+ All Categories
Home > Documents > Request for Proposal (RFP) for Selection of Service ... Selection of Service Provider for Assisting...

Request for Proposal (RFP) for Selection of Service ... Selection of Service Provider for Assisting...

Date post: 25-May-2018
Category:
Upload: phamphuc
View: 222 times
Download: 0 times
Share this document with a friend
30
Bank of Baroda Baroda Corporate Centre, Mumbai ___________________________________________________________________________________ RFP for UAT Page 1 of 30 Project Office, BCC, Mumbai Request for Proposal (RFP) for Selection of Service Provider for Assisting in conducting User Acceptance Test (UAT) for Banking Applications Bank of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai - 400 051. RFP Reference No. BCC:PO:102:01 Date: 03/05/2010
Transcript

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 1 of 30 Project Office, BCC, Mumbai

Request for Proposal (RFP)

for

Selection of Service Provider for Assisting in

conducting

User Acceptance Test (UAT)

for

Banking Applications

Bank of Baroda, Baroda Corporate Centre,

C-26, G-Block, Bandra Kurla Complex Bandra (East),

Mumbai - 400 051.

RFP Reference No. BCC:PO:102:01

Date: 03/05/2010

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 2 of 30 Project Office, BCC, Mumbai

[A] Important Dates:

1. Issuance of RFP Document by

Bank from

03/05/2010

2. Last Date of Submission of

Response by the Bidder

14/06/2010 by 03.00 P.M

3 Last Date for Receipt of Queries 29/05/2010

4 Pre-Bid Meeting 04/06/2010 at 11.00 AM in our

office i.e Baroda Corporate Centre

5 Opening of Eligibility Bid 14/06/2010 @ 04.00 PM in our

office i.e Baroda Corporate Centre

[B] Important Clarifications:

Following terms are used in the document interchangeably to mean:

1. Bank of Baroda, BOB, BoB and Bank means “Bank of Baroda”.

2. RFP means the “Current RFP Document”

3. Recipient, Respondent and Bidder means “Respondent to the RFP

document”.

4. Tender means RFP response documents prepared by the bidder and

submitted to Bank of Baroda

Confidentiality

This document is meant for the specific use by the Company / person/s interested to participate in the current tendering process. This document is in its entirety is subject Copyright laws. Bank of Baroda expects the bidders or any person acting on behalf of the bidders to strictly adhere to the instructions given in the document and maintain confidentiality of information. The bidders will be held responsible for any misuse of the information contained in the document and liable to be prosecuted by Bank of Baroda in the event of such a circumstance is brought to the notice of the Bank. By downloading the document, the interested party is subject to confidentiality clauses.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 3 of 30 Project Office, BCC, Mumbai

1.0 Introduction and Disclaimer

This Request for Proposal document (“RFP”) has been prepared solely to enable Bank of Baroda (“Bank”) in the selection of suitable organisations to assist the Bank in conducting User acceptance Test (UAT) for Internet Banking, Mobile Banking, Financial Management, Anti Money Laundering (AML) Finacle CBS roll out at Belgium & US and Customer Relationship Management (CRM) and other Banking applications being implemented under the Technology Enabled Business Transformation Project. The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or other arrangement in respect of the solutions. The provision of the solutions is subject to appropriate documentation being agreed between the Bank and ultimately the eventual successful Systems Integrator.

1.1 Information Provided

The RFP document contains statements derived from information believed to be reliable at the date obtained; but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with the Bank in relation to the solutions. Neither the Bank nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to the accuracy or completeness of any information or statement given or made in this RFP document.

1.2 Recipients

The RFP document is intended for the information of the party (ies) to whom it is issued (“the Recipient” or “the Respondent”) and no other person or organisation.

1.3 Confidentiality

The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any other party without the Bank’s express written permission. The RFP document is provided to the Recipient on the basis of the undertaking of confidentiality given by the Recipient to the Bank. The Bank may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document is received subject to the same terms and conditions as this original and subject to the same confidentiality undertaking.

1.4 Disclaimer

Subject to any law to the contrary, and to the maximum extent permitted by law, the Bank and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of the Bank or any of its officers, employees, contractors, agents, or advisers. The Bank and its officers, employees, contractors, agents and advisers disclaim any liability, pecuniary or otherwise that may accrue or arise from any loss or damage

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 4 of 30 Project Office, BCC, Mumbai

(whether foreseeable or not) suffered by any person acting on or refraining from acting due to the information contained herein and/or by virtue of copying, adopting, reproducing, any of the material which may be the copyright material or any other Intellectual Property of a third party who may claim ownership of the same.

1.5 Costs Borne by Respondents

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

1.6 No Legal Relationship

No binding legal relationship will exist between any of the proponents and the Bank until execution of a contract.

1.7 Recipients’ Obligation to Inform Itself

It is the Recipient’s responsibility to conduct any necessary investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

1.8 Evaluation of Offers

Indicative selection criteria have been specified in this document. However, as a condition of responding, each Recipient acknowledges and accepts that the Bank in its absolute discretion may apply whatever selection criteria it deems appropriate in the selection of the organisation.

1.9 Errors and Omissions

Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document. Notification should be made to the address found in Section 1.15 – Requests for Information.

1.10 Acceptance of Terms

A Recipient will, by responding to the Bank with a submission, be deemed to have accepted the terms of this Introduction and Disclaimer.

1.11 Lodgement of RFP Submission

1.11.1 RFP Submission Closing Date

RFP responses must be received by all parties listed below on or before 14.06.2010 by 03.00 p.m. (Indian Standard Time – GMT +5:30).

1.11.2 RFP Submission Details

RFP responses must be submitted as follows: In ALL cases:

� Copies of the RFP responses must be submitted before the aforementioned closing time mentioned in Para 1.11.1.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 5 of 30 Project Office, BCC, Mumbai

� Faxed or emailed copies of any submission are not acceptable and will be rejected by the Bank.

� All separate copies of RFP submission and attachments must be provided in sealed envelopes or satchels marked confidential.

