Request For Proposal
Request For Proposal
2016
CRM DEPARTMENT,
STATE BANK GLOBAL IT CENTRE,
3rd FLOOR, KAPAS BHAWAN,
PLOT NO. 3A, SECTOR 10,
CBD BELAPUR,
NAVI MUMBAI-400614, MAHARASHTRA
Contact [email protected]
State Bank of India Engagement of Business Transformation Specialist For Customer Relationship Management & Project IMPACT for State Bank Group
Table of Contents
Table of Contents
1. Bid Details ........................................................................................................... 4
2. Overview ............................................................................................................. 5
3. Purpose ............................................................................................................... 5
4. Invitation .............................................................................................................. 5
5. RFP Terminology ................................................................................................ 5
6. Eligibility Criteria.................................................................................................. 6
7. Scope of Work..................................................................................................... 6
8. Disclaimer ......................................................................................................... 12
9. Performance Bank Guarantee (BG) .................................................................. 14
10. Bidding Document ............................................................................................. 14
11. Bidding Process ................................................................................................ 15
12. Preparation and Submission of Bids ................................................................. 16
13. Opening and Evaluation of Bids ........................................................................ 20
14. Award & Signing of Contract ............................................................................. 23
15. Subcontracting .................................................................................................. 24
16. Conflict of Interest ............................................................................................. 24
17. Patent Rights..................................................................................................... 26
18. Limitation of Liability .......................................................................................... 26
19. Powers to Vary or Omit Work ............................................................................ 27
20. No Waiver of Bank Rights or Successful Bidders Liability ................................ 27
21. Inspection, Quality Control and Audit ................................................................ 28
22. Cancellation of Contract .................................................................................... 28
23. Delays in the Consultants performance in successful implementation of the
project ...................................................................................................................... 28
24. Liquidated Damages ......................................................................................... 29
25. Termination for Default ...................................................................................... 29
26. Force Majeure ................................................................................................... 29
27. Termination for Insolvency ................................................................................ 30
28. Governing Law and Disputes (Applicable in case of successful bidder only) .... 30
29. Governing language .......................................................................................... 31
30. Governing Law .................................................................................................. 31
31. Notices .............................................................................................................. 31
32. Taxes and Duties .............................................................................................. 31
33. Consultants Obligation ..................................................................................... 32
1. Bid Details
Sr.No. Particulars Details
1. Date of commencement Date: 27.12.2016
of Bidding Process
2. Last date and time for Date: 29.12.2016 by 3.00 p.m.
receipt of written queries
for clarification from
bidders
2 (a) Pre-Bid Meeting Date: 30.12.2016 Time: 11.00 a.m.
3. Last Date and Time for Date: 12.01.2017 Time: 03.00 p.m.
Bid Submission Any proposal received by SBI after this date and time will be
returned unopened to the bidder
4. Date and Time of Date: 12.01.2017 Time: 03.30 p.m.
Technical Bid Opening Representatives of Bidder may be present during opening of
Technical Bid. However, Technical Bids would be opened
even in the absence of any or all of the bidders representatives
5. Presentation cum To be scheduled and would be informed to the bidders.
Interview
(Date & Venue)
6. Place of Pre-Bid Meeting State Bank of India,
/ opening of Bids Global IT Centre,
CRM Department,
Conference Room,
3rd Floor, Kapas Bhawan,
Plot no. 3A, Sector 10,
CBD Belapur, Navi Mumbai 400614.
7. Address for Deputy General Manager (CRM),
communication (Bank) State Bank of India, Global IT Centre,
CRM Department,
3rd Floor, Kapas Bhawan,
Plot no. 3A, Sector 10,
CBD Belapur, Navi Mumbai 400614
Email: [email protected]
CC: [email protected], [email protected]
8. Bid Security/ Earnest Rs. 5,00,000/- (Rupees Five Lacs Only) in the form of Bank
Money Deposit (EMD) Guarantee as per Annexure I. EMD should be enclosed with
Technical Bid.
9. Bidder Contact Details Bidder to Provide following information:
1.Name of the Company
2.Contact Person
3.Mailing address with Pin Code
4.Telephone number and Fax number
5. Mobile Number
6. e-mail
10. Date of Commercial Bid On a subsequent date which will be communicated to such
Opening bidders who qualify in the Technical Bid. There may be a
reverse auction.
2. Overview
2.1 State Bank of India (SBI) is the largest Bank with a network of over 15,800+ branches
spread across India. The Bank has presence in 36 countries across the globe. The Bank
offers wide range of products and services to both Corporate and Retail Customers. The
Bank also has one of the largest networks of more than 51,500+ ATMs spread across
geographical locations. State Bank Group (SBG) comprising of SBI, Banking and Non-
Banking Subsidiaries and Joint Ventures is the largest financial conglomerate of India.
3. Purpose
3.1 SBI is requesting proposals for the engagement of a Business Transformation Specialist
(BTS) for a period of 18 (eighteen) months for consultation and project management
for the implementation of Customer Relationship Management (CRM) solution at SBI
(domestic, foreign branches/subsidiaries), Associate Banks, SBI Life Insurance Co.
Ltd. (SBI Life) and SBICAP Securities Ltd. (SSL), and implementation of IMPACT
User Interface, Master Data Management (MDM) solution and other solutions within
the SBG.
3.2 The Request for Proposal (RFP) is being floated by SBI. Bidders interested in
participating in this offer are required to respond to this document in detail and
communicate their eligibility and technical qualification information. The same will be
used in evaluating Bidders responses based on which final Bidder will be selected.
4. Invitation
4.1 The Bank invites Proposals (the Proposals) for selection of a Business
Transformation Specialist (the Consultant) who shall provide consultancy services in
conformity with the Scope of Work as defined in this RFP document.
4.2 The bidders desirous of taking up the project for supply of above services to SBI are
invited to submit their technical and commercial proposal in response to this RFP. The
criteria and the actual process of evaluation of the response to this RFP and subsequent
selection of the successful bidder will be entirely at Banks discretion. The applicants
should have the necessary experience, capability and expertise to perform as per the
scope of work adhering to Banks requirements/terms and conditions outlined in this
RFP.
4.3 This RFP is not an offer by SBI, but an invitation to receive responses from the Bidders.
No contractual obligation whatsoever shall arise from the RFP process unless and until
a formal contract is signed and executed by duly authorized official(s) of SBI with the
selected Bidder. The Bank also reserves the right to not select any of the Bidders as also
to stop the entire process of selection.
5. RFP Terminology
Definitions Throughout this RFP, unless inconsistent with the subject matter or context:
5.1 Bank - State Bank of India (Domestic, Foreign branches/subsidiaries) and five
Associate Banks (State Bank of Bikaner & Jaipur, State Bank of Travancore, State Bank
of Mysore, State Bank of Hyderabad and State Bank of Patiala) combined
5.2 SBI State Bank of India (Domestic, Foreign branches/subsidiaries)
5.3 SBG State Bank Group, including SBI, Banking and Non-Banking Subsidiaries and
Joint Ventures in India and outside India and existing and future
branches/offices/subsidiaries/joint ventures, including mergers, in India and/or outside
India.
