Request For Proposal (RFP) : Choosing The Right Consultant/consultancy Services
Request For Proposal (RFP) : Choosing The Right Consultant/consultancy Services
Request For Proposal (RFP) : Choosing The Right Consultant/consultancy Services
• 1.3.1 General
• a. While every effort has been made to provide comprehensive and accurate
background information and requirements and specifications, Bidders must form their
own conclusions about the consultancy support required. Bidders and recipients of
this RFP may wish to consult their own legal advisers in relation to this RFP.
• b. All information supplied by Bidders may be treated as contractually binding on the
Bidders, on successful award of the assignment by the Bank on the basis of this RFP.
• c. No commitment of any kind, contractual or otherwise shall exist unless and until a
formal written contract has been executed by or on behalf of the Bank. Any
notification of preferred bidder status by the Bank shall not give rise to any
enforceable rights to the Bidder. Bank may cancel this public procurement at any time
prior to a formal written contract being executed by or on behalf of the Bank.
• d. This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
1.3 Instructions to the Bidders
a. Bank shall hold a pre-bid meeting with the prospective bidders on 23/06/2015 at
3.00 p.m. at Dena Bank, Dena Corporate Centre, First Floor, Meeting Room, C-10, G
Block, Bandra Kurla Complex Bandra (E), Mumbai 400 051
b. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach
to [email protected]; on or before noon of 23/06/2015.
d. Bank shall not be responsible for ensuring that the bidders queries have been
received by us. Any requests for clarifications after the indicated date and time may not
be entertained by the Bank.
1.3.4 Key Requirements of the Bid
• 1.3.4.1 Right to Terminate the Process
a. Bank may terminate the RFP process at any time and without assigning any reason.
Bank makes no commitments, express or implied, that this process will result in a
business transaction with anyone.
b. This RFP does not constitute an offer by Bank. The bidder's participation in this process
may result in Bank selecting the bidder to engage towards execution of the contract.
1.3.4.2 RFP Document Fees
• Tender document may be downloaded from the Banks website(hard copies of the
tender document will not be provided) and non-refundable tender fee of 10,000/=
( Rupees Ten thousands only)should be deposited to the account as per the details
hereunder and copy of transaction receipt has to be submitted on or before last date of
the tender submission.
• Proposals received without or with inadequate RFP Document Fees shall be rejected.
1.3.4.4 Submission of Proposals
• a. The bidders should submit their responses as per the format given in this RFP in
the following manner
Response to Pre-Qualification Criterion - (1 Original + 1 Copy + 1CD) in first
envelope
Technical Proposal - (1 Original + 1 Copy + 1 CD) in second envelope
Commercial Proposal - (1 Original) in third envelope
• b. The Response to Pre-Qualification criterion, Technical Proposal and Commercial
Proposal (As mentioned in previous paragraph) should be covered in separate
sealed envelopes super- scribing “Pre-Qualification Proposal”, "Technical Proposal"
and “Commercial Proposal” respectively. Each copy of each bid should also be
marked as "Original" OR "Copy" as the case maybe.
• c. Please Note that Prices should not be indicated in the Pre-Qualification Proposal
or Technical Proposal but should only be indicated in the Commercial Proposal.
1.3.5 Preparation and submission of Proposal
• 1.3.5.1 Proposal Preparation Costs
• The bidder shall be responsible for all costs incurred in connection with participation in the
RFP process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of
proposal, in providing any additional information required by Bank to facilitate the
evaluation process, and in negotiating a definitive contract or all such activities related to the
bid process.
• 1.3.5.2 Language
• The Proposal should be filled by the bidders in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in
English language is to be duly attested by the Bidders. For purposes of interpretation of the
documents, the English translation shall prevail.
• 1.3.5.3 Venue & Deadline for Submission of proposals
• Proposals, in its complete form in all respects as specified in the RFP, must be Submitted to
Bank at the address specified below
• 1.3.5.4 Late Bids
1.3.7 Evaluation process
• a. Bank will constitute a Proposal Evaluation Committee to evaluate the responses of the
bidders.
• b. The Proposal Evaluation Committee constituted by the Bank shall evaluate the responses
to the RFP and all supporting documents/documentary evidence. Inability to submit
requisite supporting documents/documentary evidence, may lead to rejection of bid.
• c. Decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP
shall be final. No correspondence will be entertained outside the process of evaluation with
the Committee.
• d. The Proposal Evaluation Committee may ask for meetings/presentations with the Bidders
to seek clarifications on their proposals
• e. The Proposal Evaluation Committee reserves the right to reject any or all proposals based
on any deviations.
• f. Each of the responses shall be evaluated as per the criterions and requirements specified
in this RFP.
