View File

REQUEST FOR PROPOSAL
PENSION FUND REGULATORY AND
DEVELOPMENT AUTHORITY
REQUEST FOR PROPOSAL
FOR
SELECTION OF
PROJECT MANAGEMENT CONSULTANT
FOR
MONITORING CRA SYSTEM
2015
1|P age
REQUEST FOR PROPOSAL
Glossary
ASP
Annuity Service Provider
CRA
Central Recordkeeping Agency
CRA‐FC
Central Recordkeeping Agency Facilitation Centre
DFS
Department of Financial Services
DoE
Department of Expenditure
GOI
Government of India
I‐PIN
Internet Personal Identification Number
KYC
Know Your Customer
NPS
National Pension System
NPSCAN
NPS Contributions Accounting Network
NSDL
National Securities Depository Limited
PFM
Pension Funds/Pension Fund Managers
PFRDA
Pension Fund Regulatory and Development Authority
PoP
Point of Presence
PoP-SP
Point of Presence – Service Provider (Authorised branches of POP
for NPS)
PRA
Permanent Retirement Account
PRAN
Permanent Retirement Account Number
RFP
Request for Proposal
T+1
Transaction Plus One Day
T‐PIN
Telephonic Personal Identification Number
TB
Trustee Bank
UAT
User Acceptance Test
2|P age
REQUEST FOR PROPOSAL
Disclaimer
1. This document is being published in order to enable the applicants to make an offer for the
appointment as a Project Management Consultant (PMC) for monitoring CRA System by
the Pension Fund Regulatory and Development Authority (PFRDA).
2. This document does not constitute nor should it be interpreted as an offer or invitation for
the appointment of the PMC described herein.
3. This document is meant to provide information only and upon the express understanding
that recipients will use it only for the purposes set out above. It does not purport to be all
inclusive or contain all the information about the PMC or be the basis of any contract. No
representation or warranty, expressed or implied, is or will be made as to the reliability,
accuracy or the completeness of any of the information contained herein. It shall not be
assumed that there shall be no deviation or change in any of the herein mentioned
information on the PMC. While this document has been prepared in good faith, neither
PFRDA, nor any of their officers or subscribers make any representation or warranty or
shall have any responsibility or liability whatsoever in respect of any statements or
omissions here from. Any liability is accordingly and expressly disclaimed by PFRDA and
any of their officers or subscribers even if any loss or damage is caused by any act or
omission on the part of PFRDA or any of their officers or subscribers, whether negligent or
otherwise.
4. By acceptance of this document, the recipient agrees that any information herewith will be
superseded by any subsequent written information on the same subject made available to
the recipient by or on behalf of PFRDA. PFRDA and any of their respective officers or
subscribers undertake no obligation, among others, to provide the recipient with access to
any additional information or to update this document or to correct any inaccuracies
therein which may become apparent, and they reserve the right, at any time and without
advance notice, to change the procedure for the selection of or any part of the interest or
terminate negotiations or the due diligence process prior to the signing of any binding
agreement.
5. Accordingly, interested recipients should carry out an independent assessment and
analysis of the requirements and of the information, facts and observations contained
herein.
6. This document has not been filed, registered or approved in any jurisdiction. Recipients of
this document should inform themselves of and observe any applicable legal
requirements.
7. This document constitutes no form of commitment on the part of the PFRDA. Furthermore,
this document confers neither the right nor an expectation on any party to participate in
the proposed PMC appointment process.
8. When any proposal is submitted pursuant to this RFP, it shall be presumed by PFRDA
that the bidder has fully ascertained and ensured about its eligibility to render service as a
PMC, in the event of the same being selected ultimately to act as such, under the
respective governing laws and regulatory regime and that there is no statutory or
regulatory prohibition or impediment to acting as such PMC and it has the necessary
approvals and permissions and further suffers no disability in law or otherwise to act as
such.
3|P age
REQUEST FOR PROPOSAL
Table of Contents
1.
BACKGROUND ............................................................................................................................................. 6
1.1.
NATIONAL PENSION SYSTEM ......................................................................................................... 6
1.2.
NPS ARCHITECTURE......................................................................................................................... 6
1.3.
NPS INTERMEDIARIES ...................................................................................................................... 7
1.3.1.
NPS Trust ...................................................................................................................................... 7
1.3.2.
Central Recordkeeping Agency (CRA) ..................................................................................... 7
1.3.3.
NPS Trustee Bank ..................................................................................................................... 10
1.3.4.
Pension Fund Managers (PFMs) ............................................................................................. 11
1.3.5.
POPs ............................................................................................................................................ 11
1.3.6.
Aggregators................................................................................................................................. 11
1.3.7.
Annuity Service Providers (ASPs) ........................................................................................... 11
1.3.8.
Custodian .................................................................................................................................... 11
1.4.
2.
3.
4.
SUBSCRIBER BASE CLASSIFICATION ........................................................................................ 11
SCOPE OF WORK OF PROJECT MANAGEMENT CONSULTANT ................................................. 12
2.1.
OVERALL FUNCTIONS OF PMC .................................................................................................... 12
2.2.
DETAILED SCOPE OF WORK OF PMC ........................................................................................ 13
2.3.
DELIVERABLES FROM PMC .......................................................................................................... 14
2.4.
MONITORING DATA STORAGE ..................................................................................................... 14
2.5.
CONTRACT AND RELATIONSHIP MANAGEMENT .................................................................... 14
2.6.
ROLES AND RESPONSIBILITIES OF PFRDA ............................................................................. 15
2.7.
REPORTING ARRANGEMENTS ..................................................................................................... 15
RFP PROCESS ............................................................................................................................................ 16
3.1.
CONTENT OF RFP DOCUMENTS ................................................................................................. 16
3.2.
SCHEDULE OF KEY ACTIVITIES ................................................................................................... 16
3.3.
CLARIFICATION OF RFP DOCUMENTS ...................................................................................... 17
3.4.
PRE-BID MEETING ............................................................................................................................ 17
3.5.
PROPOSAL PREPARATION COST ............................................................................................... 17
3.6.
PFRDA’S RIGHT TO TERMINATE .................................................................................................. 18
3.7.
VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL .................................................. 18
3.8.
LATE BIDS ........................................................................................................................................... 18
3.9.
BID OPENING ..................................................................................................................................... 18
3.10.
DISQUALIFICATION CRITERIA ...................................................................................................... 18
PROPOSAL INSTRUCTIONS AND CONDITIONS ................................................................................ 19
4.1.
BID SUBMISSION FORMAT ............................................................................................................ 19
4.2.
EARNEST MONEY DEPOSIT (EMD) ............................................................................................. 20
4.3.
MINIMUM ELIGIBILITY CRITERIA .................................................................................................. 20
4.4.
OTHER DOCUMENTS COMPRISING THE PROPOSAL ............................................................ 21
4.5.
TECHNICAL PROPOSAL FORMAT ................................................................................................ 21
4.6.
COMMERCIAL PROPOSAL FORMAT ........................................................................................... 22
4.7.
AMENDMENT OF REQUEST FOR PROPOSAL .......................................................................... 22
4.8.
MODIFICATION SUBSTITUTION AND WITHDRAWAL OF PROPOSAL................................. 23
4|P age
REQUEST FOR PROPOSAL
5.
6.
4.9.