5.4 Applicant/Bidder An eligible entity/firm submitting a Proposal/Bid in response to this
RFP.
5.5 BTS Business Transformation Specialist
5.6 Consultant/Successful bidder Selected Bidder under this RFP.
5.7 Proposal/Bid the Bidders written reply or submission in response to this RFP.
5.8 RFP the request for proposal (this document) in its entirety, inclusive of any addition/
modification/ clarification/ amendment/ corrigendum that may be issued by the Bank.
5.9 Consultancy Service Consultancy Service means all services, scope of work and
deliverables to be provided by a Bidder as described in the RFP and include services
ancillary to the services and other obligation of the Consultant covered under the RFP.
5.10 Contract means the Contract signed by the Parties and all the attached documents and
the Appendices, consequent to the completion of the proceedings as per the RFP.
5.11 Day means calendar day.
5.12 Parties Party or Parties means the SBI or Service provider or both as the case may be.
5.13 Personnel means professionals and support staff provided by the Consultant.
5.14 Proposal means the Technical Proposal and Commercial Proposal.
5.15 Assignment / job means the work to be performed by the Consultant pursuant to the
Contract.
5.16 Terms of Reference (TOR) means the document included in the RFP which explains
the scope of work, activities, tasks to be performed.
5.17 Project Cost - Project cost would be the total consideration that the Bank has to pay in
accordance with the payment schedule to complete the consultancy service as per the
terms of the RFP/contract.
5.18 Man month cost means the blended cost for Senior, Middle, and Lower level
consultants which Bank has to pay to complete the consultancy services as per the terms
of the RFP/contract.
5.19 TOC means Total cost of Operation(s).
6. Eligibility Criteria
Bid is open to all Bidders who fulfil the complete eligibility criteria as per Annexure B.
7. Scope of Work
7.1 Introduction
State Bank Group comprising of SBI, Banking and Non-Banking Subsidiaries and Joint
Ventures is the largest financial conglomerate of India. Number of customer touch points
for SBI is the largest among banks in India. However, the Bank is not able to capitalize
on this reach. The sales and marketing processes today, are not co-ordinated and focused.
Also, there is very limited focus to engage customers on various social media platforms.
Hence, the Bank intends to completely digitize its disparate sales and marketing processes
by implementation of CRM and IMPACT Platform, through Project IMPACT.
Project IMPACT is envisaged to augment cross selling and cross servicing opportunities
at the group level. The objective of IMPACT is to enable any authorised employee,
business partner, agent or associate (group representative henceforth) of any of SBG to
sell any product of the Group and service any request, complaint of any group entity
subject to regulatory guidelines.
Key benefits targeted are improved lead conversion ratio, lower customer acquisition
costs, create a positive brand impact, lower time required for customer service and
facilitate efficient and quick decision making for management through analytics and
reporting to name a few. Also, SBG intends to improve cross selling and cross servicing
across the group by leveraging its vast network. For implementation of Project IMPACT,
SBI has already identified a System Integrator and various solutions viz. CRM, MDM,
etc. With this RFP, SBI intends to identify a consultant as a Business Transformation
Specialist (BTS) for providing necessary Technical and Functional resources who will
supervise the overall implementation of Project IMPACT for a period of (18) eighteen
months. The Bank on its discretion may extend the engagement up to a maximum of six
months, on the same terms and conditions.
7.2 Proposed Solutions to be implemented across SBG as part of CRM & Project
IMPACT
7.3.1 Deliverables
The selected bidder is expected to perform the following scope for project
management and governance:
i. Set up the Project Management Office (PMO) and framework comprising of:
(a) Project Management Plan in line with Implementation Plan
(b) Schedule Management Plan
(c) Periodic reports for monitoring and management of the project milestones
(d) Coordinate and manage schedule variance, dispute resolutions, etc.
(e) Validation of low level plan submitted by the System Integrator, test plan and test
cases through on-premises dedicated resources.
(f) Validation of training plan and monitoring its execution
(g) Providing expert guidance to ensure compliance required for the project e.g.
regulatory
(h) Providing expert professionals who shall draft internal policies, procedures,
processes for all the applications listed in section 2.1 above, ensure their
implementation, also conduct a self-assessment after implementation to ascertain
gaps and arrange for remedial actions.
(i) Project Quality Management procedures
(j) Configuration Management Plan
(k) Communication Management Plan
(l) Action Tracker
ii. Apply the relevant project management practices necessary for implementation of
the project in a timely and cost effective manner.
iii. Provide stipulated number of skilled resources with expertise in the area of project
management with the required technical-functional skills and experience in
different solution components of the project.
iv. Provide assistance to the Bank throughout the entire life cycle of the project
implementation by managing and reviewing the following indicative project
management deliverables during various phases of the project:
a) Control Specification Document
b) Business Process Document
c) Gap Assessment Document
d) Customization Strategy Document
e) User Acceptance Test Plan
f) Performance Benchmarking Report for proposed solutions
g) Data Migration Strategy Document
h) Training Material
i) Acceptance testing of proposed IT infrastructure components at DC and DRC
of all the entities which are part of the implementation
v. Conduct periodic reviews to ensure performance monitoring and improvement on
the defined project plan, reporting framework.
vi. Highlight issues / gaps / concern areas during the periodic reviews to ensure
corrective action.
vii. Assist the Bank in managing implementation phases including but not limited to
Pilot Site Roll Out, Final Roll Out, Training, Performance Benchmarking etc.
viii. Assist the Bank in closure of issues pending for resolution and manage schedule
variance, dispute resolutions etc.
ix. Review the resolution provided by the Vendor and offer solutions to the Bank
based on the industry best practices
x. Review the progress made in the implementation of the project vis a vis the
timelines (review frequency shall be suggested by the Bank)
xi. Track customization and gaps
xii. Monitor closure of gaps and customizations as per the Implementation Schedule.
xiii. Provide regular updates to the Project Steering Committee and the Board, as and
when required by the Bank
xiv. Participate in all technical and functional discussions relating to the project
xv. Provide expert resources who will draft and finalize the Policies, Processes,
Standard Operating Procedures, etc. required for implementation of all above
solutions. The expert group will also be required to make presentation to various
7.3.2 To provide competent resources as specialists for CRM & Project IMPACT
a) The Bank expects a minimum number of 15 member team (one Project Director,
seven Project Managers & seven Project Team members). The bidder may provide
for additional specialised resources as per their assessment of the SOW.
b) As a part of scope of this RFP, the Bidder needs to provide competent technical
and functional resources for supervising and managing overall implementation of
proposed solutions for a period of eighteen months. The Bank expects a team of at
least fifteen persons (one Project Director, minimum seven Project Managers and
minimum seven Project team members) who shall be required to work from SBI
premises during the contract period. The Bidder may assign additional resources,
if deemed necessary. In addition to the resources who are onsite, the bidder will be
required to depute expert resources to handle specific requirements, as the project
demands. The Project Managers should have experience in CRM, MDM, DLP, IT
Security, Networking and Analytics.
