hrms tender 09122016.pdf

63
Page 1 of 63 Corporation Bank Tender No. 12/2016-17 Tender Document Support and Upgrade of the PeopleSoft Human Resource Management System (HRMS)& Implementation of Enterprise Learning Management(ELM) Tender Number: 12/2016-17 Dated: 9th December, 2016 Information Technology Division Head Office, Corporation Bank Mangala Devi Temple Road Mangalore 575 001 www.corpbank.com Cost of Tender Document: Rs. 20,000/- (Rupees Twenty thousand only)[email protected]% (Rs1100)) Cost of Earnest Money Deposit [EMD]: Rs.40,00,000/- (Rs. Forty Lakhs only)

Upload: phunganh

Post on 04-Jan-2017

226 views

Category:

Documents


4 download

TRANSCRIPT

Page 1: HRMS tender 09122016.pdf

Page 1 of 63 Corporation Bank Tender No. 12/2016-17

Tender Document

Support and Upgrade of the PeopleSoft Human Resource Management System (HRMS)&

Implementation of Enterprise Learning Management(ELM)

Tender Number: 12/2016-17 Dated: 9th December, 2016

Information Technology Division Head Office, Corporation Bank

Mangala Devi Temple Road Mangalore 575 001 www.corpbank.com

Cost of Tender Document: Rs. 20,000/- (Rupees Twenty thousand only)[email protected]% (Rs1100))

Cost of Earnest Money Deposit [EMD]: Rs.40,00,000/- (Rs. Forty Lakhs only)

Page 2: HRMS tender 09122016.pdf

Page 2 of 63 Corporation Bank Tender No. 12/2016-17

TABLE OF CONTENTS

Support and Upgrade of the PeopleSoft Human Resource Management System (HRMS)& ......................................... 1

Implementation of Enterprise Learning Management(ELM) ......................................................................................... 1

Invitation for Tender Offers .......................................................................................................................................... 4

Instruction to Bidders.................................................................................................................................................... 5

1. Two Bid System Offer ................................................................................................................... 5 2. Schedule of Requirements ............................................................................................................. 6 3. Qualification Criteria ..................................................................................................................... 6 4. Terms and Conditions ................................................................................................................... 6 5. Offer Validity Period ..................................................................................................................... 6 6. Address for Communication ............................................................................................................ 6 7. Proposal Ownership ..................................................................................................................... 6 8. Modification and Withdrawal of Offers ................................................................................................ 6 9. Opening of Technical Offers ............................................................................................................ 6 10. Preliminary Scrutiny .................................................................................................................. 7 11. Clarification of Offers ................................................................................................................. 7 12. Documentation ........................................................................................................................ 7 13. No commitment to accept Lowest or Any Offer .................................................................................. 7 14. Submission of Technical Details .................................................................................................... 7 15. Format for Technical Offer ........................................................................................................... 7 16 Format for Commercial Offer ........................................................................................................ 8 17 Erasures or Alterations ............................................................................................................... 9 18 Locations of Installation .............................................................................................................. 9 19 Costs & Currency ..................................................................................................................... 9 20 Fixed Price ............................................................................................................................. 9 21 Price Comparison ..................................................................................................................... 9 22 Negotiation ............................................................................................................................. 9 23 Short-listing of Bidders ............................................................................................................... 9 24 Liabilities of Corporation Bank ..................................................................................................... 10 25 Proposal Process Management ................................................................................................... 10 26 Downloading of Tender document from Bank‟s website ....................................................................... 10 27 Non-transferable Tender ............................................................................................................ 10

Qualification/Eligibility Criteria .................................................................................................................................. 26

1. Eligibility of the Bidder .................................................................................................................. 26 2. Track Record of installations .......................................................................................................... 26 3. Quality Standards ....................................................................................................................... 26 4. Developer‟s Authorization Form ...................................................................................................... 26 5. Earnest Money Deposit (EMD) ....................................................................................................... 26 6. Tender Cost and VAT towards tender cost ......................................................................................... 27

Annexure A - Terms and Conditions ........................................................................................................................ 28

1. Delivery, Installation and Commissioning ........................................................................................... 28 2. Completeness of Implementation ..................................................................................................... 28 3. Order Cancellation ...................................................................................................................... 28 4. Acceptance Tests ....................................................................................................................... 28 5. Software, Drivers & Manuals .......................................................................................................... 28 6. Warranty .................................................................................................................................. 28 7. Payment Terms .......................................................................................................................... 29 8. Pricing & Payments ..................................................................................................................... 30 9. Annual Maintenance Charges ......................................................................................................... 30 10. Contract period ....................................................................................................................... 30 11. Service Level Agreement ........................................................................................................... 30 12. Penalties ............................................................................................................................... 30 13. Termination of Support .............................................................................................................. 31 14. Manuals and Software .............................................................................................................. 31 15. Indemnity .............................................................................................................................. 31 16. Publicity ................................................................................................................................ 31 17. Condifentiality & Non – Disclosure ................................................................................................ 31 18. Guarantees ............................................................................................................................ 32 19. Force Majeure ........................................................................................................................ 32 20. Resolution of Disputes .............................................................................................................. 32

Page 3: HRMS tender 09122016.pdf

Page 3 of 63 Corporation Bank Tender No. 12/2016-17

21. Format of the Letter of undertaking of Authenticity to be submitted by the Bidder to the Bank ....................... 32

Annexure B – Checklist for the Bidders ................................................................................................................... 34

Annexure C – Tender Covering Letter ...................................................................................................................... 35

Annexure C1 - Terms and Conditions Compliance Table ..................................................................................... 36

Annexure D – Details of the Bidder ........................................................................................................................... 37

Annexure E – Developer’s Authorization Form (DAF) ........................................................................................... 38

Annexure F - Details Of Track Record ...................................................................................................................... 39

Annexure H1 – Bill of Materials and Price Schedule (Technical Offer) .............................................................. 40

Annexure H2 - Bill of Materials and Price Schedule (Commercial Offer) ........................................................... 42

Annexure I – Technical Details & Specifications Form ......................................................................................... 45

Annexure J – Earnest Money Deposit (EMD) Bank Guarantee ............................................................................ 55

Annexure K- Performance Bank Guarantee (PBG) ................................................................................................ 58

Annexure L Declaration for Clean Track Record (On Company/firm‘s Letterhead) ........................................ 60

