+ All Categories
Home > Documents > SELECTION OF CONSULTANT - Central Registry of ... Consultant RFP- Final... · SELECTION OF...

SELECTION OF CONSULTANT - Central Registry of ... Consultant RFP- Final... · SELECTION OF...

Date post: 30-Aug-2018
Category:
Upload: trinhcong
View: 221 times
Download: 0 times
Share this document with a friend
64
Request for Proposals RFP No. CERSAI/Notification/2015-51 dated 24.04.2015 SELECTION OF CONSULTANT CONSULTANCY SERVICES TO CERSAI FOR: A) SELECTING A SERVICE PROVIDER TO IMPLEMENT AND MANAGE THE CENTRAL REGISTRY IT SYSTEM & B) PROVIDING PROFESSIONAL RESOURCES ON A PERSON-MONTH BASIS FOR VARIOUS OTHER PROJECTS Central Registry of Securitisation Asset Reconstruction and Security Interest of India (CERSAI)
Transcript

SELECTION OF CONSULTANTS

Request for Proposals

RFP No. CERSAI/Notification/2015-51

dated 24.04.2015

SELECTION OF CONSULTANT

CONSULTANCY SERVICES TO CERSAI

FOR:

A) SELECTING A SERVICE PROVIDER TO

IMPLEMENT AND MANAGE THE CENTRAL

REGISTRY IT SYSTEM

&

B) PROVIDING PROFESSIONAL RESOURCES ON A

PERSON-MONTH BASIS FOR VARIOUS OTHER

PROJECTS

Central Registry of Securitisation Asset

Reconstruction and Security Interest of India

(CERSAI)

RFP – CERSAI IT Consultant

Confidential property of CERSAI Page 2 of 64

Contents

Section 1: Letter of Invitation ....................................................................................................3

Section 2: Instructions to Consultants........................................................................................4

PART I: Standard Terms and Conditions ...........................................................................4

PART II: Data Sheet .........................................................................................................17

Section 3: Technical Proposal - Standard Forms .....................................................................22

Section 4: Financial Proposal - Standard Forms ......................................................................36

Section 5: Terms of Reference .................................................................................................41

1. Introduction ..................................................................................................................41

2. Background of the CERSAI IT System .......................................................................41

3. Increasing the scope of CERSAI .................................................................................43

4. Overview of Scope of Work for Consultant ................................................................44

5. Detailed Scope of Work ...............................................................................................45

6. Deliverables and Timelines ..........................................................................................60

7. Key Consulting Resources ...........................................................................................61

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 3 of 64

Section 1: Letter of Invitation

Central Registry of Securitisation Asset Reconstruction and Security Interest of India

(CERSAI)

5th floor, MTNL Telephone Exchange Building, 8, Bhikaji Cama Place,

New Delhi – 110066

24-04-2015

Dear Bidder

1. The Central Registry of Securitisation Asset Reconstruction and Security Interest of

India (CERSAI) invites proposals from consulting entities to provide consultancy

services for: (a) selecting a service provider to implement and manage the Central

Registry IT system established under the Securitisation and Reconstruction of

Financial Assets and Enforcement of Security Interest Act, 2002; and (b) providing 2

professional consulting resources on a Person-month basis for various other projects

planned by CERSAI for a period of 18 months. More details on the scope of work

and services expected from the consultant are provided in the Section 5: Terms of

Reference, of this Request for Proposals (RFP) document.

2. A consultant will be selected based on Quality-Cost-Based Selection (QCBS)

procedures described in this RFP.

3. The RFP includes the following documents:

Section 1 - Letter of Invitation

Section 2 - Information to Consultants

Section 3 - Technical Proposal - Standard Forms

Section 4 - Financial Proposal - Standard Forms

Section 5 - Terms of Reference

Yours sincerely,

S/d Chief Operating Officer,

CERSAI, New Delhi

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 4 of 64

Section 2: Instructions to Consultants

PART I: Standard Terms and Conditions

Definitions (a) "Affiliate" in relation to a Consultant or a Bidder, as the case may

be, being:

a. a legal person which controls, is controlled by, or is

under the control of such Consultant or Bidder, as the

case may be.

b. A natural person means any person, which controls or is

controlled by such Consultant or the Bidder, as the case

may be, by a contract or other instrument.

The term “control” shall mean the beneficial ownership directly

or indirectly of more than 50% (Fifty Percent) of the voting

securities of such entity or controlling the majority of the

composition of the board of directors or power to direct the

management or policies or decision making by contract or

otherwise.

(b) “Applicable Law” means the laws and any other instruments

having the force of law in India, as they may be issued and in

force from time to time.

(c) “Assignment/ Project” means the consultancy services to be

provided to CERSAI for selection of service provider to

implement and manage the Central Registry IT System and

includes the Services to be performed by the Consultant pursuant

to the Contract.

(d) “Bidder” means applicant(s) who submit a Proposal pursuant to

the RFP.

(e) “Business Day” means the days on which the CERSAI is open for

business in New Delhi.

(f) “Central Government” means Government of India.

(g) “Central Registry” means the central registry setup pursuant to

Section 20 of the SARFAESI Act for registering transactions of

securitization and asset reconstruction of financial assets and

creation of security interests, in electronic form or otherwise,

with complete application software, IT infrastructure, data center

as well as the disaster recovery center facilities and as amended

from time to time

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 5 of 64

(h) “CERSAI” means the Central Registry of Securitisation Asset

Reconstruction and Security Interest of India, a company

registered under the Companies Act that is maintaining and

operating the Central Registry.

(i) “Companies Act” shall mean the (Indian) Companies Act, 1956

and the Companies Act, 2013 and any statutory modification or

re-enactment thereof for the time being in force. Any reference to

specific sections of the Companies Act, 1956 in this RFP and the

Contract shall be deemed to refer, mutatis mutandis, to the

corresponding Sections of the Companies Act 2013, as

applicable.

(j) “Company” means a company incorporated under the provisions

of the Indian Companies Act, 2013 or its predecessor statute

Companies Act, 1956.

(k) “Consultant” means a Person that is selected to provide the

Services to CERSAI.

(l) “Contract” means a legally binding written agreement signed

between CERSAI and Consultant and includes all the attached

documents listed in its Clause 1 including but not limited to the

General Conditions (GC), the Special Conditions (SC), and the

Appendices.

(m) “Data Sheet” means an integral part of the Instructions to

Consultants (ITC) used to reflect specific assignment conditions

to supplement, but not to over-write, the provisions of the ITC

(n) “Instructions to Consultants” (Section 2 of the RFP) means the

document that provides interested Bidders with all information

needed to prepare their Proposals.

(o) “Person” or “Persons” mean a legal or natural person or a group

thereof.

(p) “Personnel” means professionals, experts and support staff to be

assigned by the Consultant to perform the Services or any part

thereof.

(q) “Proposal” means the Technical Proposal and the Financial

Proposal.

(r) “RFP” means the Request for Proposal prepared by CERSAI for

the selection of Consultants.

(s) “Services” means the work to be performed by the Consultant

including as mentioned in the Terms of Reference pursuant to the

Contract.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 6 of 64

(t) “Terms of Reference” (TOR) means the document included in the

RFP as Section 5 which explains the objectives, scope of work,

activities, tasks to be performed, respective responsibilities of the

CERSAI and the Consultant, and expected results and

deliverables by the Consultant.

(u) “IT Systems” means all application software, middleware, system

software, database, servers, networking, security, storage, and

other IT devices or software that are necessary for CERSAI to

fulfil the roles and responsibilities assigned to it under the

SARFAESI Act.

(v) “DRT/ DRAT” means Debt Recovery Tribunal/ Debt Recovery

Appellate Tribunal setup under provisions of the Recovery of

Debts Due to Banks and Financial Institutions (RDDBFI) Act,

1993 as well as the SARFAESI Act, 2002.

1. Introduction

1.1 CERSAI will select the Consultant in accordance with the

method of selection specified in the Data Sheet.

1.2 The name of the Assignment has been mentioned in Part II

Data Sheet. Detailed scope of the work under the Assignment

has been described in the Terms of Reference in Section 5.

Tata Consultancy Services (TCS) is the current vendor to

CERSAI for the Central Registry IT system. The contract

with them is for a period of 5 years from 31st March 2011 to

30th March 2016. The key deliverable of the consultant will

be selection of a new vendor and smooth transition from

exiting system to new system before 30th March 2016. Apart

from this, the consultant is also required to provide 2

professional consulting resources on a Person-month basis

for a period of 18 months for supporting CERSAI in the

development of other planned projects such as eDRT,

linkages with DRT/ DRAT, land registries, stamp duty

offices, the Ministry of Corporate Affairs (MCA) registry

and SARFAESI case monitoring systems of banks, rollout of

KYC registry, best practices study, assistance in planning

and rollout of training modules, and any other work as

assigned by CERSAI from time to time.

1.3 The date, time and address for submission of the Proposal has

been given in Part II Data Sheet.

1.4 Interested Bidders are invited to submit a Proposal, for

providing consulting services required for the Assignment

named in the RFP, Terms of Reference and Data Sheet. The

Proposal, Technical Presentation, and any other

clarifications provided by the Bidder along with the Terms

of Reference provided in the RFP will be the basis for

contract negotiations and ultimately for a signed Contract

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 7 of 64

with the selected Consultant.

1.5 Consultants should familiarize themselves with current

operations of the Central Registry and take them into

account in preparing their Proposal. To obtain first-hand

information on the assignment, interested Bidders are

encouraged to visit the offices of CERSAI and DRT/ DRAT

and few banks before submitting a proposal.

1.6 The Bidders shall bear all costs associated with the

preparation and submission of their Proposal and contract

negotiation. CERSAI is not bound to accept any Proposal,

and reserves the right to annul the selection process at any

time prior to Contract award, without assigning any reason

or incurring any liability of any kind whatsoever to CERSAI

or the Central Registry.

1.7 Bids failing to meet the Eligibility Criteria or not submitting

requisite proof in support thereof as mentioned in Para 5.1

of Part II Data Sheet, are liable to be considered as non-

responsive and rejected summarily.

Conflict of

Interest &

Monopolistic

Practice

1.8 CERSAI requires that the Consultant shall, while delivering

the Services, provide professional, objective, and impartial

advice at all times holding CERSAI and Central Registry’s

interests paramount, strictly avoiding any conflicts of

interest or any monopolistic practice, free of any ulterior or

vested interest.