c) The resources would be required to monitor and manage the implementation of the
proposed solutions, which are part of CRM & Project Impact, within the SBG,
including but not limited to SBI, Associate Banks, SBI Life, SSL, etc.
d) The Consultant shall mobilise and demobilise its Professional Personnel and
Support Personnel with the concurrence of the Bank and shall maintain the time
sheet / attendance sheet of the working of all Personnel in the Project Management
Office. These time sheets / attendance sheets shall be made available to the Bank
as and when asked for and a copy of such record shall be submitted to the Bank at
the end of each calendar month.
e) The team composition submitted in response to this RFP shall remain the same and
will not be altered later in any manner. The Bank will not consider substitution of
professional staff during the Agreement period unless both parties to the
Agreement agree that undue delay makes such substitution unavoidable or for
reasons such as death or medical incapacity or if the professional staff has left the
organization. Any proposed substitute shall have equivalent or better qualifications
and experience than the original candidate and be submitted by the Consultant
within the period of time specified by the Bank. Such substitution shall only be
effected with prior written approval of the Bank.
f) Bank will evaluate the replacement and only if the Bank is satisfied will it accept
the change. Acceptance and rejection of any personal would be at the sole
discretion of the Bank and binding on the successful Bidder
g) The Bank shall have the unfettered right to seek any information from the
successful Bidder about such member of the team who is not available due to
reasons beyond the control of the Bidder.
7.3.3 Meetings
The Bank may review with the Consultant, any or all of the documents and advices
forming part of the Consultancy, in meetings and conferences which will be held at the
location(s) communicated by the Bank. Further, the Consultant may be required to
attend meetings and conferences with System Integrators or the Original Equipment
Manufacturers or other partners of SBI in the Project. Cost of
8. Disclaimer
8.1 The information contained in this RFP document or information provided subsequently
to bidder(s) or applicant(s) whether verbally or in documentary form/ email issued for
the eligible and interested bidders, by or on behalf of State Bank of India, is provided
on the terms and conditions set out in this document and all other terms and conditions
subject to which such information is provided. The purpose of this RFP document is to
provide the Bidder(s) with information to assist the formulation of their Proposals. This
RFP document does not purport to contain all the information that a Bidder may require.
This RFP document may not be complete in all respects, and it is not possible for the
Bank and their employees to consider the business / investment objectives, financial
situation and particular needs of each Bidder, who reads or uses this RFP document.
Each Bidder should conduct its own investigations and analysis and should check the
accuracy, reliability and completeness of the information in this RFP document and
wherever necessary they should obtain independent advice from appropriate sources.
The Bank may, in their absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information in this RFP document.
8.2 The Bank, its employees and advisors make no representation or warranty and shall
have no liability to any person, including any Applicant or Bidder under any law,
statute, rules or regulations or tort, principles of restitution or unjust enrichment or
otherwise for any loss, damages, cost or expense which may arise from or be incurred
or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, completeness or reliability of the RFP and any
assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way for participation in this Bid Stage.
8.3 This RFP is neither an agreement nor an offer by the Bank, but an invitation for
responses to the issues pertaining to consultancy service by SBI as contained in Section-
7 of this document. No contractual obligation on behalf of the Bank, whatsoever, shall
arise from the RFP process unless and until a formal agreement is signed and executed
by duly authorized officers of the Bank and the finally selected Bidder. It may be noted
that issuance of RFP does not confer any right to be invited to participate further in the
implementation of CRM & Project Impact for State Bank Group, and the Bank shall
have unfettered rights and discretion in its decision regarding such matters and
finalisation or completion of further steps in respect of the RFP.
8.4 The Bidders, by accepting this document, agree that any information contained herein
may be superseded by any subsequent written information on the same subject made
available to the recipient or any of their respective officers or published in the Banks
website. It is also understood and agreed by the Bidder/s that decision of the Bank
regarding selection of the Bidder will be final and binding on all concerned. No
correspondence in this regard, verbal or written, will be entertained.
8.5 The Bank reserves the right to amend, modify, vary, add, delete, accept or cancel, in
part or full, any condition or specification of all proposals / orders / responses, without
assigning any reason thereof before evaluation of technical bids. Each Bidder shall be
entirely responsible for its own costs and expenses that are incurred while participating
in the RFP, presentations and contract negotiation processes.
8.6 The Bank reserves the right at the time of award of contract to increase or decrease, the
scope of work without any change in price, other terms and conditions.
8.7 Notwithstanding anything contained in the RFP Document, the Bank reserves the right
to accept or reject any response and to annul the process and reject all responses at any
time prior to execution of the agreement with the Bidder to whom the contract is finally
awarded, without thereby incurring any liability to the affected Bidder or Bidders or
any obligation to inform the affected Bidder or Bidders of the grounds for the Banks
decision.
8.8 The Bank reserves the right to cancel the entire process at any stage at its sole discretion
without assigning any reason thereof.
8.9 It shall be the duty and responsibility of the Bidders to ensure themselves about the
legal, statutory and regulatory authority, eligibility and other competency of them to
participate in this RFP and to provide any and all the services and deliverables under
the RFP to the Bank.
8.10 Subject to any law to the contrary, and to the maximum extent permitted by law, SBI
and its Directors, officers, employees, Consultants, agents, and advisors disclaim all
liability from any loss or damage suffered by any person acting 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 omission, default, lack of care or
misrepresentation on the part of SBI or any of its officers, employees, Consultants,
agents or advisors.
10.2.2 The Bidder is expected to examine all instructions, statements, terms and specifications
in the bidding document. Failure to furnish all information required by the bidding
documents or submission of bid not responsive to the bidding documents in every
respect will be at the Bidders risk and may result in rejection of its bid. SBI has made
considerable effort to ensure that accurate information is contained in this RFP and is
supplied solely as guidelines for Bidders. Furthermore, during the RFP process, SBI
has disclosed or will disclose in the RFP and corrigendum/addenda, available
information relevant to the Scope of Work to the extent, detail, and accuracy allowed
by prevailing circumstances. Nothing in this RFP or any addenda is intended to relieve
Bidders from forming their own opinions and conclusions in respect of the matters
addressed in this RFP or any addenda.
10.3 Clarifications& Amendments
10.3.1 If deemed necessary the Bank may seek clarifications on any aspect from the bidder.
However that would not entitle the bidder to change or cause any change in the
substances of the bid already submitted or the price quoted. The bidder may be asked
to give presentation for the purpose of clarification of the bid.
10.3.2 The Bidder requiring any clarification of the bidding documents may obtain the same
by submitting written queries on or before 29.12.2016 by 3.00 pm to
[email protected]. and cc to [email protected], [email protected]
in the excel Format furnished at Annexure L.
10.3.3 At any time prior to the deadline for submission of bids, SBI reserves the right to modify
the bidding document by amendment.