Annexure N- Team Profile ........................................................................................................................................... 61

Annexure O - Eligibility Compliance Statement ............................................................................................... 613

Page 4: HRMS tender 09122016.pdf

Page 4 of 63 Corporation Bank Tender No. 12/2016-17

Invitation for Tender Offers Corporation Bank (The Bank for short) invites sealed offers (technical and commercial) from eligible bidders for the Support and Upgrade of the PeopleSoft Human Resource Management System (HRMS)& Implementation of Enterprise Learning Management (ELM) as described in this document. The details are given below:

Tender Reference No. 12/2016-17

Tender Cost Rs 21,100/- (inclusive of VAT)

EMD Rs 40,00,000/- (Rupees Forty Lakhs Only)

Start of the sale of tender document 09/12/2016

Last day for receipt of queries 21/12/2016

Last Date for receipts of offers 30/12/2016 before 16:00 Hours

Date and time of opening technical offer

30/12/2016 at 16:30 Hours

Place of Opening of offers Corporation Bank, Head Office, Information Technology Division, Pandeshwar, MANGALORE-575001

Address for Communication The Assistant General Manager Corporation Bank, Information Technology Division Head Office, Mangala Devi Temple Road, P.B.No.88, Pandeshwar Mangalore – 575001, Karnataka

Contact Telephone Numbers Phone: 0824- 2861601/2861617/2861606 Fax : (0824) 2421712 Email: [email protected]

Opening of Technical Offers: Technical Offers received by the Bank will be opened in the presence of the bidder‟s representatives who choose to attend the opening on the date and time specified above. Only the Bidders who have submitted their offer in response to this tender are permitted to attend the opening. It is essential that all the clarifications/queries if any should be submitted to the Bank before the date mentioned above. Technical Specifications, Terms and Conditions and various format and proforma for submitting the Tender Offer are described in the tender document and its Annexures. Earnest Money Deposit (EMD) in form of BG, Tender cost & VAT towards tender cost in the form of DD must accompany the original Technical Offer as specified in this tender document. Offers received without EMD or tender cost or VAT towards Tender cost will be rejected.

Page 5: HRMS tender 09122016.pdf

Page 5 of 63 Corporation Bank Tender No. 12/2016-17

Instruction to Bidders

1. Two Bid System Offer Two offers (both Technical & Commercial) must be submitted at the same time, giving full particulars in two separate sealed envelopes at the Bank‟s address given below, on or before 16.00 hours 30.12.2016. Offers received after the last date and time specified for such receipt will be rejected. Both the envelopes should be securely sealed and stamped. Two seperate sealed envelopes containing offers must be submitted to the Bank directly as under: 1. Technical Offer 2. Commercial Offer Both the envelopes must be super-scribed with the following information:

Type of Offer : (Technical or Commercial)

Tender Reference Number : 12/2016-17

Due Date :

Name of the Bidder :

Address : ENVELOPE- T (Technical Offer): The Technical Offer (T.O) should be complete in all respects and contain all information asked for, except prices, as per Annexure I. The Technical Offer should not contain any price information. The Technical offer should be submitted in closed envelope to the Bank. The T.O. should be complete to indicate that all products and services asked for are quoted. For example, the Technical Offer should mention that AMC charges are included in the Commercial Offer, without mentioning the actual amount. EMD Bank Guarantee, Tender cost and VAT towards tender cost should be kept inside the Technical Offer being submitted to the Bank. ENVELOPE-C (Commercial Offer): The Commercial Offer (C.O) should give all relevant price information and should not contradict the T.O. in any manner. The C.O should be submitted to the Bank in a closed envelope(marked as Commercial Offer). Technical and Commercial Offers must be submitted separately in different closed envelopes. It may be noted that if any envelope is found to contain both technical and commercial offers, such offer will be rejected.

Bank’s address

The Assistant General Manager Corporation Bank, Information Technology Division Head Office, Mangala Devi Temple Road Mangalore – 575001

Page 6: HRMS tender 09122016.pdf

Page 6 of 63 Corporation Bank Tender No. 12/2016-17

2. Schedule of Requirements

This tender comprises of the following three requirements for which the bidder has to bid separately.

All bidders need to bid for all the three requirements and the selected bidder will receive the order for

all of it or partial order depending on the decision of Corporation Bank. The summary is provided below

in the table and the details are there in the continuing section.

Sl. No. Description

1 Support and Maintenance of the existing application PeopleSoft HRMS 8.9

version till roll out to PeopleSoft 9.2 version and application support for next 5

years along with ELM module

2 Upgrade of the current PeopleSoft HRMS 8.9 application to PeopleSoft HCM 9.2

3 Upgradation/Implementaion of Enterprise Learning Management(ELM)

3. Qualification Criteria Only the bidders who meet all the qualifications mentioned in “Qualification Criteria” of the tender are eligible to participate in the tender. 4. Terms and Conditions The Terms and conditions for bidders who participate in this tender are specified in the section named “Terms and Conditions” (Annexure A). These terms and conditions are binding on all the bidders. These terms and conditions will also form part of the purchase order, to be issued to the successful bidder(s) on the outcome of the tender process. 5. Offer Validity Period

The Offer should hold good for a period of 270 days from the date of the opening of commercial offer. 6. Address for Communication

The Assistant General Manager, Corporation Bank, Information Technology Division, Head Office, Mangala Devi Temple Road, Pandeshwar Mangalore – 575001, Karnataka

7. Proposal Ownership The proposal and all supporting documentation submitted by the bidders shall become the property of the Bank. 8. Modification and Withdrawal of Offers Bidders are not allowed to modify their offers once submitted. However, Bidders are allowed to withdraw their offers anytime before the last date and time specified for receipt of offers. No offer can be withdrawn by a bidder after the closing date and time for submission of offers. 9. Opening of Technical Offers Technical Offers received within the prescribed closing date and time will be opened in the presence of bidder‟s representatives who choose to attend the opening of the Offer on the date and time specified in this tender document. The bidder‟s representatives present shall sign a register of attendance.