Conflicting

Relationships

1.8.1. A Bidder (including its Personnel) that has a business

or family relationship with a member of CERSAI’s

staff who is directly or indirectly involved in any part

of (a) the preparation of the Terms of Reference of the

Assignment, (b) the selection process for such

Assignment, or (c) supervision of the Contract, may

not be awarded the Contract, unless the conflict

stemming from this relationship has been resolved in a

manner acceptable to CERSAI throughout the

selection process and the execution of the Contract.

The Bidders are expected to make a disclosure of the

Conflicting Relationship in their proposal.

1.8.2 Bidders have an obligation to disclose any situation of

actual or potential conflict that impacts their capacity

to serve the best interest of their CERSAI, or that may

reasonably be perceived as having this effect. Failure

to disclose said situations may lead to the

disqualification of the Bidder or the termination of its

Contract, if awarded.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 8 of 64

Fraud and

Corruption

1.9 It is required that Bidders participating in the Assignment

adhere to the highest ethical standards during the selection

process.

(a) For the purpose of this paragraph, the terms set forth

below as follows:

(i) “corrupt practice” means (i) the offering,

giving, receiving, or soliciting, directly or

indirectly, of anything of value to influence

the actions of any person connected with the

negotiation process (for avoidance of doubt,

offering of employment to or employing or

engaging in any manner whatsoever, directly

or indirectly, any official of the CERSAI who

is or has been associated or dealt in any

manner, directly or indirectly with the

negotiation process or has dealt with matters

concerning the RFP or arising there from,

before or after the execution thereof, at any

time prior to the expiry of one year from the

date such official resigns or retires from or

otherwise ceases to be in the service of the

CERSAI, shall be deemed to constitute

influencing the actions of a person connected

with the negotiation process); or (ii) engaging

in any manner whatsoever, during the

negotiation process, any person in respect of

any matter relating to the assignment, who at

any time has been or is a legal, financial or

technical adviser of the CERSAI in relation

to any matter concerning the RFP trying to

influence in what so ever manner the

members of the Evaluation Committee, in the

selection process or in contract execution;

(ii) “fraudulent practice” means a

misrepresentation or omission of facts in

order to influence a selection process or the

execution of a contract or negotiation

process;

(iii) “collusive practices” means a scheme or

arrangement between two or more Bidders

with or without the knowledge of the

CERSAI, designed to establish prices at

artificial, noncompetitive levels;

(iv) “coercive practices” means impairing,

harming or threatening to harm, directly or

indirectly, persons or their property to

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 9 of 64

influence their participation in a procurement

process, or affect the execution of a contract

or negotiation process;

False and

Misleading

Statement

1.10 CERSAI reserves the right to reject a Proposal at any stage if

it determines that the Bidder recommended for award has,

directly or through an agent, engaged in corrupt, fraudulent,

collusive or coercive practices in competing for the contract

in question.

A Bidder may be disqualified at any stage if found to have

submitted false or misleading information or material or has

made false or misleading declaration in the Proposal.

1.11 A Bidder may submit only one Proposal. The Bidder should

be an individual organization. Consortiums will not be

allowed.

Proposal

Validity

1.12 The Part II Data Sheet indicates how long a Bidder’s

Proposals must remain valid after the submission date.

During this period, the Bidder shall maintain the availability

of Personnel nominated in the Proposal and fully commit to

their Financial Proposal. Should the need arise, CERSAI

may request the Bidders to extend the validity period of

their proposals. Bidders who agree to such extension shall

confirm that they maintain the availability of the Personnel

nominated in the Proposal and fully commit to their

Financial Proposal, unchanged, or in their confirmation of

extension of validity of the Proposal, the Bidder could

submit new staff in replacement, who would be considered

in the final evaluation for award of the Contract. A Bidder

who does not agree to the above, has the right to refuse to

extend the validity of their Proposal. Under such

circumstances, CERSAI shall not consider such proposal for

further evaluation.

2. Clarification and

Amendment of

RFP Document

2.1 A Bidder may request a clarification in the RFP document

up to the number of days indicated in the Data Sheet before

the Proposal submission date. Any request for clarification

must be sent in writing, or by standard electronic means to

the CERSAI’s address indicated in the Data Sheet. CERSAI

will respond in writing by standard electronic means to all

Bidders their response (including an explanation of the

query but without identifying the source of inquiry). Should

the CERSAI deem it necessary to amend the RFP as a result

of a clarification, it shall do so following the procedure

under para. 2.2.

2.2 At any time before the submission of Proposals, CERSAI

may amend the RFP by issuing an addendum/corrigendum

in writing or by standard electronic means. The addendum/

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 10 of 64

corrigendum shall be published on its website and will be

binding on the Bidders. To give the Bidders reasonable time

in which to take an amendment into account in their

Proposals, the CERSAI may, if the amendment is

substantial, extend the deadline for the submission of

Proposals.

3. Preparation of

Proposals

3.1 The Proposal, as well as all related correspondence

exchanged by the Bidders and the CERSAI, shall be written

in English.

3.2 In preparing their Proposal, Bidders are expected to examine

in detail the documents comprising the RFP. Material

deficiencies in providing the information requested may

result in rejection of a Proposal. The Proposal shall consist

of 2 parts (i) Technical Proposal and (ii) Financial Proposal.

3.3 While preparing the Technical Proposal, a Bidder must give

particular attention to the estimated tenure for the

Assignment as shown in the Part II Data sheet. However,

the Proposal shall be based on the number of Professional

staff-months/tenure or budget estimated by the Bidders.

While making the proposal, the Bidder must ensure that it

proposes the type of experts as sought by the CERSAI,

failing which the proposal shall be considered as non-

responsive.

Technical

Proposal Format

and Content

3.4 The Data Sheet indicates the format of the Technical Proposal

to be submitted. The Technical Proposal shall provide the

information indicated in the following paras from (a) to (f)

using the attached Standard Forms (Section 3).

(a) Description of the Bidder’s organization and

Experience as per the Eligibility Criteria in 5.1 of Part

II of Data sheet. (Form TECH-2 of Section 3)

(b) Brief description of the Bidder’s experience on

assignments of a similar nature is required in Form

TECH-3 of Section 3. For each assignment, the outline

should indicate the names of sub-consultants/

professional staff who participated, duration of the

assignment, contract amount, and Bidder’s

involvement. Information should be provided only for

those assignments for which the Bidder legally

contracted the Consultant. Assignments completed by

individual Professional staff working privately or

through other consulting entities cannot be claimed as

the experience of the Bidder, but can be claimed by the

professional staff themselves in their CVs. A Bidder

should be prepared to substantiate the claimed

experience if so requested by CERSAI.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 11 of 64

(c) Description of the technical approach, methodology,

work plan and organization and staffing schedule for

performing the assignment is required. Guidance on

the content of this section of the Technical Proposal

may be found in Form TECH-4 of Section 3.

(d) The list of the proposed professional staff team to be

engaged in this assignment by area of expertise, the

position that would be assigned to each team member,

and their tasks should be disclosed in the format

suggested in Form TECH-5 of Section 3.

(e) CVs of the professional staff signed by the staff

themselves or by the authorized representative of the

professional Staff should be submitted as per the

format in Form TECH-6 of Section 3.

(f) Estimates of the staff (including of short-term experts)

input (duration) needed to carry out the assignment as

per Form TECH-7A & 7B of Section 3. The person-

months input should be indicated separately in the

format.

3.5 The Technical Proposal (Original, Copy and Soft Copy)

shall not include any financial information. A Technical

Proposal containing financial information shall be declared

non responsive.

Financial

Proposals

3.6 The Financial Proposal shall be prepared using the attached

Standard Forms (Section 4). It shall list all costs associated

with the assignment, including remuneration for staff and

short-term experts. The financial proposal shall not include

any conditions attached to it and any such conditional

financial proposal shall be summarily rejected.

Taxes 3.7 Bidders are responsible for meeting all applicable tax

liabilities arising out of the Contract and shall include such

taxes in the Financial Proposal.

3.8 Bidders should provide the price of their services in Indian

Rupees.

Earnest Money

Deposit (EMD), and

Performance

Guarantee.

3.9 Earnest Money Deposit

I. An EMD of Rs. 5 lakhs, in the form of DD drawn in favour

of and payable at Delhi, must be submitted along with the

Proposal.

II. Proposals not accompanied by EMD shall be rejected as non-

responsive.

III. No interest shall be payable by the CERSAI for the sum

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 12 of 64

deposited as EMD.

IV. No bank guarantee will be accepted in lieu of the EMD.

V. The EMD of the Bidders who do not qualify after the

Technical Proposal evaluation would be returned back

within 3 months of opening of the Technical Proposal.

3.10 CERSAI shall forfeit the EMD in the following events:

I. If the Bidder withdraws the Proposal during the validity

period or any extension thereof for any reason whatsoever.

II. If the Bidders unilaterally withdraws the proposal during

negotiations (failure to arrive at consensus by both the

parties shall not be construed as withdrawal of Proposal by

the Bidder).

III. If the Bidder makes a false declaration or disclosure in the

Proposal or during the negotiations.

3.11 Tender Fees:

All Bidders are required to pay Rs. 5000/- towards tender

fees in the form of Demand Draft drawn in favour of and

payable at Delhi. The tender fee is non-refundable.

3.12 Performance Bank Guarantee

I. The selected Bidder shall be required to furnish a

performance bank guarantee equivalent to 10% of the

contract value rounded off to the nearest thousand Indian

Rupees, in the form of an unconditional and irrevocable bank

guarantee from a scheduled commercial bank in India in

favour of CERSAI, for the entire period of contract with 90

days claim period.

II. The bank guarantee must be submitted after award of

contract but before signing of Contract. The successful

Bidder has to renew the bank guarantee on same terms and

conditions up to the Contract period. Performance bank

guarantee would be returned only after successful

completion of tasks assigned to them and after the claim

period indicated at I. above, and only after

adjusting/recovering any dues recoverable/payable from/by

the Consultant on any account under the Contract. On

submission of this performance guarantee and after signing

of the Contract, demand draft submitted towards EMD

would be returned in original.

4. Submission,

Receipt, and

Opening of

4.1 The proposal (Technical Proposal and Financial Proposal)

shall contain no interlineations or overwriting, except as

necessary to correct errors made by the Bidders themselves.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 13 of 64

Proposals The person who signed the proposal must initial each such

correction. Submission letters for the Technical Proposal

and Financial Proposal should respectively be in the format

of TECH-1 of Section 3, and FIN-1 of Section 4,

respectively.

4.2 Only an authorized representative of the Bidder shall initial

all pages of the original Technical and Financial Proposals.