10.3.4 Any clarification issued by SBI will be in the form of an addendum/ corrigendum and
will be uploaded in SBIs website https://www.sbi.co.in. The amendment / corrigendum
will be binding on bidders. SBI, at its discretion, may extend the deadline for
submission of bids in order to allow prospective bidders a reasonable time to take the
amendment / corrigendum into account, or for any other reason.
11.3 While submitting the bid, the Bidder is required to comply with inter alia the following
CVC guidelines detailed in Circular No. 03/01/12 (No.12-02-6 CTE/SPI (I) 2 / 161730
dated 13.01.2012). Commission has decided that in all cases of procurement, the
following guidelines may be followed:
i. In a tender, either the bidder on behalf of the Principal or Principal itself can bid but
both cannot bid simultaneously for the same item/product in the same tender. The
reference of item/product in the CVC guidelines refer to the final solution that
bidders will deliver to the customer.
ii. If a bidder submits bid on behalf of the Principal, the same bidder shall not submit a
bid on behalf of another Principal in the same tender for the same item/product.
11.4 Presentation-cum-interview
The short listed bidders will be asked to make a presentation before the selection
committee of the Bank on the approach and methodology, time frame for various
activities, strengths of the bidders in implementation of the proposed activity/relevant
used cases in the Bank. The technical capability of the bidders shall clearly reflect
during the presentation-cum-interview. Bids of those bidders who fail to attend the
presentation-cum-interview and make the presentation would be eliminated from
selection process at the discretion of the Bank.
12.2 The Bidders must provide individual and factual replies to specific questions asked in
the RFP.
iii. Confirming that the Bidder has quoted for all the items/services mentioned in
the bid in their commercial bid
iv. Supporting documents in respect of Eligibility Criteria as mentioned in Section
6 of this document.
c) Bidders information as per Annexure C on Bidders letter head
d) Certified copies of audited financial statements (and Annual reports, if applicable) for
the last three financial years (2015-16, 2014-15 and 2013-14)
e) Certificate from Bidders Statutory Auditors in original providing profit details for the
last three years, viz. 2015-16, 2014-15 and 2013-14.
f) A copy of board resolution or power of attorney showing that the signatory has been
duly authorized to sign the tender documents.
g) Response to all the points which will be considered for technical evaluation.
h) All other Annexures as applicable
i) Any other information considered relevant.
Project Impact for State Bank Group. Both the above mentioned envelops will be
sealed in an outer envelope which will bear the address of the Bank, RFP Notice
number, Consultancy name and the name and address of the Applicant. It shall bear on
top, the following: Do not open, except in presence of the Authorised Person of the
Bank. If the envelope is not sealed and marked as instructed above, the Bank assumes
no responsibility for the misplacement or premature opening of the contents of the
Proposal submitted and consequent losses, if any, suffered by the Applicant.
(2) All pages of the Bid document should be serially numbered and shall be signed by
the authorized person(s) only. The person(s) signing the bid shall sign all pages of
the bid and rubber stamp should be affixed on each page except for an un-amended
printed literature. The bidder should submit a copy of board resolution or power of
attorney showing that the signatory has been duly authorized to sign the tender
document.
(3) Any interlineations, erasures or overwriting shall be valid only if the person(s)
signing the bid sign(s) them.
(4) In case of any discrepancies between hard and soft copy, the hard copy will be
considered as base document.
(5) Bid should be typed and submitted on A4 size paper, spirally bound securely and in
serial order. Bidders responding to this RFP shall submit covering letter included
with the bid and compliance certification statement required for submission of a
proposal.
In the event of the target date for the receipt of bids being declared as holiday for the
Bank, the bids will be received till the target time on the next working day. The Bank
may at its discretion extend the bid submission date. The modified target date & time
will be notified on the web site of the Bank.
be considered for the selection process. Once the technical process is completed,
the bidders who score equal to or more than the minimum cut-off score will be
considered for commercial evaluation.
Here C and T are the commercial and technical scores of the respective
bidders.
For example: In a techno commercial evaluation weightage for technical
consideration is 70% and weightage for cost is 30%.
Three vendors namely A, B and C participated in the bid process and their
technical scores are as under:
A=60, (sixty), B=80 (eighty), C= 100 (hundred)
After converting them into percentile, we get
A= (60/100)*100 = 60 (sixty)
B= (80*100)*100= 80 (eighty)
C= (100/100)*100=100 (hundred)
The quoted prices for Vendor are as under:
A= INR 8000 (eight thousand), B= INR 9000 (nine thousand), C= INR10000
(ten thousand)
After e-reverse auction process, the final cost (lower cost quoted in e-reverse
auction or price bid, in this case its INR 8000) quoted by the bidders
converted into percentile score shall be as under:
A = (8000/8000)*100 = 100 (hundred)
B= (8000/9000)*100 = 89 (eighty nine)
C= (8000/10000)*100 = 80 (eighty)
As the weightage for technical parameter and cost are 70% and 30%
respectively, the final scores shall be calculated as under:
A= (60*0.7) + (100*0.3) = 72
B= (80*0.7) + (89*0.3) = 82.7
C= (100*0.7) + (80*0.3) = 94
Hence, C (being highest score) would be considered as the winner and
would be named as successful Bidder.
l. The contract/agreement will be based on bidders offer document with all its
enclosures, modifications arising out of clarifications, etc. and will include
Service Level Agreement (SLA) (furnished in Annexure K), project plan
phases & milestones and schedule, copies of all necessary documents,
licenses, certifications etc.
m. The Bank reserves the right to stipulate, at the time of finalization of the
contract, any other document(s) to be enclosed as a part of the final contract]
n. In case of a tie of Total Score between two or more bidders, the Bid with
higher technical score would be chosen as the successful Bidder.
o. Bank will notify the name of the Successful Bidder.
p. Commercial bid evaluation shall be considered as below in case of any kind
of discrepancy:
i. If there is a discrepancy between words and figures, the amount in
words shall prevail
ii. If there is a discrepancy between percentage and amount, the amount
calculated as per the stipulated percentage basis shall prevail
iii. If there is discrepancy between unit price and total price, the unit
price shall prevail
iv. If there is a discrepancy in the total, the correct total shall be arrived
at by Bank
v. In case the Bidder does not accept the correction of the errors as
stated above, the bid shall be rejected.
15. Subcontracting
15.1 As per scope of the RFP, subcontracting is explicitly prohibited for the present RFP.
16.1.1 The Bank requires that the Consultant provides professional, objective, and
impartial advice and at all times holds the Banks interests paramount, avoids
conflicts with other assignments or its own interests, and acts without any
consideration for future work.
16.1.2 The Consultant shall not accept or engage in any assignment that would be in
conflict with its prior or current obligations to other clients, or that may place
it in a position of not being able to carry out the assignment in the best interests
of the Bank.