LANGUAGE OF PROPOSAL ........................................................................................................... 23
4.10.
CURRENCY OF PROPOSAL AND PAYMENT ............................................................................. 23
4.11.
PERIOD OF VALIDITY OF PROPOSAL ......................................................................................... 23
PROPOSAL EVALUATIONS ..................................................................................................................... 23
5.1.
PROPOSAL OPENING ...................................................................................................................... 23
5.2.
CLARIFICATION OF PROPOSALS ................................................................................................ 23
5.3.
INITIAL DETERMINATION OF COMPLIANCE WITH RFP REQUIREMENTS ........................ 24
5.4.
CORRECTION OF ERRORS............................................................................................................ 24
5.5.
EVALUATION PROCEDURE AND CRITERIA .............................................................................. 24
5.5.1.
Evaluation of Technical Bid ...................................................................................................... 24
5.5.2.
Evaluation of Commercial Bid .................................................................................................. 25
5.5.3.
Best value determination and final evaluation ....................................................................... 25
5.5.4.
Negotiations, contract finalisation and award ........................................................................ 25
AWARD OF CONTRACT ........................................................................................................................... 25
6.1.
AWARD CRITERIA............................................................................................................................. 25
6.2.
PFRDA’s RIGHT TO ACCEPT OR REJECT ANY OR ALL PROPOSALS ................................ 25
6.3.
NOTIFICATION OF AWARD ............................................................................................................ 25
6.4.
SIGNING OF CONTRACT ................................................................................................................ 26
6.5.
PERFORMANCE BANK GUARANTEE .......................................................................................... 26
7.
PAYMENT TERMS ...................................................................................................................................... 26
8.
PMC CONTRACT CONDITIONS .............................................................................................................. 27
9.
8.1.
CONDITIONS OF CONTRACT ........................................................................................................ 27
8.2.
GOVERNING LAWS/JURISDICTION ARBITRATION .................................................................. 27
Annexure ...................................................................................................................................................... 28
9.1.
Annexure I: Technical Proposal ........................................................................................................ 28
9.2.
Annexure II: Commercial Proposal .................................................................................................. 30
9.3.
Annexure III: Format for Submission of Resume/Manpower Deployment Plan ........................ 31
9.4.
Annexure IV: Format for Providing Details of Relevant Experience............................................ 32
9.5.
Annexure V: Format for Commercial Quotations .......................................................................... 33
9.6.
Annexure VI: Technical Evaluation Parameters ............................................................................. 33
5|P age
REQUEST FOR PROPOSAL
1. BACKGROUND
1.1.
NATIONAL PENSION SYSTEM
National Pension System (NPS) earlier New Pension Scheme (NPS) was launched with
effect from 1st January, 2004 and in the initial phase covered the new entrants to the Central
Government services (excluding Defence Forces) as well as State Government and Central
Autonomous bodies. NPS was extended to all other citizens of India from 1 st May, 2009.
1.2.
NPS ARCHITECTURE
Pension Fund Regulatory and Development Authority (PFRDA) originally established by the
Government of India through a resolution dated 10 th October, 2003 & 14th November 2008,
has since attained a statutory status post the passage of Pension Fund Regulatory and
Development Authority Act, 2013. In accordance with the provisions of the said Act PFRDA is
mandated to promote old age income security by establishing, developing and regulating
pension funds, to protect the interest of the subscribers to the schemes of pension funds and
for matters connected therewith or incidental thereto.
PFRDA has established the institutional framework and infrastructure required for
administering the ‘National Pension System’ (NPS) for government employees as well as
other citizens of India. Various institutional entities such as Central Recordkeeping Agencies
(CRAs), Pension Fund Managers (PFMs), Trustee Bank (TB), Custodians, Annuity Service
Providers (ASPs) and National Pension System Trust (NPST) have been appointed and are
functional.
The role and functions of the PFRDA includes:
1. Regulating charges, entry and exit, quality and provision of services of CRAs, PFMs,
Trustee Banks, Custodians and Annuity Service Providers.
2. Coordination between key stakeholders for smooth functioning of NPS architecture.
3. Monitoring the NPS intermediaries through conducting system audits and other routine
audits.
4. Coordination between other technical experts and consultants appointed for performance
and quality monitoring operations of CRA.
6|P age
REQUEST FOR PROPOSAL
1.3.
NPS INTERMEDIARIES
1.3.1. NPS Trust
National Pension System Trust (NPST) was established by PFRDA as per the provisions of
the Indian Trusts Act of 1882 for taking care of the assets and funds under the NPS in the
best interest of the subscribers. NPS Trust is the registered owner of all assets under the
NPS architecture. The securities are purchased by Pension Fund Managers on behalf of, and
in the name of the Trustees, however individual NPS subscriber remain beneficial owner of
the securities, assets and funds. NPS Trust is also responsible to issue instructions to the
custodian, Pension Fund Managers and Trustee Bank, providing directions to PFMs for
protecting the interest of subscribers, ensuring compliance through audit by independent
auditors, and performance review of Pension Fund Managers, etc.
1.3.2. Central Recordkeeping Agency (CRA)
a) The role, responsibility and accountability of the CRA are as follows:
1. Building, maintaining & operating the CRA infrastructure- Setting up and operating
the system including the separate Government Office interface of NPS Central
Accounting Network (NPSCAN). The recordkeeping, administration and customer
service functions for all subscribers of the NPS (NPS Main & NPS Lite) need to be
centralised and to be performed by CRA.
2. CRAs would act as operational interface for all intermediaries under CRA system.
Role would include liasoning with all necessary external agencies to accomplish the
operations and commissioning as per contract terms and conditions.
3. Issue & dispatch of unique Permanent Retirement Account Number (PRAN) along
with PRAN card/I-PIN/T-PIN to the subscribers, maintaining database of PRANs and
record the transactions related to subscribers’ PRAN. CRAs would permanently
maintain the complete records of all registered subscribers with respect to their
demographic details, contribution, scheme preference and units allocation. Further,
CRAs would maintain the scanned copies of subscriber registration forms and
related KYC documents etc.
4. Receive instructions from subscribers through CRA System / NPSCAN; aggregating
instructions received from subscribers (through nodal office*) and transmitting such
instructions to appointed Trustee Bank, Annuity Service Providers and Pension Fund
Managers.
i. NPSCAN is a web based ‘NPS Contribution Accounting Network’ developed
to maintain accounts of Government subscribers. PAOs access NPSCAN for
uploading subscriber contribution file, updating various types of request of
subscribers such as change in subscriber details, change in scheme
preference, switch, withdrawal etc. From technical perspective, all
Government transactions are recorded/requested on NPSCAN and then
replicated (almost real time) on CRA system, for execution of those
transactions.
7|P age
REQUEST FOR PROPOSAL
ii. NPSCAN will be used by the CG and SG sectors to access reports on
compliance by nodal offices regarding mandatory contributions by
Government subscribers under their jurisdiction. The NPSCAN will be
electronically connected to CRAs for issuance of PRANs and reconciliation of
mandatory contributions and statements for eligible Government subscribers.
(*The term Nodal Office, primarily refers to the offices which act as interface between the
subscribers and CRA. It includes the Government offices like PrAO, DTA, PAO, DTO, DDOs
as well as Point of Presences and the Service providers in the All India Citizen sector.)