The authorization shall be in the form of a written power of

attorney accompanying the Technical and Financial

Proposals or in any other form demonstrating that the

representative has been duly authorized to sign. The signed

Technical and Financial Proposals shall be marked

“ORIGINAL”.

4.3 The Technical Proposal shall be marked “ORIGINAL” or

“COPY” as appropriate. The Technical Proposals shall be

sent to the addresses referred to and in the number of copies

indicated in the Data Sheet Para 4.2. All required copies of

the Technical Proposal are to be made from the original. If

there are discrepancies between the original and the copies

of the Technical Proposal, the original shall prevail.

4.4 The original and all copies of the Technical Proposal shall

be placed in a sealed envelope clearly marked “TECHNICAL

PROPOSAL”. Similarly, the original Financial Proposal shall

be placed in a sealed envelope clearly marked “FINANCIAL

PROPOSAL” and the name of the assignment, and with a

warning “DO NOT OPEN WITH THE TECHNICAL

PROPOSAL.” The envelopes containing the Technical

Proposal, Financial Proposals, EMD, and Tender Fee shall

be placed into an outer envelope and sealed. The CERSAI

shall not be responsible for misplacement, loss or premature

opening if the outer envelope is not sealed and/or marked as

stipulated. This circumstance may be case for Proposal

rejection. If the Financial Proposal is not submitted in a

separate sealed envelope duly marked as indicated above,

this will constitute grounds for declaring the Proposal non-

responsive.

4.5 The Proposals must be sent to the address indicated in the

Data Sheet and received by the CERSAI no later than the

time and the date indicated in the Data Sheet, or any

extension to this date in accordance with para. 2.2. Any

Proposal received by the CERSAI after the deadline for

submission shall be returned unopened.

4.6 From the time the Proposals are opened to the time the

Contract is awarded, the Bidders should not contact the

CERSAI on any matter related to its Technical and/or

Financial Proposal. Any effort by Bidders to influence the

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 14 of 64

CERSAI in the examination, evaluation, ranking of

Proposals, and recommendation for award of Contract may

result in the rejection of the Bidders' Proposal.

4.7 CERSAI shall open the Technical Proposal immediately after

the deadline for their submission. The envelopes containing

the Financial Proposal shall remain sealed and securely

stored.

5. Evaluation of

Technical

Proposals

5.1 The Evaluation Committee while evaluating the Technical

Proposals shall have no access to the Financial Proposals

until the technical evaluation is concluded and the

competent authority accepts their recommendation.

5.2 The Evaluation Committee shall evaluate the Technical

Proposals on the basis of their responsiveness to the Terms

of Reference and by applying the evaluation criteria and

sub-criteria specified in the Data Sheet. In the first stage of

evaluation, a Proposal shall be rejected if it is found

deficient as per the requirement indicated in the Data Sheet

for responsiveness of the proposal. Only responsive

proposals shall be further taken up for evaluation.

Evaluation of the Technical Proposals will be done and at

this stage the Financial Proposals will remain unopened.

Bidders shall make presentations to the Evaluation

Committee that will also be a component of evaluation. The

qualification of the Bidders and the evaluation criteria for

the Technical Proposal shall be as defined in the Data sheet.

Each responsive Proposal will be given a technical score

(St). A Proposal shall be rejected at this stage if it does not

respond to important aspects of the RFP and particularly the

Terms of Reference or if it fails to achieve the minimum

technical score indicated in the Data Sheet.

Public Opening

and Evaluation

of Financial

Proposals -

QCBS Selection

Procedure

5.3 Financial Proposal of only those entities who are technically

qualified shall be opened publicly on the date & time

specified on the Data Sheet, in the presence of the

shortlisted Bidders' representatives who choose to attend.

The name of the Bidders, their technical score (if required)

and their Financial Proposal shall be read aloud.

5.4 The Evaluation Committee will correct any computational

errors. When correcting computational errors, in case of

discrepancy between a partial amount and the total amount,

or between word and figures the former will prevail. In

addition to the above corrections, the items described in the

Technical Proposal but not priced, shall be assumed to be

included in the prices of other activities or items.

5.5 In the QCBS method of selection of Bidder, the lowest

evaluated Financial Proposal will be given the maximum

financial score (Sf) of 100 points. The financial scores (Sf)

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 15 of 64

of the other Financial Proposals will be computed as

indicated in the Data Sheet. Proposals will be ranked

according to their combined technical (St) and financial (Sf)

scores using the weights (T = the weight given to the

Technical Proposal; F = the weight given to the Financial

Proposal; T + F = 1) indicated in the Data Sheet: S = St x

T% + Sf x F%. The Bidder achieving the highest combined

technical and financial score will be invited for negotiations.

6. Negotiations

6.1 Negotiations will be held at the address of CERSAI

mentioned in the Data Sheet. The invited Bidder will, as a

pre-requisite for attendance at the negotiations, confirm

availability of all Professional staff. Representatives

conducting negotiations on behalf of the Bidder must have

written authority to negotiate and conclude a Contract.

Technical

negotiations

6.2 Negotiations will include a discussion of the Technical

Proposal, the proposed technical approach and methodology,

work plan, and organization and staffing, and any

suggestions made by the Bidder to improve the Terms of

Reference. The CERSAI and the successful Bidder will

finalize the Terms of Reference, staffing schedule, work

schedule, logistics, and reporting. These documents will then

be incorporated in the Contract as “Description of Services”.

CERSAI shall prepare minutes of negotiations, which will be

signed by the CERSAI and the successful Bidder.

Financial

negotiations

6.3 After the technical negotiations are over, financial

negotiations should be carried out in order to reflect any

change in financials due to change in scope of work or due

to clarification on any aspect of the technical proposal

during the technical negotiations. Under no circumstances,

should the financial negotiation result in an increase in the

price originally quoted by the Bidder.

Availability of

Professional

staff/experts

6.4 Having selected the Bidder on the basis of, among other

things, an evaluation of proposed Professional staff, the

CERSAI expects to sign a Contract on the basis of the

Personnel named in the Proposal. Before contract

negotiations, the CERSAI will require assurances that the

Personnel will be actually available. The CERSAI will not

consider substitutions unless such substitution is

unavoidable due to reasons such as death or medical

incapacity. If this is not the case and if it is established that

Personnel were offered in the proposal without confirming

their availability, the Bidder may be disqualified. Any

proposed substitute shall have equivalent or better

qualifications and experience than the original candidate and

be submitted by the Bidder within the period of time

specified in the letter of invitation to negotiate.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 16 of 64

Conclusion of

the negotiations

6.5 Negotiations will conclude with a review of the Contract. To

complete negotiations the CERSAI and the Bidder will

initial the agreed Contract.

7. Award of

Contract

7.1 After completing negotiations CERSAI shall issue a letter of

award of contract to the selected Bidder and promptly notify

all Bidders who have submitted proposals about the decision

taken.

7.2 The selected Bidder will sign the contract after fulfilling all

the formalities/pre-conditions mentioned in the standard

form of contract, within 7 days of issuance of the letter of

intent.

7.3 The Consultant is expected to commence the assignment on

the date specified in the Part II Data Sheet.

8. Confidentiality 8.1 Information relating to evaluation of Proposals and

recommendations concerning awards shall not be disclosed

to the Bidders who submitted the Proposals or to other

persons not officially concerned with the process, until the

publication of the award of Contract. The undue use by any

Bidder of confidential information related to the process

may result in the rejection of its Proposal.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 17 of 64

Instructions to Consultants

PART II: Data Sheet

Paragraph

Reference

1.1

Party issuing RFP: Central Registry of Securitisation Asset Reconstruction

and Security Interest of India (CERSAI)

Method of selection: Quality Cost Based Selection [QCBS]

1.2 Name of the Assignment: “Consultancy services to CERSAI for: (a) selecting

a service provider to implement and manage the Central Registry IT system;

and (b) providing 2 resources on a Person-month basis for various other

projects planned by CERSAI over the next 18 months.”

1.3 The Proposal submission address is:

Central Registry of Securitisation Asset Reconstruction and Security

Interest of India (CERSAI)

5th floor, MTNL Telephone Exchange Building, 8, Bhikaji Cama Place,

New Delhi – 110066

Proposal (Technical Proposal and Financial Proposals in two separate sealed

envelopes, EMD, and Tender Fee) must be submitted no later than the

following date and time:

Date: May 20th

, 2015

Time: 14:00 hrs.

Bid Opening Date: May 20th

, 2015 and Time : 15:00 hrs.

1.4

A pre-proposal conference will be held at 2:30 p.m. on 11.05.2015 at CERSAI,

New Delhi.

The representative of CERSAI is:

Biswajit Patra

Chief Pager (IT)

Phone number: 011 - 26178581

Email address: [email protected]

1.5

Proposals must remain valid for 90 days from the submission date.

2.1 Clarifications may be requested not later than 10 days before the submission

date.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 18 of 64

The address for requesting clarifications is:

Biswajit Patra

Chief Manager (IT)

Phone number: 011 - 26178581

Email address: [email protected]

3.1 The estimated tenure of Contract: Hybrid Contract including: (a) Lump-sum

Contract for a period of 6 months post Go-Live of the Central Registry; and

(b) Person-month based Contract for a period of 18 months

4.1

The formats of the Technical Proposal to be submitted are:

Form Tech 1: Letter of Proposal submission

Form Tech 2: Consultant's organization & experience

Form Tech 3: Approach & methodology

Form Tech 4: Team composition

Form Tech 5: Curriculum vitae

Form Tech 6A & 6B: Staffing Schedule

4.2 Consultant must submit the following:

a) Original and 1 duplicate hard copy and 3 soft copies of the Technical

Proposal, and

b) Only the Original of the Financial Proposal

5.1 Eligibility Criteria

Bidders failing to meet the eligibility criteria or not submitting requisite proof

for supporting these criteria are liable to be rejected summarily.

1. The Bidder must be a reputable and experienced company operating in

the field of professional consultancy services, registered under the

Companies Act for the last 10 years.

2. The Bidder must have an annual turnover of minimum Rs. 100 Crores

(Rupees Hundred Crores) each year during the last 3 financial years

ending 31st March, 2014 from consultancy/advisory services.

3. The Bidder must have made net profits (positive) during the last 3

financial years ending 31st March, 2014.

4. The Bidder must have completed at least 2 consultancy assignments of

similar nature in design of IT systems (application software and

hardware), preparation of RFP and bid process management for

selection of a System Integrator/ Service Provider, in a large

Government IT transformation/ e-Governance/ Banking transformation

environment with a consultancy value of at least Rs. 1 Crore each in

last 5 years.

