request for proposal (rfp) for appointment · pdf fileintroduction and purpose 6 information...

55
REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK Tender No. PER/HRD/01/2015-16 Dated : 22.09.2015 TIME SCHEDULE Date of the Tender : 22.09.2015 Last Date for Submission : 19.10.2015 Date of opening of Tender : 19.10.2015 Address for communication The Deputy General Manager, Human Resource Development Department, VIJAYA BANK, Head Office, 41/2, M G Road, Bangalore –560 001 E-mail :[email protected] / [email protected] Phone: 080-25584764, Fax: 080-25598018 Website : www.vijayabank.com --------------------------------------------------------------------------------------- This document is meant for the exclusive purpose of Bidding as per the Specification Terms, Condition and Scope indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which this is specifically issued.

Upload: buidung

Post on 31-Jan-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE

ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK

Tender No. PER/HRD/01/2015-16 Dated : 22.09.2015

TIME SCHEDULE

Date of the Tender : 22.09.2015

Last Date for Submission : 19.10.2015

Date of opening of Tender : 19.10.2015

Address for communication

The Deputy General Manager,

Human Resource Development Department,

VIJAYA BANK, Head Office,

41/2, M G Road, Bangalore –560 001

E-mail :[email protected] / [email protected]

Phone: 080-25584764, Fax: 080-25598018

Website : www.vijayabank.com

---------------------------------------------------------------------------------------

This document is meant for the exclusive purpose of Bidding as per the Specification Terms, Condition and Scope indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which this is specifically issued.

Page 2: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 2 of 55

Page 3: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 3 of 55

INDEX OF CONTENTS Sl. No. Particulars Page No. IMPORTANT INFORMATION WITH REGARD TO RFP 5 Terminology 6 Preface 6 Section - I 6 Introduction and Purpose 6

Information provided 6 For Respondent only 7 Confidentiality 7 Disclaimer 7 Costs borne by Respondents 7 No Legal relationship 8 Recipients obligation to inform 8 Evaluation of offers 8 Errors and omissions 8 Acceptance of Terms 8 RFP Response Terms 8 Lodgment, Closing date, Submission to bank, submission will be valid if, Registering of RFP, RFP Validity Period, Requests for information.

8-11

Notifications 11 Disqualification 11 Process & Timeframe 11-12

SECTION - II Vijaya Bank - Basic Information for RFP 13

Bank’s Vision, Organization Structure, Branch Network, Manpower, Performance at a glance, Key Ratios.

13-15

SECTION - III Introduction 16

Scope of the project 17-19 Time Frame for programme 19-20 Commitment on resources 20

SECTION - IV ELIGIBILITY CRITERIA 21

Submission of Bids 21-23 Formats of Bids 23 Selection and Evaluation of Bids 24-26

SECTION - V General Terms and Conditions:

Term of Assignment, Adherence to Terms & Conditions, Execution of Agreements, Period of Contract, Other terms and conditions,

27-28

Work Space / Staff Members required 28 Substitution of Programme Team Members 29 Professionalism 29 Adherence to Standards 29

Expenses 29 Payment Terms 30 Non-payment of Professional Fees 30 Charges Terms 30 Awarding of contract 30

Page 4: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 4 of 55

Single Point of Contact 31 Applicable Law and Jurisdiction of Court 31 Penalty and Liquidated Damages 31 Force Majeure 32 Authorized Signatory 32 Indemnity 32 Performance Guarantee 32 Erasers or Alterations 32 Right to Reject Bids 33 Assignment 33 Non-solicitation 33 No Employer Employee Relationship 33 Pre Contract Integrity Pact 33 Vicarious Liability 34 Cancellation of Contract and Compensation 34 Dispute Resolution 35 ANNEXURES Commercial Bid (ANNEXURE C-I) 36 Proposed Team Profiles (ANNEXURE D (a)) 37 Staffing Schedule (ANNEXURE D (b)) 38 Eligibility Criteria (ANNEXURE –E1) 39-40 Letter to the Bank on Firm's Letter Head (ANNEXURE –E2) 41 Form of Self Affidavit / Declaration (ANNEXURE –E3) 42 Format of Authorization Letter (ANNEXURE –E4) 43 Relevant Experience-Competency Mapping (ANNEXURE –T1(A)) 44 Relevant Experience-Employee Engagement Survey (ANNEXURE –T1(B))

45

Description of Approach, Methodology & Work plan (ANNEXURE –T2)

46

Resumes (ANNEXURE –T3) 47 Format for furnishing Queries (ANNEXURE-Q) 48 PRE CONTRACT INTEGRITY PACT (PROC – 2C) 49-55

Page 5: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 5 of 55

RFP FOR APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK

IMPORTANT INFORMATION WITH REGARD TO RFP

Office of Issue. VIJAYA BANK

PERSONNEL DEPARTMENT(HRD), HO BANGALORE 560 001

Tender No. & Date. PER/HRD/01/2015-16 dated 22-09-2015

Date of Issue of this tender 22-09-2015

Last date for receipt of queries &

clarification from vendors. 28-09-2015 at 3.00 P.M.

Pre-bid meeting with bidders 30-09-2015 at 3.00 P.M.

Time and Date for submission of Tender by

vendors. 19-10-2015 before 3.00 P.M.

Date and time of opening of Technical Bid. 19-10-2015 at 3.30 P.M.

Presentations by eligible short-listed

vendors at Banks Head Office, Bangalore

The date and time will be informed to the

shortlisted bidders.

Conducting ‘Competency Mapping’ and

‘Employee Engagement Survey’ to the

chosen sample out of the targeted

population, by eligible short listed vendors

at Bank’s Head Office, Bangalore.

Date and time of conducting online reverse

auction

Bid Security Amount. ` 1,00,000 (INR One lakh only)

Cost of Tender Bid Document. ` 10,000 (INR Ten Thousand only)

[Please note: The above mentioned dates are tentative and the Bidder acknowledges that he cannot hold Bank responsible for any revision in these dates. The bids will be opened in the presence of bidders who choose to be present at the time of opening of bids.]

Page 6: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 6 of 55

Meaning of terms used in RFP document:

Bank means ‘VIJAYA BANK’

RFP means the whole 'Request for Proposal Document' Website means Bank's Official Website i.e.www.vijayabank.com

Bidder means the party /firm / organization / HR Service Provider submitting RFP response /Bid offer as per the details mentioned in this document.

Programme: "CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK".

Preface

This document is meant for the specific use by the Company / person/s interested

to participate in this RFP process. VIJAYA BANK (referred to as VB or The Bank) expects the Bidders or any person acting on behalf of the Bidders to strictly adhere to the instructions given in this document and maintain confidentiality of

information. The section wise description of the information is given hereunder:

SECTION – I

1. INTRODUCTION AND PURPOSE

This Request for Proposal document ("RFP document" or "RFP"] has been prepared

solely for the purpose of enabling Vijaya Bank ["Bank"] in defining the

requirements for appointment of a HR Service Provider for "CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK". The RFP document is not a recommendation, offer or invitation to enter

into a contract, agreement or any other arrangement in respect of the services. The

provision of the services is subject to observance of selection process and appropriate documentation being agreed between the Bank and any successful Bidder as identified by the Bank after completion of the selection process as

detailed in Section - IV.

2. INFORMATION PROVIDED

The RFP document contains statements derived from information that is believed to

be true and reliable but does not purport to provide all the information that may be necessary or desirable to enable an intending contracting party to determine

whether or not to enter into a contract or arrangement with Bank in relation to the provision of services. Neither Bank nor any of its directors, officers, employees, agents, representatives, contractors, or advisers give any representation or

warranty (oral or written), express or implied as to the accuracy, updating or completeness of any writings, information or statement given or made in this RFP

document. Neither Bank nor any of its directors, officers, employees, agents, representatives, contractors, or advisers has carried out or will carry out an independent audit or verification or investigation or due diligence exercise in

relation to the contents of any part of the RFP document.

Page 7: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 7 of 55

3. FOR RESPONDENT ONLY

The RFP document is intended solely for the information of the party to whom it is

issued ["The Recipient" or "The Respondent"] i.e. Government Organization / PSU / Limited Company, Partnership firm or / and an Autonomous Institution, approved by GOI/RBI.

4. CONFIDENTIALITY

The RFP document is confidential and is not to be disclosed, reproduced, transmitted, or made available by the Recipient to any other person. The RFP

document is provided to the Recipient on the implied understanding that the undertaking of confidentiality asked by the Bank will be adhered to by the

bidder/applicant. Bank may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document shall be received subject to the same confidentiality undertaking. The Recipient will not

disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent or other person associated or affiliated in any way with

Bank or any of its customers or suppliers without the prior written consent of Bank.

5. DISCLAIMER

Subject to any law to the contrary, and to the maximum extent permitted by law, Bank and its directors, officers, employees, contractors, representatives, agents, and advisers disclaim all liability from any loss, claim expense (including, without

limitation of any legal fees, costs, charges, demands, actions, liabilities expenses; or disbursements incurred therein or incidental thereto) or damage (whether

foreseeable or not) ("Losses") suffered by any person acting on or refraining from acting because of any presumptions or information (whether oral or written and whether expressed or implied), including forecasts, statements, estimates, or

projections contained in this RFP document or conduct ancillary to it whether or not the Losses arise in connection with any ignorance, negligence, inattention,

casualness, disregard, omission, default, lack of care, immature information, falsification or misrepresentation on the part of Bank or any of its directors, officers,

employees, contractors, representatives, agents or advisers.

6. COSTS BORNE BY RESPONDENTS

The same RFP document is available in the official web site of the Bank http://www.vijayabank.com in a specially designed link for the same. The cost of RFP of ` 10,000/-. (INR Ten Thousand only) by way of Demand Draft in favour of

"Vijaya Bank – RFP HRC" payable at Bangalore shall be submitted along with the

Technical Bid documents in a separate unsealed envelope. All other costs and expenses (whether in terms of time or money) incurred by the

Recipient / Respondent in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings,

discussions, demonstrations, etc. and providing any additional information required by Bank, will be borne entirely and exclusively by the Recipient / Respondent.

Page 8: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 8 of 55

7. NO LEGAL RELATIONSHIP

No binding legal relationship will exist between any of the Recipients / Respondents and the Bank until execution of a contractual agreement to the full satisfaction of

the Bank. 8. RECIPIENT OBLIGATION TO INFORM ITSELF

The Recipient must apply its own care and conduct its own investigation and

analysis regarding any information contained in the RFP document and the meaning and impact of that information.