5. Monitor subscribers’ contributions and instructions and transmit the information to the
relevant Pension Fund Managers and schemes on a daily basis.
6. CRAs would facilitate credit in subscribers’ accounts and would be responsible for
timely allocation of funds to PFMs, receiving data from the Trustee Bank & PFMs,
crediting and reporting allocation of units into each subscriber’s account. CRA would
also undertake daily time-critical settlement process to consolidate all contributions &
redemption requests received for a day, accordingly instruct the Trustee Bank on the
net transfers to be made to each fund manager and post the units allotted to the
subscribers on the same day.
7. CRAs would periodically provide a consolidated Statement of Transaction (SOT) to
each subscriber and discharge such other duties and functions as may be
determined by the guidelines, directions and regulations issued by the PFRDA from
time to time. SOT would be customised to sector specific requirement and details.
8. Provide web based access to PFRDA and other service providers like Trustee Bank,
Government departments, Pension Fund Managers and Annuity Service Providers.
9. Offer number of services directly to individual subscribers including consolidated
account statements.
10. Facilitate in providing various subscriber maintenance services such as change of
scheme, change of demographic details, grievance handling etc. Provision of sms /
email alerts to the subscribers for status updates and transactions.
11. Facilitate withdrawal of funds by selecting ASP, annuity schemes and the percentage
allocation of funds in the annuity product by the subscriber.
12. Provide a centralised Grievance Management System which is a platform where
grievances are forwarded to the concerned entity and resolution status is updated.
13. Provide a periodic and ad-hoc MIS to PFRDA, State Governments and Ministry of
Finance. Also provide a dashboard view to the oversight offices like PrAO, DTA, PoP
etc, which would offer various information to facilitate effective monitoring.
14. Conduct ‘Train the Trainers programme’ which will consist of providing training to the
representatives of various offices. Development of self-running demos, operating
procedures, FAQs etc to facilitate users.
8|P age
REQUEST FOR PROPOSAL
15. Conduct periodic orientation programmes for nodal offices and subscriber awareness
programs across various locations.
16. Create and establish facilitation centers network across country (at least in State
capitals and major cities).
17. Assist in enforcement of operational guidelines of the PFRDA on service providers
and report on lapses and errors.
18. Adapting the recordkeeping and administrative facility for future changes including
changes on account of technology advancements, changes in system specifications
including number of subscribers, number of Pension Fund Managers and schemes,
services and functional obligations prescribed by PFRDA.
19. Development of various new functionalities/utilities and establishing new processes.
Provide multiple models of interface for the uploading offices to provide maximum
flexibility in terms of operation.
20. Continuous enhancements and development of modules to address changing
requirements of various stakeholders.
21. Provide functionality for Swavalamban implementation and monitoring.
22. Maintenance of NPS Lite system with reduced functionality and to address NPS Lite
target specific requirements. This would include coordination with Aggregators and
customized reporting at all levels.
23. Provide Error Rectification Module to rectify the erroneous transactions carried out by
the uploading offices.
24. Provide online PRAN generation by the uploading offices.
25. Set up Claims Processing Cell and related functionalities to process the withdrawal
requested across all sectors.
26. Maintain absolute confidentiality of all records, data and information. Produce all this
information as and when called for by PFRDA. Sector specific checks and balances
to avoid duplication.
27. Based on PFRDA’s authorization and approval, CRAs would interact and coordinate
with other NPS stakeholders, as per the requirement.
28. CRAs would be responsible for seamless and error-free system operations involving
the NPSCAN / CRA system, PFMs, enabling nation-wide, portable outreach and
access to the NPS, as well as for recording and maintaining accurate and updated
information on all transactions by its subscribers across multiple decades.
29. The CRAs would be responsible to set up the required administrative capacity to
meet its functional obligations.
30. The CRAs would be responsible for subscriber services and communication. Over
the years, as a result of advances in technology as well as growth in the number of
9|P age
REQUEST FOR PROPOSAL
subscriber accounts and number of service providers, the NPS is likely to undergo
several important and necessary improvements and changes. It will be necessary for
the CRA system and its functional and service obligations to be flexible to absorb
such future changes and improvements.
31. The CRAs would be responsible for timely transfer of subscriber contributions
information, timely allocation of these funds by PFMs, and accurately crediting and
reporting allocation of units into PRANs. Also carry out revision of PFM fund
allocation ratio across all subscribers of Government sectors as and when prescribed
by PFRDA.
32. Design and development of the solution based on documents and artifacts supplied,
including addressing of all architectural aspects (in line with the given
framework/standards).
33. Procurement of all necessary hardware and software and system integration.
34. Setting up the IT infrastructure in compliance with the proposed and mutually agreed
architecture.
35. Setting up delivery, operations and security infrastructure required for providing
various services as mentioned in the scope of work of CRA.
36. Migration of legacy data.
37. Digitisation of paper documents as required by the system in conformity with the
guidelines stipulated in the RFP.
38. Ongoing maintenance support, upgrades and enhancements to system including
requirements related to technology.
39. Setting up call centre to provide support to subscribers of the NPS.
40. Liaison with all necessary external agencies to accomplish the operations and
commissioning as per contract terms and conditions.
41. Design and develop a secure network for smooth performance of business functions.
42. Provide secure network and application access codes to the participating entities.
43. To comply with the Service Level Agreements (SLAs) as defined in this RFP.
44. Installing proven Enterprise Management System (EMS) tools for analyzing and
managing performance, network performance, call logs, etc. as well as providing the
means of monitoring SLA metrics.
45. Any other related function necessary for efficient functioning of CRA system.
1.3.3. NPS Trustee Bank
NPS Trustee Bank facilitates fund transfers across various entities viz. Nodal Offices, PFMs and
ASPs. Axis Bank Ltd has been appointed by PFRDA as the Trustee Bank for National Pension
10 | P a g e
REQUEST FOR PROPOSAL
System (NPS) on 25th April, 2013 and has been effective from 1st July, 2013.
1.3.4. Pension Fund Managers (PFMs)
PFMs are appointed to manage the retirement savings of subscribers under the NPS. PFMs use
their secure access codes to confirm receipt of netted assets and instructions regarding fund
allocation, confirm allocation of funds and communicate the NAV of each scheme to CRA on
regular basis.
1.3.5. POPs
Points of Presence act as the customer interface for non-government subscribers / individual
citizens who wish to open Permanent Retirement Account (PRA) with CRA for the purpose of
subscribing to the NPS. They have authorized branches (POP-SPs) for accepting applications and
contributions. The POP-SPs are also responsible for proving a wide range of services to NPS
subscribers, as prescribed by PFRDA from time to time.
1.3.6. Aggregators
Aggregators are a set of grass root intermediaries identified by PFRDA to function as subscriber
interface for NPS Lite under NPS architecture. Aggregators perform the functions relating to
registration of subscribers, undertaking KYC verification, receiving contributions and instructions
from subscribers and transmission of the same to designated NPS Lite intermediaries. Entities
approved by PFRDA would be acting as Aggregator in NPS Lite for their underlying subscribers.
1.3.7. Annuity Service Providers (ASPs)
ASPs are responsible for delivering a regular monthly pension to the subscriber for the rest of
his/her life. On receipt of specified sum along with personal and banking information details of
subscriber from CRAs, the ASP through its access codes confirms receipt. ASP then initiates
payment of annuities to the subscriber.