Page 7: HRMS tender 09122016.pdf

Page 7 of 63 Corporation Bank Tender No. 12/2016-17

10. Preliminary Scrutiny Offers from bidders not meeting the qualification criteria will be rejected. The Bank will scrutinize the offers received to determine whether they are complete and as per tender requirements, whether technical documentation as asked for and required to evaluate the offer has been submitted, whether the documents have been properly signed and whether items are offered as per the tender requirements. 11. Clarification of Offers To assist in the scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask some or all bidders for clarifications on the offer made by them. The request for such clarifications and the bidder‟s response will necessarily be in writing on time in the below given format.

Sl.No. Page # Point /Section # Response

12. Documentation Technical information in the form of Brochures/Manuals/CD etc. must be submitted in support of the Offers made. Annexure B provides a suggested checklist for documentation to be submitted by the bidder.Failure to submit the required information along with the offer could result in disqualification. 13. No commitment to accept Lowest or Any Offer The Bank shall be under no obligation to accept the lowest or any other offer received in response to this Tender and reserves its rights to reject all the offers including incomplete offers without assigning any reason whatsoever. The Bank reserves the right to make any change in the terms & condition of purchase as and when need is felt. Changes, if any shall be published in our website.

14. Submission of Technical Details It is mandatory to provide the technical details in the exact format of Technical Details & Specifications (Annexure I) given in this tender. The offer may not be evaluated /may be rejected by the Bank in case of non-adherence to the format or partial submission of technical information as per the format given in the offer. The deviations in the technical requirements should be mentioned in the Technical Offer only [Annexure I] and on the contrary specifying the deviations elsewhere in the offer is not acceptable and will not be considered. The Bank shall not allow/permit changes in the technical specifications after due date for submission of offers. 15. Format for Technical Offer The Technical Offer should be made in an organized, structured and neat manner along with Brochures/leaflets etc., should be properly paginated and should not be submitted in loose form. The bidder shall provide information on the acceptance of the terms exactly as per the Annexure C1.

Page 8: HRMS tender 09122016.pdf

Page 8 of 63 Corporation Bank Tender No. 12/2016-17

The comments in the Deviation Column of technical details is permitted only if compliance column is shown 'No', otherwise it will be construed as complied as per the requirement of Bank. Please note that specifying deviation elsewhere in the offer document will not be considered. If there is any deviation, the same should be mentioned in the Technical offer with compliance column clearly marked as 'No'. Similarly compliance of Terms and Conditions of the Tender should be clearly stated in the Compliance Table itself and should not be covered elsewhere in the offer document. If so, such deviations will not be considered and it will be construed as complied as per the requirement specified in the Tender. The suggested format for submission of Technical Offer is as follows:

1. Index 2. Earnest Money Deposit (EMD) 3. Tender Cost +VAT towards tender cost (Demand Draft) 4. Covering letter. This should be as per Annexure C. 5. Terms and Conditions Compliance Table in the format mentioned in Annexure C1. The

table suggested in Annexure C1 must cover bidder‟s response to all the terms and conditions specified in the offer document.

6. Details of the bidder, as per Annexure D. 7. Bill of Materials and Price Schedule as per Annexure H1- Technical Version. This table

should not contain any price information in Technical Offer. 8. Technical details as per specifications as given in Annexure I, complete with all columns

duly filled in. 9. Warranty and AMC details. This should not contain any price information in Technical

Offer. 10. Delivery schedule. 11. Technical Documentation (Product brochures, leaflets, manuals etc.). An index of technical

documentation submitted with the offer must be enclosed. 12. Software details, if any 13. Developer‟s Authorization Form (if applicable) as per Annexure E. 14. Track record of installation as per Annexure F. 15. Bidders‟ Financial Details (audited Balance Sheets & Profit and Loss account etc.) and

other supporting documents, as asked in the tender document. 16. Annexure L Declaration for Clean Track Record

The Bidder should submit the information from Serial No. 4 to 10 in company’s letter head.

16 Format for Commercial Offer The Commercial offer must not contradict the Technical Offer in any manner. The suggested format for submission of Commercial Offer is as follows:

1. Index 2. Covering letter 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure H2-

Commercial version). This annexure must contain all price information, including that of AMC. 4. A statement that the bidder is agreeable to the Payment schedule given in the tender. 5. All these should be properly paginated.

All the above information should be submitted in the company‟s letter head. The quoted prices shall be all inclusive i.e., inclusive of all applicable taxes, duties etc., there will be no price escalation for which commercials have been quoted till supply is completed and Purchase Order is executed.

Page 9: HRMS tender 09122016.pdf

Page 9 of 63 Corporation Bank Tender No. 12/2016-17

The commercial should not contain anything other specified in the Annexure H2 – Commercial version. More particularly, statement or request for deviation in either Technical specifications or Terms & Conditions specified in the Tender should not form part of Commercial Offer. In case if any commercial offers contain such requests or submissions, the offer will be summarily rejected without any further process or communication in this regard. Any commercial offer, which is conditional and /or qualified or subjected to suggestions, will also be summarily rejected. 17 Erasures or Alterations The Offers containing erasures or alterations will not be considered. There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as “OK”, “accepted”, “noted”, “as given in brochure/manual” is not acceptable. The Bank may treat such Offers as not adhering to the tender guidelines and as unacceptable. 18 Locations of Installation The Head Office of the Bank is floating this tender. The support team will be functioning from the head office, and the upgrade of existing PeopleSoft application and implementation of the ELM solution to be done at the place as advised by the bank. The Bank reserves the right to make changes in the locations list given to the bidder. 19 Costs & Currency The Offer must be made in Indian Rupees only, including the following:

a. Support for PeopleSoft HRMS version 8.9 b. Upgradation of the PeopleSoft HRMS from version 8.9 to version 9.2 c. Implementation and support of the ELM solution. d. All taxes and levies wherever applicable.

20 Fixed Price The Commercial Offer shall be on a fixed price basis, inclusive of all the taxes. No price variation relating to increase in customs duty,excise, tax, dollar price etc will be permitted. 21 Price Comparison

This tender comprises of the three requirements for which the bidder has to submit their TCO

separately as per Annexure H2. All bidders need to submit their TCO for all the three requirements as

per Annexure H2 and the selected bidder will receive the order for all of it or partial order depending on

the decision of Corporation Bank.

22 Negotiation It is absolutely essential for the bidders to quote the lowest price at the time of making the offer in their own interest. If required, the Bank will enter into price negotiations, ONLY with the L1 bidder, whose offer is found to be technically compliant to tender specifications. 23 Short-listing of Bidders The Bank will prepare a short-list of technically qualifying bidders and the commercial offers of only these bidders will be opened. The Bank will intimate the date and time of opening of Commercial Offers to the bidders whose Offer is technically in line with the tender requirements.

