms and Conditions

(1) Scope of Work:

Application Requirement – E-KYC

 Paperless online E-KYC application

Technology of E-KYC Application

 HTML 5 WEB Technology for Web based clients, Branches / Sub-Brokers & Admin
 E-KYC Mobile app for android and IOS powered smart phones
 API Integration with the UIDAI(OTP & Biometrics), PAN verification (All Associated agencies)
,DP Verification (NSDL & CDSL) , payment gateway (Unified Payment Interface (UPI), MMID),
and E-mundra for digital signature.
 API integration with Multiple Back Offices.
 API Integration for fetching bank detail on the basis if IFSC or MICR
 Application should have complete Audit Trail for compliance.
 IPV solutions.

**Further scope of work can be amended as per requirement of SHCIL Services Ltd.

Account Opening Process (Super Admin):


1. HTML 5 based solution will be provided for Admin consol
2. Admin can create logins for other users for KYC processing
3. Admin will have rights to monitor the entire process

Document for IT Infrastructure Requirement for Application with respect to 5 years data:

(1) Capacity of Server


(2) Storage Capacity
(3) Processor, RAM and Hard Disk Drive size
(4) Operating System
(5) Database Software

(2) Support Window:

 Vendor has to resolve issue within given time.


 In case of Hardware failure Vendor will assist SSL to configure the application on
new system as and when required.
 Vendor intimate SSL 2 months before change in technology for EKYC application
 1 Hour for Response and 4 Hours for Resolution

(3) Scope of Service (Service Level Agreement):

(1) Shortlisted vendor (bidder) will supply, install and commission the entire bill of
material within its scheduled timelines and ensure for smooth functionality of
entire bill of material during its warranty and/or Extended Warranty/AMC
period.
(2) The vendor (bidder) will submit invoice, delivery challan, installation report
duly acknowledged by SSL official on completion of delivery and installation.
(3) The vendor (bidder) will provide response and resolution for the supplied and
installed material (bill of material) as per agreed scheduled timelines and
ensure for smooth functionality during its warranty and/or Extended Warranty
/or AMC and submit service report(s) for the response, resolution of
problem(s) during the entire warranty and/or Extended Warranty/ or AMC
period.
(4) The vendor (bidder) should provide support for hardening of the server as per
SSL requirement for E-KYC platform servers.

Note: The parameters defined in the Terms & Conditions and Scope of Service /
SLA are non-negotiable

(4) Taxes & levies:

(a) Applicable taxes and levies payable at actual as per prevailing rate of taxes as per
Government notification.

(b) In case of tax exemption or lower TDS; vendor (bidder) has to submit letter from
Government Authority for tax exemption or lower TDS (to be submitted along with each of
the invoice(s) .

(5) Penalty:
(a) Penalty of Rs. 5000/- may be levied for any breach in SOW / SLA or Terms and Conditions
as mentioned in this RFP. This penalty is applicable for each instance of breach.

(b) However, the penalty may / will be waived off for non-performance due to reasons
mentioned in the Force Majeure or because of SHCIL Services Limited. In such case(s) the
vendor (bidder) should notify and produce / bring the relevant communication and proof to
SHCIL Services Limited promptly of any failure to perform or delay in performing due to any
of the above reasons for the penalty to be waived off.
(6) Force Majeure:

The vendor (bidder) will not be held responsible for breach of executing any obligation or delay in
executing any obligations during below given circumstances / conditions:
(a) War, Riots, Strike, Fire, Flood, Earthquake, Storm, Epidemic breakout, Power failure,
Theft etc.
(b) Any Governmental priorities (Necessary proof for validation viz. Govt. Gazette
notifications, Leading Newspaper reports, etc. should be made available)
(c) Sabotage or omission of SHCIL Services Ltd.