9. EVALUATION OF OFFERS

Each Recipient acknowledges and accepts that the Bank may, at its sole and absolute discretion, apply whatever criteria it deems appropriate in the selection of organizations, not limited to those selection criteria set out in this RFP document.

The issuance of RFP document is merely an invitation to offer and must not be construed as any agreement or contract or arrangement nor would it be construed

as material for any investigation or review to be carried out by a Recipient. The Recipient unconditionally acknowledges by submitting its response to this RFP document that it has not relied on any idea, information, statement, representation

or warrant given in this RFP document.

10. ERRORS AND OMISSIONS Each Recipient should notify the Bank of any error, fault, omission or discrepancy

found in this RFP document but not later than 30-09-2015.

11. ACCEPTANCE OF TERMS The Recipient will, by responding to the Bank's RFP document, be deemed to have

thoroughly read the whole RFP document and unconditionally accepted the terms and conditions as stated.

12. RFP RESPONSE TERMS

12.1. Lodgment of RFP Response: RFP Response terms should be guided by

item nos. 12.2 to 12.5 of Section - I.

12.2. RFP Closing Date: RFP should be submitted not later than 19.10.2015,

3.00 PM IST (Indian Standard Time = GMT + 05.30 Hrs.). At any time prior to the deadline of submission of the Bids, the Bank, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the RFP by amendment. Notification of amendments will be posted on Bank's web site. In order to allow

prospective Bidders reasonable time in which to take the amendment into account in preparing the Bids, the Bank, at its discretion, may extend the

deadline for a reasonable period and will be posted on Bank's website.

Page 9: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 9 of 55

12.3. Submission to Bank

a. The RFP response documents should be submitted in one original set of

paper copies containing the following:

i. A sealed envelope containing 'FULL PARTICULARS OF ELIGIBILITY

CRITERIA' should be superscribed "ELIGIBILITY CRITERIA FOR APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR

ALL THE EXECUTIVES OF THE BANK". ii. A sealed envelope containing Technical Bid documents should be

superscribed "TECHNICAL BID FOR APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE

ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK " iii. Second sealed envelope containing Commercial Bid documents should

be superscribed "COMMERCIAL BID FOR APPOINTMENT OF HR

SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE

BANK".

b. The above THREE envelopes should be put together in a FOURTH envelope to

constitute one original set which should then be packed superscripting "APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY

MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK ". The e-mail address and phone / fax numbers of the Bidder should also be indicated on the sealed envelope.

c. The proposal should be prepared in English in MS Word / Excel /power point format. All correspondence will be in English. The Bid shall be typed and

printed in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The person or persons signing the Bids shall sign on all pages of the Bids. Any inter-

lineation, erasures or overwriting shall be valid only if they are signed by the person signing the Bids. The Bank reserves the right to reject the Bids, not

conforming to the above.

d. The Bidder shall submit the proposals/Bid properly in a file so that the papers are not loose. All the pages of the proposals including documentary proofs

should be numbered as "Page <current page> of <total pages>" and be signed by authorized signatory under seal of the firm. This should be

supplemented by soft copy of all the documents / certificates in a CD. It should be noted that in case of any discrepancy in information submitted by the Bidder in hard-copy and softcopy, the hard-copy will be given

precedence.

e. Paper copies of RFP response as mentioned above & one soft copy (MS Word

and Excel, on CD ROM) of Technical Bid must be submitted to Bank at the following address:

The Deputy General Manager,

Personnel Department-HRD. VIJAYA BANK

Head Office, 41/2, M.G. Road, Bangalore – 560 001

Page 10: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 10 of 55

f. The evaluation of the bids will be done as per the selection criterion specified

under Section IV of this offer document. The Bidders who do not qualify

under Technical Bid, as per the evaluation / selection done by the Bank on the criteria specified, will not be considered for opening of Commercial Bid.

12.4. Submission will be valid if:

Copies of RFP response documents are submitted as per point no. 12.3, subject to

point 12.7, before the aforementioned closing date specified in point 12.2. Submission by Fax transmission or email is not allowed and will be considered invalid.

12.5. Registering of RFP

Registering of RFP response will be effected by the Bank by making an entry in a separate register kept for the purpose upon Bank receiving the RFP response in the above manner (Point 12.1 to 12.4). All submissions, including any accompanying

documents, will become the property of Bank. The Recipient shall be deemed to have licensed, and granted all rights to the Bank to reproduce the whole or any

portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other Recipients who have registered a submission and to disclose the contents of the submission to other Recipients who have registered a

submission, and to disclose and / or use the contents of the submission as the basis for any resulting RFP process, notwithstanding any copyright or other intellectual

property right of the Recipient in the submission or accompanying documents.

12.6. RFP Validity Period

a. RFP responses will remain valid and open for evaluation according to the terms for a period of at least 120 days from the date of opening of technical bid.

b. The Bank shall also have the right at its sole and absolute discretion to continue the assignment/contract with the successful bidder for future requirements on the rates finalized in this processing for various

items/activities as described in the Price Bid, or at the price negotiated thereafter, after expiry of current assignment period. In exceptional

circumstances, the Bank may solicit the Bidder's consent to an extension period of validity.

12.7. Requests for information

Recipients are required to direct all communications for any clarification related to this RFP, to the Bank official as mentioned under clause 'e' of Point 12.3. of Section

I. All queries relating to the RFP, technical or otherwise, must be either in writing or by email (as per ANNEXURE Q) only and will be entertained by the Bank only in

respect of the queries received up to the date specified in the time limits given in the “IMPORTANT INFORMATION WITH REGARD TO RFP” i.e. 28.09.2015

03.00 P.M. mentioned at the beginning of this document. The Bank will try to reply, without any obligation in respect thereof, every reasonable query raised by the Recipients through the Bank's web site only. However, the Bank will not answer

any communication initiated by Respondents later than 28.09.2015, 03.00 P.M.

Bank may, in its absolute discretion seek, but being under no obligation to seek, additional information or material from any Respondent after the RFP closes and all

Page 11: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 11 of 55

such information and material provided will be taken to form part of that Respondent's response. If Bank in its sole and absolute discretion deems that the originator of the query will gain an advantage' by a response to a question, then

Bank reserves the right to communicate such response to all Respondents.

Bidders, seeking clarifications, queries, questions, etc. should address it to the nominated point of contact as given below through e-mail or in writing:

The Deputy General Manager, Personnel Department-HRD.

VIJAYA BANK Head Office, 41/2, M.G. Road, Bangalore – 560 001

E-Mail : [email protected] / [email protected]

Bidders should provide their e-mail address in their queries without fail. All

responses will be posted on the web site of the Bank i.e. https://www.vijayabank.com

13. NOTIFICATIONS

Bank will either notify the Respondents individually in writing or email as soon as practicable, about the outcome of the RFP evaluation process', including whether the Respondent's RFP response has been accepted / rejected or shall cause to

publish / notify the name of the HR Service Provider shortlisted on the basis of Technical Bid Evaluation and / or finally selected in the Bank's website after

completion of the entire evaluation process, as enumerated in this RFP. 'Bank is not obliged to provide any reasons for any such acceptance or rejection.

14. DISQUALIFICATION

Any form of canvassing/lobbying/influence/query regarding short listing, status,

etc. will lead to disqualification.

15) PROCESS & TIMEFRAME

Selection of a successful HR Service Provider will involve a five (5) stage approach. The approach follows the Indian Government's Central Vigilance Commission (CVC) guidelines.

STAGE 1 STAGE 2 STAGE 3 STAGE 4 STAGE 5

Issue of RFP

Clarifications

/ Pre-Bid

Meeting

Receipt of RFP Bids

Evaluation of Bids

Award of Contract

a). Technical Bid

b). Price Bids of technically qualified HR

Service Provider

The timeframe for the overall selection process is mentioned at the beginning of this document under “IMPORTANT INFORMATION WITH REGARD TO RFP”.

Bank reserves the right to vary this timeframe at its absolute and sole discretion should the need arise. Changes to the timeframe will be relayed through the web site to the affected Respondents during the process. The Bank may, at its sole

Page 12: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 12 of 55

discretion, also extend the deadline for submission of the Bids. Such intimation will be posted on Bank's web site.

The dates are mentioned under “IMPORTANT INFORMATION WITH REGARD TO RFP” at the beginning of this document. These are tentative dates and the

Bidder acknowledges that it cannot hold the Bank responsible for breach of any of the dates by bank.

Note: Bidders can depute their authorized representative (only one) to attend the bid opening process. No separate information will be given in this regard to the

Bidders for deputing their representatives.

Page 13: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 13 of 55

Section II

Vijaya Bank - Basic Information for RFP

Vijaya Bank was established in 1931. The Bank was nationalized on April 15, 1980 in the second phase of Bank nationalization. It is a Government of India undertaking with 74.06% of the share capital held by the Government of India

and 25.94% held by the public, corporate, financial institutions and others.

The Bank has a total business of 2.14 lakh Crores as on 31.03.2015 comprising

of about 126343 Crores of Deposits and 87692 Crores of Advances. (Details are

available on our website - www.vijayabank.com).

The total staff strength of the Bank stood at 14841 (as on 31.07.2015)

comprising of 531 Executives, 6700 Officers, 4484 Clerks & 3126 Substaff.

3. Bank’s Vision:

The mission of the Bank is to emerge as a prime nationalized Bank backed by

modern technology, meeting customers’ aspirations with professional banking services and sustained growth contributing to national development.

4. Organization Structure of the Bank

The organizational structure of the Bank consists of three tiers viz., HO, RO’s

and Branches. Head Office at Bangalore, consists of various functional departments, deals mainly with policy formulation, setting of targets and

monitoring of performance. The Bank has set up 31 Regional Offices to exercise immediate supervision and control over 1700+ branches under their respective jurisdictions. In addition to the branches, there are 12 Service Branches, which

handle the work relating to collection of instruments drawn on branches in these centres and clearing functions. For better cash management the Bank has set up

27 Currency Chests. As the extended wings of Central Inspection Department at Head Office, the Bank has also set up 12 Regional Inspectorates and 19 Retail

Asset Centralized Processing cells. The Bank is the Lead Bank for Mandya, Dharwad and Haveri Districts in Karnataka. The International banking business is handled through 47 designated branches for dealing in foreign exchange.