Page 10: HRMS tender 09122016.pdf

Page 10 of 63 Corporation Bank Tender No. 12/2016-17

24 Liabilities of Corporation Bank This tender is not an offer by the Bank, but an invitation for bidder responses. No contractual obligation on behalf of the Bank, whatsoever, shall arise from the tender process unless and until a formal contract is signed and executed by duly authorized officers of the Bank and the Bidder. 25 Proposal Process Management The Bank reserves the right to accept or reject any/all proposal/ to revise the tender, to request one or more re-submissions or clarifications from one or more Bidders, or to cancel the process in part or whole. No Bidder is obligated to respond to or to continue to respond to the tender. Additionally, the Bank reserves the right to alter the requirements, in part or whole, during the tender process. Each party shall be entirely responsible for its own costs and expenses that are incurred while participating in the tender, subsequent presentation and contract negotiation processes. 26 Downloading of Tender document from Bank’s website The tender document is available for download from the bank‟s website www.corpbank.com/tenders. Those who choose to download the tender from our website are required to pay the price of tender at the time of submission of their offer. They are also required to confirm in writing that they have not modified any part of the tender and abide by the same. If any bidder fails to pay the price of the tender, the offer will be rejected. In case of any dispute/discrepancy, the physical version of the tender available with the Bank will be final & binding on all, who participate in the tender. 27 Non-transferable Tender This tender document is not transferable. Only the bidder, who has purchased/downloaded the tender document, is entitled to quote.

28 PeopleSoft HRMS version 8.9 in Corporation Bank

1. Introduction

1.1. Corporation Bank has implemented PeopleSoft HRMS Application version 8.9 in the year 2007 to automate Human Resource Management related activities and processes.

1.2. The Bank has decided to upgrade the present PeopleSoft HRMS Application to a higher version at the production, test and development locations apart from setting up a DR for HRMS application . The objective is to take benefits of additional / enhanced functionalities introduced in the new releases and to get a better system performance.

2. Current Environment

2.1. PeopleSoft HRMS application is a centralized web based online system which automates HR related activities and processes. HR data is updated instantly at central location (in production server) whenever any HR activity is done through the PeopleSoft portal by users of different offices/locations of bank.

2.2. Presently PeopleSoft HRMS application is being used for Human Resource planning, training, appraisal & performance, promotions, reimbursements, salary processes, terminal benefits (PF, Gratuity, Pension, DRF, new Pension System), advances to staff, online submission of leave applications and various staff welfare schemes etc

Page 11: HRMS tender 09122016.pdf

Page 11 of 63 Corporation Bank Tender No. 12/2016-17

2.3. List of existing modules and their applications The following are the main modules used by the Bank. It is the responsibility of the bidder to identify and verify all the modules used by the Bank and upgrade/support the same.

Sl.No. Modules Areas of applications

1) Payroll module Calculation of salary for all the employees in the Bank; subsistence allowance to suspended employees, FPP Release Details, PQP release details

Annual Increment

Specify Tax details IND set up to define HRA eligibilities, Prof. Tax and payment of other area related allowances

Maintain HRA details of individual employees. It includes Higher HRA, Furniture Deduction, Car Deduction etc.

Maintain Tax declaration of employees

Maintain Bank\Loan Accounts

Define PF\Contributory Pension enrollment

Automatic step increment process and report

Salary reports and Salary flat files which will be uploaded in our CBS & NCBS environment

Bonus processing & related reports

Form 16 & other related Tax reports

Salary Arrears Calculation & Related Reports

2) Employee Personal Information

Personal details of employees e.g., Name, Gender , Marital status, DOB, Domicile Town/State, DOJ, DOR, Blood Group, Religion, Spouse Employment details, Languages known, Address & Contact Details, Education, Bank Accounts, Prior work experience, Disability, Dependent Details, Emergency contact etc

3) ALS module Assets & Liability statement

Updation of movable & immovable properties

Base Return for new officers

Various reports & master set up to the department

4) Expenses module

Applications for expenses like Newspaper, Conveyance, Telephone, Entertainment , Medical Aid etc

5) SWS Claim for Scholarship, Canteen subsidy, Spectacles, Holiday Home applications, Medical aid applications of retirees

6) Hospitalization module

Hospitalization claims for serving & retired employees

7) Reservation management

Roaster

8) Labor Relations module

Recording of Disciplinary case details by ZO and HO users

9) Leave & LFC module

Leave & LFC Management as per Bank rules, Yearly/Daily leave credit process, Updation of LFC register

10) Self Appraisal Performance Appraisal Details

11) APAR & Appeal Performance Appraisal Details & Appeal Process (Format I: For Scale I till VI , Format II: Scale VII)

Various reports related to APAR & Appeal

12) Training Module Training Nomination, Attendance & Reports

13) Loans & NOC Loan applications and NOC related to loans

14) Terminal Benefits Pension and Gratuity

15) PF module For PF & Pension optees- Application for temp. withdrawal/NRW, Closure of loan, application for PF optional , PF statement, Posting of interest, other related reports

Page 12: HRMS tender 09122016.pdf

Page 12 of 63 Corporation Bank Tender No. 12/2016-17

16) Attendance module

Location/ZO admin will capture attendance of the employees and related reports are made available to Location, ZO and HO users

17) Tours & Expenses module

Application for various types of tour

Processing & sanctioning by the competent authority

Related reports are made available to Branch/ZO/CO/HO & Core HRMS users

18) Transfer module Transfer request from employees for both Officers and Award Staff. Updation/Modification/cancellation of Transfer orders at different levels Generation of transfer orders & other related reports

19) Employee self service

View of personal information

Applications for various expenses.

All the modules implemented where the entry is required from the employee

20) Reports All reports related to Salary, EIS, MIS, Transfers etc..