1.3.8. Custodian
The custodian provides custodial services to the Pension Fund Managers and ensures that
benefits due on the holdings are received, provides detailed information and other reports as
required by the NPS Trustee Bank, maintains confidentiality of the transactions and is responsible
for any loss or damage to the assets belonging to the Pension Funds due to negligence on its part
or on the part of its approved agents. The Custodian shall not assign, transfer, hypothecate,
pledge, lend, use or otherwise dispose off any assets or property of the Fund, except pursuant to
instruction from the Trustee.
1.4.
SUBSCRIBER BASE CLASSIFICATION
The subscribers are classified in to the following sectors:
11 | P a g e
REQUEST FOR PROPOSAL
1. Central Government (CG), Central Autonomous Bodies (CABs)
2. State Governments (SGs), State Autonomous Bodies (SABs)
3. Corporate Bodies
4. Unorganised Sector (UoS)
5. NPS Lite including Swavalamban
2. SCOPE OF WORK OF PROJECT MANAGEMENT CONSULTANT
The project management consultant (PMC) is expected to provide advice to PFRDA on various
matters relating to CRA by monitoring implementation of IT infrastructure and operations on an
agreed basis. The PMC should deploy a minimum number of two dedicated well trained and
suitably qualified staff having not less than 5 - 7 years of experience in the relevant field at all times
during the tenure of the contract. These resources shall be on the pay roll of the PMC from at least
past 3 years. A broad list of functions and scope of work of PMC with respect to monitoring CRA
system are provided in the following sections.
2.1.
OVERALL FUNCTIONS OF PMC
The overall functions of PMC would be as under:
1. Provide support in implementation of planned functionalities/IT infrastructure for Central
Government, Unorganized sector, Corporate sector and NPS lite with respect to CRA
system.
12 | P a g e
REQUEST FOR PROPOSAL
2. Assist PFRDA on matters relating to compliance with SRS and SLA parameters agreed to
between PFRDA and CRA.
3. Develop functionalities for monitoring IT infrastructure building and service delivery,
expected performance requirements from CRA IT infrastructure as and when required.
4. Generation of SLA deviation reports of CRA(s) on a regular basis and management of
data on monitoring and reporting to PFRDA.
5. Assist PFRDA on all matters relating to and incidental to the monitoring of CRA(s) system
implementation and operations.
2.2.
DETAILED SCOPE OF WORK OF PMC
A. The detailed scope of work of Project Management Consultant will be as under:
1. Support PFRDA on matters relating to CRA business, SLA verification and
expected performance requirements and their modifications, keeping in view changes in
technology, service delivery and stakeholder expectations.
2. Supporting PFRDA in conducting user acceptance testing and quality audits and
other associated activities. CRA application is intended to serve needs of stake holders.
Accordingly, an examination of needs vs. suitability of functionality of the application so
developed will have to be checked. Test results would result in suggestions to vendor for
suitable modifications to application. For this purpose, PMC would advise PFRDA in
defining the user acceptance test standards as necessary for CRA application reviews and
review results of applications testing with respect to functionality and performance etc.
3. Supporting PFRDA in sign-off on various deliverables such as System Requirement
Specifications, ER Diagrams and IT architecture.
4. Review of exit management plan for CRA.
5. Monitoring of CRA planned downtime activities.
6. Change Control Initiation by PFRDA/CRA.
B. It is proposed that the NPS architecture would have multiple CRA(s). Hence, PMC would be
required to propose solutions for:
1. Architecture framework for multiple CRAs with respect to:
a) Operational modeli.
Standard Operating Procedures
ii.
Interoperability / Portability of PRANs
iii.
Manageability of operations
iv.
Scalability of operations
v.
Definition of performance levels
b) IT systemsi.
Performance of the systems
ii.
Scalability of IT applications and IT infrastructure
13 | P a g e
REQUEST FOR PROPOSAL
iii.
iv.
v.
2.
3.
4.
5.
6.
2.3.
Integration, Availability /Accessibility and security of IT systems over internet
User friendliness in terms of user interface and work flow
Standard and protocols in terms of data migration/information flow between
difference intermediaries.
Audit of operations and IT systems.
Estimate of Financial Implications.
Defining roles and responsibilities, training, mechanisms and hand holding support.
Arbitrations / Dispute resolution mechanism
Other unforeseen challenges
DELIVERABLES FROM PMC
The selected bidder would provide continuous, ongoing support to PFRDA in monitoring CRA for
a period of 12 months, starting from the date of signing the contract. An indicative list of
deliverables expected from PMC during this period is given as under.
1. Preparation and analysis of SLA deviation statements for all services and IT infrastructure,
as per the parameters identified by PFRDA.
2. Preparation of CRA Bill verification report (for Central Government, Unorganized
Sector and NPS Lite sector) and sent to PFRDA.
3. Implementation of planned functionalities for all sectors including NPS Lite and reviewing
SRS.
4. Generation of quarterly report on planned downtime activity.
5. Submission of UAT report (if UAT is conducted)
6. Submission of quarterly report of CRA operations to PFRDA.
7. Submission of quarterly report on PMC operation.
2.4.
MONITORING DATA STORAGE
1. Supporting PFRDA in systematic storage of various data sets and MIS reports relating to
CRA monitoring.
2. Retrieving and sending the information, as and when needed by PFRDA and in required
formats
2.5.
CONTRACT AND RELATIONSHIP MANAGEMENT
1. Interacting with CRA on an on-going basis for any exceptions / changes or additions to the
SLAs and expected performance requirements and subsequent initiation of changes to be
made to the contract using standard change control procedures etc,
14 | P a g e
REQUEST FOR PROPOSAL
2. Preparation of change control proceedings, analysis of options, implications of costs on
changes required in CRA system and preparation of implementation schedules.
3. Support PFRDA in all discussions with CRA by preparing:a. Progress/ performance Reports;
b. Consideration of matters arising out of the Change Control procedures;
c. Issues escalated in accordance with the escalation procedures as agreed
d. Matters to be brought in accordance with the agreement;
e. Highlights of the past month's performance statistics, concentrating on major or
technical issues reported in service delivery;
f.
Explanations of matters outstanding from previous periods and in particular issues,
which have been or are about to be escalated;
g. Stakeholder satisfaction issues;
h. Review of progress to approved changes and status of implementation;
2.6.
i.
Suggestions for improvements in service delivery;
j.
Issues with contract management, billing/ invoicing and other financial matters.
ROLES AND RESPONSIBILITIES OF PFRDA
PFRDA would provide PMC the inputs required for monitoring CRA system to the extent
prescribed. PMC will be provided with access to CRA contract documents and other relevant
information available with PFRDA as required.
1. Setup a Project management Unit (PMU) for monitoring the CRA system to act as a single
point of contact for coordination and communication between PFRDA, CRA and PMC.
2. Will give authorization to PMC to the extent required in accessing sources and entities for
obtaining the necessary data for monitoring the CRA.
2.7.
REPORTING ARRANGEMENTS
For the purpose of successful execution of monitoring activity, the successful bidder shall put in
place required manpower on-site and also appoint a project manager to head the PMC team. The
Project Manager of PMC would act as single point of contact for the project and would report to
head of CRA department of PFRDA on a regular basis. The successful applicant will have to
abide by the following attendance conditions of PFRDA:1. The on-site resources shall mark their attendance at biometric machine in PFRDA and
abide by the timings of the PFRDA office.