1.3.7 Evaluation process
• 1.3.7.1 Tender Opening
• The Proposals submitted upto 3.00 pm on 14/07/2015 will be opened at 3.30 pm on 14/07/2015 by
officer authorized by the Bank, in the presence of such of those Bidders or their representatives who may
be present at the time of opening.
• The representatives of the bidders should be advised to carry the identity card or a letter of authority
from the tendering firms to identify their bonafide for attending the opening of the proposal.
• 1.3.7.2 Tender Validity
• The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of
submission of Tender.
• 1.3.7.3 Tender Evaluation
• a. Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-
responsive. If Proposals;
Are not submitted as specified in the RFP document
Received without the Letter of Authorization (Power of Attorney)
Are found with suppression of details
1.4 Criteria for Evaluation
*It is mandatory that bidder to provide details of project handled, brief of the assignment,
period relevant to scope of the tender.
Bidders, whose bids are responsive, based on minimum qualification criteria as in Pre-Qualification
Criteria and score atleast 70 Marks from the technical evaluation criteria would be considered as
technically qualified.
1.4.3 Commercial Bid Evaluation
• a. Commercial evaluation will be through Online Reverse Auction. However bidders
are required to submit indicative commercial offers along with technical offers. The
indicative commercial offers will be opened before reverse auction in the presence of
the technically qualified bidders.
• b. Technical scores obtained by each bidder will be finalized and put in sealed
envelope in the presence of the bidders before the reverse auction. The envelope will
be opened in the presence of the bidder after the completion of the reverse auction.
• c. Lowest Financial Bids of technically qualified bidders quoted during the online
reverse auction will be considered for calculation of financial score as mentioned in
point-e below.
• Financial Score of a Bidder (Fn) = {(Commercial Bid of L1/Commercial Bid of the
Bidder) X100}% (Adjusted to two decimal places)
• d. Bid price should be inclusive of all fees, expenses, taxes except service tax which
will be paid on actuals
1.4.4 Combined and Final Evaluation
• a. The technical and financial scores secured by each bidder will be added using
weightage of 70% and 30% respectively to compute a Composite Bid Score.
• b. The bidder securing the highest Composite Bid Score will be adjudicated as
the most responsive Bidder for award of the Project. The overall score will be
calculated as follows:-
• Bn= 0.70*Tn +0.30*Fn where
Bn = overall score of bidder
Tn = Technical score of the bidder (out of maximum of 100marks)
Fn = Normalized financial score of the bidder
• c. In the event the bid composite bid scores are “tied‟, the bidder securing the
highest technical Score will be adjudicated as the Best Value Bidder for award of
the Project.
1.8 Scope of Work
• 1.8.1 Project Objective
• The Bank wishes to appoint a competent technical consultant for its various IT
projects and initiatives proposed to be taken up in the next 2 years. The advisory
services of the consultant are required for all phases of the proposed IT projects of
the bank and includes inter alia, defining the strategy for the IT project, current
system study, defining specifications and requirements for the projects, preparation
of RFP, vendor evaluation and selection and project managing the implementation.
The Consultant will be responsible as per the scope outlined in the below section.
• The scope shall be divided into two phases.
Phase 1: The bidder shall review the IT framework and formulate the IT Strategy. This
phase shall be completed within duration of 6 months.
Phase II: The bidder shall assist the bank in implementation of the recommendations
identified during Phase I. This phase shall be completed preferably within 18 months.
Phase I: Review the IT framework and formulate the IT Strategy
• The bidder shall review the current IT framework and formulate the IT Strategy for
the Bank. The bidder is expected to perform a detailed assessment of the technology
framework of the Bank. The detailed assessment should be aimed at reviewing the
technology framework not only from the perspective of the current business
requirements but also consider the future business growth (expected estimate of
20% YOY growth), regulatory, risk and technology trends. The assessment should
guide and assist the Bank in optimizing the current technology deployment as well as
adapt for future demands. The assessment shall, at least, cover the following areas:
• Renewal of CBS outsourcing agreement
• Review of current IT infrastructure/framework
• Review of IT Governance/Security
• Finacle Migration
• Regulatory Compliance
• Banking Trends
Phase II: Implementation of the recommendations identified during Phase
I
The bidder and the bank shall collectively discuss and agree upon the
criticality, roadmap & priority to be adopted and month wise implementation
plan / timeline of each of the gaps observed / recommended initiatives those
to be undertaken during the next 18 months
The bidder is expected to use its own expertise in determining the
recommendations from the IT Strategy. The scope for Phase II is as defined
below:
1. Providing Assistance to Dena Bank on all Information Technology related aspects
2. Provide Assistance for Vendor Evaluation and Selection for IT related tasks and projects
3. Testing Services