1.12 Registration of RFP Submission

Upon the receipt of a submission, the Bank will register the RFP response. Only complete submissions will be registered. Incomplete or partial submissions will not be accepted. All submissions, including any accompanying documents, will become the property of the Bank. Hence, submission of response to the RFP will be deemed as Respondents’ license, and grant all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents.

1.13 Late RFP Submission Policy

On time submission of responses is strongly encouraged and recommended. RFP submissions lodged after the lodgement deadline will be registered by the Bank and may be considered and evaluated by the evaluation team at the absolute discretion of the Bank. However, the Bank has no obligation to accept or act on any reason for a late RFP response. The Bank has no liability to any Respondent who lodges a late RFP submission for any reason whatsoever including RFP responses taken to be late only because of another condition of responding. Respondents are to provide detailed evidence to substantiate the reasons for a late RFP submission.

1.14 RFP Submission Validity Period

RFP responses must remain valid and open for evaluation, according to their terms, for a period of at least six (6) calendar months from the time the RFP closes on the deadline for lodgement of RFP submissions.

1.15 Requests For Information

Respondents are required to direct all communications related to this RFP to: General Manager (Projects & IT Operations)) Bank of Baroda Baroda Corporate Centre Plot No. -26, G-Block Bandra Kurla Complex Bandra (East) MUMBAI 400 051

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 6 of 30 Project Office, BCC, Mumbai

All questions relating to the RFP, technical or otherwise, must be addressed to the above addresses and submitted to Mr. Mukund Khatri (Chief Manager) on email ID [email protected] Interpersonal communications will not be entered into and a Respondent will be disqualified if attempting to enter into such communications. All queries/clarifications requested must be addressed in the following format only.

Format of Request for Clarifications

Name of the Respondent: Date: Contact Person from respondent in case of need. Tel No: S. No

Reference from RFP Section (If From RFP)

Question/Issue Bank’s Comments

Volume & Section Ref

Page No

1 2 3 The Bank will not answer any communication initiated by Respondents after 2 business days prior to the date of Pre-bid meeting mentioned in Section 1.23.1. At the end of the Pre-bid meeting but not later than 2 business days from the close of Pre-bid meetings, the respondents shall confirm to Bank in writing to the effect that all their queries have been answered to enable them to make a complete and valid response to the RFP. However, the Bank may in its absolute discretion seek additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent’s response. The Bank may in its absolute discretion engage in discussion or negotiation with any Respondent (or simultaneously with more than one Respondent) after the RFP closes to improve or clarify any response.

1.16 Notification

The Bank will notify Respondents in writing as soon as practicable about the outcome of its RFP submission including if the Respondent’s submission has been rejected. The Bank is not obliged to provide any reasons for any such rejection.

2.0 Background

Bank of Baroda is one of the largest Public Sector Banks in India and has international operations in 23 other countries. In India, the Bank consists of a branch network of 3000+ branches. Bank also has 60+ branches/offices overseas.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 7 of 30 Project Office, BCC, Mumbai

Bank has implemented a robust technology infrastructure in India with a state-of-the-art tier III Data Centre and a one-to-one Disaster Recovery site in India. A large number of applications have been implemented to support its business operations in India and abroad. Indian and Overseas territories use Finacle CBS for transaction processing. At present, there are approximately 30 million domestic accounts and according to the Bank’s best estimate, there are approximately 2.9 million transactions per day with a peak transaction load of approximately 9 million transactions one day each month. In terms of scalability, there is potential in future, due to organic and inorganic growth that the number of branches may increase to 5000 branches of various sizes. Bank has also rolled-out alternate channels of delivery ATM, POS, IVRS and Internet Banking and there will also be other customer contact points to be considered, e.g. call/contact centre, mobile banking etc. Transaction volumes may increase by an order of magnitude, apart from the normal growth on a year on year basis, of compounded annual growth rate of about 10% p.a. Internationally, the Bank has offices/branches in 23 countries. The Bank currently operates in the Bahamas, Bahrain, Belgium, Botswana, China, the Fijian Islands, Ghana, Guyana, Hong Kong, Kenya, Mauritius, the Republic of South Africa, the Seychelles, the Sultanate of Oman, Trinidad & Tobago, Uganda, the United Arab Emirates, the United Kingdom, and the United States of America. The Bank operates in these territories either as Bank’s own branches or through a 100% owned subsidiary. Bank provides all technology infrastructure support to these territories All overseas territories except Belgium and USA are currently on Finacle CBS system. Belgium and USA are also planned to be migrated to Finacle in the near future. Bank has ambitious plans to expand in existing and new international territories. Bank has implemented a transaction-based Internet Banking application (https://www.bobibanking.com) for its Indian customers. This application provides for, among other things, intra-bank transfer of funds from one account to another (self as well as third party), inter-banks transfer of funds through NEFT and RTGS, bill payments and also payments for on-line purchases from various on-line shopping malls interfaced with our Bank. The application also provides for uploading of files by corporate customers for various types of transactions such as Salary Payments, Dealer Debits/Credits etc. Various risk limits on transaction amounts have been configured in the system and can be customized for each customer separately also. Currently, Bank has implemented view only Internet Banking application for seven of its overseas territories. Implementation of transaction based Internet Banking application has commenced for most of the overseas territories and the Bank proposes to make available all transaction facilities like fund transfers etc. Bank has also implemented an Internet portal for its Cash Management solution wherein customers can get their statements, make requests for bulk payments or upload their files for various types of transactions as in the case of Internet Banking. Bank is also in an advanced stage of implementing an Internet Payment Gateway. Bank has its own ATM switch (Base 24) catering to Indian and seven overseas territories. Plans

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 8 of 30 Project Office, BCC, Mumbai

are to extend its reach to all overseas territories. In some territories a local switch solution has been implemented. Bank’s 100% owned subsidiary BOB Capital Markets Ltd. is in the process of implementing an On-line Trading Platform for the retail and institutional customers. Bank’s 100% owned subsidiary BOBCARDS Ltd. issues credit cards and also manages Bank’s Debit cards. For information on the financial strength and performance of Bank of Baroda, please refer to Appendix - C, which contains Financial Statements for the year ending 31 March 2009 with comparatives for the previous year. The Bank‘s balance sheet is available on the Bank’s website http://www.bankofbaroda.com.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 9 of 30 Project Office, BCC, Mumbai