(7) Dispute Resolution:

In the event of any dispute arising out of or in connection with this Order, the parties shall
use their best endeavor to resolve the same amicably AND if the dispute could not be settled
amicably, the matter shall be settled in the court under Mumbai jurisdiction only. The final
payment will be released only after the vendor (bidder) complies with above-mentioned
clause

(8) Right to alter RFP:

(a) SHCIL Services Ltd. reserves the right to alter the RFP terms and conditions at any time
before submission of the bids.
(b) SHCIL Services Ltd. reserves the right to modify, amend, alter and/or cancel the entire
RFP at any stage without assigning any reason whatsoever. We further understand and
accept that SHCIL Services Ltd.'s decision in this regard will be final and binding on all
vendors (bidders).

(9) No Commitment to accept lowest or any other bid:

SHCIL Services Ltd. shall be under no obligation to accept the lowest or any other offer
received in response to this tender (RFP) notice. SHCIL Services Ltd. further reserves the
right to reject any or all offers based on its own evaluation of the offers received, or on the
basis of stability, capabilities, track records, reputation among users and other similar
credentials of a vendor (bidder). When SHCIL Services Ltd. makes any such rejection, SHCIL
Services Ltd. will not be bound to give any reason and/or justification in this regard to the
vendor (bidder).

(10) Integrity Pact:

The vendor (bidder) will have to enter in to an Integrity Pact with SHCIL Services Limited. The
format (text) for the Integrity Pact is provided as Annexure-3. The successful vendor (bidder)
will have to submit a signed and stamped copy of the Integrity Pact by the authorized
signatory of the successful vendor (bidder).

(11) Non-Disclosure Agreement (NDA):

The successful vendor (bidder) will sign a Non-Disclosure Agreement (NDA) with SHCIL Services
Limited. The draft text of the NDA will have to be approved by legal department of SHCIL Services
Limited
Annexure-1
To be submitted along with Technical Bid

SI. Criteria Documents to be submitted by


vendor (bidder)
1 The vendor (bidder) should have registered office in Certificate of incorporation
India
The vendor (bidder)should have minimum 02 (two)
years of experience for EKYC and Broking Related
2 Software Products A self-declaration by the bidder

3 The vendor (bidder) should have executed at least A self-declaration by the bidder
Three (3) orders of similar nature within last two
years

Customer Satisfactory Report for the products Customer Name and Address,
4 Contact Person, Telephone Nos.
Fax, E-mail Address
5 The vendor (bidder) should have min. Rs. 1 Crore Self-certified copies of balance
turnover and should be profitable in last three years sheet profit and loss statement
for the last 3 years
The Vendor should not have been put in the negative
list by any public sector bank/Govt. Organization, for
breach of applicable laws or violation of regulatory
6 prescription or breach of agreement. A self declaration by the vendor
7 The Vendor should not be black listed in last 3 years A self declaration by the vendor

Notes:
(1) Applicable taxes and levies payable at actual as per prevailing rate of taxes and levies as per
Government notification. In case of tax exemption or lower TDS; vendor (bidder) has to submit letter
from Government Authority for tax exemption or lower TDS (to be submitted along with each of the
invoice(s).
(2) Bidder must take care in filling price information in the Commercial Offer, to ensure that there
are no typographical or arithmetic errors. All fields must be filled in correctly. Please note that any
Commercial Offer, which is conditional and / or qualified or subjected to suggestions, will also be
summarily rejected. This offer shall not contain any deviation in terms & conditions or any
specifications, if so such an offer will also be summarily rejected.
Annexure-2
Commercial Bid Format

Sr.No. Product description Total Price (Rs.) in INR


1 E-KYC software (in detail)
2 AMC Cost after completion of work order of
one year.
3 AMC Cost after completion of work order of
two year.
4 AMC Cost after completion of work order of
three year.

Notes:

(1) Applicable taxes and levies payable at actual as per prevailing rate of taxes and levies
as per Government notification. In case of tax exemption or lower TDS; vendor (bidder)
has to submit letter from Government Authority for tax exemption or lower TDS (to be
submitted along with each of the invoice(s).