A firm which has been engaged by the Bank to provide goods or works
or services for a project, and its Associates, will be disqualified from
providing consulting services for the same project save and except as
provided herein; conversely, a firm hired to provide consulting services for
the preparation or implementation of a project, and its Members or
Associates, will be disqualified from subsequently providing goods or
works or services related to the same project; or
the Applicant, its Member or Associate (or any constituent thereof), and the
bidder, if any, for the Project, its contractor(s) (s) or sub-contractor(s) (or
any constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in
cases where the direct or indirect shareholding or ownership interest of an
Applicant, its Member or Associate (or any shareholder thereof having a
shareholding of more than 5% (five per cent) of the paid up and subscribed
share capital of such Applicant, Member or Associate, as the case may
be,) in the bidder or Concessionaire, if any, or its contractor(s) or sub-
contractor(s) is less than 5% (five per cent) of the paid up and subscribed
share capital of such Applicant or its contractor (s) or sub-contractor (s); For
the purposes of this sub-clause (h), indirect shareholding shall be computed
in accordance with the provisions of sub-clause (a) above.
For purposes of this RFP, Associate means, in relation to the Applicant,
a person who controls, is controlled by, or is under the common control
with such Applicant (the Associate). As used in this definition, the
expression control means, with respect to a person which is a
company or corporation, the ownership, directly or indirectly, of more
than 50% (fifty per cent) of the voting shares of such person, and with
respect to a person which is not a company or corporation, the power
to direct the management and policies of such person by operation of law
or by contract.
An Applicant eventually appointed to provide Consultancy for this
Project, and its Associates, shall be disqualified from subsequently
providing goods or works or services related to the Project and any breach
of this obligation shall be construed as Conflict of Interest; provided that
the restriction herein shall not apply after a period of 5 (five) years from
the completion of this assignment or to consulting assignments granted by
banks/ lenders at any time; provided further that this restriction shall not
apply to consultancy/ advisory services performed for the B a n k in
continuation of this Consultancy or to any subsequent consultancy/ advisory
services performed for the Bank in accordance with the rules of the Bank.
For the avoidance of doubt, an entity affiliated with the Consultant shall
include a partner in the Consultants firm or a person who holds more
than 5% (five per cent) of the subscribed and paid up share capital of
the Consultant, as the case may be, and any Associate thereof.
nature, or acts of God, war, terrorism, riots, civil disorders, rebellions or revolutions,
acts of government authorities or other events beyond the reasonable control of non-
performing Party, is not a default or a ground for termination.
26.2 If Force Majeure situation arises the Consultant shall promptly notify the Bank in
writing within three days from the occurrence of such conditions and the cause thereof.
Unless otherwise agreed by SBI in writing, the Consultant shall continue to perform its
obligations under the contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure
event.
28. Governing Law and Disputes (Applicable in case of successful bidder only)
28.1 All disputes or differences whatsoever arising between the parties out of or in connection
with the contract or in discharge of any obligation arising out of the Contract (whether
during the progress of work or after completion of such work and whether before or after
the termination of the contract, abandonment or breach of the contract), shall be settled
amicably. If however, the parties are not able to solve them amicably, party (SBI or
Consultant), give written notice to other party clearly setting out therein specific
dispute(s) and/or difference(s) and shall be referred to a sole arbitrator mutually agreed
upon, and the award made in pursuance thereof shall be binding on the parties. Such
arbitrator will be jointly selected by the two parties and he/she may be an auditor, lawyer,
consultant or any other person of trust. In the absence of consensus about the single
arbitrator, the dispute may be referred to joint arbitrator; one to be nominated by each
party and the said arbitrators shall nominate a presiding arbitrator, before commencing
the arbitration proceedings. The arbitration shall be settled in accordance with the
applicable Indian Laws. The said proceedings shall be conducted in English language at
Mumbai and in accordance with the provisions of Indian Arbitration and Conciliation Act
1996 or any Amendments or Re-enactments thereto.
28.2 The Consultant shall continue work under the Contract during the arbitration proceedings
unless otherwise directed by the Bank or unless the matter is such that the work cannot
possibly be continued until the decision of the arbitrator is obtained.
28.3 Arbitration proceeding shall be held at Mumbai, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
in English.
31. Notices
Any notice given by one party to the other pursuant to the contract shall be sent to other party
in writing or by Fax and confirmed in writing to other Partys address. For the purpose of all
notices, the following shall be the current address:
Income / Corporate Taxes in India: The Bidder shall be liable to pay all corporate taxes and
income tax that shall be levied according to the laws and regulations applicable from time to
time in India and the price bid by the Bidder shall include all such taxes in the contract price.
Tax deduction at Source: Wherever the laws and regulations require deduction of such taxes
at the source of payment, the Bank shall effect such deductions from the payment due to the
bidder. The remittance of amounts so deducted and issuance of certificate for such deductions
shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract
shall relieve the Bidder from his responsibility to pay any tax that may be levied in India on
income and profits made by the Bidder in respect of the Contract.
The Bidders staff, personnel and labour will be liable to pay personal income taxes in India in
respect of such of their salaries and wages as are chargeable under the laws and regulations for
the time being in force, and the Bidder shall perform such duties in regard to such deductions
thereof as may be imposed on him by such laws and regulations.
The Bidder shall bear all costs for the execution, stamp duty and submission of the contract
and agreements (SLA, NDA etc.). Bank shall not be responsible or liable for
reimbursing/compensating these costs.
On completion of the Bid Process, the successful bidder should execute a Service Level
Agreement in the Banks prescribed format. The Agreement/ Contract would be signed in
Mumbai only and stamped as per Maharashtra Stamp Duty Act. All the stamp duty shall be
borne by the bidder.
34. Services
34.1 All professional services necessary to successfully implement the proposed solution
will be part of the RFP. These services include, but are not limited to, Project
Management, Training, etc.
34.2 The bidder should submit as part of technical Bid an overview of Project Management
approach of the proposed solution.
34.3 Consultant should ensure that Consultants key personnel with relevant skill are always
available to the Bank.
34.4 Consultant should ensure the quality of methodologies for delivering the services and
its adherence to quality standard.
34.5 Consultant should be willing to transfer skills to relevant Banks Personnel by means
of training and documentation.
The bank guarantee should be issued by any scheduled commercial bank, other than SBI and
its associates. A format for BG is attached as per Annexure I. The bank guarantee will be valid
for period of 180 days and retained by bank. EMD may be forfeited in the event of withdrawal
of bid during the period of bid validity or if successful bidder fails to sign the contract in
accordance with the terms & conditions and other requirements specified in RFP or any act of
bidder not in line with contract obligations. EMD should be kept in the envelope containing
technical Bid. Any bid not accompanied with the requisite EMD shall be treated as non-
responsive and is liable to be rejected. No interest is payable on the amount of EMD.
The EMD of the unsuccessful bidders will be returned as early as possible. Successful Bidders
EMD will be returned upon the bidder signing the contract and submitting the required
Performance Bank Guarantee.
If EMD is forfeited for any reason, the concerned bidder will be debarred from further
participation in future RFPs floated by the Bank as per sole discretion of the Bank.