3. Current RFP Objectives: Bank of Baroda is in the process of implementing a number of software applications, as enumerated below. For this purpose Bank of Baroda will be carrying out User Acceptance Testing, Regression Testing and System Integration Testing before the applications are moved to production systems. For this purpose, Bank of Baroda requires the services of a professional testing agency engaged exclusively in the work of software testing

List of Applications and tentative schedule of Testing

S. No.

Application Tentative UAT Commencement Date

Roll out Date

1 Transaction based Internet Banking for

Kenya UAE

Seychelles, Ghana T & T, Fiji

Mauritius, Hong Kong

June 2010 June 2010 July 2010 August 2010 October 2010

July 2010 July 2010 September 2010 September 2010 November 2010

2 Mobile Banking through Service Provider FSS application

June 2010 July 2010

3 Oracle CRM Trading Community Architecture (TCA) Marketing On-line Sales On-line

June 2010 August 2010

4 Oracle Financial Management

July 2010 August 2010

5 ERASE Anti-money Laundering Solution for New Zealand

July 2010

September 2010

6 Pelican Payment Messaging Solution for

New Zealand China

Singapore

28.07.2010 28.07.2010 28.07.2010

15.09.2010 15.09.2010 15.09.2010

7 Reuters Kondor Trade Plus Treasury Back-office for There are two versions – Global which includes derivatives & local

Singapore - Global USA- Global

Belgium- Local New Zealand - Local

July 2010 July 2010 July 2010 August 2010

September 2010 September 2010 September 2010 October 2010

8 Arcot Fraud Management Solution – Web Fort & Risk Fort for all E-banking

June 2010 July 2010

9 CBS for USA July 2010 September 2010

10 CBS for Belgium July 2010 September 2010

11 Oracle Financial Services October 2010 November 2010

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 10 of 30 Project Office, BCC, Mumbai

S. No.

Application Tentative UAT Commencement Date

Roll out Date

Application covering Performance Analyser, Risk Manager, Transfer Pricing in India

12 SWIFT Centralisation June 2010 July 2010

13 Call Centre August 2010 September 2010

4. Project Scope A description of the envisaged scope is enumerated as under. However, Bank of Baroda reserves its right to change the scope of the RFP considering the size and variety of the requirements and the changing business & security conditions/environment. Bank of Baroda expressly stipulates that the selection of vendor under this RFP is on the understanding that this RFP contains only the principal provisions for the entire requirement and that delivery of the deliverables and the services in connection therewith are only a part of the assignment. The vendor shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required for the successful completion of the entire implementation at no additional cost to the Bank.

The SP’s involvement is expected to be spread across a period of, about 24 months from the date of contract.

The applications with all the associated modules as indicated in Para 3 above will be covered under the scope of the current assignment. The selected service provider will be required to provide the services of professional testing in the area of User acceptance test, Regression Testing and System Integration Testing for the above listed applications and for other applications as may be implemented by the Bank during the period of two years from the date of signing of the contract between the selected service provider and the Bank. The selected service provider is expected to provide resources (professional testers) for assisting the Bank in carrying out the User Acceptance Testing, Regression Testing and System Integration Testing. In addition to human resources, the selected service provider is expected to bring all required application software testing tools, which will be used for the purposes of testing, if they require in addition to QTP and QC Bank proposes to use following tools for automating the testing by service provider and expects service provider to have prior experience on using these tools:

QuickTest Professional (QTP) is an automated functional Graphical User Interface (GUI) testing tool created by the HP subsidiary Mercury Interactive that allows the automation of user actions on a web or client based and desktop computer application. It is primarily used for functional regression test automation. QTP uses a scripting language built on top of VBScript to specify the test procedure, and to manipulate the objects and controls of the application under test.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 11 of 30 Project Office, BCC, Mumbai

HP Quality Center (QC) (formerly HP Test Director for Quality Center) is a web based Test Management Tool by Mercury Interactive (now HP). It is based on Client Server technology and has five main modules/tabs: Releases, Requirements, Test Plan, Test Lab and Defects for management of testing processes.

Indicative details of products/services may involve:

a. Setting up Software Testing Process b. Development of suitable testing methodology / testing strategy document c. Development of test cases including Functional, Business Processes and

Interface based on Business requirements. d. Development of test calendars. e. Development of entry and exit criteria for the testing. f. Development of detailed test scripts. g. Perform security testing (internal as well as external), Business testing for

Internet Banking application. h. On demand Load testing of the applications listed in the para 3 above. i. Train the Bank’s team in test script development and testing methodology. j. Assist the Bank’s teams in testing the application softwares for functionality,

operational convenience, security and controls. This will also include the positive and negative cases for each type.

k. Testing will be done in LAN, WAN and Internet environment. l. Testing of the application functionality as per the requirements specified by

the Bank in the RFP/SOW for the concerned application and other documents like BPD, DSS, Gap, RS, CRCD and Customisation reports.

m. Testing of interface of the applications with CBS suite and delivery channels

n. Testing of interface of the allied applications taken along with CBS software (Finacle)

o. Record the test results from hard copy /soft copy against the test cases tested.

p. Compilation of test cases tested and flushing dash board on daily basis during testing.

q. The testing must also ensure conformity to :

i. Tender Document issued by the Bank (Functional Specifications) and addendums thereafter, if any for the concerned application

ii. Functional Requirement Specifications document. iii. Bank’s products and processes. iv. Product Demonstration cases prepared by the Bank. v. Gaps pointed out by Solution vendors vi. Interface testing vii. Existing test standards

r. Point out gaps, errors, bugs during testing s. Document the gaps, errors and bugs observed during testing t. Maintain a track of errors, bugs and customization request and their

resolution u. Explain the bugs, errors and gaps to the Bank and application vendors. v. Ensure Re-testing of the gaps, errors and bugs after rectification w. Sign – off on the customization x. Sign – off on the User acceptance test. y. Maintain testing documentation as per the leading practices

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 12 of 30 Project Office, BCC, Mumbai

z. Submit all documents on methodology, strategy, test cases, test documentation, customization requests, solution and test tools etc. to the Bank.

aa. Conduct unit testing, integration testing, system testing and User acceptance test for the solution and other related software with Bank’s team.

bb. Conduct an interface testing of various interfaces built by the solution vendor for functionality, security and controls.

cc. Preparation of Final testing Report with areas of improvement dd. Creation of automated regression test suites & Functional automation

testing. ee. Assist in Execution of the Manual and Automated Test Sets.