5. The Bidder must have at least 100 full time IT consultants on its rolls.

6. The Bidder should not have been black listed by any state or Central

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 19 of 64

Government or public sector undertaking or regulatory body in India.

7. No proceedings for winding up or restructuring of the Bidder should be

pending in any court of law or any other forum.

8. Bidders are not allowed to form consortiums with other Bidders or

other Companies.

9. The Bidder should have an office in New Delhi/ National Capital

Region (NCR).

10. The bidder should be among the top 10 entities in consulting

business, in any immediate previous 2 quarters as published in

Gartner/IDC/Forrester (Bidder should provide supporting

document in this regard)

Bids failing to meet the Eligibility Criteria or not submitting requisite proof in

support thereof as mentioned in Para 5.1 of Part II Data Sheet are liable to be

considered as non-responsive and rejected summarily.

The list of mandatory supporting documents to be submitted are:

1. Proof of registration of the Bidder under the Companies Act.

2. Audited Balance Sheet for the last three financial years (2013-14,

2012-13, 2011-12, as audited balance sheets for 2014-15 may not be

available as yet). Please include only the sections on P&L and the

assets. 3. Certificate by the company statutory auditors on qualifying turnover

from advisory/consultancy services in the field of information

technology.

4. Work Order/ Completion Certificate/ Client Certificate for previous

experience cited in Eligibility Form Section 3. (it is mandatory to

provide value of consulting assignment).

5. Certificate from the Company Auditors/Company Secretary on number

of IT consultants.

6. Evidence from Gartner/ IDC/ Forrester report stating the bidders’

position among the top 10 entities in any immediate 2 quarters

7. Self-attested Certificate by the Bidder that:

a. It has not been black listed by any state or Central Government

or public sector undertaking or regulatory body in India.

b. It has no proceeding for winding up or restructuring pending in

any court of law or any other forum.

c. It has no conflict of interest, as per Para 1.8 of Section 2:

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 20 of 64

Instructions to Consultants.

5.2

Technical Evaluation Criteria:

(i) Previous Experience: 40

Sl.

No

Criteria Points

1 Previous experience of consultant in design of large Government IT

transformation/ e-Governance/ Banking transformation projects

involving selection of service provider for implementation and

maintenance of the IT systems, with a consultancy value of at least Rs.

25 lakhs in the previous 10 years. Scoring will be based on relevant

project citations: (>= 10 projects: 20 points; >=5 to <10 projects: 10

points; >=2 to <5 projects: 5 points)

20

2 Previous experience of Consultant in providing Project management

services for large IT implementations in Government IT transformation/

e-Governance/ Banking transformation, with a consultancy value of at

least Rs. 25 lakhs in the previous 10 years. Scoring will be based on

relevant project citations: (>= 10 projects: 20 points; >=5 to <10 projects:

10 points; >=2 to <5 projects: 5 points: <2: projects: 0 points)

20

3 Total Score for Criterion (i) 40

(ii) Adequacy of the proposed methodology and work plan: 30

Sl.

No

Criteria

Points

1 Technical approach and methodology 20

a) Approach and methodology for the design and implementation of the

Central Registry

8

8

4

b) Approach and methodology for supporting CERSAI in the

development of other planned projects such as eDRT and linkages with

DRT/ DRAT, land registries, stamp duty offices, MCA registry and

SARFAESI case monitoring systems of banks, rollout of KYC registry,

best practices study and assist in planning and rollout of training

modules, and other any other work assigned by CERSAI from time to

time.

c) Approach for devising strategy and business models for Central

Registry

2 Technical Presentation 10

3 Total Score for Criterion (ii) 30

(iii) Key professional staff qualifications and competence for the assignment: 30

Sl.No Team Composition based on Key Areas of Expertise Points

1 IT Architecture and Design 6

2 Data and Business Process Analysis 6

3 Profiles of 2 consulting resources proposed on person-month basis 6

4 Project management and implementation monitoring 6

5 Short-term experts in areas such as secured transactions, banking,

land registries.

6

Total Score for Criterion (iii) 30

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 21 of 64

In part 5.2 (iii) the key consulting resources and team composition based on the core areas of

expertise required for the Assignment will be evaluated, as described in Section 5 – Terms of

Reference. The number of points to be assigned to each of the above disciplines shall be

determined considering the following three sub-criteria: 1) General qualifications

Sub-criteria

a) Educational qualification and training

b) Number of years of consulting experience

c) Number of years of association with the consulting organization (Consulting

resources are required to have a minimum of 6 months on the payroll of the consulting

organization) 2) Adequacy for the assignment

Sub-criteria

a) Experience as stated in ‘Area of Specific Expertise & Qualification and

Professional Experience

b) Consulting experience in IT Assignments

c) Adequate involvement in the Assignment

Total points for the above criteria (i), (ii), (iii): 100

St = Total points obtained for the above criteria (i), (ii), (iii)

The minimum technical score St required to pass is: 70 Points

5.3

The formula for determining the technical score is as follows:

St = (100 x T / Tm), in which St is the normalized technical score, Tm is the

highest technical score and T is the technical score of the proposal under

consideration.

The formula for determining the financial scores is the following:

Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and

F the price of the proposal under consideration.

The weights given to the Technical and Financial Proposals are:

T = 0.30; and F = 0.70

6.1 Address for contract negotiations:

Address:

CERSAI,

5th

Floor, MTNL Building,

8, Bhikaji Cama Place,

New Delhi - 110066.

7.1 Expected date and place for commencement of consulting services:

June 1st, 2015

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 22 of 64

Section 3: Technical Proposal - Standard Forms

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be

submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and

number of pages recommended.

Technical Proposal

TECH-1 Technical Proposal Submission Form

TECH-2 Bidder’s Eligibility

TECH-3 Experience Citations

TECH-4 Description of the Approach, Methodology and Work Plan

TECH-5 Team Composition and Task Assignments

TECH-6 Curriculum Vitae (CV) for Proposed Professional Staff

TECH-7A & 7B Staffing Schedule

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 23 of 64

FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM

To:

The Chief Operating Officer

Central Registry of Securitisation Asset Reconstruction and Security Interest of India

(CERSAI)

5th floor, MTNL Telephone Exchange Building, 8, Bhikaji Cama Place,

New Delhi – 110066

Dear Sir:

We, the undersigned, offer to provide consultancy services for: (a) selecting a service

provider to implement and manage the Central Registry IT system; and (b) providing 2

professional consulting resources on a Person-month basis for various other projects planned

by CERSAI over 18 months, in accordance with your Request for Proposal dated <date> and

our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal,

and a Financial Proposal sealed in a separate envelope.

We hereby confirm that we have read and understood the Terms and Conditions of the

RFP and all the documents attached therewith. We hereby declare that all the information and

statements made in this Proposal are true and correct and agree that any false or misleading

statement contained in it or declaration made may lead to our disqualification.

If negotiations are held during the period of validity of the Proposal, i.e., before the

date indicated in Paragraph Reference 1.5 of the Data Sheet, we undertake to negotiate on the

basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications

resulting from Contract negotiations.

We undertake, if our Proposal is accepted, to initiate the consulting services related to

the assignment not later than the date indicated in Paragraph Reference 7.1 of the Data Sheet.

We understand you are not bound to accept any Proposal you receive.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 24 of 64

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Entity:

Address:

Location: _____________________________________Date: _______________

1 [Delete in case no association is foreseen.]

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 25 of 64

FORM TECH-2 BIDDER’S ELIGIBILITY

A - Bidder’s Organization

[Provide here a brief description of the background and organization of your entity. Also

provide a brief description on the ownership details, date and place of incorporation of the

entity, objectives of the entity etc. Apart from this, also provide information on the Annual

Turnover of the entity for the last 3 financial years as required in the form below]

Organization and Financial Information

1: Details of the Organization

Name

Date of Incorporation

Date of Commencement of Business

Address of the Headquarters

Address of the Registered Office in India

Area of expertise with respect to this

Assignment

Contact details (name, address, phone no. and

email)

2: Financial Information

FY FY FY

Revenue (in INR crores)

Profit Before Tax (in INR crores)

Net Profit (in INR crores)

Revenue from IT Advisory/ IT

Consulting (in INR crores)

Other Relevant Information

Information on Consultants

3: Information on Consultants

Number of IT Consultants with the Company

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 26 of 64

B – Bidder Entity’s Experience – Design of IT System, Preparation of RFP

and Bid Process Management

[Using the format below, provide information on each assignment for which your entity was

legally contracted for carrying out consulting services similar to those requested under this

assignment. Bidders should provide all the details (including documentary evidence like copy

of work order/ contract document/ completion certificate from customer/ certificate from

auditor/ other customer testimonials including video along with supporting certificate from

auditors) as required in the form. Please provide citations of 2 relevant completed

consultancy assignments in Design of IT System (Application Software and Hardware),

preparation of RFP and Bid Process Management for the selection of a System Integrator/

Service Provider in a large Government IT transformation/ e-Governance/ Banking

transformation environment with consultancy value of at least 1 Crore each in the last 5

years. In case, Bidder does not provide information required by CERSAI, CERSAI shall

proceed with evaluation based on the information provided without requesting the Bidder for

further information. Hence, responsibility for providing information as required in this form

lies solely with Bidder.]

Assignment name:

Approx. Value of Contract: (Mandatory field)

(Mention contract value in INR)

Country:

Location within country:

Duration of assignment (months):

Name of Client:

Total No. of staff-months of the assignment:

Address:

Approx. value of the services provided by your entity

under the contract (in INR):

Start date (month/year):

Completion date (month/year):

No. of professional staff-months provided:

Client Reference and Contact

Details:

Name of senior professional staff of your entity involved

& functions performed (indicate most significant

profiles):

Narrative description of Assignment:

Description of actual services provided by your staff within the assignment:

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 27 of 64

FORM TECH-3 EXPERIENCE CITATIONS

A – Bidder Entity’s Experience – Selection of System Integrator/ Service

Provider for Large IT Systems

[Using the format below, provide information on each assignment for which your entity was

legally contracted for carrying out consulting services as requested under this assignment.