The Bank is fully functional on the CBS platform and has also implemented a

suite of applications, integrated with the CBS solution. The bank has deployed state of the art technologies and industry’s best IT practices and implemented

comprehensive IT security policies and procedures to meet customer’s aspirations. The bank is steadily expanding geographically to cater banking services to all sections of society meeting the social obligation. The bank has its

vast presence in rural /semi urban areas and a lead participant in Financial Inclusion to rope in the remotest population in country’s growth mission. Bank,

during the year 2014-15 has opened 109 branches. For the year 2015-16, Bank has a target of opening 250 branches and out of which 85 are already opened.

Page 14: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 14 of 55

BRANCH NETWORK

Number of Office 31-Mar-14 31-Mar-15 31-Jul-15

Rural 362 396 431

Semi Urban 397 428 455

Urban 399 425 438

Metropolitan 354 369 373

Total 1512 1618 1697

MAN POWER

Mar-14 Mar-15 Jul-15

CADRE Number % Number % Number %

Officer 5947 46.38 6271 46.05 7231 48.72

Clerical 4357 33.98 4304 31.61 4484 30.21

Sub Staff (including PTS) 2518 19.64 3042 22.34 3126 21.07

Total Employees 12822 100.00 13617 100.00 14841 100.00

PERFORMANCE AT A GLANCE (`. in crore)

KEY PARAMETERS 2010-11 2011-12 2012-13 2013-14 2014-15

No. of Branches 1200 1300 1359 1512 1618

No of ATMs 545 750 874 1528 1383

Reserves & Surplus 3144 3557 3863 5029 5301

Gross Profit 1047 1230 1122 1104 1259

Net Profit 524 581 586 416 439

Total Deposits 73248 83056 97017 124296 126343

% growth 18.27 13.39 16.81 28.12 1.65

CASA deposits 18480 18272 20349 22860 25721

% to Aggregate Deposit 25.25 22.02 20.54 18.39 20.35

Gross Credit 49222 58671 70514 82425 87692

% growth 17.38 19.20 20.19 16.89 6.39

Total Business 122470 141727 167531 206721 214035

% growth 17.91 15.72 18.21 23.40 3.47

Gross NPA 1259 1718 1533 1986 2443

% 2.56 2.93 2.17 2.41 2.78

Net NPA 741 998 910 1262 1691

% 1.52 1.72 1.30 1.55 1.92

Investments 25139 28644 31285 42585 44698

Advances to Priority Sector 14671 17667 19505 25855 30714

% to ANBC 34.98 35.83 33.23 35.55 35.97

Total Staff 11415 11838 12601 12822 13617

Business per employee 11.05 12.31 13.87 16.74 16.56

Page 15: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 15 of 55

KEY RATIOS (%)

2010-11 2011-12 2012-13 2013-14 2014-15

Cost of Deposit 5.86 7.68 8.07 7.98 8.10

Yield on Advances 10.25 11.73 11.54 11.26 11.34

Net Interest Margin 3.04 2.47 2.13 2.02 1.93

Return on Assets 0.72 0.66 0.59 0.35 0.33

Capital Adequacy Ratio %

(Basel II) 13.88 13.06 11.32 10.97 11.70

Capital Adequacy Ratio %

(Basel III) NA NA NA 10.56 11.43

NOTE: Other financial indicators are available on the Bank’s website www.vijayabank.com

Page 16: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 16 of 55

SECTION III

1. Introduction

1.1. The performance indicated in Section II based upon a large customer base and

state of the art technology, gives the Bank a very strong platform to build upon. Despite this strong performance, the belief is that the Bank must keep adopting new and better practices to maintain its front-line position. Any

change must update and improve the existing business strategies and approach, without compromising on The Bank's core philosophy of prudent

banking.

1.2. The Bank has always been at forefront of change in response to the macro conditions of the Indian banking sector. The Bank was one of the first public

sector banks to have completed 100% CBS roll out in all branches, centralized back office activities, and having business unit verticals for all key segments.

1.3. The banking industry is undergoing rapid change. Some of these changes have been led by customer demands, like the entry of younger people in the banking population and some other changes have been due to the evolving nature of

competition, like the increasing reach of private sector banks. Customer needs are also evolving as they get exposed to other service industries.

1.4. Changes in the business environment have been felt, with the competition intensifying, not only between private sector, and public sector banks, but also among the public sector banks.

1.5. In addition, change has also happened on the customer front. The demographic dividend is one of the drivers of our current and future growth. It

is expected that the customer profile will shift towards the younger population. Banks have to be competitive in serving this segment. Not only that, even existing customers, with the changing pace of life are realizing the money value

of time, driving up the usage of alternate channels from the banking industry.

1.6. The bank has grown and has kept pace with the industry changes and it is

inevitable to be in synchrony with the best HR practices in the industry. A natural ageing of the workforce coupled with the need to upgrade skills to match changing customer needs means that the bank has to take a strategic

look at the manpower.

1.7. The maturing of the Indian consumer - whether retail or corporate has led to

the need to service them with an ever increasing range of products and services, resulting in the entry of several new product lines into Indian financial

services including banking.

1.8. In light of these changes, the bank has felt the need to understand the level of engagement amongst the executives of the Bank and to identify and enhance

their competencies, to ensure endurance of this Organization in a long run, by conducting “Competency Mapping’ and ‘Employee Engagement Survey’ for all

the executives of the Bank who have potential to proactively assume leadership roles and lead the Bank to a greater heights.

Page 17: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 17 of 55

2. Scope of the Project

2.1. Project Objectives:

The Bank wishes to appoint a competent HR Service Provider to provide assistance

to the Bank to:

a. Mapping the Competency for all kinds of jobs specifically handled by

executives

Identify the competence required to handle each jobs

Map the competencies of the executives against the job handled by them.

b. Develop an employee engagement survey

Analyse the feed back

Suggest recommendations for overall improvisation

Therefore the Bank requests proposals from renowned HR Service Provider for

assisting the Bank in the above HR initiatives.

2.2. Project scope in detail:

A description of the envisaged scope is detailed below. However, the Bank reserves

its right to change the scope of the RFP considering the size and variety of the

requirements and the changing business conditions. Notwithstanding the details

mentioned below, the selected Bidder/ HR Service Provider is required to design

and implement, within a specified time frame.

The selected Bidder will be responsible for formulating various solutions towards the

areas of work as enumerated below and for implementation of initiatives therein

within the project timeframe. The Bank expressly stipulates that the selection of HR

Service Provider under this RFP is on the understanding that this RFP contains only

the principal provisions for the entire assignment and that the services in

connection therewith are only a part of the assignment. The selected Bidder shall

be required to undertake to perform all such tasks, render requisite services as may

be required for the successful completion of the entire assignment at no additional

cost to the Bank.

The detailed scope of this project shall include, but not limited to:

a. Competency Mapping:

The focus of the HRD system in the Bank is to build right competencies in people especially executives at different levels. The Bank therefore intends to

identify right competencies for various levels, more specifically for key roles handled by executives.

The HR Service Provider/bidder is required to assist the Bank in:

Page 18: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 18 of 55

i. Identify the Key positions/jobs at all people, in various groups specifically positions handled by executives,

ii. Profiling the competencies requirements of these identified key positions/jobs in various groups specifically the key positions held by

executives.

iii. Identify the key competencies required to handle these key roles.

iv. Profile the competency of the executives and to map their competency

level against the jobs handled by them. v. Suggest desired pairs of competencies viz, the competency requirement

of a particular key role with that of a matching competency of a particular executive/person.

vi. Suggest competency based changes to be put in place for HRD including:

suggestions for enhancing competency levels, multiskilling, reskilling to

handle different key positions of individual executives,

vii. Suggest a comprehensive programme to address the competency/skill gaps at all levels through internal and external sources and to roll out the same.

viii. Conduct training to the identified staff, to also to administer the

‘Competency Mapping/Profiling procedure’, generate predefined as well as customised reports, to share and conduct sessions with employees about the findings etc.

b. Employee Engagement Survey:

The efficiency and the effectiveness of the people on the job is directly proportional to the level of their engagement to their work as well as to the

organisational goals. Thus the organisation can increase its productivity by managing the efficiency and effectiveness of its employees through optimum

desired engagement. At the same time to realign / redesign its various polices and procedures to bring in the desired engagement of its employees.

With the above in mind the Bank intends to conduct an ‘Employee Engagement Survey”.

The HR Service Provider/Bidder is required to assist the Bank to:

i. Develop a detailed employee engagement survey for various groups of its employees, such as different verticals, domains, geographical locations, hierarchies etc and administer the survey with utmost anonymity of

employees.

Provide a system of different types of reporting with customised definitions.

ii. Define an ‘Employee Engagement’ Bench Mark and develop an action plan for increasing the levels of employee engagement for Bank as a

whole, or for a particular group.

Page 19: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 19 of 55

iii. Compare individual employee response to a particular group response,

particular Group response to another group response etc.

iv. Compare employee engagement levels over a period of time viz. From a

particular defined period/timeline to another defined period/timeline.

v. Conduct a gap analysis against the desired state of HR Management,

modify the existing HRM subsystems/procedures etc in consonance with the emanated levels of employee engagement, and suggest action plan to

increase the engagement of employees to the desired level/s.

vi. Conduct training to the identified staff, to also to administer the ‘Survey’,

generate predefined as well as customised reports, to share and conduct sessions with employees about the findings etc.

2.3. Among other areas specified elsewhere in this section the scope of the work in

this programme will include understanding of the existing framework and also

the working of the Bank. Thus the HR Service Provider is expected to support the design, planning and actual implementation of the project with proof of

concept. 2.4. Knowledge Transfer:

Knowledge transfer has become increasingly relevant in a highly competitive

banking scenario, as it will help to improve the competitiveness and productivity of business and increase organizational effectiveness and efficiency. The HR Service Provider has to give emphasis on knowledge transfer and capacity building

strategies to enable the Bank to achieve the aspirations through this exercise of ‘Competency Mapping’ & ‘Employee Engagement Survey’.

3. Time Frame for the programme:

The Bank envisages to engage the HR Service Provider in this project for duration of 03 months /12 weeks. The action plan may be drawn accordingly by splitting the

project in four phases.