Responsibilities of the testing services vendor: The selected SP and the persons involved should be familiar with Banking Domain and ensure/ bring the following aspects while doing the testing of different applications:

A. The SP is expected to streamline the quality process right from Business requirements management through planning, scheduling and assistance in running tests to defect tracking, web-based/browser-based quality management tool that becomes the central repository of QC for storing information about application requirements, tests and defects.

B. Understand the business requirements of application, which will allow the SPs teams to refer to the business requirements specification and explore the application-under-test (AUT). Attach these requirements to (or auto-generate) functional test cases, establishing a traceable link to the corresponding requirement definition.

C. SP should submit document mentioning methodology of UAT Strategy to identify various functional modules , tools deployed, business scenarios to be tested and prepare test strategy document , Operational environment, execution setup, timelines and acceptance criteria.

D. Should be able to calculate the effort needed to spend on testing each requirement, based on the requirement’s level of business risk and available resources.

E. Analyze the various applications at Bank of Baroda and document the tests to be performed on application in form of test cases. These test scenarios created should address the business requirements.

F. Onsite resources of SP must be capable of preparing test cases for changes required in the application system by the Bank time-to-time.

G. Automate the test scenarios enabling Bank to create a reusable and repeatable test repository.

H. The test scenarios should be executed for application functionalities and the defects are logged into a Test management tool. Test execution should also involve re-testing of application and tracking each issue to closure.

I. The SP should also take care of the entire defect life cycle—from initial problem detection through fixing the defect and verifying the fix. Therefore, no defect is overlooked or closed before it has been addressed.

J. Provide graphs and reports that will help analyze application readiness at any point in the testing process. Provide graphs and reports using information about requirements coverage, planning progress, run schedules or defect

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 13 of 30 Project Office, BCC, Mumbai

statistics, Bank can make informed decisions on whether an application is ready to go live.

K. Testing SP need to identify business scenario to be tested and prepare test strategy document listing the resources to be deployed, the roles and responsibilities of Bank of Baroda team members, the execution methodology, reporting methodology, documentation deliverable.

L. Review the test results with Bank of Baroda and HP. Report the results of the

tests and make recommendations to the authorities that it should be

accepted.

In addition to the assistance in testing of applications listed above, the Bank may require the Service Provider to assist the Bank in carrying out testing for other applications during the period of two years from the date of signing the contract with the Bank. The Service Provider is, therefore, required to provide

(a) Firm and best quote for providing Testing services for the listed applications based on its assessment of the effort; and

(b) Per resource (Professional tester) cost for different categories of resources for 100 man days

5. Submission of Bids The bids shall be in three parts viz. Eligibility Proposal, Technical Proposal and Commercial Proposal. Each proposal – Eligibility, Technical and Commercial Proposals - shall be submitted in separate sealed envelopes superscribing “Eligibility proposal for User Acceptance Testing (UAT)”, “Technical proposal for User Acceptance Testing (UAT)” and “Commercial proposal for User Acceptance Testing (UAT)” on top of the respective envelopes containing eligibility, technical and commercial bid. These separate sealed envelopes should be put together in the sealed master envelope superscribing “PROPOSAL FOR User Acceptance Testing (UAT)”. The Eligibility Proposal will be opened and evaluated first for determining the eligibility of each bidder. Only those bidders who meet the minimum eligibility conditions will have their Technical Proposals opened and evaluated next. Commercial Proposal shall be opened only for the short-listed bidders who have qualified in the Technical Proposal evaluation. This being a User Acceptance Testing where no compromise can be entertained, only those bidders will qualify in the Technical Proposal evaluation who secure a minimum of 80% score in the technical evaluation. Thus, Commercial bids will be opened only for those bidders who secure a minimum of 80% score in technical evaluation. The final selection of the vendor will be based on techno-commercial evaluation criteria, as per details given below. In case only one participant bidder gets 80% marks, then next bidder will also be selected for commercial evaluation. In case none of the participant bidders scores more than 80% marks in the Technical Evaluation, the commercial bid of only top 2

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 14 of 30 Project Office, BCC, Mumbai

bidders on the basis of technical evaluation will be opened and the one having the “least price” will be invited for further negotiation of the contract. The Technical Proposal shall contain the technical proposal to the requirement of the Bank as along with Annexure–C. A copy of the Commercial Proposal template masking the prices is to be submitted along with the Technical Proposal. The Commercial Proposal shall be submitted as per Annexure D. The eligibility proposal shall be organized and submitted as per the following sequence:

a) Table of Contents (list of documents enclosed) b) Eligibility proposal as per template given in Annexure B c) All copies of certificates, documentary proofs etc.

The technical proposal shall be organized and submitted as per the following sequence:

a) Table of Contents (list of documents enclosed) b) Technical proposal as per template given in Annexure-C c) A CD containing soft copy of the technical proposal d) Annexure B e) Masked Annexure D

All the relevant pages of the proposals (except literatures, datasheets and brochures) are to be numbered and be signed by authorized signatory on behalf of the Bidder. The number should be a unique running serial no. across the entire document. The bidder has to submit a soft copy of the respective components (Eligibility, Technical and Commercial) of the proposal in CDs/DVDs in the respective sealed folders/envelops. It should be noted that in case of any discrepancy in information submitted by the bidder in hard-copy and soft-copy, the hard-copy will be given precedence. However, in case of non-submission of any hard copy document, if the same is found submitted in the soft-copy, Bank of Baroda reserves right to accept the same at its discretion.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 15 of 30 Project Office, BCC, Mumbai

6. Bid Security & Cost of RFP: BID SECURITY:

A) The bidder shall furnish, as part of its bid, a bid security for an amount of Rs 5,00,000/= ( Rupees Five Lakh Only) in the form of a Bank Guarantee issued by Public Sector Bank in India (other than Bank of Baroda) and valid up to 14.12.2010. The Bid Security should be enclosed in original with the "Eligibility Bid".