(2) Bidder must take care in filling price information in the Commercial Offer, to ensure
that there are no typographical or arithmetic errors. All fields must be filled in correctly.
Please note that any Commercial Offer, which is conditional and / or qualified or
subjected to suggestions, will also be summarily rejected. This offer shall not contain any
deviation in terms & conditions or any specifications, if so such an offer will also be
summarily rejected.
Annexure-3

(To be executed on plain paper and submitted along with Technical Bid)
(__________________________________ Name of the Department / Office) RFP No.___________
for ______________________________
This pre-bid pre-contract Integrity Pact (Agreement) (hereinafter called the Integrity Pact) (IP) is
made on ______ day of the _______________________, between, on one hand, SHCIL Services Ltd.
., a company incorporated under Companies Act, 1956, with its Registered Office at SHCIL House Plot
No. P-51, T.T.C. Industrial Area, MIDC, Mahape, Navi Mumbai Pin 400710 , acting through its
authorized officer, (hereinafter called Principal), which expression shall mean and include unless the
context otherwise requires, his successors in office and assigns) of the First Part And
M/s.______________________________________________________________________________
___________________________________________________(with complete address and contact
details)represented by Shri ______________________________________________ (i.e. Vendors
(bidders) hereinafter called the `Counter Party’ ) which expression shall mean and include , unless
the context otherwise requires, his successors and permitted assigns) of the Second Part.
AND WHEREAS the PRINCIPAL/Owner values full compliance with all relevant laws of the land, rules,
regulations economic use of resources and of fairness/transparency in its relation with Bidder(s)
/Contractor(s)/Counter Party(ies).
AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent
External Monitors (IEM) to monitor the Tender (RFP) process and the execution of the Contract for
compliance with the principles as laid down in this Agreement.
WHEREAS THE Principal proposes to procure the Goods/services and Counter Party is willing to
supply/has promised to supply the goods OR to offer/has offered the services and WHEREAS the
Counter Party is a private Company/Public Company/Government Undertaking/ Partnership,
constituted in accorded with the relevant law in the matter and the Principal is a Government
Company performing its functions as a registered Public Limited Company regulated by Securities
Exchange Board of India. NOW THEREFORE, To avoid all forms of corruption by following a system
that is fair, transparent and free from any influence prejudiced dealings prior to, during and
subsequent to the tenor of the contract to be entered into with a view to “- Enabling the PRINCIPAL
to obtain the desired goods/services at competitive price in conformity with the defined
specifications by avoiding the high cost and the distortionary impact of corruption on public
procurement, and Enabling the Counter Party to abstain from bribing or indulging in any type of
corrupt practice in order to secure the contract by providing assurance to them that their
competitors will also abstain from bribing and other corrupt practices and the PRINCIPAL will
commit to prevent corruption, in any form, by its officials by following transparent procedures. The
parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

I. Commitment of the Principal / Buyer

1. The Principal Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
a) No employee of the Principal/Owner, personally or through any of his/her family
members, will in connection with the Tender (RFP) or the execution of the contract,
procurement or services/goods, demand, take a promise for or accept for self or third
person, any material or immaterial benefit which the person not legally entitled to.

b) The Principal/Owner will, during the Tender (RFP) Process treat all Bidder(s)/Counter
Party(ies) with equity and reason. The Principal / Owner will, in particular, before and during
the Tender (RFP) Process, provide to all Bidder(s) / Counter Party (ies) the same information
and will not provide to any Bidder(s)/Counter Party (ies) confidential / additional
information through which the Bidder(s)/Counter Party (ies) could obtain an advantage in
relation to the Tender (RFP) Process or the Contract execution.

c) The Principal / Owner shall endeavor to exclude from the Tender (RFP) process any
person, whose conduct in the past been of biased nature.

2. If the Principal / Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal Code (IPC) / Prevention of Corruption Act, 1988 (PC Act) or is
in violation of the principles herein mentioned or if there is a substantive suspicion in this regard, the
Principal / Owner / SHCIL Services Ltd. will inform the Chief Vigilance Officer through the Vigilance
Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and
procedures.

II. Commitments of Counter Parties/Bidders

1. The Counter Party commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of bid or during any pre-
contract stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following. Counter Party (ies) / Bidders commits himself to observe
these principles during participation in the Tender (RFP) Process and during the Contract
execution.

2. The Counter Party will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the PRINCIPAL, connected
directly or indirectly with the bidding process, or to any person organization or third party
related to the contract in exchange for any advantage in the bidding, evaluation, contracting
and implementation of the contract.