Phase I – Planning - (2 weeks): During this period, the HR Service Provider will be expected to assess the starting position on each of the items of the scope (as given in this section), identify relevant actions, and submit consolidated proposal

suggesting plan for accomplishment of the programme enabling, seamless launching and implementation. This phase shall also include:

1. Collection of preliminary data with regard to all such of executives covered

under the exercise of competency mapping and employee engagement

survey like, the number of executives, nature of their work, geographical distribution, age profiles, experience etc.

2. To plan and Design the framework with regard to competency mapping and employee engagement survey, suitable for Vijaya Bank.

3. Plan the activity schedule.

4. Any other assessment and preparations required in this regard.

Page 20: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 20 of 55

Phase II - Pilot - (2 weeks): During this period, pilot the implementation of actions, review and set up the rollout plan. A suitable and representative sample of the targeted population shall be chosen for this pilot phase to validate the efficacy

of phase one. This phase will be separately carried out for both competency mapping and employee engagement survey.

Phase III – Implementation – (6 weeks): To conduct ‘Competency Mapping’ & ‘Employee Engagement Survey’ to all the executives of the Bank. This phase shall include:

1. To realign the project plan based on the outcome of the pilot phase.

2. To conduct competency mapping and employee engagement survey as per the scope defined in Section-III.

3. Monitor the implementation and assess the progress and ensure compliance as per the scope of work and as desired.

Phase IV – Analysis and Reporting – (2weeks): In this phase, the data collected shall be thoroughly analyzed and a consolidated report be submitted to the Bank as

desired. This phase shall include:

1. Compiling the data collected and analyze the same with regard to the objective.

2. Draw relevant inferences from the analysis made.

3. Prepare a comprehensive report on the competency mapping and employee engagement survey conducted for all the executives of the Bank.

4. Present the findings before the top management of the Bank.

5. Suggest corrective actions if required and wherever necessary.

The Bank reserves the right to extend the programme on similar commercial terms, beyond the current proposed duration of 03 months/12 weeks, if it feels that such an extension will be of benefit to the Bank.

4. Commitment on resources: The Bank envisages continuous involvement of the HR Service Provider throughout

the assignment. It is therefore essential that in their respective technical bids, the HR Service Provider indicate clearly the full time resources that will be based in the

Bank's offices during the course of the entire programme. The desirable composition as envisaged by the Bank is an average of minimum 6 full time dedicated members over the duration of the programme. The bank envisages the

assignment to be overseen by experienced programme directors at senior level with expertise in relevant areas. The programme directors should have proper and

adequate commitment for this exercise. The Bank will evaluate the technical bids with particular emphasis to the quality, composition and relevant experience of the resources committed in various capacities.

Page 21: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 21 of 55

Section IV

ELIGIBILITY CRITERIA: BID SYSTEM / PROCEDURE & DOCUMENTATION

1. ELIGIBILITY CRITERIA

1.1. The HR Service Provider should be a Government Organization / Public

Sector Unit / Partnership Firm / Private Limited Company / Public Limited Company registered or incorporated in India. It should not be Individual / Proprietary Firm / HUF etc.

1.2. Core areas of the firm should include providing consultancy in HR and

strategic business management in India and should have a minimum turnover of ` 5 Crores in each of the last 3 years.

1.3. Consulting firm must have minimum of 5 years of experience in the area of HR consultation including on matters of competency management &

employee engagement.

1.4. The consulting firm should have successfully concluded a minimum of 2

programmes in public sector institutions in India on the areas of competency management & employee engagement in the last 5 years and should have done at least one programme in the past 2 years.

1.5. The consulting firm should have in house capability to take up assignment on their own but not through any associates. Joint or collative bids will not

be accepted.

1.6. The consulting firm should not have been banned / black listed/ debarred

from Trade by any Central / State Govt. Dept. / Autonomous Institutions or PSUs in India. An undertaking in this regard needs to be provided by the Firm on its letter head.

1.7. Declaration/ self-affidavit by the bidding firms as to their technical suitability (Annexure E2 and Annexure E3).

Those who fulfill all the eligibility criteria as mentioned above are only, eligible to

take part in this bid exercise. The Bidder should submit their responses along with documentary proofs and self declaration, wherever required for the above eligibility criteria. Proposals of those Bidders, who do not fulfill the eligibility criteria as stated

above fully, will be summarily rejected.

2. SUBMISSION OF BIDS

2.1. The response to the RFP will be in three parts : (1) Eligibility (2a) Technical Bid and (2b) Commercial Bid. All the three parts must be

submitted at the same time but in three separately sealed envelopes giving

Page 22: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 22 of 55

full particulars and addressed to The Deputy General Manager, Vijaya Bank , Personnel Dept-HRD, Head Office, 41/2 M.G. Road, Bangalore – KARNATAKA duly super scribed as "Eligibility criteria", "Technical Bid"

and "Commercial Bid". All three responses as given above should then be put in one envelope/packet and superscribed as "RESPONSE TO RFP FOR

CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK " and addressed to The Deputy General Manager, Vijaya Bank, Personnel Dept-HRD, Head

Office, 41/2 M.G. Road, Bangalore – KARNATAKA and should reach on or before – 19.10.2015 by 3.00 PM as specified in the schedule on

IMPORTANT INFORMATION WITH REGARD TO RFP defined at the outset of this RFP.

2.2. The requisite certificates and documents supporting the Eligibility criterion should be submitted - Annexure E 1.

2.3. The firms meeting the eligibility criteria as laid out above will be taken forward to the next stage of technical evaluation.

2.4. The bidder shall submit Bid Earnest Money (EMD) of ` 1 Lakh (Rs. One

lakh only) through a bank draft issued in favour of Vijaya Bank, payable at

Bangalore along with the bid documents. In case of unsuccessful bidders, EMD will be returned on completion of selection process. For the successful

bidder, EMD will be returned on submission of performance Bank Guarantee as given below.

Performance Bank Guarantee (Successful Bidder) – The successful bidder shall participate in the process of consultancy for “CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

EXECUTIVES OF THE BANK”. The successful bidder in the bidding process shall be required to give a performance bank guarantee to the bank equal to

10% of the final contract amount valid for 90 days, beyond the contract period.

2.5. Technical proposal will include details of overall approach to the areas listed in this RFP along with specific proposals /solution on each of those areas, covering the conceptualization design and implementation stages.

2.6. Technical proposal should clearly articulate the deliverables at the end of

each phase of work. The consultancy firm is expected to work with the Bank to ensure early implementation of the recommendations.

2.7. Details about similar type of work undertaken, particularly for Indian Public

Sector Banks and other banks including global institutions should be highlighted along with the profile of the key persons who would be assigned

to the programme. The Technical proposal should include details about the team, its composition, and key executives proposed in various phases of the programme, as per proforma given in Annexure - D (a and b) for the Bank

to compare the quality of teams between different Bidders.

2.8. The Technical Bid (TB) should be complete in all respects and contain all

information required in the document, The Technical bid should be

Page 23: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 23 of 55

submitted in an organized and structured manner. The Technical Bid should comprise the following:

a. Details of experience in providing services on ‘COMPETENCY MAPPING’ &

‘EMPLOYEE ENGAGEMENT SURVEY’ - Annexure T1(A) & Annexure T1(B).

b. Please provide the client names, description, duration, start date, team size, and references from senior executives - Footnote to Annexure T1(A) & Annexure T1(B).

c. Detailed approach, methodology and work plan (including methodology for transfer of skills and capabilities) Annexure T2.

d. Team structure and profiles of programme leadership and experts who will be involved in the engagement in various capacities - Annexure T3.

e. Declaration / self-affidavit by the bidding firms as to their technical

suitability - Annexure E2 and E3.

f. Pre Contract Integrity Pact – PROC-2C

g. Technical Bid should have no financial information. If technical proposal is found containing any financial information, the bid will be summarily rejected.

2.9. The Commercial bid will contain the financial quote covering total price /

fees / cost of undertaking the assignment inclusive of all out of pocket expenses of the HR Service Provider. Service tax has to be shown separately. HR Service Provider will bid an overall amount for the entire

programme duration of 03 months / 12 weeks. The Commercial Bid shall be on a fixed price basis. No upward revision in the price would be considered

on any count. Relevant price information and the rates should be quoted in Indian Rupees only. The format of Commercial Bid is given in Annexure C 1.

2.10. The Commercial bid made by the firm should take care of the following points:

a. The Commercial Bid contradicting the Technical Bid (TB) in any manner will be rejected.

b. Price Bid containing conditional offers will be rejected.

c. Bid submitted with adjustable / variable price quotation (excepting Govt. taxes) will be treated as nonresponsive and will be rejected.

d. In case of discrepancy in words and figures, the price quoted in figures will be taken as final.

e. Any over writing, erasure, etc. has to be signed by the authorized person.

3. FORMATS OF BIDS

The Bidders should necessarily submit the information as per the formats given in

the RFP while submitting the documents / certificates for both technical and commercial bids. Any deviation in this regard will entail the Bidder for disqualification.

Page 24: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 24 of 55

4. SELECTION AND EVALUATION PROCESS-TWO STAGE BIDDING

PROCESS:

For the purpose of selection of the successful bidder/ Vendor, a two stage bidding process will be followed.

The response to the present tender is to be submitted in two parts, i.e. the

Technical Bid and the Commercial Bid. The Bidders will have to submit the ‘Technical Bid’ separately from the ‘Commercial Bid’.

The Bidder has to submit their response in hardcopy and softcopy in Microsoft Office document formats for Technical Bid. For commercial bid, it is enough if the hard copy duly signed by the authorized signatory is

submitted. The ‘Technical Bid’ will contain the exhaustive and comprehensive details

of approach, methodologies to be followed, assertions, documents and any other collateral the Bidder would want to submit to the Bank.

The ‘Commercial Bid’ will contain the pricing information alone.

The Technical Bid should NOT contain any pricing or commercial information at all. Any bids violating this will be summarily rejected and

the bids shall be disqualified from further evaluation. The evaluation / selection process will be done with the combination of

technical competence and commercial aspects.

The bid offer proposals will be evaluated first against the stipulated eligibility criteria and those complying with it will be shortlisted. The others

not complying with the eligibility criteria will be rejected summarily. Thereafter, the eligible and shortlisted Bidders only shall be evaluated for

technical suitability by inviting them for presentation to a Selection

Committee. Commercial proposal shall be opened only for those short-listed Bidders

who have qualified by securing a minimum cut-off score of 70% marks in the Technical Proposal evaluation.