15 | P a g e
REQUEST FOR PROPOSAL
2. The resources will be eligible for 12 days casual leave in a year. However, prior to
proceeding on leave, the resources shall intimate the same to PFRDA.
3. There shall not be a situation where both the resources are absent from the duty together.
4. Any on site resource shall not proceed on leave for more than 5 working days at a stretch,
however, in unavoidable circumstances, a replacement of the resource of similar
qualification and experience shall be made available. The replacement provided shall be
capable enough to handle complete work during the absence of other resources.
5. In absence of fulfilling these conditions, PFRDA will have a right to impose penalty on PMC
on pro rata basis on the value of the contract.
6. Changes, if any, in the team during the period of the project shall be made with the prior
written consent of PFRDA.
3. RFP PROCESS
3.1.
CONTENT OF RFP DOCUMENTS
The RFP document should be read in conjunction with any Addenda issued in accordance with
section 4.7 (Amendment of RFP Documents) of this RFP document and proceedings of Pre-Bid
Meeting issued in accordance with section 3.4 (Pre-Bid Meeting):
The bidder is expected to examine all instructions, forms, terms, PFRDA's requirements and other
information in this RFP document. Failure to furnish all information required by the RFP
documents or submission of a proposal not substantially responsive to the RFP documents in
every aspect would be at the bidder's risk and may result in rejection of its proposal.
3.2.
SCHEDULE OF KEY ACTIVITIES
The schedule of key activities for the purpose of this RFP is outlined below:
S. No.
Key Activities
Date
1.
Issuance of Request For Proposal
(RFP)
13/05/2015
2.
Last date for receiving queries on
RFP
By 14:00 hrs on 20/05/2015
3.
Pre- Bid meeting
11:00 hrs on 28/05/2015
4
Last date for submitting Proposals
By 14:00 hrs on 09/06/2015
5.
Openings of the Technical Bids
By 16:00 hrs on 09/06/2015
6.
Presentations (the schedule of
presentation will be posted on the
website of PFRDA)
On 19/06/2015
16 | P a g e
REQUEST FOR PROPOSAL
7.
Openings of the Commercial Bids
By 16:00 hrs On 29/06/2015
8.
Issuance of letter of intent
After approval of the competent authority
PFRDA reserves the right to change any date/time mentioned in the schedule above, under
intimation to all concerned.
3.3.
CLARIFICATION OF RFP DOCUMENTS
A prospective bidder requiring any clarification on the RFP documents may notify PFRDA in
writing at the PFRDA's address indicated in this RFP. All queries and clarifications should reach
PFRDA on or before the date indicated in section 3.2 of this RFP.
PFRDA would give clarifications to the bidders in the pre-bid meeting only. PFRDA would not
prepare and send responses to the queries and clarifications by the bidders in a consolidated
manner and has the right not to respond to some or any of the queries at its sole discretion.
PFRDA will not normally entertain or respond to bidders' queries and clarifications after pre-bid
meeting on or before the date indicated in section 3.2 of this RFP.
3.4.
PRE-BID MEETING
1. The bidder's authorized representatives are invited to attend the Pre-bid meeting at their
own cost, which would take place at the venue mentioned below and time as stipulated in
this RFP.
Venue:
Conference Room
Pension Fund Regulatory and Development Authority (PFRDA)
1st Floor, ICADR Building, Plot No – 6, Vasant Kunj Institutional Area, Phase – II New
Delhi-110070
2. The purpose of the meeting would be to clarify queries on any matter related to the RFP
and the project.
3. The bidders are requested to submit their queries in writing to PFRDA on or before the
date indicated in section 3.2 of this RFP. Any queries received after the indicated date and
time will not be entertained.
3.5.
PROPOSAL PREPARATION COST
The bidder is responsible for all costs incurred in connection with participation in this process,
including but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings, presentation, preparation of proposal and in providing additional
17 | P a g e
REQUEST FOR PROPOSAL
information required by PFRDA. This RFP does not commit the PFRDA to award a contract or to
engage in negotiations.
3.6.
PFRDA’S RIGHT TO TERMINATE
1. PFRDA may terminate the RFP process at any time and without assigning any reason.
The PFRDA makes no commitment, express or implied, that this process will result in a
business transaction with anyone.
2. This RFP does not constitute an offer by the PFRDA. The bidder's participation in this
process may result in PFRDA selecting the bidder to engage in further discussions and
negotiations toward execution of a contract. The commencement of such negotiations
does not, however, signify a commitment by PFRDA to execute a contract or to continue
negotiations. The PFRDA may terminate negotiations at any time without assigning any
reason.
3.7.
VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL
Proposals should reach PFRDA at the following address:
General Manager
Pension Fund Regulatory and Development Authority (PFRDA)
1st Floor, ICADR Building, Plot No – 6, Vasant Kunj Institutional Area, Phase – II New Delhi110070
In case the proposal is submitted by hand, bidder's representative(s) shall sign a register
evidencing their attendance. Last date & time of submission of proposal is as indicated in section
3.2 of this RFP.
3.8.
LATE BIDS
Any proposal received by the PFRDA after the deadline for submission of proposal prescribed in
Section 3.2 of this RFP shall be summarily rejected and returned unopened to the bidder.
3.9.
BID OPENING
Total transparency will be observed while opening of proposals. Sealed envelopes of the bids will
be opened on date and time as mentioned in the section 3.2 of this RFP, in the presence of
authorized representatives of the bidders who wish to attend the event. PFRDA reserves the right
at all times to postpone or cancel a scheduled RFP opening. The venue for the opening of
proposals is as mentioned in the Section 3.7 of this RFP.
3.10.
DISQUALIFICATION CRITERIA
PFRDA may at its sole discretion, disqualify any bidder, if the bidder has
18 | P a g e
REQUEST FOR PROPOSAL
1. Submitted the proposal in consortium with other firms
2. Made misleading or false representation in the forms of statements and attachments
submitted in proof of the eligibility requirements
3. Submitted a proposal that is not accompanied by required documents.
4. Submitted a proposal without the Earnest Money Deposit.
5. Failed to provide clarifications as needed by PFRDA.
6. Declared ineligible by GOI for corrupt and fraudulent practices or blacklisted;
7. If the bidder has been reprimanded/warned on account of breach of performance/violation
of any past contract with PFRDA.
8. Submitted more than
adjustments/variations.
one
proposal
or
submitted
a
proposal
with
price
9. Involved directly in supporting CRA in development of any of the IT infrastructures
for NPS operations.
4. PROPOSAL INSTRUCTIONS AND CONDITIONS
4.1.
BID SUBMISSION FORMAT
1. The bidder shall submit a sealed cover consisting of two (2) copies of all the bid
documents and one soft copy on CD-ROM. The name of the project, the bidder's name
and address, and the name of the primary and secondary contact person should be
provided on the right hand side of the main sealed proposal and must be received at the
address mentioned in Section 3.7 on date and time as mentioned in section 3.2 of this
RFP.