3. The Counter Party further undertakes that it has not given, offered or promised to give
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to any
official of the Principal / SHCIL Services Ltd. or otherwise in procurement the Contract or
forbearing to do or having done any act in relation to the obtaining or execution of the
contract or any other contract with the Principal / SHCIL Services Ltd. for forbearing to show
favour or disfavor to any person in relation to the contract or any other contract with the
Principal / SHCIL Services Ltd.

4. Bidder / Counter Party shall disclose the name and address of agents and representatives,
if any, handling the procurement / service contract.

5. Bidder / Counter Party shall disclose the payments to be made by them to agents /
brokers; or any other intermediary if any, in connection with the bid / contract.
6. The Bidder / Counter Party has to further confirm and declare to the Principal / SHCIL
Services Ltd. that the Bidder / Counter Party is the original integrator and has not engaged
any other individual or firm or company, whether Indian or foreign to intercede, facilitate or
in any way to recommend to Principal / SHCIL Services Ltd. or any of its functionaries
whether officially or unofficially to the award of the contract to the Bidder / Counter Party
nor has any amount been paid, promised or intended to the be paid to any such individual,
firm or company in respect of any such intercession, facilitation or recommendation.

7. The Bidder / Counter Party has to submit a Declaration along with Technical Bid, as given
at Annexure. If bids are invited through a Consultant a Declaration has to be submitted
along with the Technical Bids as given at Annexure.

8. The Bidder / Counter Party, either while presenting the bid or during pre- contract
negotiation or before signing the contract shall disclose any payments made, is committed
to or intends to make to officials of SHCIL Services Ltd. /Principal, or their family members,
agents, brokers or any other intermediaries in connection with the contract and the details
of services agreed upon for such payments.

9. The Bidder / Counter Party will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of bidding process, bid evaluation,
contracting and implementation of the Contract.

10. The Bidder / Counter Party shall not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.

11. The Bidder shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the Principal / SHCIL Services Ltd. as part of
the business relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The Bidder / Counter Party also
Undertakes to exercise due and adequate care lest any such information is divulged.

12. The Bidder / Counter Party commits to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.

13. The Bidder / Counter Party shall not instigate or cause to instigate any third person
including their competitor(s) of bidding to commit any of the actions mentioned above.

14. If the Bidder / Counter Party or any employee of the Bidder or any person acting on
behalf of the Bidder / Counter Party, either directly or indirectly, is a relative of any of the
official / employee of Principal / SHCIL Services Ltd., or alternatively, if any relative of an
official / employee of Principal / SHCIL Services Ltd. has financial interest / stake in the
Bidder’s / Counter Party firm, the same shall be disclosed by the Bidder / Counter Party at
the time of filing of tender (RFP).

15. The term `relative’ for this purpose would be as defined in Section 2 Sub Section 77 of
the Companies Act, 2013.

16. The Bidder / Counter Party shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employees / officials of the
Principal / SHCIL Services Ltd.
17. The Bidder / Counter Party declares that no previous transgression occurred in the last
three years immediately before signing of this IP, with any other Company / Firm/ PSU/
Departments in respect of any corrupt practices envisaged hereunder that could justify
Bidder / Counter Party exclusion from the Tender (RFP) Process.

18. The Bidder / Counter Party agrees that if it makes incorrect statement on this subject,
Bidder / Counter Party can be disqualified from the tender (RFP) process or the contract, if
already awarded, can be terminated for such reason.

III. Disqualification from Tender (RFP) Process and exclusion from Future Contracts

1. If the Bidder(s) / Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article II above or in any other form, such
as to put his reliability or credibility in question, the Principal / SHCIL Services Ltd. is entitled
to disqualify the Bidder / Counter Party / Contractor from the Tender (RFP) Process or
terminate the Contract, if already executed or exclude the Bidder / Counter Party /
Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined by Principal /
SHCIL Services Ltd. . Such exclusion may be for a period of 1 year to 3 years as per the
procedure prescribed in guidelines of the Principal / SHCIL Services Ltd.