4.1. EVALUATION OF TECHNICAL BID

The evaluation of functional and technical capabilities of the Bidders of this RFP will be completed by having presentation and discussions with the Bidders. This will be an important input to understand quality of HR

Service Provider's methodology, experience and other details furnished by them.

Based on the documents submitted by the eligible and shortlisted Bidders and the presentation made by them before the Selection Committee, their Technical Bids will be evaluated on the following parameters bearing

certain weights:

Page 25: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 25 of 55

Sl. No

Criteria Maximum Marks

1 Experience of working in India on Competency Mapping & Employee Engagement Survey.

Experience in both i. e. ‘Competency Mapping’ & ‘Employee Engagement Survey’ is must.

Maximum 30 Marks Scale of measurement

A. Competency Mapping

A1. For PSUs Only

No. of programs

completed

Marks

≤ 2 Programs 3

3-6 Programs 7

7-10 Programs 11

More than 10 Programs 15

A2. For other than PSUs

No. of programs completed

Marks

≤ 10 Programs 3

11-15 Programs 7

16-20 Programs 11

More than 20 Programs 15

B. Employee Engagement Survey

B1. For PSUs Only

No. of programs completed

Marks

≤ 2 Programs 3

3-6 Programs 7

7-10 Programs 11

More than 10 Programs 15

B2. For other than PSUs

No. of programs

completed

Marks

≤ 10 Programs 3

11-15 Programs 7

16-20 Programs 11

More than 20 Programs 15

TOTAL

MARKS=

(A1+A2+B1+B2)

2

Page 26: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 26 of 55

2 Presentation and Discussion on understanding of job; Approach, Work plan and Methodology.

(30 minutes of time will be allowed to each of the shortlisted bidder in

technical bids for making presentation)

Maximum 30 Marks Scale of measurement

Parameter Marks

Understanding of Job 10

Approach & Methodology 10

Work plan 10 .

3 Team proposed during the entire

period of programme Quality of key resources to be assigned to the project , relevant

experience of the resources etc.

Maximum 20 Marks

4 Proposed plan for Implementation

and transfer of skills and capabilities

Maximum 20 Marks

GRAND TOTAL 100

PRESENTATION-CUM-INTERVIEW

The short listed bidders will be asked to make a presentation before the Selection Committee of the Bank formed for the purpose, on the approach and

methodology, time frame for various activities, strengths of the bidders in implementation of the proposed activity in the bank. The technical capability of

the bidders shall clearly reflect during the presentation-cum-interview. Bids of those bidders who fail to attend the presentation-cum-interview and make the presentation will be eliminated from selection process.

Bidders invited for the presentation and who score minimum 70% marks in the

technical evaluation criteria as decided by the Bank will be considered for financial evaluation. The financial bids of the bidders with technical marks less than 70% will not be considered for financial evaluation. However, Bank

reserves the right of scaling down the minimum marks from the aforesaid 70% to 60%. Beyond this, further reduction in the aforesaid score will not be

entertained, thus the selection process will be annulled.

4.2. EVALUATION OF COMMERCIAL BID

The Commercial bids of only those technically short listed bidders subject to their attainment of minimum cut-off marks of 70% in the technical evaluation. The commercial bids / indicative commercial bids of the shortlisted bidders will

only be opened. The format of the commercial bid is furnished as ANNEXURE C-I. The commercial bids of those bidders who remain technically unqualified for

not attaining the minimum cut-off marks of 70% in the technical evaluation will be retained unopened. The final bid will be as per the online reverse auction.

Page 27: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 27 of 55

Section V 1. GENERAL TERMS AND CONDITIONS

1.1. Term of Assignment: The selected Bidder under this RFP will be appointed for a Period of 03 months / 12 weeks as mentioned in the above

scope which inter-alia shall include the period of successful implementation of Pilots.

1.2. Adherence to Terms and Conditions: The Bidders who wish to submit responses to this RFP should note that they should abide (in true intent and

spirit) by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the Respondents, such responses may be disqualified and may not be considered for the selection

process.

1.3. Execution of PA/NDA and Certificate of Originality: The selected

Bidder will be required to execute:

a. Principal Agreement (PA), which must include all the Services and terms and conditions of the services to be extended as detailed herein and as may be prescribed or recommended by the Bank; and

b. Non-disclosure Agreement (NDA). The selected Bidder will have to

execute non-disclosure agreement.

c. They will be required to execute both the PA and NDA within one month

from the date of notification in the website of the Bank about the final selection of the Bidder or completion of the required processes as outlined in the RFP, whichever is earlier.

1.4. Period of Contract: The selected Bidder is expected to complete the entire period of assignment within a period of 03 months / 12 weeks which will

commence from the date of agreement of consultancy with the Bank. The date of agreement shall be treated as date of engagement and the completion of the assignment shall be worked out with reference to this

date.

1.5. OTHER TERMS & CONDITIONS :

The Bank reserves the right to:

a. Reject any and all responses (bids) received in response to the RFP, in

part or in full, and to cancel the bidding process and reject all Bids at any time prior to award of the contract, without thereby incurring any liability

to the Bidders or any obligation to inform the affected Bidder or Bidders on the grounds for the bank's action or without assigning any reasons, whatsoever.

b. Change any clause including evaluation criteria of this RFP as deemed

necessary in the process before the opening of technical bid.

Page 28: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 28 of 55

c. Waive or change any formalities, irregularities, minor infirmity, non-conformity or inconsistencies in proposal format delivery or in the bid which does not constitute a material deviation.

d. To negotiate any aspect of proposal with any Bidder and negotiate with

more than one Bidder at a time after the RFP closes to improve upon or clarify any response in the bid proposal.

e. Extend the time for submission of all proposals.

f. Share the information/ clarifications provided in response to RFP by any Bidder, with any other Bidder(s)/others, in any form.

g. Cancel the RFP /Tender at any stage, without assigning any reason whatsoever.

1.6. Bank will deduct TDS at applicable rates as per relevant law.

1.7. Partial Bid of work will not be considered by the Bank.

1.8. Consortium / sub-contracting: Formation of Consortium or association of HR Service Providers and engaging Sub-Service Provider is not allowed and such proposal will be disqualified.

1.9. Bidder shall bear all costs associated with preparation and submission of its Bid.

1.10. Bidder shall give an undertaking to the effect that none of their team member, partner, director or any other person in any other capacity deployed

in the programme of Bank should be involved / retained in any capacity by any other Bank / Financial institution for similar assignment during the period of contract.

1.11. Amendment to RFP / bidding document and process: At any time prior to the deadline for submission of the bids, the bank may modify the RFP /bidding

document and / or extend the deadline for submission of the bids.

1.12. The Bank shall be under no obligation to accept the lowest or any other

offer received in response. To this notice and shall be entitled to reject any or all offers without assigning any reason whatsoever. The bank may abort the

entire process at any stage without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for bank's action.

2. WORK SPACE / STAFF MEMBERS REQUIRED

The key persons identified by the selected Bidder for the programme should carry

out their activities from the Bank's Head Office: 41/2 M.G. Road, Bangalore or from any other suitable location as provided by the Bank. The requirement of the staff members from the Bank along with their expected skill sets should be requested at

least a week in advance for different phases and areas of implementation. The

Page 29: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 29 of 55

expected skill set should be from the available resource of the Bank that can be put at the disposal of the consultancy contract.

3. SUBSTITUTION OF PROGRAMME TEAM MEMBERS

During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such

circumstances, the selected Bidder, as the case may be, can do so only with prior written concurrence of the Bank and by providing the replacement staff of the same

level of qualifications and competence. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments (including past payments and payment made in advance) made

by the Bank to the selected Bidder during the course of the assignment pursuant to this RFP besides claiming an amount equal to the contract value as liquidated

damages. However, the Bank reserves the unconditional right to insist the selected Bidder to replace any team member with another (with the qualifications and competence as required by the Bank) during the course of assignment pursuant to

this RFP.

4. PROFESSIONALISM The selected Bidder should provide professional, objective and impartial advice at

all times and hold the Bank's interest paramount and should observe the highest standard of ethics, values, code of conduct, honesty and integrity while executing

the assignment. 5. ADHERENCE TO STANDARDS

The selected Bidder should adhere to all the applicable laws of land and rules,

regulations and guidelines prescribed by various regulatory, statutory and Government authorities. The Bank reserves the right to conduct an audit/ ongoing audit of the consulting services provided by the selected Bidder. The Bank reserves

the right to ascertain information from the other banks and institutions to which the Bidders have rendered their services for execution of similar programmes.

The selected Bidder shall allow the Reserve Bank of India (RBI) or persons

authorized by it to access the documents, records of transaction or any other information given to, stored or processed by the selected Bidder relating to this RFP, within a reasonable time failing which selected Bidder will be liable to pay any

charges/penalty levied by RBI. The selected Bidder shall allow the Reserve Bank of India to conduct audits or inspection of its Books and account with regard to the

Bank or this RFP by one or more of RBI officers or employees or other persons duly authorized by RBI.

6. EXPENSES

It may be noted that Bank will not pay any other amount / expenses / charges / fees / traveling expenses / boarding expenses/ lodging expenses/ conveyance expenses/ out of pocket expenses other than the "Agreed Professional Fee".

Page 30: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 30 of 55

7. PAYMENT TERMS

Bank will release the payment of the agreed Professional Fees to the selected Bidder after deduction of applicable taxes at source, for which contract will be

executed by the Bank with the chosen / selected Bidder. The payments will be scheduled in stages on completion of the various phases of the project and as per the progress of the consultancy programme, as will be defined here under:

S.No Phase of the project % of Amount

1 Phase I – Assessment & Design 20%

2 Phase II – Pilot 20%

3 Phase III – Implementation 30%

4 Phase IV – Analysis and Reporting 30%

The payments as detailed above shall be made within 15 days of receipt of ‘Phase

Completion Certificate’ on the official letter head of the selected bidder, which is certified by the authorized representative of the Bank. No advance payments will be made.

8. NON PAYMENT OF PROFESSIONAL FEE

If any of the items / activities corresponding to which certain price as mentioned in

the price Bid is quoted, are not taken up by the Bank during the course of this assignment, the Bank will not pay the professional fees quoted by the selected Bidder in the Price Bid against such activity / item.