Copies of the bids (both in Original and Duplicate) must consist of the following:
a. Envelope I: EMD and supporting documents for meeting pre-qualification criteria as
per the section 4.3 of this RFP in sealed cover super scribing on the right hand side
top of the cover as "Envelope 1: Pre-qualification criteria"
b. Envelope II : Technical Proposal, including a softcopy on CD-ROM: In a sealed
cover super scribing on the right hand side top of the cover as "Technical Proposal"
c. Envelope III: Commercial Proposal: In a sealed cover super scribing on the right
hand side top of the cover as "Commercial Proposal"
All the above three envelopes must be enclosed in a main envelope and the details should be
mentioned on it as written above.
2. PFRDA will not accept delivery of proposal by fax or e-mail. Proposals received in such
manner shall be treated as defective, invalid and rejected.
19 | P a g e
REQUEST FOR PROPOSAL
3. The copies of the proposals should be spirally binded and the pages should be serially
numbered and index of the same should be provided at the beginning. For ease of
reference each section/ Annexure of the bid/proposal should be separated by separators.
4.2.
EARNEST MONEY DEPOSIT (EMD)
The Technical Bid must be accompanied with EMD of Rs. 100000/- (Rupees One Lakh) only
either in the form of Bank Draft/Bankers Cheque or any other mode authorized for depositing EMD
for Government Tenders under the General Financial Rules, 2005 in favour of Pension Fund
Regulatory and Development Authority payable at New Delhi.
4.3.
MINIMUM ELIGIBILITY CRITERIA
The PFRDA has set up minimum eligibility criteria for the bidding purposes. All bidding parties must
meet following criteria before they apply for the bid. The bidding parties meeting the criteria must
enclose their supporting documents along with the proposal.
Sl
No.
Criteria
Supporting Document
1.
The bidder should be a company registered under the
Companies Act, 1956 since last 3 years
Certificate
of
incorporation and Service
Tax Registration Certificate
2.
The company should have been in the consulting
business in the Government domain in the last 3 years
MoA/
Work
orders
confirming year and area of
activity
3.
The Company should have experience in working
with Financial Services Sector.
Work Order/LOI
4.
The responding company must have on its
rollsconsulting staff of at least 100 technically
qualified personnel in the area of consulting
services
for
IT related projects including
e‐governance, Program / Project Management, IT
infrastructure, IT security and IT procurement
Appropriate
supporting
undertakings/
Certificate
(HR)
or
from
Head
company secretary
20 | P a g e
REQUEST FOR PROPOSAL
Sl
No.
Criteria
Supporting Document
5.
The responding company should have made net
profit for the last three(3) financial Years (FY 13-14,
FY 12-13, FY 11-12,) as revealed by audited balance
sheet
Copy of the audited or
provisional Statements of
profit and loss account/
balance sheet/ annual
report of the last three
financial years
6.
The Firm/Agency should have at‐least one
the certifications –CMMi3 to CMMi5/ISO 9000
Copy of Certificates
4.4.
of
OTHER DOCUMENTS COMPRISING THE PROPOSAL
The proposal submitted by the bidder shall comprise the following documents:
1. Technical Proposal including all the technical information asked for in Section 4.5 of this
RFP document, duly filled in along with all attachments/schedules duly completed and
signed by the bidder.
2. The bidder's Commercial Proposal as per the details provided in section 4.6 of this RFP
3. Any other information that is to be submitted during the course of the proposal process.
4.5.
TECHNICAL PROPOSAL FORMAT
The Technical proposal should address the following strictly in the order given below:
1. Brief profile of the bidder
a. Organization Structure
b. Experience
c. Turnover
d. Client’s Profile
2. Understanding of the CRA functions under the National Pension System.
3. CRA system monitoring methodology, project plan for 12 months. The bidder shall provide
details of its plan to monitor scalability, availability and performance requirements of CRA
system.
4. Manpower deployment plan
5. PMC project team structure, size and capabilities
21 | P a g e
REQUEST FOR PROPOSAL
6. A specific description of prior experience and expertise of the resources to be dedicated
for the project.
7. Resume of key manager(s) responsible for PMC, highlighting their relevant experiences.
8. Resume of the personnel who would be onsite staff directly assigned/responsible to
provide services/functions pertaining to PMC and the specific function each individual
would perform. All the resume of the proposed team should be given only in the format
provided in Annexure Ill of this RFP.
9. Project Management Standards to be adopted by the bidder for executing functions of
PMC.
10. Experience with similar activities (in the format provided in Annexure IV of this RFP)
11. Quality assurance process to be adopted by the bidder in project execution
12. Any other information that bidder thinks would be worth mentioning in the proposal (Not
exceeding five pages) besides the above, the proposal should contain the following:
13. Innovative suggestions that the bidder may want to render w.r.t. the approach adopted for
the assignment in the light of their expertise or experience from similar assignments.
14. Experience in similar activities
15. Key deliverables (along with example deliverables, where possible)
16. Bidder undertakings: Bidder’s guarantee for accomplishing the implementation schedules
for completion of key deliverables.
17. Any other information that bidder thinks would be worth mentioning in the proposal.
The technical proposal shall contain duly filled in format as prescribed in Annexure -I of this RFP.
4.6.
COMMERCIAL PROPOSAL FORMAT
The commercial proposal shall include professional charges for executing the project. The
professional charges should be inclusive of cost of travel and all other costs incidental to execution
of the project, but exclusive of taxes. The format of the commercial proposal is provided in
annexure V. The commercial proposal shall contain duly filled format as prescribed in Annexure–II
of this RFP.
4.7.
AMENDMENT OF REQUEST FOR PROPOSAL
At any time prior to the deadline for submission of proposals, PFRDA may modify, for any reason
deemed necessary, the RFP by amendment notified on PFRDA’s website and such amendment
shall be binding.
22 | P a g e
REQUEST FOR PROPOSAL
4.8.
MODIFICATION SUBSTITUTION AND WITHDRAWAL OF PROPOSAL
No proposal can be withdrawn in the interval between the deadline for submission of proposals and
the expiration of the validity period as specified in this RFP. However, bidder is allowed to withdraw
his bid documents till deadline for submission of proposals as mentioned in section 3.2 of this RFP.
Once the bid documents are submitted, modifications and substitutions in the bid documents shall
not be allowed.
4.9.
LANGUAGE OF PROPOSAL
The proposal and all correspondence and documents shall be written in English. All proposals and
accompanying documents received within the stipulated time will become the property of the
PFRDA and will not be returned. The hard copy version will be considered as the official proposal.
4.10.
CURRENCY OF PROPOSAL AND PAYMENT
The currency of the proposal offer shall be in Indian Rupees only.
4.11.
PERIOD OF VALIDITY OF PROPOSAL
1. The proposals shall be valid for a period of three (3) months from the date of opening of
the proposals. A proposal valid for a shorter period may be rejected as non-responsive.
2. In exceptional circumstances, at its discretion, PFRDA may solicit the bidder's consent for
an extension of the validity period. The request and responses shall be made in writing.
5. PROPOSAL EVALUATIONS
5.1.
PROPOSAL OPENING
Proposals will be reviewed by a Committee constituted by the PFRDA or its designated
representative(s). The PFRDA, or such other authority designated by the PFRDA, as the case
may be, is also referred to herein as the Evaluation Committee (or “Committee”). The Committee
may be comprised of, or receive assistance from, several teams conducting parallel evaluation.
PFRDA would open the proposal, in the presence of authorised representative(s) of the bidder
who choose to attend, at the time, date and location stipulated in the RFP. The maximum number
of authorized representatives allowed to each bidder will not be more than two. The bidder's
representative(s) shall sign a register evidencing their attendance.