Bidders should provide all the details (including documentary evidence like copy of work

order/ contract document/ completion certificate from customer/ certificate from auditor/

other customer testimonials including video along with supporting certificate from auditors)

as required in the form. Please provide citations of relevant completed consultancy

assignments covering Project Design, RFP Preparation, Bid Process Management and

Selection of Service Provider for a large Government IT transformation/ e-Governance/

Banking/ transformation implementation assignment with a consultancy value of at least

Rs. 25 lakhs in the previous 10 years. In case, the Bidder does not provide information

required by CERSAI, CERSAI shall proceed with evaluation based on information provided

without requesting the Bidder for further information. Hence, responsibility for providing

information as required in this form lies solely with Bidder.]

Assignment name:

Approx. Value of Contract:

Country:

Location within country:

Duration of assignment (months):

Name of Client:

Total No. of staff-months of the assignment:

Address:

Approx. value of the services provided by your entity

under the contract (in INR):

Start date (month/year):

Completion date (month/year):

No. of professional staff-months provided:

Client Reference and Contact

Details:

Name of senior professional staff of your entity involved

and functions performed (indicate most significant

profiles):

Narrative description of Assignment:

Description of actual services provided by your staff within the assignment:

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 28 of 64

B – Bidder Entity’s Experience – Project Management Services

[Using the format below, provide information on each assignment for which your entity was

legally contracted for carrying out consulting services as requested under this assignment.

The Bidder should provide all the details (including documentary evidence like copy of work

order/ contract document/ completion certificate from customer/ certificate from auditor/

other customer testimonials including video along with supporting certificate from auditors)

as required in the form. Please provide citations of relevant completed consultancy

assignments providing project management Services for a large Government IT

transformation/ e-Governance/ Banking/ transformation implementation as required by

this RFP with a consultancy value of at least Rs. 25 lakhs in the previous 10 years. In case,

the Bidder does not provide information required by CERSAI, CERSAI shall proceed with

evaluation based on information provided without requesting the Bidder for further

information. Hence, responsibility for providing information as required in this form lies

solely with the Bidder.]

Assignment name:

Approx. Value of Contract:

Country:

Location within country:

Duration of assignment (months):

Name of Client:

Total No. of staff-months of the assignment:

Address:

Approx. value of the services provided by your entity

under the contract (in INR):

Start date (month/year):

Completion date (month/year):

No of professional staff-months provided by associated

Consultants:

Client Reference and Contact

Details:

Name of senior professional staff of your entity involved

and functions performed (indicate most significant

profiles):

Narrative description of Assignment:

Description of actual services provided by your staff within the assignment:

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 29 of 64

FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND

WORK PLAN

[Technical approach, methodology and work plan are key components of the Technical Proposal. You

are suggested to present your Technical Proposal divided into the following chapters:

a) Technical Approach and Methodology,

b) Work Plan, and

c) Organization and Staffing

d) Providing Consulting Resources on a Person-Month Basis

a) Technical Approach and Methodology.

In this chapter you should explain your understanding of the objectives of the assignment,

approach to the services, methodology for carrying out the activities and obtaining the

expected output, and the degree of detail of such output.

b) Work Plan.

In this chapter you should propose the main activities of the assignment, their content and

duration, phasing and interrelations, milestones (including interim approvals by the

CERSAI), and delivery dates of the reports. The proposed work plan should be consistent with

the technical approach and methodology, showing understanding of the TOR and ability to

translate them into a feasible working plan. A list of the final documents, including reports,

drawings, and tables to be delivered as final output, should be included here. The work plan

should be consistent with the Work Schedule.

c) Organization and Staffing.

In this chapter you should propose the structure and composition of your team including

billable and non-billable expert resources and consulting resources. You should list the main

disciplines of the assignment, the key experts responsible, and proposed supervisory and

support staff. The supervisory and support staff profiles shall be different from the experts

required in Section 5.2 (iii) of the Data Sheet. The details of these resources shall be given in

Form TECH -5. The responsibilities of the supervisory and support staff along with their

interactions with the consulting team that is deployed and with the CERSAI management shall

be clearly highlighted in the proposal and if their contribution to the assignment has been

directly billed or not.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 30 of 64

d) Professional Resources on a Person-month Basis:

In this chapter you should highlight the profiles of the 2 professional consulting resources

proposed for providing consulting expertise to various projects at CERSAI on a person-month

basis for a period of 18 months. As mentioned above, the professional consulting resources

will be supporting CERSAI in the development of other planned projects such as eDRT and

linkages with DRT/ DRAT, land registries, stamp duty offices, MCA registry and SARFAESI

case monitoring systems of banks, rollout of KYC registry, best practices study and assist in

planning and rollout of training modules, and other any other work assigned by CERSAI from

time to time. You should highlight how the profiles of the proposed consulting resources have

relevant experience in the above mentioned areas of work, their key accomplishments in

similar projects and how CERSAI will benefit from the experience of the proposed resources.

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 31 of 64

FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS

A) For Lump-sum Consultancy Assignment:

1. Professional Expert

Name of Expert Area of

Expertise

Position

Assigned Task Assigned

B) For Person-month Basis Assignment:

1. Professional Consulting Resources on a Person-month Basis

Name of

Resource

Area of

Expertise

Position

Assigned Task Assigned

C) Across Both Assignments above:

2. Supervisory and Support Staff (should be non-billable)

Name of Staff Area of

Expertise

Position

Assigned Task Assigned

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 32 of 64

FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED

PROFESSIONAL STAFF

1. Proposed Position [only one candidate shall be nominated for each position Expert]:

2. Name of Staff [Insert full name]:

3. Date of Birth: Nationality:

4. Education [Indicate college/university and other specialized education of staff member, giving names of

institutions, degrees obtained, and dates of obtainment]:

5. Total No. of years of experience:

6. Total No. of years with the entity [should be on the payroll of the entity for a minimum 6 months]:

7. Areas of expertise and no. of years of experience in this area (as required for the

position):

8. Certifications and Trainings attended:

9. Details of Involvement in assignments listed in FORM TECH-3 (only if involved in the

same):

10. Employment Record [Starting with present position, list in reverse order, giving for each employment

(see format here below): dates of employment, name of employing organization, positions held. Past

employment that is not relevant to the assignment does not need to be included.]:

From [Year]: To [Year]:

Employer:

Positions held:

11. Detailed Tasks Assigned

[List all tasks to be performed

under this assignment]

12. Relevant Work Undertaken that Best Illustrates the

experience as required for the Role

[Among the assignments in which the staff has been

involved (current and previous), indicate the following

RFP –CERSAI IT Consultant

Confidential Property of CERSAI Page 33 of 64

[List the deliverables under

this assignment in which the

proposed will be involved]

information for those assignments that best illustrate

staff capability to handle the tasks listed under point 11

and as required for the role as listed in ‘List of the key

professional positions whose CV and experience would

be evaluated’.]

Current Assignment:

Name of assignment:

Year:

Location:

Employer:

Main assignment features:

Positions held:

Value of assignment (approximate value or range

value): __________

Activities performed:

Previous Assignments:

Name of assignment:

Year:

Location:

Employer:

Main assignment features:

Positions held:

Value of assignment (approximate value or range

value): __________

Activities performed:

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes my qualifications, my experience, and myself. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, from the

assignment if engaged.

Date: [Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

RFP – CERSAI IT Consultant

Confidential Property of CERSAI Page 34 of 64

FORM TECH-7A STAFFING SCHEDULE FOR CONSULTANCY ASSIGNMENT

No Name of Staff1

Role / Position Proposed Duration in months (gantt chart) Total person-

months

1 2 3 4 n Total

1

2

3

N

1 Duration should be indicated individually for each consulting resource and expert; for Supervisory and Support Staff it should be indicated by category

RFP – CERSAI IT Consultant

Confidential Property of CERSAI Page 35 of 64

FORM TECH-7B STAFFING PLAN FOR PROJECT MANAGEMENT SERVICES

No Name of Staff1

Role / Position Proposed Duration (gantt chart) Total person-

months

1 2 3 4 n Total

1

2

3

N

RFP – CERSAI IT Consultant

Confidential property of CERSAI Page 36 of 64

Section 4: Financial Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the Bidders for the preparation of their

Financial Proposals; they should not appear on the Financial Proposals to be submitted.]

Financial Proposal Standard Forms shall be used for the preparation of the Financial

Proposal according to the instructions provided under para. 3.6 of Section 2.

FIN-1 Financial Proposal Submission Form

FIN-2 Summary of Costs

FIN-3 Breakdown of Costs

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 37 of 64

37

FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM

To:

The Chief Operating Officer

Central Registry of Securitisation Asset Reconstruction and Security Interest of India

5th floor, MTNL Telephone Exchange Building, 8, Bhikaji Cama Place,

New Delhi – 110066

Dear Sir:

We, the undersigned, offer to provide consultancy services for: (a) selecting a

service provider to implement and manage the Central Registry IT system; and (b)

providing 2 professional consulting resources on a Person-month basis for various other

projects planned by CERSAI over 18 months, in accordance with your Request for

Proposal dated <date> and our Technical Proposal. Our attached Financial Proposal is for

the sum of [Insert amount(s) in words and figures]. The amount of the local taxes, as

identified/estimated is shown in the summary separately.

We hereby confirm that we have read and understood the Standard Terms and

Conditions of the RFP and all the documents attached therewith and fully understand

implications thereof.

Our Financial Proposal shall be binding upon us subject to the modifications

resulting from Contract negotiations, up to expiration of the validity period of the

Proposal, i.e. before the date indicated in Paragraph Reference 1.5 of the Data Sheet.

We hereby certify that we have taken steps to ensure that no person acting for us

or on our behalf will engage in bribery. We undertake that, in competing for (and, if the

award is made to us, in executing) the above contract, we will strictly observe the laws

against fraud and corruption in force in India namely “Prevention of Corruption Act,

1988”.

We understand you are not bound to accept any Proposal you receive.

We remain,

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 38 of 64

38

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Entity:

Address:

RFP – Central Registry IT Consultant

Page 39 of 64 Page 39 of 64

FORM FIN-2 SUMMARY OF COSTS

Financial Proposal for providing Consultancy services

Item Costs

In INR

1. Total cost for providing consultancy services for selection of service

provider to implement and manage the Central Registry IT system

2. Total cost for providing 2 professional consulting resources on a Person-

month basis for various other projects planned by CERSAI over 18

months

3. Applicable taxes

Total Amount of Financial Proposal (including taxes)

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 40 of 64

40

FORM FIN-3 BREAKDOWN OF COSTS

A) For Lump-sum Consultancy Assignment:

Name Position Person-month

Rate (A)

Proposed total

No. of Person-

months (B)

Total Amount

in INR (A*B)

Expert Resources

B) For Person-Month Basis Assignment:

Name Position Person-month

Rate (A)

Proposed total

No. of Person-

months (B)

Total Amount

in INR (A*B)

Consulting Resources on a Person-Month Basis

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 41 of 64

41

Section 5: Terms of Reference

1. Introduction

The objective of Central Registry of Securitisation Asset Reconstruction and Security Interest

of India (CERSAI) is to maintain and operate an IT system for registering transactions of

securitisation, asset reconstruction of financial assets and creation of security interest over

property, as defined in the Securitisation and Reconstruction of Financial Assets and

Enforcement of Security Interest Act, 2002.