9. CHARGES TERMS

By submitting the Bid for consultancy, the Bidder will be deemed to have accepted all the terms and conditions mentioned in the RFP document. The rates quoted by

the Bidder / HR Service Provider shall be adequate to complete the assignment according to the specification and conditions attached thereto. The Bidder / HR

Service Provider should take into account all conditions and difficulties that may be encountered during the course of assignment and quote the amount, which shall include agreed professional fees, contract amount with taxes, royalties, VAT and

other duties and the value and all details of other facilities and services necessary for proper completion of the assignment, except such as may be otherwise provided

in the contract document for completion of the assignment. The TDS amount on prevailing rate and work contract tax etc. shall be deducted from HR Service Provider running account/Final bills. Necessary certificates shall be issued to the HR

Service Provider by the Bank. Service Tax payable on the payment of contract amount will be borne by the Bank.

10. AWARDING OF CONTRACT

The Bidder whose bid is accepted will be referred to as selected Bidder and

Bank will notify the name of the selected Bidder by display in the Website of the Bank and also intimate the successful bidder.

Page 31: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 31 of 55

The contract shall be awarded and the order shall be placed on selected Bidder. Bank releases the order either in full or in part or place more than one order towards the contract based on project plan.

The selected bidder shall submit the acceptance of the order within seven days from the date of receipt of the order. No conditional or qualified

acceptance shall be permitted. The effective date for start of provisional contract with the Selected Bidder shall be the date of acceptance of the order by the bidder.

Bank reserves its right to consider at its sole discretion the late acceptance of the order by selected bidder.

On failure of the selected bidder to accept the order with in stipulated time, Bank shall be at liberty to select the next most responsive Bidder within the purview of the same RFP. The initially selected bidder stands disqualified for

further participation in the subject bid. Within 7 days from the date of acceptance of the order by the selected

bidder, the bidder shall sign a stamped “Contract agreement” referred to as Contract in this RFP, with Bank, at the time, place and in the format prescribed by Bank. All stamp duty charges applicable on the agreement

shall be borne by the selected bidder. Within 7 days after the execution of the Contract agreement, the selected

bidder must submit a performance guarantee from a Public Sector Bank in India valid for 03 months from the date of contract as per the format for an amount equivalent to 10% of contract value.

Bank at its discretion may cancel the order placed on the selected bidder without giving any notice in the event of bidder’s failure to submit the

performance guarantee within the stipulated period from the date of execution of the contract.

The selected bidder shall be responsible for extending the validity date and

claim period of all Bank guarantees as and when it is due on account of incompletion of the Project and warranty period. Bank shall invoke the

guarantee before expiry of the validity, in case the work is not completed and the guarantee is not extended accordingly. Bank shall notify the selected bidder in writing before invoking the guarantee.

The performance guarantee will be discharged by Bank and returned to the selected bidder in Ninety days after the selected bidder‘s performance

obligations under the contract are completed and accepted by Bank.

11. SINGLE POINT OF CONTACT (SPOC): The selected Bidder should have a local office in India and has to provide details of a person who is a Single Point Of Contact viz. name, designation, address, e-mail address, telephone/ mobile

no. etc. Escalation matrix should also be provided with full details.

12. APPLICABLE LAW AND JURISDICTION OF COURT: The Contract with the selected Bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at

Bangalore.

13. PENALTY AND LIQUIDATED DAMAGES:

(a) If the selected Bidder fails to complete the due performance of the contract

in accordance with the specifications and conditions agreed during the final

contract negotiation, the Bank reserves the right to recover penalty @0.5%

Page 32: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 32 of 55

of the contract value per week or part thereof as Penalty for nonperformance / delayed performance.

(b) Notwithstanding what so ever stated in para 13(a) above, if the selected Bidder fails to adhere to the time schedule or fails to complete the due performance of the obligations under this RFP as per Bank's satisfaction, then

the Bank can repudiate the contract and recover 10% of the contract value as Liquidated Damages from the selected Bidder by invoking the Bank

Guarantee.

(c) The Penalty and Liquidated Damages as mentioned above shall be independent to each other and will be levied separately or jointly as the case

may be as per discretion of the Bank. 14. FORCE MAJEURE: Any failure or delay by selected Bidder or Bank in the

performance of its obligations, to the extent due to any failure or delay caused by fire, flood earthquake or similar elements of nature, or acts of God, war,

terrorism, riots, civil disorders, rebellions or revolutions, acts of governmental authorities or other events beyond the reasonable control of non-performing party, is not a default or a ground for termination. The affected party shall notify

the other party within reasonable time period of the occurrence of a Force Majeure Event.

15. AUTHORIZED SIGNATORY: The selected Bidder shall indicate the authorized

signatories (as per ANNEXURE E4) who can discuss and correspond with the Bank, with regard to the obligations under the contract. The selected Bidder shall submit at the time of signing the contract, a certified copy of the resolution

of their Board, authenticated by Company Secretary/Director, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign

agreements/contracts with the Bank. The Bidder shall furnish proof of signature identification for above purposes as required by the Bank.

16. INDEMNITY: The Bidder shall indemnify Bank and keep indemnified for any loss or damage, cost or consequences that Bank may sustain, suffer or incur on

account of violation of patent, trademarks, etc. by the Bidder. The Bidder shall always remain liable to the Bank for any Losses suffered by; the Bank due to any technical error, negligence or fault, on the part of the Bidder, and the Bidder

also shall indemnify, the Bank for the same. The total liability of the selected Bidder under this clause and contract shall not exceed the total contract value.

17. PERFORMANCE GUARANTEE: The selected Bidder has to provide an

unconditional and irrevocable Performance Bank Guarantee of 10% of the

contract value from a Public Sector Bank in India (other than Vijaya Bank) towards due performance of the contract in accordance with the specifications,

terms and conditions of RFP document, within 7 days after the execution of the Contract Agreement. The Performance Guarantee shall be kept valid up to 90 days, beyond the contract period.

18. ERASERS OR ALTERATIONS: Corrections / alterations should be properly authenticated by the authorized person in the same way as he has signed the

bid documents failing which the bid will be rejected. The Bank may, at its sole discretion, waive any minor non conformity, or irregularity in the bid, which does

Page 33: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 33 of 55

not constitute a material alteration. Bidders cannot modify their bids after the deadline for submission of bids is over.

19. RIGHT TO REJECT BIDS: Bank reserves the absolute and unconditional right to reject any bid offer in response to this RFP if it is not in accordance with its

requirements and no correspondence will be entertained by the Bank in the matter. The bid is liable to be rejected if: It is not in conformity with the instructions mentioned in this RFP document.

It is not properly/duly signed. It is received through any other means specified like Telex/ Telegram /Fax/

E-mail. It is received after expiry of the due date and time. It is incomplete including non-furnishing the required

Documents/ information as required in terms of this RFP. It is evasive or contains incorrect information.

There is canvassing of any kind. It is submitted anywhere other than the place mentioned under Section-I,

point 12.3.

20. ASSIGNMENT

Neither the contract nor any rights granted under the contract can be sold, leased, assigned, or otherwise transferred, in whole or in part, by the selected Bidder without advance written consent of the Bank. Any such sale, lease, assignment or

otherwise transfer shall be void and be of no effect. The selected Bidder shall not subcontract or permit anyone other than its personnel to perform any of the work,

service or other performance required of the selected Bidder under the contract. Formation of consortium or association of HR Service Providers and engaging sub HR Service Providers is not allowed and such proposals will be disqualified at the

evaluation stage itself.

21. NON SOLICITATION: The selected Bidder, during the term of the contract and for a period of two years thereafter shall not without the express written consent of the Bank, directly or indirectly:

a. Recruit, hire appoint or engage or attempt to recruit, hire, appoint or engage or discuss employment with or otherwise utilize the services of

any person who has been an employee or associate or engaged in any capacity, by the Bank in rendering services in relation to the contract;

or .

b. Induce any person who shall have been an employee or associate of

the Bank at any time to terminate his/her relationship with the Bank. 22. NO EMPLOYER-EMPLOYEE RELATIONSHIP: The selected Bidder or any of

its holding/ subsidiary /joint venture / affiliate / group / client companies or any of their employees/ officers / staff / personnel / representatives / agents shall

not, under any circumstances, deemed to have any employer-employee relationship with the Bank or any of its employees / officers / staff / representatives / personnel / agents.

23. PRE CONTRACT INTEGRITY PACT: All the bidders willing to participate in

this process will have to execute the PRE CONTRACT INTEGRETY PACT. The format of the same is enclosed to this document as PROC-2C.

Page 34: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 34 of 55

The Bank has nominated Mr. A K Jagannathan, Retd Managing Director, State

Bank of Travancore as Independent External Monitors (IEM) for implementation

of Integrity Pact. The contact details of the IEM are given below:

Mr. A K Jagannathan,

Retd Managing Director, State Bank of Travancore

Flat No. 109, Shree Venkateswara Enclave 47/2 Market Road

5th Main, New Thippasandra

Bengaluru – 560 075 Mobile: 8197775819

24. VICARIOUS LIABILITY: The selected Bidder shall be the principal employer of the employees, agents, contractors, sub contractors etc., engaged by the

selected Bidder and shall be vicariously liable for all the acts, deeds, matters or things, whether the same is within the scope of power or outside the scope of

power, vested under the contract. No right of any employment in the Bank shall accrue or arise, by virtue of Engagement of employees, agents, contractors, subcontractors etc. by the selected Bidder, for any assignment under the

contract. All remuneration, claims, wages dues etc., of such employees, agents, contractors, subcontractors etc., of the selected Bidder shall be paid by the

selected Bidder alone and the Bank shall not have any direct or indirect liability or obligation, to pay any charges, claims or wages of any of the selected Bidder's employees, agents, contractors, subcontractors etc. The selected Bidder

shall agree to hold the Bank, its successors, assigns and administrators fully indemnified, and harmless against loss or liability, claims, actions or

proceedings, if any, whatsoever nature that may arise or caused to the Ban through the action of selected Bidder's employees, agents, contractors, subcontractors etc.