Version Details :

Module Version

PeopleSoft HCM 8.9

People Tools version 8.48

WebLogic version 9.2

Oracle Database version 10g

Tuxedo version 9.2

Operating System Solaris

Corporation Bank Production Environment Release Details

Components Version/Patch Details

Database version Oracle Database 10.2.0.1.0 64 Bit

Application version HRMS and Campus Solutions 8.90.00.000

People Tools Release People Tools 8.48

Tuxedo version BEA Tuxedo, Version 8.1

Web Logic version Release level= 8.1

Oracle Client Oracle Client 10.2.0.1.0

Application Maintenance Pack HRMS 8.9 Maintenance Pack 3 Cumulative

People Tools Patch Level Patch for People Tools 8.48.05

Tuxedo Patch Level Rolling Patch Level 192

Web Logic Patch Level ServicePackLevel 6

Customizations Done: Bank has made following customizations in the existing setup of PeopleSoft HRMS version 8.9:

Environment Complexity Summary:

Total Modified Objects – 20,479*

Customized Objects – 2096

Custom Objects – 18,579

*Object count does not include external objects such as SQR and Crystal Reports

Page 13: HRMS tender 09122016.pdf

Page 13 of 63 Corporation Bank Tender No. 12/2016-17

The above list is tentative and the prospective bidders are required to visit the installation site on 19.12.2016 at their own cost and examine the screens and customization done and other functionalities developed for ascertaining of detail scope. The short listed bidder has to ensure that all the customization (New pages) that has taken place in version 8.9 is incorporated in the upgraded version too.

3. Additional features required in the upgrade

Sl.No. Module Description

1. Job Data Uploading of data received from IBPS pre joining which will have

basic data related to Personal Information and Job information, so

that once the Employee number is allotted, this file can be

uploaded, which will create the data in HRMS. This way we can

also have a data base with roll number and E number in HRMS.

Generation of system driven letters for appointment, training of new

recruits, Confirmation letters etc through both manual (hardcopy) as

well as electronic modes (email/ sms).

Generation of appointment letter/ rejection letters incase of

appointment on compassionate ground due to death or permanent

inability of employee.

Maker & Checker concept for updation of Job data, FPP details,

PQP details, Dependent information, Education details etc.

2. Leave &

Attendance

Support interfacing of attendance captured with that of leave

record.

Scope to have biometric attendance which should be part of

Absence management.

3. Self service Generation of reminders if Bill for on account of LFC, transfers etc

are not submitted in time by way of SMS/EMail.

Provision for the employee to update Education,Union details and

updation of the same in the master records after the approval by

Branch and Head Office

NOC for application for Passport, Foreign travel etc

Request to persue higher education

Updation and Reimbursement of fees for exam like JAIIB, CAIIB etc

after authorisation

4. Transfer Ability to prepare lists of employees due for transfer based on user

defined criteria and employee requests.

Ability to prepare the live Vacancy Position of Branches based on

employees transferred and transfer requests.

5. Reports Generation of reports related to various modules and also dynamic

query facility.

Scope to create report by making dynamic query on the data by the

Core team to meet the dynamic requirements of the end user

departments.

6. Others Scope to make Online credit of sanctioned expenses / allowances

to the respective employee‟s salary drawing account just like salary

credit.

Page 14: HRMS tender 09122016.pdf

Page 14 of 63 Corporation Bank Tender No. 12/2016-17

Details of Personal Car Drivers provided to Executives.

Incorporating Signature and photographs of the employee. This will

be seen in the modules wherever there is sanctions in the system.

Specimen Signature & Power of Attorney

All the communications will be sent to email ID of the individual

employees and SMS to their mobile.

Furniture and Car application for all eligible employees and flat/

quarters allotment on first cum request basis.

Facility to generate online reminders whenever required.

User defined Pop up messages should be provided at the time of

login to HRMS whenever necessary.

Claim applications for SLIS and Griha Raksha to be processed by

the admins.

Changes in Roaster and Pay Slips

Seamless updation of jobdata at the time of creation of new Zones,

which should not hamper payroll data at a later date while doing a

retro calculation of salary.

Facility to do a data trimming of few modules like Expenses Claims,

Salary Details, Payslip, Leave, etc to reduce the load on the main

data and the trimmed data should be available as Archived data for

Core users

Uploading photos of the Employee and incorporating them in the

Profile

7. Promotion Ability to prepare lists of eligible candidates based on user defined

criteria.

Facility to store data related to conducting written tests, interviews,

etc for the employees identified as a part of the eligibility list.

Ability to define out of turn promotions.

Ability to capture the lst of candidates attended the test.

Ability to capture results of written test interview evaluation and

preparation of merit list of employees for promotion.

Ability to calculate the marks to be given to each eligible candidate

under various parameters like performance, service, qualification,

previous tests qualified, etc.

Facility to intimate employees of promotion/rejection through

eMail/letters etc.

Facility to create a waiting list of employees for promotions under

different channels/category.

Facility to create offer letter on promotion.

8. Pension F-16 to pensioners, Loan deductions for pensioners can be

included

9. Separation

module

Processing of VRS, Resignation applications (Which will include

Request letter from the employee, clearance from different dept.,

Acceptance letter, Exit form at the time of Relieving updation)

4. Scope, Ownership and Responsibility for upgrade

Page 15: HRMS tender 09122016.pdf

Page 15 of 63 Corporation Bank Tender No. 12/2016-17

4.1. The below scope, ownership & responsibility matrix will be followed by the bidder.

4.2. Details of the methodology on each of the above needs to be provided by the bidder as per the detailed scope of work mentioned in the tender along with Oracle ACS.

4.3. It shall be the responsibility of the shortlisted bidder to ensure that all the MIS that are currently been generated are generated even after the migration on to the new version.

4.4. A detailed project plan in coordination with Oracle ACS needs to be provided by the bidder. 4.5. Any data/tables/modules that are unused and has been stored or maintained to abide by

legislations of the land will be maintained as it is after the migration also. 4.6. The shortlisted bidder shall also be required to provide the Go Live strategy and Roll back

plan in coordination/approved with Oracle ACS. 4.7. The technically eligible bidders shall be required to give a presentation on the

implementation strategy as part of technical evaluation. 4.8. The required storages and number of additional instances that needs to be deployed for a

smooth upgrade needs to be provided to the Bank by the bidder after consultation/approval of Oracle ACS. Any hardware requirement in this regard must be informed in advance.

4.9. Bidder to clarify on the strategy for deletion of unnecessary databases from storage during migration and after migration (House cleaning).

5. Licensing

5.1. The successful bidder will provide the ELM licenses as mentioned in this document to

meet the Bank‟s requirements. 5.2. ATS for existing PeopleSoft HRMS software along with ELM, for the period of five years is

also in scope of this RFP.