2. The Bidder / Contractor / Counter Party accepts and undertake to respect and uphold the
Principal / SHCIL Services Ltd.‘s absolute right to resort to and impose such exclusion.

3. Apart from the above, the Principal / SHCIL Services Ltd. may take action for banning of
business dealings / holiday listing of the Bidder / Counter Party / Contractor as deemed fit by
the Principal / Owner / SHCIL Services Ltd.

4. The Bidder / Contractor / Counter Party can prove that it has resorted / recouped the
damage caused and has installed a suitable corruption prevention system, the Principal /
Owner/ SHCIL Services Ltd. may at its own discretion, as per laid down organizational
procedure, revoke the exclusion prematurely.

IV. Consequences of Breach Without prejudice to any rights that may be available to the Principal /
SHCIL Services Ltd. / Owner under Law or the Contract or its established policies and laid down
procedure, the Principal / SHCIL Services Ltd. / Owner shall have the following rights in case of
breach of this Integrity Pact by the Bidder / Contractor(s) / Counter Party:-

1. Forfeiture of EMD / Security Deposit : If the Principal / SHCIL Services Ltd. / Owner has
disqualified the Bidder(s)/Counter Party(ies) from the Tender (RFP) Process prior to the
award of the Contract or terminated the Contract or has accrued the right to terminate the
Contract according the Article III, the Principal / SHCIL Services Ltd. / Owner apart from
exercising any legal rights that may have accrued to the Principal / SHCIL Services Ltd. /
Owner, may in its considered opinion forfeit the Earnest Money Deposit / Bid Security
amount of the Bidder / Contractor / Counter Party.

2. Criminal Liability: If the Principal / Owner / SHCIL Services Ltd. obtains knowledge of
conduct of a Bidder / Counter Party / Contractor, or of an employee of a representative or
an associate of a Bidder / Counter Party / Contractor which constitute corruption within the
meaning of PC Act, or if the Principal / Owner / SHCIL Services Ltd. has substantive suspicion
in this regard, the Principal / SHCIL Services Ltd. / Owner will inform the same to the Chief
Vigilance Officer through the Vigilance Officer.

V. Equal Treatment of all Bidders/Contractors / Subcontractors / Counter Parties

1. The Bidder(s) / Contractor(s) / Counter Party (ies) undertake (s) to demand from all
subcontractors a commitment in conformity with this Integrity Pact. The Bidder / Contractor
/ Counter-Party shall be responsible for any violation(s) of the principles laid down in this
Agreement / Pact by any of its sub-contractors / sub-vendors.

2. The Principal / SHCIL Services Ltd. / Owner will enter into Pacts on identical terms as this
one with all Bidders / Counterparties and Contractors.

3. The Principal / SHCIL Services Ltd. / Owner will disqualify Bidders / Counter Parties /
Contractors who do not submit, the duly signed Pact, between the Principal / Owner / SHCIL
Services Ltd. and the Bidder/Counter Parties, along with the Tender (RFP) or violate its
provisions at any stage of the Tender (RFP) process, from the Tender (RFP) process.

VI. Independent External Monitor (IEM)

1. The Principal / Owner / SHCIL Services Ltd. has appointed competent and credible
Independent External Monitor (s) (IEM) for this Pact. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this Integrity Pact.

2. The IEM is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chief Executive Officer and
Managing Director, SHCIL Services Ltd. Ltd.

3. The Bidder(s)/Contractor(s) / Counter Party(ies) accepts that the IEM has the right to
access without restriction, to all Tender (RFP) documentation related papers / files of the
Principal / SHCIL Services Ltd. / Owner including that provided by the Contractor(s) / Bidder /
Counter Party. The Counter Party / Bidder / Contractor will also grant the IEM, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to his
or any of his Sub-Contractor’s Tender (RFP) Documentation / papers / files. The IEM is under
contractual obligation to treat the information and documents of the Bidder(s) /
Contractor(s) / Sub-Contractors / Counter Party (ies) with confidentiality.