25. CANCELATION OF CONTRACT AND COMPENSATION: The Bank would

provide 30 days’ notice to rectify any breach/unsatisfactory progress, if the selected Bidder commits a breach of any of the terms and conditions of the FRP

/ contract. The Bank reserves the right to cancel the contract of the selected Bidder and recover expenditure incurred by the Bank in any of the following circumstances:

The Bidder becomes insolvent or goes into liquidation voluntarily or otherwise.

An attachment is levied or continues to be levied or continues to be levied for a Period of 7 days upon effects of the bid.

The progress regarding execution of the contract, made by the selected

Bidder is found to be unsatisfactory. If deductions on account of Penalty exceeds more than 10% of the total

contract price. If the selected Bidder fails to complete the due performance of the contract

in accordance with the agreed terms and conditions.

After the award of the contract, if the selected Bidder does not perform

satisfactorily or delays execution of the contract, the Bank reserves the right to

Page 35: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 35 of 55

get the balance contract executed by another party of its choice by giving one month's notice for the same. In this event, the selected Bidder is bound to make good the additional expenditure, which the Bank may have to incur to

carry out for the execution of the balance of the contract. This clause is also applicable, if for any reason, the contract is cancelled. The Bank reserves the

right to recover any dues payable by the selected Bidder from any amount outstanding to the credit of the selected Bidder, including the pending bills, if any under this RFP.

26. DISPUTE RESOLUTION: If a dispute, controversy or claim arises out of or

relates to the contract, or breach, termination or invalidity thereof, and if such dispute, controversy or claim cannot be settled and resolved by the Parties through discussion and negotiation, then the Parties shall refer such dispute to

sole Arbitrator appointed by the Bank. The arbitration proceedings shall be conducted in English and a written order shall be prepared. The venue of the

arbitration shall be Banagalore. The arbitration shall be held in accordance with the Arbitration and Conciliation Act, 1996. The decision of the Arbitrator shall be final and binding upon the Parties, provided that each Party shall at all times be

entitled to obtain equitable, injunctive or similar relief from any court having jurisdiction in order to protect its intellectual Property and confidential

information.

Page 36: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 36 of 55

ANNEXURE C-l

INDICATIVE COMMERCIAL BID FOR APPOINTMENT OF HR SERVICE

PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK

The Deputy General Manager, VIJAYA BANK

Personnel Department-HRD.

Sir,

Sub: - INDICATIVE COMMERCIAL BID

We give below our consolidated- rate for the services to-be rendered by us as per the scope of consultancy given in the "Request for Proposal (RFP) for conducting ‘Competency Mapping’ & ‘Employee Engagement Survey’ for all the Executives of

the Bank" dated 22.09.2015.

SN Description No. of participants*

Unit rate

Total Taxes applicable

Grand total

1 Competency mapping 527

2 Employee Engagement

Survey 527

Total

*indicative figure & may vary owing to administrative reasons.

Authorized Signatory (ies)

(Name, Designation and Seal of the Firm/Company)

Page 37: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 37 of 55

ANNEXURE D (a)

PROPOSED TEAM PROFILES

The profile of each individual Team Member who would lead this assignment may be provided in the format given below:

1 Name

2 Current Designation

3 Nationality

4 Years in the Firm

5 Educational Qualifications

6 Language Proficiency

7 Areas of expertise

8 Programme led with description

9 Role in the proposed programme

Authorized Signatory (ies) (Name, Designation and

Seal of the Firm/Company)

Page 38: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 38 of 55

ANNEXURE D (b)

STAFFING SCHEDULE

Staffing schedule for the duration of 03 months / 12 weeks of the programme should be detailed in the format given below:

PHASE

PARTICULARS

I II III IV

Names of key

team leaders

with time

allocation

Number of

staff deployed

full time on

site

Authorized Signatory (ies)

(Name, Designation and Seal of the Firm/Company)

Page 39: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 39 of 55

Annexure –E1:

E1igibilitv Criteria

1. Name of the HR Service Provider (s)

(Specify Constitution - Partnership Firm/Company etc, Provide documentary proof of the same)

2. Address and contact details of the

Firm/ Company in India

3. Name of the authorized person(s) /

Partner(s) / Director(s) associated with the programme.

1. 2.

4. Contact Telephone Number (Landline

and Mobile) and e-mail id of the authorized person (s).

6. Date of Establishment/ Incorporation

7. Total number of offices world wide

8. Number of years of experience in the field of HR Service Providing.

9. Turnover in the last 3 years

1. 2012-13: 2. 2013-14: 3. 2014-15:

10. Number of staff with experience in HR services.

11. Of Sl. No. 10 above, number of staff who have experience of handling long

term assignments (duration >= 6 months)

12. Number of programs completed on ‘Competence Mapping’ & ‘Employee

Engagement Survey’.

A. Competence Mapping

1. For PSUs Only: 2. For other than PSUs:

B. Employee Engagement Survey 1. For PSUs Only:

2. For other than PSUs:

Page 40: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 40 of 55

13. Brief particulars of experience of the firm in extending services relevant to the programme.

SN Name of Organization

For whom Services

rendered

Year Type of

service offered

Team Size

Period proposed

for completion

Actual period

for completion

Certificate for each completed progamme from the client be enclosed with

this annexure.

Seal and signature

Page 41: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 41 of 55

ANNEXURE - E2

(LETTER TO THE BANK ON THE COMPANY'S / FIRM'S LETTER HEAD)

To,

The Deputy General Manager, Vijaya Bank,

Personnel Department-HRD. Head Office, M.G. Road, Bangalore – Karnataka

Dear Sir, Reg: Your RFP for COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’

FOR ALL THE EXECUTIVES OF THE BANK dated 22.09.2015.

With reference to the above RFP, having examined and understood the instructions, terms and conditions forming part of the RFP, we hereby enclose our offer for undertaking consultancy for advising the Bank as per scope detailed in your RFP.

We confirm that we have not been disqualified by any Bank / Financial Institution

from undertaking any / or all of the above activities. We also confirm that the offer shall remain valid for 6 months from the date of the offer. We understand that the Bank is not bound to accept the offer and the Bank has right to reject the offer in

full or part without assigning any reasons, whatsoever.

Yours faithfully,

Authorized Signatory (ies) (Name, Designation and

Seal of the Firm/ Company)

Page 42: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 42 of 55

ANNEXURE - E3

FORM OF SELF AFFIDAVIT / DECLARATION

[TO BE SUBMITTED IN FIRM'S / COMPANY'S LETTER HEAD ONLY]

We, M/ s are one of the BIDDERS for providing

consultancy services to Vijaya Bank as per your "Request for Proposal (RFP) for COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK" dated 22.09.2015.

We, hereby declare that our Firm/Company does not have any pecuniary liability

nor any judiciary proceedings or any restraint restricting us in fulfilling the consultancy services. We further declare that in case the Bank finds our averments are not true and incorrect, the Bank can initiate necessary action against us, as

deemed fit.

The information submitted in the eligibility criteria and technical bid are true and are factually correct.

Authorized Signatory (ies) (Name, Designation and

Seal of the Firm/Company)

Page 43: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 43 of 55

ANNEXURE – E4

FORMAT OF AUTHORIZATION LETTER [TO BE SUBMITTED IN FIRM'S / COMPANY'S LETTER HEAD ONLY]

To,

The Deputy General Manager Personnel Department-HRD

Vijaya Bank, Head Office, 41/2 M. G. Road, 8th Floor BANGALORE – 560 001

Dear Sir,

SUB: Authorization Letter for attending the Bid formalities

This has reference to your RFP for “COMPETENCY MAPPING’ & ‘EMPLOYEE

ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK” dated

22.10.2015.

Mr./Ms.______________________ Designation: ______________________ is

hereby authorized to sign the bid of the above RFP on behalf of our organization.

Mr./Ms.______________________ Designation: ______________________ is

hereby authorized to attend the formalities of the above RFP on behalf of our

organization.

The specimen signature is attested below:

Specimen Signature of Representative

(to sign the bid)

Specimen Signature of Representative

(to attend the formalities)

___________________________

Signature of Authorizing Authority

________________________

Name of Authorizing Authority

Designation:

Company Seal

Page 44: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 44 of 55

ANNEXURE T -1(A)

RELEVANT EXPERIENCE-COMPETENCY MAPPING

Please provide following information for most relevant clients in India: Use the format below to provide information for which your firm was legally contracted for

carrying out COMPETENCY MAPPING. Please mention more than one assignment under the same client if relevant.

(Use separate sheet for each client)

1.1 Name of the client / description of the client:

Relevant Experience (can be more-than one):

1.2 Description of the assignment:

1.3 Duration of the assignment (in months): as per the

agreement.

1.4 Start date:

1.5 End date:

1.6 Team size for the assignment (full time members):

1.7 Impact Achieved

1.8

Any other relevant information

(please include client references / commendation letters, if any)

Reference letter from Senior Executive of the client to be attached regarding the successful completion.

Authorized Signatory (ies) (Name, Designation and

Seal of the Firm/Company)

Page 45: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 45 of 55

ANNEXURE T -1(B)

RELEVANT EXPERIENCE-EMPLOYEE ENGAGEMENT SURVEY

Please provide following information for most relevant clients in India: Use the format below to provide information for which your firm was legally contracted for

carrying out EMPLOYEE ENGAGEMENT SURVEY. Please mention more than one assignment under the same client if relevant.

(Use separate sheet for each client)

1.1 Name of the client / description of the client:

Relevant Experience (can be more-than one):

1.2 Description of the assignment:

1.3 Duration of the assignment (in months): as per the

agreement.

1.4 Start date:

1.5 End date:

1.6 Team size for the assignment (full time members):

1.7 Impact Achieved

1.8

Any other relevant information

(please include client references / commendation letters, if any)

Reference letter from Senior Executive of the client to be attached regarding the successful completion.

Authorized Signatory (ies)

(Name, Designation and Seal of the Firm/Company)

Page 46: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 46 of 55

ANNEXURE T-2 DESCRIPTION OF UNDERSTANDING OF JOB, APPROACH, METHODOLOGY

AND WORK PLAN

HR Service Providers are requested to present their approach, methodology in the following three sections:

a. Understanding of Job

In this section, HR Service Provider should explain their understanding of the assignment.

b. Approach and Methodology

In this section, HR Service Provider should explain their approach and methodology to be followed for carrying out the activities. The HR Service Provider should

highlight the problems being addressed and their importance. The HR Service Provider should also explain why the methodology adopted is consistent with the

overall objective of the programme, and also the specific objectives outlined for each pillar of the assignment.

c. Work plan

The HR Service Provider should provide the main activities to be carried out in the programme with appropriate timelines. The HR Service Provider should also lay out

key milestones. The proposed work plan should be consistent with technical approach and methodology. The HR Service Provider should also propose the

structure and composition of the team. It should list the main areas in the assignment and the staff proposed. The programme leadership and key experts involved should be properly highlighted.