6. Scope of Work

6.1. Support & Maintenance of HRMS application 6.1.1. The bidder needs to support and maintain all environments in the Bank of the

existing PeopleSoft HRMS application version/upgraded version /ELM for a period of five years from the date of issue of purchase order. This would include all

Project Phase ResponBidderbility Participation

Upgrade planning and Analysis Bidder Corp Bank/

Bidder

Oracle Hardware installation and

Configuration

Bidder

Initial upgrade (Initial Pass) Bidder Corp Bank

Customization – Keep/Drop analysis Bidder Corp Bank/

Bidder

Retrofit Customizations Bidder Bidder

System Integration Testing Bidder Bidder

User Acceptance testing Corp bank/ Bidder Bidder

Test Move to Production Passes Bidder Corp Bank

Performance Testing Corp Bank/ Bidder

Performance Tuning Bidder

Training Bidder

Production Deployment Bidder Bidder

Post production Support Bidder Bidder

Page 16: HRMS tender 09122016.pdf

Page 16 of 63 Corporation Bank Tender No. 12/2016-17

environments in DC & DR. The bidder is required to provide onsite support at Head Office on all Bank working days.

6.1.2. The Qualification and experience of key personnel in the areas of Software

Development, Implementation & maintenance should be provided as per format provided by the Bank (Annexure N). If the Bank is not satisfied with the performance of the any of the personals working on the Project, the Bank has a right to ask for replacement and the bidder is under obligation to replace the resources with immediate effect.

6.1.3. The bidder would contract with Oracle ACS for Performance Tuning

Review,Technical Customizations Review and On demand Technical Account manager support every year for a period of support contract to a maximum of 50 man days per year.

6.1.4. The Severity Levels as given below shall be used to categorize application support calls or problem raised. The severity levels shall be assigned by Corporation Bank HRMS team.

Severity Level

Category Description of Severity Level Resolution Time

1

Critical A critical application is unavailable causing severe impact on the business. No alternative or work-around is available. Severity-1 affect an entire system / functions, or majority of application users.

Resolve within 2 hours or provide a work around within 2 hours

2 High The application is unavailable or severely degraded causing impact to one group of users or one [or more] important functionality is unavailable. However, certain business functions continue. Functions partially not available resulting in restricted capabilities.

Resolve within 4 hours or provide a work around within 4 hours

3 Low Limitation to certain user operations, with no immediate effect on overall business operation. Operations continue or work-around available.

Resolve the issue within 24 hours

6.1.5. Onsite support till the migration of 8.9 application to new version :The bidder should provide one onsite level-1 developer/engineer at Head Office to support the existing PeopleSoft 8.9 application for rectification of bugs/customizing of the existing program / coordinating with OEM for solving the application bugs. The rectification of the program bugs and customization of the existing modules to be done at no extra cost to the bank.

6.1.6. Onsite support after upgrade and implementation of ELM application : The

bidder should provide two onsite level-2 developers/engineers at Head Office for a period of one year , post upgrade and implementation of the ELM application. Post that, the bidder should provide one onsite level-2 developer/engineer at Head Office for the remaining support period. The rectification of the program bugs and customization of the existing modules to be done at no extra cost to the bank.

6.1.7. The level 2 developers should have knowledge in PeopleSoft application version

8.9 /9.0/9.2, and atleast 2 years experience in custom coding of the PeopleSoft application. The Bank may at it discretion may conduct interview of the engineers

Page 17: HRMS tender 09122016.pdf

Page 17 of 63 Corporation Bank Tender No. 12/2016-17

to examine their knowledge and skill sets and , the Bank has a right to ask for the change of engineers if their knowledge and skill sets are not satisfactory.

6.1.8. The bidder is required to depute alternate resource in case of leave of absence of

the regular onsite resources for a period of more than one day.

6.1.9. For any new module development/customization of the existing module, the bidder is required to provide the formats, details on the fields used, logic used based on their experience of developing the module in other client locations at no extra cost to the bank.

6.1.10. The engineers/developers are responsible for building the reports/ MIS, generating

custom reports for the admins of head office and various controlling offices of the Bank at no extra cost and as and when required by the Bank. The Bank team shall be enabled to generate reports using standing SQL queries with read only access to the DB tables.

6.1.11. The bidder is required to take the backup of all the configuration related to the

PeopleSoft application, webserver and other configurations. The schedule of the backup of the various configurations are to be submitted to the bank. The report on the details of the backup taken/retention period to be submitted to the Bank on a monthly basis.

6.1.12. The bidder is responsible for patching the PeopleSoft application, web server and related components as per the recommendations from the respective OEM and as required by the Bank. The bidder should inform the Bank about the latest patches released related to the application recommended by the OEM.

6.1.13. The bidder should administer the oracle database. He is responsible for maintenance of the DB, patching of the DB, coordinating with the application team for the DB requirement, troubleshooting the DB performance issues, taking backup of the DB. The backup schedule for DB to be submitted to the bank. The report on the details of the backup taken/retention period to be submitted to the Bank on a monthly basis. He is also required to monitor and submit the health report of the DB on a daily basis to the bank.

6.1.14. The bidder is required to do the new module/custom development as and when required by the Bank onsite and only the escalation support to level 3 and level 4 engineers to be provided remotely.

6.1.15. The bidder is required to document the logic used for rectification of the bug/ any new custom development, changes done in the coding and submit the same to the bank.

6.1.16. The bidder is required to test the changes in the test environment before applying the changes in the production environment. The change management procedure defined by the Bank to be followed for any changes done.

6.1.17. The bidder is required to maintain the versions of the source code as and when changes occurs. A copy of the same also to be provided to the bank.

6.1.18. The bidder will also ensure synchronization of application code, DB and other related configuration related to HRMS application in DR.

6.1.19. The bidder is required to coordinate with the hardware vendor/onsite engineers for any parameter changes/patch deployment in servers and ensuring the smooth functioning of the entire solution.

Page 18: HRMS tender 09122016.pdf

Page 18 of 63 Corporation Bank Tender No. 12/2016-17

6.1.20. The bidder is required to provide training to the Bank technical and functional team

on new implementation /logic used in rectification of the program bugs. Bidder should be willing to transfer skills to relevant Bank team by means of training and documentation.