The Central Registry has been operational since March 2011, and till date banks and financial

institutions have used the platform for filing over 12 million registrations of transactions of

securitisation, asset reconstruction and security interests of equitable mortgages.

The Central Registry also provides a facility for the general public to search and inspect the

records maintained by the Registry on payment of fees prescribed under the Securitisation

and Reconstruction of Financial Assets and Enforcement of Security Interest (Central

Registry) Rules, 2011.

2. Background of the CERSAI IT System

Since the start of its operations in March 2011, the CERSAI IT System has expanded

significantly. There are nearly 160,000 registered users on the system with over 12 million

records entered as of date.

The scope of the system has also expanded from its initial brief of recording transactions of

creation of equitable mortgages on immovable properties, to registration of transactions of

asset reconstruction, of securitization and of registration of assignment of receivables (the

latter under the Factoring Regulation Act 2011).

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 42 of 64

42

Table 1: Registration of equitable mortgages on CERSAI

REGISTRATION STATUS 31-03-2012 31-03-2013 31-03-2014 31-03-2015

Number of registrations (new) 1,066,840 2,400,650 4,014,190 6,181,824

Number of registrations (subsisting) 2,188,342 5,856,965 6,477,070 6,792,849

Total number of registrations carried out 3,255,182 8,257,615 10,491,260 12,974,673

Number of users registered 76,046 113,426 134,864 173,177

Table 2: Registration of factoring transactions on CERSAI

REGISTRATION STATUS 31-03-2013 31-03-2014 31-03-2015

Number of registrations carried out 1722 5431 8208

Number of users registered 72 77 90

Tata Consultancy Services (TCS) is the current vendor to CERSAI for the Central Registry

IT system. The contract with them is for a period of 5 years from 31st March 2011 to 30

th

March 2016.

The solution implemented by TCS is based on the following considerations:

1. All data will be online for a period of 27 years

2. The total number of transactions/records in the system will be 10 Crores

3. Approximately 9000 records will be created on a daily basis

4. Approximately 20000 searches will happen in a day

The TCS solution includes the following components:

1. Hardware:

a. Sun Sparc Enterprise servers

b. CISCO switches and routers

c. PCs and printers

2. Software:

a. TCS proprietary software solutions for the search utility

b. Database solution from Oracle

c. Security products from Symantec and TCS

d. Mail messaging solution

e. Reporting solution from Synaptris

f. Application server solution from Red Hat

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 43 of 64

43

In addition to the IT system, TCS is providing Help Desk, Data Center and Disaster Recovery

Center establishment and management support under this contract. The TCS team has also

provided training support to the CERSAI management and officers as well as to the users of

the Central Registry system on a regular basis.

3. Increasing the scope of CERSAI

In January 2014, a Legal Working Group constituted by CERSAI in collaboration with the

International Finance Corporation (IFC) submitted a report to the Ministry of Finance on

bringing the legal and regulatory framework for secured transactions1 in India on par with

international best practices and thereby increase access to finance for under-served groups

and improve efficiency and transparency of the financial sector in the country.

A significant recommendation of this Legal Working Group (supported by the Financial

Sector Legislative Reforms Commission Report) was that CERSAI should expand its scope

of services and become a true “Central” registry.

To achieve this, CERSAI IT System will require additional functionality such as the

following:

1. Registration of agreement to sell

2. Registration of security interests on movable assets

3. Registration of other types of mortgages, including intangibles like IPRs.

4. Integration with other electronic registries such as State land registries and Central

Government registries in the nature of Registrar of Companies, Aadhaar, etc. and with

Bank CBS and Credit Bureaus, Stamp Duty Offices, etc.

5. Integration with other loosely coupled systems that are external to the Central

Registry such as DRT/ DRAT/ Recovery Office IT Systems, and Bank SARFAESI

Case Monitoring Systems

6. Rollout of KYC registry, etc.

1 The term “secured transactions” refers to credit transactions where a creditor holds an interest in a debtor’s

property (“collateral”) to secure a loan or other obligation. This interest in property, commonly known as a

“security interest” or “charge,” is a broad, generic interest that encompasses all of the traditional legal forms,

including but not limited to mortgage, hypothecation with retained title and others

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 44 of 64

44

The implementation of this additional functionality will facilitate transparency in the

financial sector and increase the confidence of lenders that, the properties in which they take

security interests have no prior encumbrances and that their priority vis-à-vis other lenders in

the property will be assured as well.

This expansion of scope will mean that the number of users accessing the IT system will

grow significantly as with the number of registrations.

4. Overview of Scope of Work for Consultant

Tata Consultancy Services (TCS) is the current vendor to CERSAI for the Central Registry

IT system. The contract with them is for a period of 5 years from 31st March 2011 to 30

th

March 2016. The scope of the consultant will be selecting a new vendor and smooth

transition of exiting system to new system before 30th

March 2016.

In order to facilitate a smooth transition of the current IT system to the new Service Provider,

CERSAI plans to engage the services of a professional consulting entity for the following

broad scope of work:

A) Formulating the business requirements, technical specifications and the RFP

specifications for the new Central Registry IT system as per the best practice.

B) Selecting a Service Provider for implementing and managing the new Central

Registry and transition from the old system to the new system without loss of data and

on real time basis

C) Developing the transition strategy and plan for transfer of the existing IT system to a

new Service Provider before the end of the contract period with the current vendor

D) Providing Project management services for the implementation of the Central

Registry IT system.

E) Providing 2 professional consulting resources on a Person-month basis for a period of

18 months for supporting CERSAI in the development of other planned projects such

as eDRT and linkages with DRT/ DRAT, land registries, stamp duty offices, the

Ministry of Corporate Affairs (MCA) registry and SARFAESI case monitoring

systems of banks, rollout of KYC registry, best practices study and assist in planning

and rollout of training modules, and other any other work assigned by CERSAI from

time to time.

The sections below provide the following:

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 45 of 64

45

Detailed scope of work for the consultant

Deliverables and timelines of the consulting engagement

Key consulting resources required for the Assignment.

5. Detailed Scope of Work

The detailed terms of reference and the expected deliverables for each the above-mentioned

scope of work items is as follows:

5.1. Formulating the business requirements and technical specifications for the

new Central Registry IT system as per best practices

(i) The primary goal of the Consultant in this activity is to formulate the detailed

business, functional requirements and technical specifications for all the

components of the new Central Registry, including but not limited to: the new

work flows, system re-design required for the registration and searching of

movable collateral and integration with other registries, application software,

middleware, database, front-end and back-end systems, servers, networking,

security, storage, etc. The requirements should clearly state the comprehensive

capabilities, service levels and performance levels for all the IT components.

These requirements specifications shall form the basis for preparation of the RFP

and BRD (Business Requirements Document) for the Service Provider.

(ii) The consultant will design the system with a view on integration of Central

Registry database with land record registries, registration databases of states, data

bases of relevant local bodies. The integration will also be with CBS system of

banks, financial institutions, NBFCs, housing websites and RTO for issuance of

driving licenses etc.

(iii) The design specifications shall also provide for integration with MCA, DRT/

DRAT/ Recovery office systems, Stamp duty offices, SARFAESI Case

Monitoring systems, etc.

(iv) The system should be capable of handling

Registration of charge on properties under construction.

Registration of all types of mortgages.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 46 of 64

46

Creation of electronic linkages with all four credit bureaus.

Registration of encumbrances on movable properties.

Creation of linkages with ROC, Registrar of Patents and design and

the Vehicle Registration Authorities.

Integration with State Registries.

Registration of charges for all classes of lenders.

Registration of encumbrances in case of title retention contracts.

Registration of attachment orders on property by courts, DRT,

tribunals etc.

Registration based on the property (land/ building) photo/ timestamp/

lat-long of the property or RFID tags..

Linkages with other registration systems like the ‘Registrar of Births

and Deaths and RTOs for issuance of driving license etc.

The system should be designed arriving key performance indicators.

(v) The Consultant shall assess the current Central Registry IT System design and

map the business and functional requirements to best practice Collateral Registry

systems while identifying additional business and functional requirements that

would be necessary to modify the existing registry to provide for the registration

and searching of movable property collateral as well as integration with the other

state/central government electronic registries.

(vi) The Consultant shall design the web-based architecture for a notice-based

registry with all the essential modules of an international standard Collateral

Registry such as a user interface subsystem, client and fee management

subsystem, core database subsystem, and the security access subsystem. The

design shall also enable capturing other borrower information like biometrics that

might be required in future.

(vii) The system architecture for the new Central Registry should be designed taking

into consideration requirements for introduction of movable assets and

integration with other registries, credit bureaus, etc.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 47 of 64

47

(viii) The Consultant shall build a 5 and 10 year growth model for the Central

Registry based on: demand assessment; availability, performance, & scalability

requirements; future data-processing needs (associated with data search, etc.);

and likely technological evolution. Based on the above, the consultant shall

develop a methodology for workload analysis and sizing.

(ix) The Consultant shall propose and use various technical parameters and guidelines

to formulate the requirements specifications of the IT system components,

including the use of open source components and non-proprietary technologies.

The parameters should take into account, factors such as:

network load and latency;

server, database, storage, network, and bandwidth sizing;

requirements for network monitoring and control;

expected processing load and distribution of load across the various

technology components (specifically, the backend servers and storage that

will need to be architected for the high demands of the search requests).

(x) The requirements specifications should also provide details of all the other

software components required in the Central Registry, such as: OS and system

software, enterprise anti-virus software, auditing tools, DNS software,

messaging software, back-up software (with encryption capabilities), network

management and infrastructure software

(xi) The Consultant shall also specify functional and technical requirements for an

administration system that will help administer the CERSAI’s operations,

including: creation/ modification of CERSAI administrator user accounts; role

based access control; audit trails; fraud detection; reporting and analytics, etc.

(xii) Based on the requirements of the various IT system components, the Consultant

shall prepare the Bill of Materials (BOM) with estimated costs and specifications

for all hardware, networking, and software components, etc., taking into account

various technology aspects, cost effectiveness, and technology obsolescence.