38.8 Bidders who do not meet the technical criteria stipulated by the Bank will not be
considered for further evaluation.
38.9 SBI shall have the right to cancel the RFP process at any time prior to award of contract,
without thereby incurring any liabilities to the Bidder(s)/selected bidder. Reasons for
cancellation, as determined by SBI in its sole discretion, include but are not limited to,
the following:
i. Services Contemplated are no longer required.
ii. Scope of work was not adequately or clearly defined due to unforeseen
circumstance and/or factors and/or new developments.
iii. Proposed prices are unacceptable to the Work.
iv. The Project is not in the best interest of SBI.
v. Any other reason, which in the sole opinion of the Bank, is a ground for
cancellation of the RFP.
38.10 SBI reserves the right to verify the validity of bid information and to reject any bid or
to cancel the contract where the contents appear to be incorrect, inaccurate or
inappropriate at any time during the process of RFP or after award of contract, as the
case maybe.
38.11 Prices payable to the successful bidder as stated in the Contract shall be firm and not
subject to adjustment during performance of the Contract. SBI reserves the right to re-
negotiate the prices in the event of changes in the market conditions and/or technology
etc.
38.12 During the term of this Agreement and for a one year thereafter, neither party shall
(either directly or indirectly through a third party) employ, solicit to employ, cause to
be solicited for the purpose of employment or offer employment to any employee/s or
sub-contractor/s of the other party, or aid any third person to do so. However nothing
in this clause shall affect the Banks regular recruitments as per its recruitment policy
and not targeted to the employees of Service Provider.
38.13 All pages of RFP should be stamped and signed by Authorized Signatory of the Bidder.
38.14 Consultant should carry out any change request necessitated by the Bank to the solution.
38.15 Consultant has to take an undertaking from Consultants employees connected with the
contract/RFP/solution to maintain the confidentiality of the Banks
information/documents etc. Bank may seek details / confirmation on background
verification of Consultants employees worked/working on Banks project as may have
been undertaken / executed by the Consultant. Consultant should be agreeable for any
such undertaking/verification.
Annexure A
Bid Covering Letter: To be submitted by the bidder along with Bid documents
To,
The Deputy General Manager (CRM),
State Bank of India, Global IT Centre,
CRM Department,
3rd Floor, Kapas Bhawan,
Plot no. 3 A, Sector 10,
CBD Belapur, Navi Mumbai 400614
Sir,
In respect to your RFP mentioned above, we submit our Bid Document herewith.
2. We understand that:
i) You are not bound to accept the lowest or any bid received by you, and you may reject
all or any bid without assigning any reason or giving any explanation whatsoever.
ii) Bank may follow close or open bidding process as per requirement of the Bank.
iii) If our Bid is accepted, we undertake to enter into and execute at our cost, when called
upon by the Bank to do so, a contract in the prescribed form.
iv) If our Bid is accepted, we are to be jointly and severally responsible for the due
performance of the contract.
v) Consultant means the bidder who is decided and declared so after examination of
commercial bids.
vi) The Bank shall intimate the award of contract to the successful bidder after completion
of the commercial bid.
3. We have read, understand and accept the terms and conditions mentioned in the RFP
document.
4. We confirm that we have quoted for all the items/services mentioned in bid in our
commercial bid.
5. We also confirm/clarify that the bid/offer made by us shall remain valid for 180 days from
the last date of submission of the bid.
Yours faithfully,
For:
Signature:
Name:
Annexure B
Eligibility Criteria
Bidders meeting the following criteria are eligible to submit their Bids along with supporting
documents. If the Bid is not accompanied by all the required documents supporting eligibility
criteria, the same would be rejected:
7. Bidders should not have been blacklisted for Bidder should specifically
deficiency in service by any Public Sector confirm on their letter head in this
Bank during the last five years. regard duly signed by the
authorized signatory, in original.
8. Bidder should have been in operation Copy of the Certificate of
for minimum five years Incorporation issued by Registrar
of Companies.
9. The Bidder should have experience of having Copies of the work orders and / or
provided consultancy for the implementation Certificates of completion of the
of any of the following CRM modules (a) work.
Sales (b) Marketing (c) Servicing in at least Or
one commercial Bank/Financial Institution, Declaration on the company
globally or in India. letterhead duly signed by the
Company Secretary of the
Completed projects awarded in last five Bidder/ Managing Partner/
years/ ongoing projects which are minimum Director.
one year old as on the date of this RFP will
only be considered The bidder has to ensure that the
submitted documents specify the
List of sub-modules: sub-modules, as defined, which
A) Sales Module: Customer Management, have been implemented.
Contact Management, Opportunity
Management, Lead Management, Distributor
Management, Performance Management,
Offer Management
10. The bidder should agree to all the clauses of Bidder should specifically
Service Level Agreement (format placed at confirm on their letter head in this
Annexure K), should they become L1T1 in regard duly signed by the
the bidding process to execute a contract with authorized signatory, in original.
the Bank [no change/addition or deletion to
be made by the bidder to any of the clauses.]
11. The bidder should not have any Service Level Bidder should specifically
Agreement pending to be signed with the confirm on their letter head in this
Bank for more than six months from the date regard duly signed by the
of issue of purchase order issued by any of authorized signatory, in original.
the Departments at SBI GITC as on the date
of bid submission.
In case the bidder already is a vendor of SBI, Bidder should specifically
then its rating in Vendor Score Card in the confirm on their letter head in this
previous two quarters should not have been regard duly signed by the
12. less than 75% in each of the quarters. authorized signatory, in original.
In case they have not received any
rating from SBI, they should
mention so.
Bidder to submit the Integrity Pact with the Refer to section 37 of the RFP for
13. technical bid instructions regarding Integrity
Pact.
B Technical Eligibility
Documentary evidence must be furnished against each of the above criteria along with an
index. All documents must be signed by the authorized signatory of the bidder. Relevant
portions, in the documents submitted in pursuance of eligibility criteria, should be highlighted.
Signature
Seal of Company
(Signature and seal of company to be put on both pages of Annexure B)
Annexure C
Bidder Details
Annexure D
Technical Bid
Technical approach, methodology and work plan are the key components of the Technical
proposal. You are suggested to present your Technical proposal in the form of brief write up
of not more than 1000 words divided into five chapters as under:
i. Experience & Capability
Brief information on the consultants organizational set-up, size, and experience in CRM
related projects. Details of similar type of work undertaken for Commercial Banks / Financial
Institutions, in India or globally. Turnover and earnings from consultation services rendered in
the past years. Consultants international set-up and experience and previous engagements
with SBI.
The bidder has to provide the details of the project submitted for technical evaluation in the
following format within this section:
Sr. Name of client Name of Status: Date of award of Details of
No. (specify whether Project Completed contract in (with CRM sub-
commercial or On-going documentary modules
Bank or proof as defined implemented
Financial in eligibility as part of the
Institution) criteria) project
Annexure E
Technical evaluation criteria
The scoring methodology for technical bid components is explained in the following sections. The
evaluation will be carried out on a total score of 500 for which evaluation parameters are defined below.