6.1.21. The bidder is required to provide training to the Bank-HRMS team on PeopleSoft administration, various modules of PeopleSoft application in detail and also the basics on DB administration.

6.1.22. The Engineers/Developers should have knowledge in the ELM module, customization(custom coding) and support .They will be responsible for rectification of bugs/customizing of the existing programs / coordinating with OEM for solving the application bugs. The rectification of the program bugs and customization of the existing modules to be done at no extra cost to the bank.

6.1.23. The engineers/developers are responsible for building the reports/ MIS, generating custom reports related to ELM for the admins of head office and various controlling offices of the Bank at no extra cost and as and when required by the Bank.

6.2. Upgrade of existing PeopleSoft Application

The upgrade of the PeopleSoft application will be done by the bidder as per the Scope, Ownership and Responsibility for Upgrade section in coordination with Oracle ACS. The following are the activities that are primarily covered in the scope. This is not the exhaustive list and any other activity that is not mentioned here and is required for the successful upgrade will also be responsibility of the bidder. All additional features mentioned in this document for the upgrade also needs to be incorporated during the upgrade.

A new DR environment will be created during the upgrade process/ELM application implementation and the bidder is responsible for migration and successful functional implementation of the PeopleSoft environment at the DR also. This would also include all activities that are required to keep the Production and the DR environment in synchronization. Services

6.2.1. The bidder shall execute all the below activities in coordination with Oracle

Advanced Customer Support (ACS) . 6.2.1.1. Upgrade Oracle WebLogic from current release to the latest version 6.2.1.2. Upgrade Oracle RDBMS from Oracle 10i to the latest version 6.2.1.3. Upgrade Oracle Tuxedo to the latest version 6.2.1.4. Upgrade People Tools from 8.48 to the latest version 6.2.1.5. PeopleSoft Application Upgrade from 8.9 to 9.2 6.2.1.6. Data Conversion as it pertains to the Upgrade process 6.2.1.7. Conduct keep-drop and fit-gap analysis 6.2.1.8. Retrofit & unit test customizations 6.2.1.9. To review the existing modules and identify the list of customizations to

be retired due to obsolescence or replacement by new modules / functionalities. Retrofit / upgrade of all functionalities and interfaces in the existing system to be available and operable in the proposed system with the objectives of using the delivered functionalities.

6.2.2. All professional services necessary to successfully implement the proposed

solution will be part of the RFP. These services include, but are not limited to,

Page 19: HRMS tender 09122016.pdf

Page 19 of 63 Corporation Bank Tender No. 12/2016-17

Project Management, Training, Deployment methodologies etc., The bidder should submit as part of technical Bid an overview of Project Management approach of the proposal.

6.2.3. The Bidder should provide the Qualification and Experience of the Functional, Technical and DBA consulting team to be deployed for the project. Bidders are encouraged to deploy Team with PeopleSoft HCM 9.2 upgrade experience. Bidder has to provide detailed resource plan that includes roles and responsibilities of both functional and technical team. If the Bank is not satisfied with the performance of the any of the personnels working on the Project, the Bank has a right to ask for replacement and the bidder is under obligation to replace the resources with immediate effect.

6.2.4. The bidder shall handle all matters relating to the configuration and operation of the system but not limited to application, system interfaces, documentation, user manual documentation and training for the successful implementation of the system . Any additional requirement regarding environmental software, after awarding the contract, will not be entertained by the Bank. The Bidder shall be responsible for the same.

6.2.5. The bidder should submit a comprehensive project plan(High level document) including the risk,quality,migration,conversion,cut-over,resource,change and communication management plan after understanding the requirements from the Bank team for the upgrade/ implementation of the solution.

6.2.6. Once the high level design is signed off from the Bank side, the bidder has to submit a detailed plan for upgrade, migration, customization, and implementation of all the modules of PeopleSoft HRMS application.Plan should include the full scope of the project including upgrade/implementation plan, configurations ,proposed application architecture i.e number of web servers, application & database servicers in setup (Cluster) and the compatibility of each server to handle the user requests etc. This should also include the activities executed by Oracle ACS with an undertaking from Oracle ACS. This process should be completed within 45 days from the date of Purchase Order. On acceptance of such plan by the Bank, the bidder is required to carry out the implementation along with new modules, migration and customization as applicable including installation, and testing of solution etc. under the supervision of Oracle ACS.

6.2.7. The bidder will have undertakings from Oracle ACS for the activities by Oracle ACS as per the Scope, Ownership, responsibility for Upgrade section.

6.2.8. The bidder is required to integrate the PeopleSoft upgrade version with Microsoft active directory maintained by the Bank for authentication to have a single sign-on across application.

6.2.9. The bidder is required to provide one additional onsite engineer for a period of six months and monitor the prtformance of atleast one complete cycle after the Go live of all modules without any additional cost.

6.2.10. The bidder should review and improve the architecture for optimal utilization of the hardware.

6.2.11. The bidder is required to set up DR for the whole application. The bidder is required to replicate all the configuration changes to DR with respect to webserver and other configurations and replicate the database using Oracle data guard.

Page 20: HRMS tender 09122016.pdf

Page 20 of 63 Corporation Bank Tender No. 12/2016-17

6.2.12. The bidder is required to integrate HCM system with the Bank‟s new Core Banking System for the following activities: 6.2.12.1. Payment of Salary, Pension and the financial sanctions done through

HRMS. 6.2.12.2. Updation of Transfers, Officiating Allowance and Special Pay. 6.2.12.3. Updation of Attendance

6.2.13. The bidder is required to implement the solution at Head office or at any site specified by the Bank.

6.2.14. The bidder should provide auditing feature of the application/solution to keep track of the activities performed by the system & application administrators.

6.2.15. Security audit of the application will be carried out by the Bank‟s internal & External auditors and the observations/recommendations made by the auditors need to be complied within the time limit as advised by the Bank.

6.2.16. The Application Security Testing, VA &PT, Application deployment architecture assessment will be carried out by Independent Security Audit team (nominated by the Bank) and the bidder has to implement all the security recommendations of the Audit findings. OS and Oracle Patches as and when released are to be tested in the Test Environment and thereafter it shall be applied in the Production Environment at DC and DR.