Deliverable D1:

Business and Functional Requirements for the New Central Registry

Deliverable D2:

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 48 of 64

48

Architecture and Technology Specifications for the New Central IT

System

5.2. Developing the transition strategy and plan for transfer of the existing IT

system to the new service provider

(i) The Consultant shall develop the strategy for the new service provider to

smoothly transition the entire suite of applications, infrastructure and services

under the existing Central Registry services beyond the contract period of the

incumbent operator and ensure business continuity and performance for a period

of 6 months.

(ii) The Consultant shall propose and define the contract period for which the new

service provider will be responsible for enhancing the services, functionality,

underlying infrastructure and operations of the Central Registry.

(iii) The transition strategy and plan shall clearly articulate the details of the

responsibilities of the new service provider during the transition and the details of

the exit management responsibilities of the current operator

(iv) As part of the transition strategy and plan, the Consultant shall provide granular

details of activities that need to be carried out for managing the transition within

a time-bound manner, including but not limited to the following:

asset inventory:- inventory of all Assignment related assets (hardware,

software, etc.)

transfer of assets (both IT and non-IT) and operational ownership

(including commercials) of software licenses to the new service provider

transfer of agreements:- with all the OEMs, contractors, sub-contractors

being used by the current operator; renewal of third-party contracts, if any.

knowledge transfer:- functional, system, technical and process

documentation of the existing applications and processes necessary for

continued operation and maintenance of the services

access rights:- database, servers, and other critical assets belonging to the

Assignment

transfer of DC-DRC:- renew existing DC-DRC contracts/ creating custom

DC-DRC; DC-DRC migration

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 49 of 64

49

Assignment governance:- changes in the required governance structure;

operational change management processes required to implement the

transition.

(v) The transition plan shall also identify potential risks, set out possible mitigation

approaches, and identify specific tasks that the Service Provider will need to

undertake to mitigate identified risks associated with the transition.

Deliverable D3:

Transition Strategy & Plan for the Central Registry IT System

5.3. Preparation of RFP for selection of service provider to implement and

manage the Central Registry

(i) Based on the implementation strategy, and detailed functional and technical

requirements specifications for the Central Registry IT system, the Consultant

shall prepare the Request for Proposal (RFP) for selection of service provider to

implement, and manage the Central Registry.

(ii) The RFP shall also stipulate the requirement for taking over the existing Central

Registry IT system from the incumbent operator and running it for a period of 6

months (as detailed in 5.2 above)

(iii) The Consultant shall prepare the RFP conforming to the Government of India

guidelines on procurement of goods & services, including ICB procurement

guidelines if necessary.

(iv) The Consultant is responsible for preparation of the service level agreement and

contract for the new service provider.

(v) The RFPs shall include inter-alia the following details:

Description of the Assignment background and context

Purpose of the RFP; the scope of the services requested and what is not

included in scope

Assignment objectives. The objectives should broadly address aspects

related to availability, service levels, efficiencies, security and resilience

factors, flexibility, scalability and cost.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 50 of 64

50

Scope of work, roles and responsibilities of service provider. This section

should itemize the specific services requested through the RFP.

Functional and technical requirements specifications

Requirements for high availability & security

Requirements for strategic control of the infrastructure assets

Compliance to information security guidelines and standards

Compliance to legal and regulatory requirements

Compliance to eGovernance standards, Government websites, accessibility

and other standards and guidelines issued by Department of Electronics

and Information Technology, GoI

Operational requirements

Acceptance criteria & system and security audit requirements

Commercial specifications & bid process requirements, including:

Bidders’ eligibility and pre-qualification

Bid process activities

Bid formats and submission requirements

Bid evaluation criteria and process, including QCBS methodology

General terms and conditions for bidding including: cost of RFP,

conflict of interest, modification and withdrawal of bids, etc.

Payment terms

Legal and contractual specifications. The contract agreement should be

based on the General Conditions of Contract (GCC) and Special

Conditions of Contract (SCC), as defined by procurement norms

Service Level Agreement (SLA) based on service-level goals and

objectives. The SLA should provide the following:

SLA terms and definitions

SLA calculation principles and metrics

Calculation of downtime and uptime

Audit compliance

Service levels during peak hours and extended business hours

Service level enforcement, penalties

Issue resolution time

Deliverable D4:

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 51 of 64

51

Request for Proposal (RFP) for Selection of Service Provider to

Implement, and Manage the Central Registry

5.4. Bid process management & contract finalization

(i) The Consultant shall undertake the following activities as part of bid process

management for the RFP:

Support the CERSAI in release of the EOI and/or RFP tender notice

Support the CERSAI in conducting pre-bid conferences

Compile response to bid queries and clarifications, and make presentations

before the Evaluation Committee

Design the RFP evaluation criteria

Pre-qualification evaluation

Evaluation of the technical bids, conduct briefings and presentations to the

Evaluation Committee

Evaluation of the commercial bids

Compile the evaluation reports and recommend the best bidder

Support the Evaluation Committee to be set up by the CERSAI

Evaluation of Bill of Materials (BOM)

Support CERSAI in negotiations and closure

Support the CERSAI in contract finalization with the selected bidder.

(ii) The consultant shall submit comprehensive bid evaluation reports, consisting of

Pre-qualification evaluation, Technical evaluation, and Commercial evaluation.

Deliverable D5:

Bid Evaluation Reports, consisting of:

a) Pre-qualification evaluation reports

b) Technical evaluation reports, and minutes of the evaluation committee

meetings

c) Commercial evaluation reports

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 52 of 64

52

5.5. Devising the implementation strategy, roadmap and business model for the

new Central Registry

(i) The Consultant shall study, evaluate and provide recommendations on strategy

and implementation models for running the Central Registry. The

implementation models should consider various aspects involved in building and

operating the Central Registry by the Service Provider.

(ii) The Consultant shall analyze and provide recommendations to CERSAI

regarding strategic issues related to ownership of the Central Registry assets and

data center while designing the appropriate implementation models.

(iii) The implementation strategy shall take into account aspects like TCO, capital

outflows from the CERSAI and the payment streams to the service provider

linked to pre-determined goals against Service Level Agreements (SLAs).

(iv) The implementation strategy shall also provide an overall approach for

continuous data quality management of the Central Registry data

(v) As part of the implementation strategy the consultant shall also develop

monitoring and evaluation systems for the service delivery and helpdesk

operations of the Central Registry.

(vi) The Consultant shall identify and propose strategies through which innovative

registry-based services and other value-added services can be offered by the

Central Registry, based on a business model.

(vii) The business model should identify the various types of revenue streams arising

out of delivery of the proposed services from registry. The business cases should

enable CERSAI to objectively measure the expected revenues, expected costs,

benefits, legal and policy implications, and risks of the proposed business

model.

(viii) The Consultant shall also develop a detailed Assignment implementation

Roadmap describing the phases, activities and responsibilities in the Assignment

implementation and management of the Central Registry. The Assignment

implementation roadmap shall include sensitivity analysis vis-à-vis time and

cost overruns.

Deliverable D6:

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 53 of 64

53

Implementation Strategy and Implementation Roadmap for the Central

Registry

Deliverable D7:

Strategy, Business Models, Business Cases, and Potential Revenue

Streams for the Central Registry

5.6. Formulating the risk management strategy and plan for the Central

Registry

(i) The Consultant shall follow standard risk assessment and management

frameworks and methodologies, based on best practices, for formulating the risk

management strategy and plan for the Central Registry.

(ii) The methodologies shall cover both qualitative and quantitative analysis to derive

the associated risk levels. The risk analysis methodology should cover: physical/

environmental threats, logical threats, communication threats, natural threats, and

technological threats, etc.

(iii) The Consultant shall prepare a comprehensive and practical risk management

plan including specific recommendations on risk mitigation and avoidance

strategies.

Deliverable D8:

Risk Management Strategy and Plan for the Central Registry

5.7. Developing the information security plan and policies for the Central

Registry

(i) The Consultant shall design an appropriate Information Security Management

System (ISMS) for the Central Registry facilities in accordance with the ISO

27000 series of international information security standards

(ii) The ISMS shall include appropriate security architecture to protect the

confidentiality and integrity of information/ data held on or passing through the

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 54 of 64

54

Central Registry, and to protect the Central Registry and the systems connected to

it from accidental or deliberate or distributed denial of service attacks

(iii) The ISMS shall provide an analysis of the risks and vulnerabilities which the

Central Registry infrastructure will be subject to, and the countermeasures

proposed

(iv) The Consultant shall provide the approach to security audit and IT health checks

for the Central Registry facilities, and monitoring of security incidents and

responses.

(v) The Consultant shall propose the plan to obtain compliance to ISO 27000 series

and IT Act of the Government of India

(vi) The Consultant shall prepare the security policy documents that will be complied

with during the subsequent implementation and commissioning of the Central

Registry facilities.

Deliverable D9:

Information Security Plan and Policies for the Central Registry

5.8. Developing the business continuity plan for the Central Registry

(i) The Consultant shall design the Disaster Recovery Plan (DRP) and Business

Continuity Plan (BCP) for the Central Registry, which includes among other

things: data replication strategies between the DC, DR, near-site; and DC-DR

connectivity and failover procedures.

(ii) The BCP and DRP should be based on the following analysis:

Identification of critical processes for business continuity and disaster

recovery

Formulation of RPO and RTO requirements

Identification of appropriate network connectivity at backup/ recovery

locations to enable business continuity

Recommendation of best practices and options for business continuity

Identification of requirements for establishing the DR site

Defining processes to update the data at DR site

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 55 of 64

55

Defining processes for business continuity preparedness and DR site

maintenance

Defining the drill for switchover between DC and DR.

Deliverable D10:

Disaster Recovery Plan and Business Continuity Plan for the Central

Registry

5.9. Providing Project management services for the Central Registry, including

implementation and post-implementation monitoring, validation, and

certification of Central Registry transition, readiness to Go-Live and operational

stability

(i) The Consultant shall be responsible for the Project management of the Central

Registry implementation till the successful transition, commissioning and Go-

Live of the full-fledged Central Registry facilities, and assuring operational

stability of the new Central Registry for a period of 3 months post Go-Live.

(ii) The Consultant shall report directly and shall be accountable to the CERSAI and

shall establish methods for Project management communication and coordination

between the service provider and CERSAI. The Consultant shall provide

guidance to the existing and new service provider in terms of the work to be

completed at each phase. The Consultant shall be responsible for advising and

seeking CERSAI’s approval for any mid-course corrections.