Technical eligibility
Sr. No. Parameters Minimum passing marks for
Maximum marks
each parameter
Minimum Passing Marks The bidders need to achieve the minimum cutoff marks for each of
the above stated evaluation parameters.
Minimum passing marks for the Overall Technical Proposal Evaluation will be 75% of 500 (375
marks).
(a) Previous experience & capability
Sr. No. Particulars Marks
The Bidder should have experience of having provided I. Three modules -
consultancy services for the implementation of any of the 150 marks
following CRM modules (a) Sales (b) Marketing (c)
Servicing in at least one Commercial Bank/Financial II. Two modules
Institution, either globally or in India. Completed projects 100 marks
awarded in last five years/ ongoing projects which are
minimum one year old as on the date of this RFP will
only be considered.
Each Bidder will be evaluated based on Team Composition, both in terms of number of
resources and experience.
2 Project Managers - Each Project Manager The profile of each of the Project
should fulfill the following Manager would be scored as per the
Bidder is to provide technical eligibility following:
minimum seven criteria:
resources, with CVs, Project Management experience:
for the profiles of the (i) 7 years 5 marks
Project Managers.
i) Should have minimum 7 (ii) Above 7 years & upto 9 years
(seven) years of (inclusive) 7 marks
experience in Project
In case bidder assesses Management and executed (iii) 10 years or more 10 marks
that more than 7 at least 1 (one) project as
project managers Project Manager for an IT
would be required for implementation project in Execution of IT implementation
the project, the bidder the BFSI sector, globally projects as Project Manager:
has to specify the 7 or in India (i) 1 project 3 marks
profiles on which the
scoring would be done. (ii) 2 or more projects 5 marks
3. Team Members Each Project Team The profile of each of the Project
Bidder is to provide member should fulfill the Team member would be scored as per
minimum 7 team following technical the following:
members, apart from eligibility criteria:
the Project Director
and Project Managers.
Project Management experience:
i) Should have minimum (i) 2 years 2 marks
of 2 (two) years of
In case bidder assesses experience in Project (ii) 3 years 3 marks
that more than 7 management.
(iii) 4 years 4 marks
project team members
would be required for
Note: No change in the proposed team would be permitted except on grounds of resignation from
service or on medical grounds.
Annexure F
The indicative commercial bid needs to contain the information listed hereunder in a sealed envelope
bearing the identification Indicative Commercial Bid for Engagement of Business Transformation
Specialist for Customer Relationship Management & Project Impact for State Bank Group
Sr. Role No. of All inclusive Fees for Service Tax Total (INR)
No. resour eighteen months (Rs.)
ces
i Project
Director
ii Project
Manager
iii Team
Members
iv Others
Signature:
Name & Designation:
Date:
Seal of Company
Annexure G
Compliance Statement
DECLARATION
We hereby undertake and agree to abide by all the terms and conditions stipulated by the bank
in the RFP document.
We declare that we are not in contravention of conflict of interest obligation mentioned in this
RFP.
We certify that we have not made any changes from the contents of the RFP document read
with its amendments/clarifications provided by the Bank submitted by us in our Bid document.
It is further certified that the contents of our bid are factually correct. We also accept that in
the event of any information / data / particulars proving to be incorrect, the Bank will have the
right to disqualify us from the bid.
We hereby undertake that its name does not appear in any Caution list of RBI / IBA or any
other regulatory body for outsourcing activity.
We certify that the items offered by us in response to the bid conform to the technical
specifications stipulated in the bid.
Signature:
Seal of Company
Annexure H
BANK GUARANTEE
To,
The Deputy General Manager (CRM),
State Bank of India, Global IT Centre,
CRM Department,
3rd Floor, Kapas Bhawan,
Plot no. 3 A, Sector 10,
CBD Belapur, Navi Mumbai 400614
(Hereinafter referred to as "SBI / you)
Whereas consequent to your Request For Proposal (RFP) No __________ dated _________
you have issued a Purchase Order No. ______________ dated ________ to M/s
_________________, having its corporate office at _____________ (hereinafter referred to as
"the Consultant) for Engagement of Business Transformation Specialist for Customer
Relationship Management & Project Impact.
Whereas as per the payment terms of the said RFP/Purchase Order the Consultant has to submit
a Bank Guarantee from any scheduled commercial bank, other than SBI and its Associates
Banks in favour of you.
And whereas, we, ___________Bank, having our branch office at
________________________________ (hereinafter referred to as "the Guarantor") on the
request of the Consultant hereby expressly and unreservedly undertake and Guarantee to pay
to you, a sum not exceeding Rs. _________/- (Rupees ___________________Only), being x%
of the value of the Purchase Order, in the event of any breach by the Consultant of the
obligations under your said Purchase Order, or reasons attributable to the Consultant on
account of the same. This Guarantee shall be limited to an amount not exceeding Rs.
_________/- (Rupees _________________Only). You may raise a demand on us in writing
stating the amount claimed under the Guarantee and on receipt of your claim in writing, without
any demur, protest or contest and without any reference to the Consultant, we the Guarantor
shall make the payment under this Guarantee to SBI within 24 hours of receipt of written claim
/ demand.
We the Guarantor, further confirm that a mere letter from the SBI that there has been a breach
by the Consultant of its obligations or there are sufficient reasons for invoking this Guarantee,
shall without any other or further proof be final conclusive and binding on the Guarantor.
We shall not be discharged or released from this undertaking and the Guarantee by any
arrangement, variation, violation between you and the Consultant, indulgence to Consultant by
you with or without our consent or knowledge and this Guarantee shall be in addition to any
other Guarantee or security you possess against the Consultant.
This Guarantee shall be a continuing Guarantee and shall not be discharged by any change in
the constitution of the Bank, Guarantor or the Consultant. It is further guaranteed that the
payment under this Guarantee shall be made by us on receipt of your written demand as
aforesaid making reference to this Guarantee.
Notwithstanding anything contained hereinabove, our liability under this Guarantee is
restricted to Rs. ________/- (Rupees ________________Only).
This Guarantee shall remain in full force and effect for a period of x years i.e. up to _________
unless a claim under this Guarantee is made against us within x month(s) from that date i.e. on
or before _____ , all your rights under this Guarantee shall be forfeited and we shall be relieved
and discharged from all liabilities there under.
Thereafter, our Guarantee shall be considered as null and void whether returned to ourselves
or not.