4. In case of tender (RFP)s having value of 5 crore or more, the Principal / SHCIL Services Ltd.
/ Owner will provide the IEM sufficient information about all the meetings among the parties
related to the Contract/Tender (RFP) and shall keep the IEM apprised of all the
developments in the Tender (RFP) Process.

5. As soon the IEM notices, or believes to notice, a violation of this Pact, he will so inform the
Management of the Principal / Owner /SHCIL Services Ltd. and request the Management to
discontinue or take corrective action, or to take other relevant action. The IEM can in this
regard submit non-binding recommendations. Beyond this, the IEM has no right to demand
from the parties that they act in a specific manner, refrain from action or tolerate action.

6. The IEM will submit a written report to the CEO & MD, SHCIL Services Ltd.. Within 6 to 8
weeks from the date of reference or intimation to him by the Principal / Owner / SHCIL
Services Ltd. and should the occasion arise, submit proposals for correcting problematic
situations.

7. If the IEM has reported to the CEO & MD, SHCIL Services Ltd. Ltd. a substantiated
suspicion of an offence under the relevant IPC/PC Act, and the CEO & MD, SHCIL Services
Ltd. has not within reasonable time taken visible action to proceed against such offence or
reported it to the Chief Vigilance Officer, the IEM may also transmit the information directly
to the Central Vigilance Officer.

8. The word `IEM’ would include both singular and plural.

VII. Duration of the Integrity Pact (IP)

This IP begins when both the parties have legally signed it. It expires for the Counter Party /
Contractor / Bidder, 12 months after the completion of work under the Contract, or till continuation
of defect liability period, whichever is more and for all other Bidders, till the Contract has been
awarded. If any claim is made / lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Integrity Pact as specified above, unless it is discharged / determined
by the CEO & MD SHCIL Services Ltd.

VIII. Other Provisions

1. This IP is subject to Indian Law, place of performance and jurisdiction is the Head Office /
Regional Offices of the SHCIL Services Ltd. /Principal / Owner who has floated the Tender
(RFP).

2. Changes and supplements in any Procurement / Services Contract / Tender (RFP) need to
be made in writing. Change and supplement in IP need to be made in writing.

3. If the Contractor is a partnership or a consortium, this IP must be signed by all the


partners and consortium members. In case of a Company, the IP must be signed by a
representative duly authorized by Board resolution.

4. Should one or several provisions of this IP turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.

5. Any dispute or difference arising between the parties with regard to the terms of this
Agreement / Pact, any action taken by the Principal / Owner / SHCIL Services Ltd. in
accordance with this Agreement / Pact or interpretation thereof shall not be subject to
arbitration.

IX. Legal and Prior Rights

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and / or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agrees that this Pact will have precedence over the Tender (RFP) / Contract
documents with regard to any of the provisions covered under this Integrity Pact.
IN WITHNESS WHEREOF the parties have signed and executed this Integrity Pact (IP) at the place and
date first above mentioned in the presence of the following witnesses:-
-------------------------------------------------------------------
(For and on behalf of Principal / Owner / SHCIL Services Ltd.
-------------------------------------------------------------------------
(For and on behalf of Bidder / Counter Party / Contractor)

WITNESSES:
1. _______________________________________ (Signature, name and address)
2. ________________________________________ (Signature, name and address)

Note: In case of Purchase Orders wherein formal agreements are not signed references to witnesses
may be deleted from the past part of the Agreement.

Covering Letter on SHCIL Services Ltd.’s Letterhead (Annexure-I of Integrity Pact)


Sub: RFP/IT/2016-17/003 Dated: 08/10/2016 for RFP for E-KYC Software
Dear Sir,

DECLARATION

SHCIL Services Ltd. hereby declares that SHCIL Services Ltd. has adopted Integrity Pact (IP) Program
as advised by Central Vigilance Commission vide its Letter No. 015/VG:/012-276469 dated February
25, 2015 and stands committed to following the principles of transparency, equity and
competitiveness in public procurement. The subject Notice Inviting Tender (RFP) (NIT) is an invitation
to offer made on the condition that the Bidder will sign the Integrity Agreement, which is an integral
part of tender (RFP) documents, failing which the tender (RFP)er / bidder will stand disqualified from
the tender (RFP)ing process and the bid of the bidder would be summarily rejected. This Declaration
shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as
acceptance and signing of the Integrity Agreement on behalf of the SHCIL Services Ltd.