5.2.
CLARIFICATION OF PROPOSALS
In the process of examination, evaluation and comparison of proposal, the PFRDA may, at its
discretion, ask bidder(s) for clarification of its proposal which the bidder will be obliged to furnish.
23 | P a g e
REQUEST FOR PROPOSAL
5.3.
INITIAL DETERMINATION OF COMPLIANCE WITH RFP REQUIREMENTS
PFRDA will perform an initial review of all proposals that are submitted on time. After initial review,
PFRDA may decide to discontinue the evaluation of any proposal, which it considers
unacceptable prima facie for any reason such as:
1. The proposal is not a reasonable effort to respond to the requirements of the RFP; or
2. The proposal contains technical deficiencies.
5.4.
CORRECTION OF ERRORS
Bidders are advised to exercise adequate care in quoting the prices. No modification/ correction in
quotations will be entertained once the bids are submitted. Even before submission of the
proposal, care should be taken to ensure that any corrections/overwriting in the proposal are
initialed by the person signing the proposal form. In case of discrepancy between the amounts
mentioned in figures and in words, the amount in words shall govern.
5.5.
EVALUATION PROCEDURE AND CRITERIA
Evaluation of the bids will be done in two stages. The following is the procedure for evaluation.
5.5.1. Evaluation of Technical Bid
The evaluation of the Technical bids will be carried out for those bidders only who meet the
pre-qualification criteria in the following manner:
a. The bidder's technical proposal will be evaluated as per the requirements specified
in the RFP and bidder is required to provide all details adopting the evaluation
framework given in Annexure VI of this RFP.
b. Proposal Presentations: PFRDA may invite each bidder to make a presentation to
the PFRDA at a date, time and locations determined by the PFRDA. The purpose
of such presentations would be to allow the bidders to present their proposed
solutions to PFRDA and the key points in their proposals.
c. PFRDA may seek clarifications from the bidders. The primary function of seeking
clarifications in the evaluation process is to clear ambiguities and uncertainties, if
any, arising out of the evaluation of the bid documents.
d. Depending on the evaluation methodology mentioned in point a, b and c above,
each technical bid will be assigned a technical score out of a maximum of 100
marks.
e. The bidders who score a technical score of 75 % (75 marks out of 100) or more will
qualify for the opening and evaluation of the commercial bid.
24 | P a g e
REQUEST FOR PROPOSAL
5.5.2. Evaluation of Commercial Bid
The Commercial bids of the technically qualified bidders will be evaluated as per the annexure V.
5.5.3. Best value determination and final evaluation
The bidders who score a Technical score of 75 % (75 marks out of 100) or more will qualify for the
opening and evaluation of the commercial bid. The lowest commercial bid (L1) will be offered
appointment as PMC.
5.5.4. Negotiations, contract finalisation and award
The committee shall reserve the right to negotiate with the bidder whose proposal has been ranked
L1 by the committee on the basis of lowest commercial quote. The PFRDA reserves the right to
present a contract to the bidder selected for negotiations. A contract will be awarded to the
responsible, responsive bidder whose proposal conforms to the RFP and is, in the opinion of
PFRDA, the most advantageous and represents the best value to the project, price and other
factors considered. Evaluations will be based on the proposals and any additional information
requested by the PFRDA.
6. AWARD OF CONTRACT
6.1. AWARD CRITERIA
The PFRDA will award the PMC Contract to the successful bidder whose proposal has been
determined to be substantially responsive and has been determined as the best value proposal, for
a period of 1 year provided further that the bidder has demonstrated that it is qualified to perform
services required for the project satisfactorily.
6.2. PFRDA’s RIGHT TO ACCEPT OR REJECT ANY OR ALL PROPOSALS
The PFRDA reserves the right to accept or reject any proposal and to annul the RFP process and
reject all proposals at any time prior to award of contract, without incurring any liability to the
affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds
for PFRDA's action.
6.3. NOTIFICATION OF AWARD
Prior to expiry of the validity period, PFRDA will notify the successful bidder in writing that proposal
has been accepted. Upon the successful bidder's furnishing of performance bank guarantee,
contract signing process will take place. In case the successful bidder is unable to furnish the
performance bank guarantee, PFRDA may invite the bidder second in order of total score.
25 | P a g e
REQUEST FOR PROPOSAL
6.4. SIGNING OF CONTRACT
Once the PFRDA notifies the successful bidder that its proposal has been accepted, PFRDA shall
enter into a separate contract, incorporating all agreements (to be discussed and agreed upon
separately) between PFRDA and the successful bidder.
6.5. PERFORMANCE BANK GUARANTEE
The successful bidder shall at its own expense deposit with PFRDA, within fifteen (15) working
days of the date of notice of award of the contract or prior to signing of the contract whichever is
earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG) from a scheduled
bank acceptable to the PFRDA, payable on demand, for the due performance and fulfillment of the
contract by the bidder. The Performance Bank Guarantee will be 10% of the total cost of the
project. All incidental charges whatsoever such as premium, commission etc. with respect to the
Performance Bank Guarantee shall be borne by the bidder. The PBG shall be valid till 180 days
after completion of tenure of contract. Non deposit of PBG within the stipulated time shall render the
contract invalid at the discretion of PFRDA.
In the event of the bidder being unable to service the contract for whatever reason, the PFRDA
would be entitled to invoke the PBG. Notwithstanding and without prejudice to any other and further
whatsoever rights of the PFRDA under the contract in the matter, the proceeds of the PBG shall be
payable to the PFRDA and may be applied by PFRDA towards compensation for the bidder's
failure to perform/comply with its obligations under the contract. The PFRDA shall notify the bidder
in writing of the exercise of its right to receive such compensation within 14 days, indicating the
contractual obligation(s) for which the bidder is in default.
Before invoking the PBG, the vendor will be given an opportunity to represent before the PFRDA.
The decision of the PFRDA on the representation given by the vendor shall be final and binding.
7. PAYMENT TERMS
All payments to PMC shall be made by PFRDA as per the clauses mentioned below:
1. Payments shall be made on a quarterly basis.
2. PMC is responsible for a set of a deliverables on a timely basis. The quality and timeliness
of these deliverables shall directly affect the payment terms
3. The bill raised by the consultant shall be quarterly and will be raised in proportion to the
total value of the contract proposed by successful bidder.
26 | P a g e
REQUEST FOR PROPOSAL
8. PMC CONTRACT CONDITIONS
On signing of the contract with PFRDA, the successful bidder would be allowed to operate as
Project Management consultant for monitoring the CRA system under the following terms and
conditions:
8.1. CONDITIONS OF CONTRACT
1. The contract shall be valid for a period of 12 months from the date of contract signing. PFRDA
shall have the option to extend the duration of the contract for a further period of 12 months.
2. The contract of the PMC will end if PMC contravenes/breaches the conditions/clauses as
specified in the contract with PFRDA; or at the end of the period as specified in contract.
3. The grounds for termination of PMC, will be:
a. PMC's inability to perform the duties and requirements as would be specified in the
contract.
b. Any future direct involvement of PMC with CRA in development of IT infrastructure
for NPS operations.