(iii) The Consultant shall be responsible for monitoring adherence to timelines and

shall ensure timely completion of work as per the Project Plan. The Consultant

shall assist CERSAI in overseeing the entire Central Registry implementation and

transition of the system from the incumbent service provider to the new service

provider

(iv) The Consultant shall also undertake on behalf of CERSAI the User Acceptance

Testing (UAT) of the application software, by preparing test cases, test database,

imparting training to the CERSAI-designated testers, documenting the defects,

and troubleshooting its resolution with the service provider. The Consultant shall

guide the service provider in setting up the test environment (The test

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 56 of 64

56

environment shall also form part of the Bill of Materials in the RFP for service

provider)

(v) The Consultant shall be responsible for certifying the completion of

implementation, completion of successful transition to the new service provider,

readiness of Central Registry to Go-Live and operational stability of the system

within 3 months post Go-Live.

(vi) The scope of work of the consultant, inter-alia, shall include the following:

Review and validation of detailed Project plan, including plan for

procurement, installation, commissioning, Go-Live and operational

stability, prepared by the service provider/ implementation partners,

through use of industry-standard Project management and monitoring tools

Scrutiny and verification of the complete bill of materials provided by

service provider/ implementation partners, and providing necessary

recommendations/ assistance to CERSAI for sign-offs on the same

Verification and monitoring of the procurement, installation,

configuration, and commissioning activities of the service provider/

implementation partners related to the various hardware, system software,

and networking components of the Central Registry, and providing the

necessary management reports to CERSAI on these activities

Verify the software agreements and licenses, including software updates,

and upgrades are procured as per the bill of materials.

Review the deliverables of service provider and recommending approvals

on deliverables to CERSAI

Design the parameters and methodology for load and stress testing of

application software and IT infrastructure conforming to attributes such as

throughput and response times, scalability, integration, and

interoperability, in an industry-standard testing lab environment.

Design the processes, checklists and modalities required for certifying the

completion of implementation, completion of successful transition, Go-

Live readiness of Central Registry and operational stability of the registry

within 3 months post Go-Live

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 57 of 64

57

Prepare methodology, framework, and procedures for measurement of

Service Level Agreement (SLA) parameters and user satisfaction, and

recommend industry-standard tools for SLA monitoring

Ensure knowledge transfer and training to the CERSAI-designated

officials on the SLA monitoring tools

Prepare terms of reference and methodology for engaging 3rd Party

auditors for undertaking system, networking, security assessments and

audits.

Verify and validate the standard operating procedures put in place by

service provider.

Deliverable D11:

Project management reports, covering the following:

a) Periodic Project management reports provided on a weekly basis

b) Project implementation progress presentations to CERSAI

c) Review and validation of the detailed Project plans prepared by the

service provider/ other implementation partners, and ensuring

finalization of the same

d) Review and validation of all Project deliverables prepared by the

service provider/ other implementation partners, for conformance to

RFP requirements, ISMS security controls, SLA measurement tools,

etc., and ensuring finalization of the same

e) Acceptance testing methodology and procedures for the complete

Central Registry system

f) Certification of successful transition of the Central Registry from the

incumbent operator to the new service provider

g) Certification of Central Registry readiness to Go-Live

h) Certification of operational stability of the Central Registry within 3

months post Go-Live

i) Terms of Reference (TOR) for selection of agency for 3rd party audits.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 58 of 64

58

5.10. Providing professional consulting resources on a Person-month basis

(i) The Consultant shall provide 2 professional consulting resources on a Person-

month basis for a period of 18 months, for supporting CERSAI in the

development of other planned projects such as eDRT and linkages with DRT/

DRAT, land registries, stamp duty offices, MCA registry and SARFAESI case

monitoring systems of banks, rollout of KYC registry, best practices study and

assist in planning and rollout of training modules, and other any other work

assigned by CERSAI from time to time.

(ii) The scope of work for the consulting resources shall broadly include assisting

CERSAI in the conceptualization, design, development and implementation of

the above mentioned projects.

(iii) The activities of the consulting resources shall include inter-alia the following:

Preparation of TORs, DPRs, EOIs and RFPs for various projects planned

by CERSAI in the areas mentioned above, such as DRT/ DRAT sand Bank

SARFAESI case monitoring system

Assist CERSAI in comparative studies of registry systems and identifying

linkages with external systems

Requirements gathering, Best practices research, As-is analysis and To-be

solution design

Guide CERSAI in choosing appropriate technology options for

implementing the planned projects

Assist in bid process management and selection of implementation

vendors

Support in contract preparation and finalization

Support in project management of the planned initiatives

Support in planning and rollout of training modules

Deliverable D12:

To be planned by CERSAI on a case-by-case basis and shall inter-alia

include DPRs, RFPs, EOIs, Technical Reports, Best Practice Study As-is

& To-be Documentation for:

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 59 of 64

59

eDRT and linkages with DRT/ DRAT, land registries, stamp duty

offices, the Ministry of Corporate Affairs (MCA) registry and

SARFAESI case monitoring systems of banks

Rollout of KYC registry

Best practices research

Assist in planning and rollout of training modules

And other any other work assigned by CERSAI from time to time.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 60 of 64

60

6. Deliverables and Timelines

The deliverables and timelines for the Consultant based on the above scope of work are:

Deliverable

No.

Deliverable Timelines

(in weeks)

D1 Business and Functional Requirements for the New

Central Registry

T + 4 weeks

D2 Architecture and Technology Specifications for the

New Central IT System

T + 6 weeks

D3 Transition Strategy & Plan for the Central Registry IT

System

T + 7 weeks

D4 Request for Proposal (RFP) for Selection of Service

Provider to Implement, and Manage the Central

Registry

T + 8 weeks

D6 Implementation Strategy and Implementation

Roadmap for the Central Registry

T + 10 weeks

D7 Strategy, Business Models, Business Cases, and

Potential Revenue Streams for the Central Registry

T + 12 weeks

D8 Risk Management Strategy and Plan for the Central

Registry

T + 16 weeks

D9 Information Security Plan and Policies for the Central

Registry

T + 18 weeks

D10 Disaster Recovery Plan and Business Continuity Plan

for the Central Registry

T + 20 weeks

D5 Bid Evaluation Reports, consisting of:

1) Pre-qualification evaluation

2) Technical evaluation

3) Commercial evaluation

As per RFP

timelines

D11 Project management Reports Based on

Assignment

implementation

progress

T is date of Assignment Kick-off Meeting

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 61 of 64

61

7. Key Consulting Resources

In order to execute and deliver the consultancy assignment, it is envisaged that the

consulting team will require multi-disciplinary skill sets with expertise in varied domains

such as large web-based IT architecture and system design, business process re-

engineering, data analytics, project management and monitoring, along with specific

domain expertise in secured transactions and collateral registry design, banking, credit

bureaus and government registries.

A reasonable team might include the key consulting resources provided in the table below

organized based on areas of expertise and composition of team members. The consultant

entity shall take the complete responsibility of adequately staffing the team with full-time

and part-time resources taking into account the different areas of expertise required for

executing and delivering the assignment.

A) For Lump-sum Consultancy Assignment

S No Area of Expertise Team Composition (with mandatory qualifications and

professional expertise)

1 IT Architecture and

Design

Qualifications:

Master’s degree in computer science/ engineering from a

reputed institute

10+ years in software engineering and/or product

development experience, including design and

development of web-based applications

Professional Expertise:

IT/ System Architect with relevant qualifications,

certifications and expertise in designing large-scale

transaction oriented web-based projects (with project value

greater than 20 crores).

Expertise in the design and development of high

performance web-based applications with database

intensive operations.

Expertise in designing storage, back-up, replication

architectures for large IT systems and integrating servers,

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 62 of 64

62

databases, and storage solutions.

Experience in information security policy design &

implementation, design of business continuity and disaster

recovery, design of security architecture for large web-

based applications.

2 Short-term Experts

in Secured

Transactions,

Banking, Registries,

etc.

Qualifications:

Master’s degree in business administration/ economics/

finance/ mathematics/ statistics from a reputed institute

Professional Expertise:

Banking expert with specialized secured transactions

knowledge in the areas of secured lending and credit risk

for small businesses in banks, collateral management

companies, factors, etc.

Expertise in legal and regulatory frameworks for secured

transactions and collateral registries, SARFAESI

legislation, credit risk and contracts. Familiarity with the

practices and procedures followed by the banks/ financial

institutions in creation and perfection of various kinds of

‘security interest’ (as defined in the SARFAESI Act,

2002).

Collateral registry design specialist with expertise in the

design and implementation of a best practice secured

transactions and collateral registry system.

3 Data and Business

Process Analysis

Qualifications:

Master’s degree in business administration/ mathematics/

statistics/ computer science/ economics/ finance from a

reputed institute

Professional Expertise:

Process expert in business process design and re-

engineering, business requirements definition for at least 3

large projects in the Banking/Government domain.

Data expert with business experience as well as sound

technical knowledge of a broad range of big data tools,

real-time analytics and business intelligence platforms.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 63 of 64

63

Experience in designing data processes for real time

analytics and reporting applications as well as formulating

the necessary requirements and specifications for big data

solutions. Experience with data mining skills, data

modeling techniques, predictive analytics or similarity

search techniques.

Experience in projects involving integration of process

workflows and data interchange between IT systems.

4 Project management

and Implementation

Monitoring

Qualifications:

Master’s degree in business administration/ computer

science/ finance from a reputed institute

Professional Expertise:

Project Manager with relevant qualifications and

certifications such as PRINCE2, PMI and 15 years of

relevant experience of leading a team with more than 10

consultants, meeting tight timelines and ensuring quality of

the deliverables.

Expertise in RFP procurement and bid process

management of system integrators/service providers for

large IT transformation Projects in the Banking/

Government domain.

Expertise in Project implementation monitoring and

providing handholding support for large IT transformation

Projects in the Banking/ Government domain.

RFP – Central Registry IT Consultant

Confidential Property of CERSAI Page 64 of 64

64

B) For Person-month Consultancy Assignment

5 Consulting

Resources on a

Person-month Basis

Qualifications:

Master’s degree in business administration from a reputed

institute

5-7 years of professional experience in which minimum 3

years should be in consultancy business

Professional Expertise:

Expertise in business process design and re-engineering,

business requirements definition. As-is and To-be analysis

for at least 3 large projects in the Government IT

transformation/ e-Governance domain.

Expertise in developing RFPs, designing technology

solutions involving integration of process workflows and

data interchange between IT systems


Recommended