B) The successful Bidder's bid security will be discharged upon the Bidders

signing the contract & furnishing the performance security. Unsuccessful Bidder's bid security will be discharged or returned as promptly as possible but not later than 30 days after the expiration of the period of bid validity prescribed by the purchaser.

C) The bid security may be forfeited:

(i) If a bidder withdraws its bid during the period of bid validity; or (ii) In case of a successful Bidder, if the Bidder fails:

a) To sign the Contract within the stipulated time: or b) To furnish Performance Security within the stipulated time and valid till

the end of warranty period.

COST OF RFP:

A complete set of Bidding documents may be purchased / submitted by any of eligible vendors from this office upon payment of a non refundable fee of Rs. 10000/- (Rupees Ten Thousand Only), in the form of a Demand Draft / Banker’s Cheque in favour of Bank of Baroda payable at Mumbai. The same is available on our Bank’s website, www.bankofbaroda.com and can be downloaded from the website. In case the Bid document is downloaded from the website, the price of Bidding document will have to be handed over separately along with a non refundable Demand Draft / Banker’s Cheque for Rs. 10000/- in favour of Bank of Baroda payable at Mumbai at the time of submission of the Bid. Submission of RFP The RFP response documents should be submitted in duplicate [i.e. Two Sets Marked as “Original Set” and “Duplicate Set”] and soft copy of technical bid on CD with “Original Set” Each set should contain one copy of (1) Eligibility Document (2) Technical Bid and (3) one copy of Commercial Bid (kept in separate sealed envelopes) superscribing as under “Eligibility Document (BID) for Selection of Service Provider for Assisting in Conducting User Acceptance Test (UAT) for Banking Applications” “Technical Bid for Selection of Service Provider for Assisting in Conducting User Acceptance Test (UAT) for Banking Applications” and

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 16 of 30 Project Office, BCC, Mumbai

“Commercial Bid for Selection of Service Provider for Assisting in Conducting User Acceptance Test (UAT) for Banking Applications” respectively. A copy of the Masked Commercial Bid i.e without the price figures is to be enclosed along with the Technical Bid proposal. We repeat, price should not be incorporated while submitting, Masked Commercial Bid, with technical bid. There will be two master envelopes, one for each set, marked as “ORIGINAL SET” and “DUPLICATE SET”. If the envelops are not sealed and marked, the Bank will assume no responsibility for the Bid’s misplacement or premature opening. Along with these two master envelopes; bidder will submit one more envelope containing demand drafts/banker’s cheque /pay orders towards cost of RFP. The proposal should be prepared in English in MS Word format. Name of contact person, e-mail address and phone/fax numbers of the bidder should also be indicated on the sealed envelopes. The Bids shall be addressed to:

General Manager, (Projects & IT Operations),

Bank of Baroda, Baroda Corporate Centre,

C-26, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai 400 051.

The sealed bid envelopes as mentioned above should be delivered to Mr Sudhir Kumar Sah Sr Manager or Mr A Nallathambi, Sr. Manager on 2nd Floor, Projects & IT Deptt on above-mentioned address The Technical Proposal of eligible bidder will be evaluated first for ascertaining technical suitability. Commercial Proposal shall be opened only for the short-listed bidders who have qualified in the eligibility criteria and Technical Proposal evaluation. Two (2) paper copies and one (1) electronic copy (Microsoft Office 2003 on CD) of all submissions must be addressed to The General Manager (Projects & IT Operations) on address mentioned below: The bids (arranged as mentioned above) are to be submitted at the Reception of the Baroda Corporate Centre with appropriate label, at the above address before the due date & time as specified. The bid submitted anywhere else is liable to be rejected. It may be noted that all queries, clarifications, questions etc., relating to this RFP, technical or otherwise, must be in writing only and should be to the nominated point of contact. Bidders should provide their E-mail address in their queries without fail.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 17 of 30 Project Office, BCC, Mumbai

The bidder will submit an undertaking specifying that the bidder has obtained all necessary statutory and obligatory permission to carry out project works, if any. Formats of Bids: The bidders should use the formats prescribed by the Bank in the RFP for submitting both technical and commercial bids.

7. General Terms and Conditions

Adherence to Terms and Conditions: The bidders who wish to submit responses to this RFP should note that they should abide by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be disqualified and may not be considered for the selection process. Execution of SLA/NDA: The vendor will execute (a) a Service Level Agreement, which would include all the services and terms and conditions of the services to be extended as detailed herein and as may be prescribed by the Bank; and (b) Non-disclosure Agreement. The Vendor will execute the SLA and NDA within one month from the date of acceptance of Letter of Appointment.

8. Other terms and conditions: Bank of Baroda reserves the right to : • Reject any and all responses received in response to the RFP • Waive or Change any formalities, irregularities, or inconsistencies in proposal

format delivery • Extend the time for submission of all proposals • Select the most responsive bidder (in case no bidder satisfies the eligibility

criteria in totality) • Select the next most responsive bidder if negotiations with the bidder of

choice fail to result in an agreement within a specified time frame. • Share the information/ clarifications provided in response to RFP by any

bidder, with any other bidder(s) /others, in any form. • Cancel the RFP/Tender at any stage, without assigning any reason

whatsoever.

9. Substitution of Project Team Members: During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the vendor can do so only with the concurrence of the Bank by providing other staff of same level of qualifications and expertise. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments made by the Bank to the vendor during the course of this assignment besides claiming an amount, equal to the contract value as liquidated damages. However, the Bank reserves the right to insist the vendor to replace any team member with another (with the qualifications and expertise as required by the Bank) during the course of assignment.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 18 of 30 Project Office, BCC, Mumbai

10. Professionalism: The vendor should provide professional, objective and impartial advice at all times and hold the Bank’s interests paramount and should observe the highest standard of ethics while executing the assignment.