Page 47: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 47 of 55

ANNEXURE T -3

RESUMES

Use the format below to provide information on key people that will lead and work on the programme

1.1 Name:

1.2 Current Position In the firm:

1.3 Education:

1.4 Areas of expertise / Period of experience:

1.5

Work undertaken that best Illustrates capability To handle the tasks

assigned:

1.6

Role of the member:

(Team Leader, expert, team manager, member, researcher, etc)

Authorized Signatory (ies) (Name, Designation and Seal of the Firm/Company)

Page 48: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 48 of 55

ANNEXURE-Q

FORMAT FOR REQUEST FOR INFORMATION

To,

The Deputy General Manager Personnel Department-HRD

Vijaya Bank, Head Office, 41/2 M. G. Road, 8th Floor

BANGALORE – 560 001

Dear Sir,

SUB: Request for information with regard to your RFP dated DD.MM.2015.

This has reference to your RFP for “COMPETENCY MAPPING’ & ‘EMPLOYEE

ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK” dated

22.09.2015.

In this regard, we request you to furnish the following information:

Relevant Section No.

Relevant Clause No.

Clause in RFP Information Sought

<please reproduce the concerned clause> <please describe your requirement>

We request you to please clarify the above query. We are aware that the response

to this request for information, if the Bank chooses to respond, will only be posted

on your Bank’s website.

Authorized Signatory (ies)

(Name, Designation and Seal of the Firm/Company)

Page 49: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 49 of 55

PRE CONTRACT INTEGRITY PACT FOR APPOINTMENT OF HR SERVICE PROVIDER FOR CONDUCTING ‘COMPETENCY MAPPING’ & ‘EMPLOYEE

ENGAGEMENT SURVEY’ FOR ALL THE EXECUTIVES OF THE BANK

General This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made

on __________ day of the month of _________ 2015, between, on one hand, Vijaya Bank, a body corporate constituted under Banking Companies (Acquisition & Transfer of Undertakings) Act 1980 having its Head Office at No.41/2, MG Road,

Bangalore-560001 (hereinafter referred to as the “BUYER” which expression unless repugnant to the context or meaning thereof shall mean and include its successors

and assigns) of the First Part and M/s _______________ represented by Shri. __________ Chief Executive Officer (hereinafter called the “BIDDER/SELLER” which expression shall mean and include unless the context otherwise requires, his

successors and permitted assigns of the Second Part.

WHEREAS the BUYER proposes to procure ________________ (Name of the equipment/item/service) and BIDDER/SELLER is willing to offer/has offered the equipment/item/service and

WHEREAS the BIDDER is a private company/public company/Government

undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Public Sector Bank performing its functions on behalf of the President of India.

NOW, THEREFORE

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the

currency of the contract to be entered into with a view to:-

Enabling the BUYER to obtain the desired said equipment/item/service at a competitive price in conformity with the defined specifications by avoiding the high

cost and the distortionary impact of corruption on public procurement and Enabling BIDDER to abstain from bribing or indulging in any corrupt practice in

order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit

to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follow:

Commitments of the BUYER 1.1. The BUYER undertakes that no officials of the BUYER, connected directly or

indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any

material or immaterial benefit or any other advantage from the BIDDER, either

PROC-2C

Page 50: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 50 of 55

for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2. The BUYER will during the pre-contract stage, treat all BIDDERs alike and will

provide to all BIDDERS the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

1.3. All the officials of the BUYER will report to the Bank/appropriate Government

office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the

same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from

further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract

would not be stalled. Commitments of BIDDERs

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or

during any pre-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

3.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other

advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any

advantage in the bidding, evaluation, contracting and implementation of the contract.

3.2. The BIDDER further undertakes that it has not given, offered or promised to

give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring

the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the

Bank/Government for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Bank/Government.

3.3. *BIDDERs shall disclose the name and address of agents and representatives

and Indian BIDDERs shall disclose their foreign principals or associates. 3.4. *BIDDERs shall disclose the payments to be made by them to agents/brokers

or any other intermediary, in connection with this bid/contract.

3.5. *The BIDDER further confirms and declares to the BUYER that the BIDDER is

the original manufacturer/integrator/authorized government sponsored export

Page 51: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 51 of 55

entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way of recommend to the BUYER or any of its functionaries, whether officially or

unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or

company in respect of any such intercession, facilitation or recommendation.

3.6. The BIDDER, either while presenting the bid or during pre-contract

negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their

family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

3.7. The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid

evaluation, contracting and implementation of the contract.

3.8. The BIDDER will not accept any advantage in exchange for any corrupt

practice, unfair means and illegal activities.

3.9. The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business

details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care less any such

information is divulged.

3.10. The BIDDER commits to refrain from giving any complaint directly or through

any other manner without supporting it with full and verifiable facts.

3.11. The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12. If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER either directly or indirectly, is a relative of any of the ofrficers of

the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by

the BIDDER at the time of filing of tender. The term relative for this purpose would be defined in Section 6 of the Companies Act

1956.

3.13. The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of

the BUYER.

4. Previous Transgression

4.1. The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of the Integrity Pact, with any other company

in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or Public Sector Banks in India or any

Government Department in India that could justify BIDDER’s exclusion from the tender process.

Page 52: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 52 of 55

4.2. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded can be terminated for such reason.

5. Earnest Money (Security Deposit)

5.1. While submitting commercial bid, the BIDDER shall deposit an amount Rs. ________ (to be specified in RFP) as Earnest Money/Security Deposit, with the

BUYER through any of the following instruments: i) Bank Draft or Pay Order in favour of _______________ ii) A confirmed guarantee by an Indian Nationalised Bank/Scheduled

Commercial Bank other than RRBs/ Co-operative Banks, promising payment of the guaranteed sum to the BUYER on demand within three

working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof of payment.

iii) Any other mode or through any other instrument (to be specified in the RFP)

5.2. The Earnest Money/Security Deposit shall be valid upto to submission of Bank

Guarantee covering warranty period/post warranty period for performance of

the Contract.

5.3. In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of

Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

5.4. No interest shall be payable by the BUYER to the BIDDER on Earnest

Money/Security Deposit for the period of its currency.

6. Sanctions for Violations

6.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the

BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:-

i) To immediately call off the pre-contract negotiations without assigning

any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

Page 53: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 53 of 55

ii) The Earnest Money/Security Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the

BUYER shall not be required to assign any reason therefore. iii) To immediately cancel the contract, if already signed, without giving any

compensation to the BIDDER iv) To recover all sums already paid by the BUYER, and in case of an Indian

BIDDER with interest thereon at 2% higher than the prevailing Base

Rate of Vijaya Bank, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any

outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other office/department/section/stores, such outstanding payment could also

be utilized to recover the aforesaid sum and interest. v) To encash the advance bank guarantee and performance bond/warranty

bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall

be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be

entitled to deduct the amount so payable from the money(s) due to the BIDDER.

vii) To debar the BIDDER from participating in future bidding processes of

the Government of India/Public Sector Banks for minimum period of five years, which may be further extended at the discretion of the BUYER.

viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

ix) In cases where irrevocable Letters of Credit have been received in

respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened.

x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact

6.2. The BUYER will be entitled to take all or any of the actions mentioned at para

6.1 (i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge

of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act 1988 or any other statute enacted for prevention of corruption.

6.3. The decision of the BUYER to the effect that a breach of the provision of this

Pact has been committed by the BIDDER shall be final and conclusive or the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purpose of this Pact.

Page 54: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 54 of 55

7. Fall Clause 7.1. The BIDDER undertakes that it has not supplied/is not supplying similar

product/systems or subsystems at a price lower than that offered in the

present bid in respect of any other Ministry/Department of the Government of India or PSU/PSB and if it is found at any stage that similar product/systems or

subsystems was supplied by the BIDDER to any ministry/Department of the Government of India or a PSU/PSB at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the

difference in the cost would be returned by the BIDDER to the BUYER, if the contract has already been concluded.

8. Independent Monitors 8.1. The BUYER has appointed Independent Monitors (hereinafter referred to as

Monitors) for this Pact in consultation with the Central Vigilance Commission. Name and addresses of the Monitors are given below:

Name: Mr. A K Jagannathan

Address:

Flat No. 109, Shree Venkateswara Enclave

47/2 Market Road 5th Main, New Thippasandra

Bengaluru – 560 075.

8.2. The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact

8.3. The Monitors shall not be subject to instructions by the representatives of the

parties and perform their functions neutrally and independently.

8.4. Both the parties accept that the Monitors have the right to access all the

documents relating to the project/procurement, including minutes of meetings

8.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

8.6. The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by

the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his

project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.

8.7. The BUYER will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

Page 55: REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT · PDF fileIntroduction and Purpose 6 Information provided 6 ... ‘COMPETENCY MAPPING’ & ‘EMPLOYEE ENGAGEMENT SURVEY’ FOR ALL THE

VIJAYA BANK

Page 55 of 55

8.8. The Monitor will submit a written report to the designated Authority of BUYER/Secretary of the Department/General Manager, Department of Information Technology within 8 to 10 weeks from date of reference or

intimation to him by the BUYER / BIDDER and should the occasion arise, submit proposals for correcting problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of

commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall

provide necessary information and document in English and shall extend all possible help for the purpose of such examination.

10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is

the seat of the BUYER.

11. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law

in force relating to any civil or criminal proceedings.

12. Validity

12.1. The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of

both BUYER and the BIDDER/SELLER, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

12.2. Should one or several provisions of this Pact turn out to be invalid, the

remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

13. The parties hereby sign this Integrity Pact at ______________ on _________

BUYER

Name of the Officer: Designation: Dept:

BIDDER

CHIEF EXECUTIVE OFFICER

Witness

1. ______________________ 2. ______________________

Witness

1. ______________________ 2. ______________________

* Provisions of these clauses would need to be amended / deleted in line with the policy of the BUYER in regard to involvement of Indian agent of foreign suppliers.