Yours faithfully,

For and on behalf of SHCIL Services Ltd.


(Authorized Signatory)
Annexure-4
Compliance Statement
(To be submitted along with technical bid)

Subject: RFP for E-KYC Software

Ref: RFP/IT/2016-17/003 Dated: 08/10/2016

DECLARATION
We understand that any deviations mentioned elsewhere in the bid will not be considered and
evaluated by the SHCIL Services Ltd. We also agree that the SHCIL Services Ltd reserves its right to
reject the bid, if the bid is not submitted in proper format as per subject RFP.

Sr. No. Item / Clause of the RFP Compliance (Yes / No) Remarks / Deviations
(if any)

1 Objective of the RFP

2 Scope of Work

3 Eligibility Criteria

4 Service Level Agreement (SLA) /


Scope of Work

5 Non-Disclosure Agreement

6 Payment Terms

7 Bid Validity

8 Right to alter RFP

9 No Commitment to Accept Lowest or


Any Tender (RFP)

10 Governing Law and Disputes

11 Force Majeure

12 Compliance Requirements

13 Resolution of Disputes

14 Integrity Pact
15 Ownership and Retention of
Documents

16 All General & Other Terms &


Conditions in the RFP

17 Requirement

18 Bid Formats (Technical & Indicative


Price Bid)

19 Annexures in the RFP

(If Remarks/Deviations column is left blank it will be construed that there is no deviation from the
specifications given above)

Date: Signature with seal

Name & Designation


Annexure-5
Details of the vendor (bidder) profile
(To be submitted along with Technical Bid)
Details filled in this form must be accompanied by sufficient documentary evidence, in order to
verify the correctness of the information.
Vendor (bidder) Profile

SN Parameters Details furnished by the Details of proof


bidder submitted
1 Name of the
firm/Company
2 Year of establishment

3 Names of the
Partners/Directors
Addresses

Head Office

4 Contact person

a) Name

b) Telephone number

c) E-mail Address

5 Financial parameters of
vendor (bidder)
Business Results Turn over Profit
Previous Year FY (Y1)

Y1 minus 1

Y1 minus 2

(Only company figures (Mention the above amount


need to be mentioned. in INR only )
Not to include group
figures)
6 Details of the similar
assignments executed by
the vendor (bidder)
Details of the similar assignments executed by the vendor (bidder) facilitate SHCIL Services Ltd. to
verify the correctness of the information.

Place:

Date: Signature of authorized official, designation and stamp

Annexure-6
(To be submitted along with Technical Bid)
To,
SHCIL Services Ltd.
Plot No. P-51, T.T.C. Industrial Area
M.I.D.C., Mahape, Kalyan-Shil Road
Navi Mumbai PIN 400710

Dear Sir,
Sub: RFP Reference No. RFP/IT/2016-17/003 Dated: 08/10/2016

With reference to the above RFP, having examined and understood the instructions, terms and
conditions forming part of the RFP.

We further confirm that the offer is in conformity with the terms and conditions as mentioned in the
RFP. We also confirm that the offer shall remain valid for 90 days from the date of the offer. We also
confirm that we also comply terms and conditions.

We also understand and accept that SHCIL Services Ltd. can modify, amend, alter and/or cancel the
entire RFP at any stage without assigning any reason whatsoever. We further understand and accept
that SHCIL Services Ltd.’s decision in this regard will be final and binding on us.

We also accept that the SHCIL Services Ltd.’s decision(s) with reference to this RFP pertaining to
evaluation process of bidder responses will be final and binding on us. We also understand and
accept that no queries will be entertained in this regard by SHCIL Services Ltd..

SHCIL Services Ltd. is not bound to accept the lowest or any bid received by SHCIL Services Ltd., and
it may reject all or any bid. If our bid is accepted, we are responsible for the due performance of the
contract.

Authorized Signatories
(Name & Designation, seal of the firm)

Date:
Place:

You might also like