11. Adherence to Standards:

The vendor should adhere to laws of the land and rules, regulations and guidelines prescribed by various regulatory, statutory and Government authorities

12. The Bank reserves the right to conduct an audit/ongoing audit of the services

provided by the vendor. 13. The Bank reserves the right to ascertain information from the banks and other

institutions to which the bidders have rendered their services for execution of similar projects.

14. Expenses: It may be noted that the Bank will not pay any amount/expenses / charges / fees / travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses other than the licensing fees, implementation charges, ATS fees and support services fees as per the finally negotiated fixed price.

15. The bidder can not change the Project Manager during entire period of execution

of the scope unless consented in writing by the Bank. 16. The bid should contain the resource planning proposed to be deployed for the

project which includes, inter-alia, the number of personnel, skill profile of each personnel, duration etc.

17. The bid should contain the complete project schedule with duration of each activity/sub-activity, resource requirement, dependencies, critical path and pert chart. The project (System Requirement Study and Customisation, Parameterisation, Installation, UAT, SIT, Implementation and Go-Live) should be completed within 3 months from date of Acceptance of Purchase Order.

18. Terms of Payment: The vendor’s fees will be paid in the mutually agreed manner for each item/activity which is described in the Commercial Proposal (Annexure B)

19. Liquidated Damages (LD): The Software shall be delivered, installed and commissioned within 4 weeks from the

date of Purchase Order. For any delay in delivery, installation and commissioning

beyond 4 weeks from the date of Purchase Order issued by the Bank, the Bank

reserves the right to charge a LD (Liquidated Damages) at the rate of 0.5 % of the

cost of the Contract price of the Software per week subject to a maximum of 10% of

the Total Basic Cost of the Contract price of the Software (Excluding ATS/AMS

Charges). However, if there is delay beyond the above period and/or amendments thereon, due to reasons attributable to the Bank, such period will be exempted from computation

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 19 of 30 Project Office, BCC, Mumbai

of delay for the purpose of LD. The Vendor shall have to produce document showing "Reasons for delay to commence work" from the representatives of Bank of Baroda and to undertake to complete the site work within next 4 weeks of confirmation of readiness of infrastructure by the Bank. This, however, does not preclude the Purchaser from invoking the Performance Guarantee, if warranted, as per the terms of this Bid Document. If the selected Bidder fails to complete the due performance of the contract in accordance to the specifications and conditions agreed during the final contract negotiation, the Bank reserves the right either to cancel the contract or to accept performance already made by the bidder. The Bank reserves the right to recover an amount as deemed reasonable by the Bank as Liquidated Damages for non-performance. Both the above Liquidated Damages are independent of each other and are applicable separately and concurrently. LD is not applicable for reasons attributable to the Bank and Force Majeure. However, it is the responsibility of the bidder to prove that the delay is attributable to the Bank and Force Majeure. The bidder shall submit the proof authenticated by the bidder and Bank’s official that the delay is attributed to the Bank and Force Majeure along with the bills requesting payment.

20. Indemnity: The bidder shall indemnify Bank and keep indemnified for against any loss or damage by executing an instrument to the effect on a Non-Judicial stamp paper that Bank may sustain on account of violation of patent, trademarks intellectual property rights etc. by the bidder.

21. Authorised Signatory: The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The bidder shall furnish proof of signature identification for above purposes as required by the Bank.

22. Applicable Laws and Jurisdiction of court: The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts).

17. Cancellation of Contract and Compensation: The Bank reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Bank on the following circumstances:

• The selected bidder commits a breach of any of the terms and conditions of the bid/contract.

• The bidder goes into liquidation voluntarily or otherwise. • An attachment is levied or continues to be levied for a period of 7 days upon

effects of the bid.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 20 of 30 Project Office, BCC, Mumbai

• The progress regarding execution of the contract, made by the selected bidder is found to be unsatisfactory.

• If deductions on account of liquidated Damages exceeds more than 10% of the total contract price.

After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one month’s notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Bank may have to incur to carry out bidding process for the execution of the balance of the contract. This clause is applicable, if for any reason, the contract is cancelled. The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking Bank Guarantee, if any, under this contract or any other contract/order.

18. Non Payment of Professional Fees: If any of the items/activities as mentioned in the price bid are not taken up by the Bank during the course of this assignment, the Bank will not pay the professional fees quoted by the vendor in the Price Bid against such activity/item.

19. Assignment: Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise transferred, in whole or in part, by the vendor, and any such attempted sale, lease, assignment or otherwise transfer shall be void and of no effect without the advance written consent of the Bank.

20. Subcontracting: The vendor shall not subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the vendor under the contract without the prior written consent of the Bank.

21. Vendor’s Selection/Evaluation Process:

The evaluation/selection process will be done with combination of eligibility, technical competence and commercial aspects as detailed here below. Step 1 - Eligibility Evaluation: Step 1 will be to ascertain the eligibility of the vendor/service provider/system integrator to bid for the project. Only those bidders who fulfil the minimum eligibility criteria will proceed to the next step Step 2 – Technical Evaluation: The evaluation of functional and technical capabilities of the bidders of this RFP will be completed in this step. The technical proposals only will be subjected for evaluation at this stage. The bidders scoring less than 70% marks (cut-off score) in the technical evaluation shall not be considered for further selection process. Once the evaluation of technical proposals is completed, the bidders who score more than the prescribed cut-off score (70%) will only be short listed. In case, none of the participating bidders qualify on technical criteria and reach or exceed the cut-off score of 70%, then the Bank, at its sole discretion, may qualify two bidders on the basis of the top 2 scores, subject to the condition that the score difference between the 2 top scorers is not exceeding 5%.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 21 of 30 Project Office, BCC, Mumbai