8.2. GOVERNING LAWS/JURISDICTION ARBITRATION
Any matter relating to the appointment of PMC or the procedure for the appointment of the PMC
shall be governed by the Laws of Union of India. The dispute relating to such appointment shall be
referred for resolution to a sole Arbitrator, to be appointed by the Chairman, PFRDA. The arbitration
shall be governed by the provisions of Arbitration and Conciliation Act, 1996. The venue of
arbitration shall be at New Delhi. Only the courts at New Delhi shall have exclusive jurisdiction to try
any
matters
arising
out
of
arbitration
proceedings.
27 | P a g e
REQUEST FOR PROPOSAL
9. Annexure
9.1.
Annexure I: Technical Proposal
The General Manager
Pension Fund Regulatory and Development Authority
New Delhi
Dear Sir/Madam,
Ref: Request For Proposal (RFP): Selection of Project Management Consultant for monitoring
of the CRA system.
Having examined the RFP documents, the receipt of which is hereby duly acknowledged, we,
the undersigned, offer to provide the services as required and outlined in the RFP for PMC. To
meet such requirements and provide such services as set out in the RFP documents.
We attach hereto our response to the RFP document, which constitutes our proposal for being
considered for appointment as the PMC for monitoring of the CRA system.
We undertake, if our proposal is accepted, to adhere to the project schedule put forward in the
RFP or such adjusted plan as may subsequently be mutually agreed between us and PFRDA
or its appointed representatives.
If our proposal is accepted, we will submit a Performance Bank Guarantee issued by a
scheduled bank in India, acceptable to PFRDA, as per the details specified in the RFP
documents for due performance of the contract.
We agree to unconditional acceptance of all the terms and conditions set out in the RFP
documents.
We confirm that the information contained in this proposal or any part thereof, including its
exhibits, schedules and other documents and instruments delivered or to be delivered to the
PFRDA is true, accurate and complete. This proposal includes all information necessary to
ensure that the statements therein do not in whole or in part mislead PFRDA as to any material
fact.
28 | P a g e
REQUEST FOR PROPOSAL
It is hereby confirmed that I/we are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents,
which may be required in this connection.
Dated this
Day of
(Signature)
response for and behalf of:
2014
(In the capacity of) Duly authorized to sign the RFP
(Name and Address of Company)
Signature:
(Seal/Stamp of bidder) Witness
Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORIZED SIGNATORIES
I, certify that I am
Secretary of the ....................................................,and
that.......................................................................................................................who signed the
above bid is authorized to bind the corporation by authoring of its governing body......
(Secretary) Date
(Seal here)
29 | P a g e
REQUEST FOR PROPOSAL
9.2.
Annexure II: Commercial Proposal
(Date)
The General Manager
Pension Fund Regulatory and Development Authority
New Delhi
Dear Sir/Madam,
Ref: Request for Proposal (RFP)- Appointment of Project Management Consultant for monitoring
of CRA system.
Having examined the RFP documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the services as required and outlined in the RFP for appointment of
PMC for monitoring CRA system.
To meet such requirements and to provide services as set out in the RFP documents, we attach
hereto our response as required by the RFP documents, which constitutes our proposal.
We undertake, if our proposal is accepted, to adhere to the Project Schedule put forward in the RFP
or such adjusted plan as may subsequently be mutually agreed between us and PFRDA or its
appointed representatives.
If our proposal is accepted, we will obtain a Performance Bank Guarantee issued by a scheduled
bank in India as acceptable to PFRDA.
We agree for unconditional acceptance of all the terms and conditions set out in the tender
document.
We confirm that the information contained in this proposal or any part thereof, including its exhibits,
schedules and other documents and instruments delivered or to be delivered to the PFRDA is true,
accurate and complete. This proposal includes all information necessary to ensure that the
statements therein do not in whole or in part mislead PFRDA as to any material fact."
It is hereby confirmed that I/we are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents, which
may be required in this connection.
Dated this
(Signature)
Day of
2014
(In the capacity of)
Duly authorized to sign the RFP response for and behalf of:
30 | P a g e
REQUEST FOR PROPOSAL
(Name and Address of Company)
(Seal/Stamp of bidder) Witness Signature:
Witness Name: Witness Address:
CERTIFICATE AS TO AUTHORIZED SIGNATORIES
I, certify that I am
Secretary of the ................................ and
that........................................who signed the above bid is authorized to bind the corporation by
authoring of its governing body
(Secretary) Date
(Seal here)
9.3.
Annexure III: Format for Submission of Resume/Manpower Deployment Plan
Manpower deployment Plan
Sl No.
Designation of the Key Staff Members
1.
2.
Format for submission of resumes of the staff proposed for the position of Project Manager and On-site
PMC staff
Designation of the Key Staff Members
Proposed Position
Name
Age
31 | P a g e
REQUEST FOR PROPOSAL
Designation of the Key Staff Members
Qualification
Tasks proposed to be assigned
Relevant areas of expertise
Total Experience (in yrs)
Experience with the current company (in years)
Key experiences related to area of work assigned
9.4.
Annexure IV: Format for Providing Details of Relevant Experience
Sl
No.
Attachment/Ref. No of
details
1.
Name of the project
2.
Client Details
Relevant Work
3.
Area/Domain
Name; Contact
name and no.
Person's
Please specify the area of
work/domain relevant to the
requirement of this RFP.
4.
No. of locations
Please specify no. of
locations for implementation
5.
Scope of Work
Provide Scope of Work;
highlight Key Result Areas
expected and achieved
6.
Scope of the Project
Provide details of the project
scope
32 | P a g e
REQUEST FOR PROPOSAL
9.5.
Annexure V: Format for Commercial Quotations
Commercial Form 1: Charges
Charges
Amount in Figures
Amount in Words
Professional Charges for
execution of PMC of CRA
system for a period of 12
months (Charges should
be inclusive of OPEs such
as travel and all other
costs
incidental
to
execution of project, but
exclusive of taxes)
INR
(Amount in Words)
9.6.
Annexure VI: Technical Evaluation Parameters
Following outlines the broad parameters based on which evaluation of technical proposals of the
bidders shall be carried out by PFRDA:
S. No.
Criteria
Marks
A.
Past Experience in related areas
55
Experience in consulting for development and enhancement of IT
infrastructure and solution for Financial Services Sector.
Experience with pension sector projects will be an added
advantage.
15
1
i.
1 Project= 5 Marks
ii.
More than 1 Project= 10 Marks
iii.
Work experience with Pension sector = 5 Marks
Experience of Project Management in Pension or Financial
Services Sector
2
i.
15
1 Project= 5 Marks
ii.
More than 2 to 3 Project= 10 Marks
iii.
More than 3 projects= 15 Marks
33 | P a g e
REQUEST FOR PROPOSAL
S. No.
Criteria
Marks
3
Experience in consulting for development and enhancement of IT
Infrastructure/ Solution of Government related projects.
10
Development and delivery of large scale e-governance projects
(of value INR 50 lacs) in Government.
15
4
i.
2 Project= 5 Marks
ii.
2 to 3 Projects= 10 Marks
iii.
More than 3 Projects =15 Marks
B.
Approach and Methodology
20
1.
Understanding Scope of Work
6
2.
Project Plan, Approach and Methodology
14
C.
Profile of key team members
15
1.
Resume of PMC off‐site Project Manager and On‐Site team
members
15
D.
Project Management Standards
5
E.
Quality Assurance proposed for this project
5
Total
100
34 | P a g e