Date :
For _______________
(Branch and Bank)
Place :
Annexure I
Dear Sir,
EMD BANK GUARANTEE FOR ENGAGEMENT OF BUSINESS
TRANSFORMATION SPECIALIST FOR CUSTOMER RELATIONSHIP
MANAGEMENT & PROJECT IMPACT TO STATE BANK OF INDIA TO MEET
SUCH REQUIREMENTS AND PROVIDE SUCH SERVICES AS ARE SET OUT IN
THE REQUEST FOR PROPOSAL
WHEREAS State Bank of India (SBI), having its Corporate Office at Nariman Point, Mumbai,
and regional offices in other cities in India has invited Request for Proposal for engagement of
Business Transformation Specialist For Customer Relationship Management & Project
IMPACT vide its RFP No. ________ dated ________ on the terms and conditions mentioned
in the RFP documents,
It is one of the terms of said Request for Proposal that the bidder shall furnish a Bank Guarantee
for a sum of Rs. 5,00,000/- (Rupees Five Lakhs only) as Earnest Money Deposit.
M/s____________________ , (hereinafter called as bidder), who are our constituents intends
to submit their bid for the said work and have requested us to furnish guarantee in respect of
the said sum of Rs. 5,00,000/- (Rupees Five Lakhs only)
NOW THIS GUARANTEE WITNESSETH THAT
We _______________________ (Bank) do hereby agree with and undertake to the State Bank
of India, their Successors, assigns that in the event of the SBI coming to the conclusion that the
bidder has not performed their obligations under the said conditions of the RFP or have
committed a breach thereof, which conclusion shall be binding on us as well as the said bidder,
we shall on demand by the SBI, pay without demur to the SBI, a sum of Rs. 5,00,000/- (Rupees
Five Lakhs only) that may be demanded by State Bank of India. Our guarantee shall be treated
as equivalent to the Earnest Money Deposit for the due performance of the obligations of the
bidder under the said conditions, provided, however, that our liability against such sum shall
not exceed the sum of Rs. 5,00,000/- (Rupees Five Lakhs only)
We also agree to undertake to and confirm that the sum not exceeding Rs. 5,00,000/- (Rupees
Five Lakhs only) as aforesaid shall be paid by us without any demur or protest, merely on
demand from the SBI on receipt of a notice in writing stating the amount is due to them and
we shall not ask for any further proof or evidence and the notice from the SBI shall be
conclusive and binding on us and shall not be questioned by us in any respect or manner
whatsoever. We undertake to pay the amount claimed by the SBI within 24 hours from the date
of receipt of the notice as aforesaid. We confirm that our obligation to the SBI under this
guarantee shall be independent of the agreement or agreements or other understandings
between the SBI and the bidder. This guarantee shall not be revoked by us without prior consent
in writing of the SBI.
We hereby further agree that
Any forbearance or commission on the part of the SBI in enforcing the conditions of the said
agreement or in compliance with any of the terms and conditions stipulated in the said tender
and/or hereunder or granting of any time or showing of any indulgence by the SBI to the bidder
or any other matter in connection therewith shall not discharge us in any way our obligation
under this guarantee.
This guarantee shall be discharged only by the performance of the bidder of their obligations
and in the event of their failure to do so, by payment by us of the sum not exceeding Rs.
5,00,000/- (Rupees Five Lakhs only)
Our liability under these presents shall not exceed the sum of Rs. 5,00,000/- (Rupees Five
Lakhs Only)
Our liability under this agreement shall not be affected by any infirmity or irregularity on the
part of our said constituents in tendering for the said work or their obligations there under or
by dissolution or change in the constitution of our said constituents.
This guarantee shall remain in force for a period of 180 days, provided that if so desired by
the SBI, this guarantee shall be renewed for further periods as may be indicated by them on the
same terms and conditions as contained herein.
Our liability under this presents will terminate unless these presents are renewed as provided
herein up to three years or on the day when our said constituents comply with their obligations,
as to which a certificate in writing by the SBI alone is the conclusive proof, whichever date is
later. Unless a claim or suit or action is filed against us within six months from that date or any
extended period, all the rights of the SBI against us under this guarantee shall be forfeited and
we shall be released and discharged from all our obligations and liabilities hereunder.
Yours faithfully,
(NB: This document will require Stamp Duty as applicable in the State, where it is
executed and shall be signed by the official whose signature and authority shall be
verified).
Annexure J
Check list of Documents to be submitted as part of Response
The bids should be submitted in 2(two) separate envelopes one for Technical Bid (super scribed
as Technical bid for appointment of consultant for Implementation of Transaction Banking
initiatives in the Bank and other for Financial Bid (super scribed as Financial bid for
Implementation of Transaction Banking initiatives in the Bank). Envelope containing
Technical Bid will in turn, contain four separate sealed envelopes, one containing details of
eligibility criteria as per Annexure B & Annexure C of the RFP (super scribed as Technical
Bid - Eligibility Details) and other containing complete technical Bid details. Third and fourth
envelopes will contain a CD containing a soft copy of the above details separately. In the first
stage, only the envelope containing Technical Bid - Eligibility Details will be opened and
evaluated.
1) Envelope super scribed Technical Bid Eligibility Details
a. Forwarding letter Annexure A
b. Eligibility Criteria Annexure B
c. Bidder Information Annexure C
d. Certificate of Incorporation
e. Certificate of Business Commencement
f. Copy of Audited Balance Sheet and / or Certificate of the Chartered Accountant for
preceding two years.
g. Letter from clients / copy of engagement letter / contracts.
h. Letter of declaration on black listing / barred / disqualification by regulatory / statutory
authorities
i. EMD amount with EMD letter as per Annexure I
j. Compliance Statement as per Annexure G
k. Fully signed RFP
Annexure K
Annexure L
Note:
Bidders to note that there will be no change in standard Terms and Conditions of RFP and
Model SLAs
Queries are to be submitted strictly in the above mentioned format and in .xls/.xlsx file only
Annexure M
Exhibit: I
CONSULTANTS ORGANIZATION AND EXPERIENCE
A - Consultants Organization
[Provide here a brief two pages description of the background and organization of your
firm/entity and each associate for this assignment.]
B - Consultants Experience
[Using the format below, provide information on each assignment during last 3 years for which
your firm, and each associate for this assignment, was legally contracted either individually
as a corporate entity or as one of the major companies within an association, for carrying out
consulting services similar to the ones requested under this assignment.]
Assignment name Approx. value of the contract:
Exhibit II
TEAM COMPOSITION AND TASK ASSIGNMENTS
Professional Staff
Name of Staff Firm Area of Present Task Proposed
Expertise Position
Exhibit III
CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
1. Proposed Position:
2. Name of Bidder:
3. Name of Staff:
4. Date of Birth: Nationality:
5. Education [Indicate college/university and other specialized education of staff member,
giving names of institutions, degrees obtained, and dates of obtainment]:
6. Membership of Professional Associations:
7. Other Training:
8. Countries of Work Experience:
9. Languages:
10. Employment Record [Starting with present position, list in reverse order every employment
held by staff member since graduation, giving for each employment see format here below:
dates of employment, name of employing organization, positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
11. Detailed Tasks Assigned
12. Work Undertaken that best illustrates capability to Handle Tasks Assigned
a) List all tasks to be performed under this assignment
b) Among the assignments in which the staffs have been involved, indicate the following
information for those assignments that best illustrate staff capability to handle the
tasks listed within the Scope of Work ]