Step 3 – Commercial Proposal Evaluation: The best and firm price should only be quoted (as per the format enclosed). The prices should be inclusive of technical service charges, customisation charges excise, customs and other duties/levies. Sales Tax, Octroi/Entry Tax etc, if payable extra, is payable at actual upon production of documentary evidence of payment. The bid shall clearly mention whether the present/future Sales Tax is included in the price or otherwise. If sales tax is inclusive, the rates shall be indicated. VAT and Service Tax are payable extra as per Invoice submitted by Vendor. The commercial proposals of technically short listed bidders will then be opened and evaluated for completeness. If the commercial quote is incomplete either for not providing quote for all required components or omitting to provide quote for a sub-component, it will be presumed that the component(s) / sub-component will be provided without any additional cost to the Bank. The Bank may, however, in its absolute discretion disqualify a bidder whose commercial quote is found to be incomplete. If it is found at any stage (before or after selection) that there is a calculation (addition, subtraction, multiplication or division) mistake, then the final totalled price, notwithstanding the mistake, will be considered as the offer price for evaluation. However, the price payable will be the lower of the “correct total” and “incorrect total”. Example A, if the price quoted is as under: Component A: Rs. 1000/- Component B: Rs. 0589/- Component C: Rs. 2350/- Total: Rs. 4939/-

Example B Component A: Rs. 1000/- Component B: Rs. 0589/- Component C: Rs. 2350/- Total: Rs. 2939/- In this example, the price taken for evaluation will be Rs. 2939/-. However, the price payable will also be Rs. 2939/- only Various stages of technical evaluation are presented below:

1. Paper evaluation based on response 2. Demo of application(s) – actual demonstration of application(s) and not just

PPT presentations 3. Site visits to Banks where the solution is already implemented 4. Arriving at the final score on technical proposal

At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP.

Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents will be notified separately, if such normalization exercise as part of the technical evaluation is resorted to.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 22 of 30 Project Office, BCC, Mumbai

22. Commercial Bid Evaluation Criteria

It may be noted that commercial bids will be subjected to following evaluation process.

Based on the technical evaluation criteria, each bidder will be given certain marks. Only those bidders scoring 80% (80 marks out of 100) or above in the technical evaluation will be short-listed for commercial evaluation. In case none of the participant bidders scores more than 80% marks in the Technical Evaluation, the commercial bid of only top 2 bidders on the basis of technical evaluation will be opened and the one having the “least price” will be invited for further negotiation of the contract. Nominal quote provided by the bidder will be discounted as per the formula given below. A comprehensive “Score (S)” will be arrived at after considering the nominal commercial quote and the marks obtained in technical evaluation with relative weights of 30% for commercials and 70% for technicals. The bidder with the highest score will be declared successful:

23. Computation Methodology for arriving at “Least Price / Least Quote”: 1. Cut - Off score for technical bid will be (70% marks or the top 2 scorers in

case none of the bidders reaches the cut-off) 2. “Score (S)” will be computed for all bidders having technical score of 70% or

more 3. In case there is only one bidder having technical score of 70% or more, the

next highest technical scorer will be considered subject to the fact that the inter se score difference does not exceed 5%. In case, no bidder is having score of 70%, Bank may, at its discretion, take up 2 top scoring bidders, having technical score difference not exceeding 5%, on technical evaluation and compute the “Score” as per the table below

Bank will give 70% weightage to technical score while comparing the commercial quote. The procedure is as under: A ’Score (S)’ will be calculated for all qualified bidders using the following formula:

Where C stands for nominal price quoted, CLow stands for the price quote of the lowest nominal bid. T stands for technical evaluation score and THigh stands for the score of the technically highest bidder. X is equal to 0.3. Example: S.No. Bidder Technical

Evaluation Marks

Nominal Bid Price (C)

(CLow / C) * 0.30

(T / THigh) * 0.70

Score (S)

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 23 of 30 Project Office, BCC, Mumbai

(T) 1 ABC 95 75 0.79 *

0.30= 0.24

1.00 * 0.70 = 0.70

0.94

2 XYZ 87 65 0.91 * 0.30= 0.27

0.92 * 0.70 = 0.64

0.91

3 UVW 85 59 1.00 * 0.30= 0.30

0.89 * 0.70 = 0.63

0.93

In the above example, ABC, with the highest score becomes the successful bidder Bank of Baroda reserves the right to negotiate the price with the finally short listed bidder before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other bidder, till the Least Price bidder declines to accept the offer.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 24 of 30 Project Office, BCC, Mumbai

Annexure A

Eligibility Conditions The SP Company is required to meet the following eligibility criteria and provide adequate documentary evidence for each of the criteria stipulated below: 1) Should be a Registered Company. (Certificate of Registration to be enclosed)

and exclusively and independently operating in the area of testing services. 2) Must be in existence for five years as on 31.03.2010. (In case of

mergers/acquisitions/restructuring or name change, the date of establishment of earlier/original Partnership Firm/Public/Private Limited Company can be taken into account)

3) Should have Annual turnover of Rs. 5 Crores (Rupees Five Crores Only) for the three financial years namely 2006-07, 2007-08 and 2008-09.

4) Should have made net profit of Rs. 50 Lakh after taxation in the last three financial years namely 2006-07, 2007-08 and 2008-09.

5) Should have on its permanent rolls at least 50 professional testers 6) Should have a minimum of 50% of total staff as Testers 7) Should have at least 50% of total revenues coming out of software testing 8) Should have executed at least three orders for UAT of web based (N tier

Architecture) software package for any BFSI Company (in India or Abroad) consisting of at least any two of the below mentioned modules/application.

a. Core Banking b. Transaction based Internet Banking c. Customer Relationship Management d. Financial Management (Transfer Pricing, Financial Analyzer) e. Data Warehousing f. Anti-money Laundering g. ATM Switch

9) The firm should have never been blacklisted / barred / disqualified by any regulator / statutory body

10) Must not be implementers/solution providers / assistance providers/ consultant for implementation in Bank of Baroda for any of the applications implemented/ provided by HP to the Bank.

11) Should have expertise in testing tools HP Quick Test Professional (QTP) and HP Quality Center (QC).

12) Must have on rolls at least one team leader and one additional member who has similar experience as that of the team leader who would have personally involved in at least one similar assignment. The Engagement Manager Must have at least experience of Testing Services for 3 years

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 25 of 30 Project Office, BCC, Mumbai

Annexure B

Template for submission of Response to Eligibility Criteria (Documentary proofs for all the assertions are to be enclosed) S. No.

Eligibility Condition Response (Yes/ No/ actual figure)

Evidence Bank Evaluation Criteria met (Yes / No)

1 Registered Company and exclusively in the area of testing services

2 In existence for past five years

3 Annual Turnover in the last three years 2009 2008 2007

4 Net Profit made in the last three years 2009 2008 2007

5 Number of Professional testers on roll of the company

6 Testers as percentage of total staff

7 Testing revenue as percentage of Total revenue

8 Out of 7 above, revenue generated from software testing for BFSI segment (as percentage)

9 Executed at least one order for UAT of web based (N tier Architecture) For a BFSI company (specify name/s of company) For Core Banking (specify solution) CRM (specify solution) Transaction based Internet Banking/E-banking (specify solution) Anti-money Laundering (specify solution)

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 26 of 30 Project Office, BCC, Mumbai

S. No.

Eligibility Condition Response (Yes/ No/ actual figure)

Evidence Bank Evaluation Criteria met (Yes / No)

ATM Switch (specify solution)

10 NEVER been blacklisted / barred / disqualified by any regulator / statutory body

11 NEVER been implementers/solution providers / assistance providers/ consultant for implementation in Bank of Baroda for any of the applications implemented/ provided by HP to Bank of Baroda.

12 Expertise in the use of testing tools HP Quick Test Professional (QTP) and HP Quality Centre (QC) (Enclose certificates)

13 Must have on rolls at least one team leader and one additional member who has similar experience as that of the team leader who would have personally involved in at least one similar assignment. The Engagement Manager Must have at least experience of Testing Services for 3 years

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 27 of 30 Project Office, BCC, Mumbai

Annexure C

Template for submission of Technical Proposal

Please provide the following information, along with the documentary evidences, wherever applicable. Please note, this information will be used for technical evaluation of the bid. 1. Service Provider’s Profile: Provider organization overview (financial profile, organization structure)

Provider business profile and strategy

Management practices and procedures

Dedicated practice area and core competency

Percentage of revenue of software testing for BFSI to total revenue

2. Relationship Management and Resourcing: Personnel and organization overview

Service Provider’s account team organization and staffing

Proposed team (with relevant resumes)

Professional development of organizational resources

3. Industry and Business Process Expertise: Industry-specific skill sets

Process skill sets (specific sub-processes) SWIFT, Cross-border Payments, Clearing & Settlement, ACH, Back-office, Call /Contact Centre, AML, User Management

Functional skill sets - Liabilities, Assets, Trade Finance, Remittances/Payments, ATM Switch, Internet Banking, Financial Management etc.

Regulatory knowledge (Banking in India and specific International territories)

Compliance knowledge (Testing related, PCI-DSS,

Security issues (by process or industry)

4. Technical Expertise

Technology platforms skills – UNIX, Windows, Java, Dot Net, Oracle Database, Oracle Applications, MS SQL, Active Directory, Middleware etc.

Specific modules (CBS, Internet Banking, CRM, OFSA, Financial Management, ATM Switch, Mobile Banking, Datawarehouse, CTI, Call Centre etc.

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 28 of 30 Project Office, BCC, Mumbai

Application Integration skills

Expertise in QTP & QC Tools

Expertise in Regression testing, Load Testing etc.

Expertise in Vulnerability assessment (give details of specific assignments, tools used and proposed as part of current offer)

Tools, accelerators, framework or other intellectual property (whether proposed as part of offer)

Security skills (Application Software, OS, Network, Web, Hardware, Database, Access Control, User rights control, ISO 27001)

5. Human Resources:

Human resources recruitment practices

Human resources Training practices

Human resources retention policies

Testing Resources attrition rate

Average tenure of current Testing professionals in the organization (also mention range of tenure)

Testing professionals’ certifications

Provider human resources plan proposed

6. Transition: Roles and responsibilities

Quality assurance process

Acceptance procedures

Proposed schedule

Transition services deliverable documentation

7. Exit Plan: Exit Plan

8. Due Diligence: References — Please provide contact details of at least two references

References — Specific team personnel

9. Details of Testing assignments for BFSI segment in last three years

(Please provide complete details of Applications etc.)

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 29 of 30 Project Office, BCC, Mumbai

Annexure D

Template for submission of Commercial Proposal

Sr. No.

Major Activities

For first UAT For subsequent UATs (price per UAT)

Estimated Effort (in mandays)

Quoted Price

Estimated Effort (in mandays)

Quoted Price

1

Cost of two dedicated onsite Resources for a period of 2 years.

----

----

----

2 Cost of one additional resource for 100 man days

----

----

----

3 Test Cases for UAT of Internet Banking

Test Cases for UAT of Mobile Banking,

----

----

5 Test Cases for UAT of Finacle CBS roll out in International territory

6 Test Cases for UAT of Customer Relationship Management (CRM)

-----

-----

7 Test Cases for UAT for AML solution for International territory

8 Test Cases for Financial Management (Fixed Assets)

----- -----

9 Test Cases for Pelican Payment Messaging Solution for International Territory

10 Test Cases for Reuters Kondor Trade Plus Treasury Back-office for International Territory

11 Orace Financial Services Application covering Performance Analyser, Risk Manager, Transfer Pricing in India

-----

-----

12 Test Cases for Arcot Fraud Management Solution – Web Fort & Risk Fort

----

-----

13 Swift Centralisation 14 On demand Load testing for one

application/ one implementation.

15 Call Centre (CTI) ---- ----

16 Other (Pl. Specify)

Bank of Baroda Baroda Corporate Centre, Mumbai

___________________________________________________________________________________

RFP for UAT Page 30 of 30 Project Office, BCC, Mumbai

Please also furnish the following:

1. Average cost per man-day (in Rupees) : 2. Rate per man-day for Senior Resource (in Rupees) : 3. Rate per man-day for other Resources (in Rupees) : 4. Rate per man-day external site duty (Composite Rate) :

Bank of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai 400 051.

*******************************

End of Document


Recommended