6.2.17. The application developed or customized should follow a standard development process to ensure that it meets functional, security, performance & regulatory requirements of the Bank. The bidder should comply with Bank‟s IS Security policy in key concern areas relevant to the RFP. Some of the key areas are as under : 6.2.17.1. Responsibilities for data and application privacy and confidentiality. 6.2.17.2. Password Policy of the Bank 6.2.17.3. Responsibilities on system and software access control and

administration.

System Integration Testing & User Acceptance Testing:

6.2.18. On account of software upgradation and Application version upgradations, the bidder should integrate the software & application with the existing systems as per requirement of the Bank and carry out thorough System Integration Testing(SIT). This includes any third party interfaces and integration of the HRMS with Bank‟s Core banking system. The bidder should set up PeopleSoft environments required for System Integration Testing and UAT. The bidder should maintain proper documents for all the tasks/actions done during the migration/upgradation.

6.2.19. The bidder is required to resolve any issues encountered during SIT.

6.2.20. The UAT includes Functional tests, Resilience tests, Benchmark Comparisons, Operational tests, Load tests, Security Assessment, VA & PT and Application Deployment Architecture etc.

6.2.21. The bidder should fix all the issues encountered during UAT for all the instances in scope.

6.2.22. The bidder should test all the existing reports and business transactional flow with PeopleSoft application.The bidder is also required to assist the Bank team with UAT testing for all instances in the scope.

Page 21: HRMS tender 09122016.pdf

Page 21 of 63 Corporation Bank Tender No. 12/2016-17

6.2.23. The User acceptance test will be carried out as per mutually agreed Acceptance Test Plan against the systems requirements. The system will be considered accepted only after acceptance test is completed as per the agreed plan and is duly signed/certified by the Bank and the bidder.

6.2.24. The bidder is required to demonstrate all the features specified mutually agreed for the implementation.

6.2.25. Bank‟s HRMS Staff will carry out the functional testing. Bidder should carry out other testing like resiliency/benchmarking/load etc. Bidder should submit result log for all testing to the Bank.

6.2.26. The final acceptance of the system will be based on successful processing under live oprations of projected volumes.

Production Deployment

6.2.27. The bidder should perform up to a minimum of 4 Test Move to Production stage . 6.2.28. The bidder should prepare detailed cutover plan for production deployment. 6.2.29. The bidder should Configure PeopleSoft architecture components for Production

Deployment. 6.2.30. The bidder should perform Production Readiness Checks prior to Production

Deployment 6.2.31. The bidder should perform cut-over to production of people soft application

upgraded instance. 6.2.32. The bidder should work jointly with Oracle team to perform cut-over to production

of PeopleSoft application upgraded instance also should assist them in configuring PeopleSoft architecture components for production deployment.

Project Reporting

6.2.33. The bidder and OEM Representative should submit a weekly report on the development of the project along with reasons of delay, if any, till date of full commissioning.

6.2.34. Fortnightly meetings will be held between the Bidder, OEM representative and the Bank, to review the progress.

Training

6.2.35. The bidder should provide training to the designated officials on the operation/functionalities, maintenance, support & administration for software/hardware/database/OS/middleware (Any interface to be developed), application architecture and components, installation, troubleshooting process etc.

6.2.36. The bidder should provide the training plan and train the officials at the cost of the bidder. The plan should address the future training needs based on the new functionalities / architectural changes are introduced, without any additional cost.

6.2.37. The training program should be held by competitive persons having sufficient experience in the relevant area up to the satisfaction of the Bank. If the Bank finds that the trainer is not having sufficient knowledge / experience in the domain to conduct the training, the same has to be conducted again to the satisfaction of the Bank.

Page 22: HRMS tender 09122016.pdf

Page 22 of 63 Corporation Bank Tender No. 12/2016-17

6.2.38. The training material should be provided by the bidder at their own cost, should provide test cases, hands on training on the functionalities.

Technical Documentation

6.2.39. For every software/module is operation, the bidder should provide the user manuals, installation manuals, operation manuals, design documents, process documents, technical manuals, functional specification, software requirement specification, on-line tutorials/ CBTs, system configuration documents, system/ database administrative documents, debugging/ diagnostics documents, test procedures etc. to the bank.

6.2.40. The bidder should also provide documents related to Review Records/ Test Bug Reports/ Root Cause Analysis Report, list of all Product components, list of all dependent/external modules and list of all documents relating to traceability of the Product as and when applicable.

6.2.41. The bidder should also provide the MIS reports as per requirement of the Bank. Any level/version changes and/or clarification or corrections or modifications in the above mentioned documentation should be supplied by the Bidder to the Bank free of cost in timely manner.

6.2.42. The source code / object code / executable code and compilation procedures of the software solution should be provided to the Bank after successful UAT. All necessary documentation in this behalf should be made available to the Bank. Any update or upgrade to source code should be informed and made available to the Bank. The ownership / intellectual property rights of the application software will rest with the Bank.

Delivery and documents: 6.2.43. The Bidder has to submit Undertaking from Oracle ACS for their scope of work as

per the Scope, ownership and Responsbility for the upgrade section and as per the activities in ELM Implementation.

6.2.44. The Bidder should submit the System Requirements Study (SRS) Document for upgradation and customization under the guidance of Oracle ACS.

6.2.45. On completion of SRS the bidder should submit the Complete project schedule, migration,architecture of the solution, customization details and implementation plan reviewed and approved by Oracle ACS.

6.2.46. The bidder should submit the user acceptance test plan and test cases.

6.2.47. The bidder should submit the user and system manuals to be handed over on or before live run starts.

6.2.48. The training material should be provided by the bidder.

6.2.49. All plans, drawings, specifications, designs, reports and other documents submitted by the bidder shall become and remain the property of the Bank. The bidder may retain a copy of such documents.

6.2.50. The successful bidder shall not use these documents for purposes unrelated to this contract without the prior written approval of the Bank.

Page 23: HRMS tender 09122016.pdf

Page 23 of 63 Corporation Bank Tender No. 12/2016-17

6.2.51. During the time of implementation/upgradation, documents for all customization done should be delivered to the bank.

6.2.52. The bidder should Install solution components, perform all the customizations as decided by the Bank and commence User Acceptance Test (UAT).

6.2.53. System will be deemed accepted only after successful live run of one month.

6.3. Enterprise Learning Management (ELM) solution

The implementation of the ELM will be done by the bidder as per the requirements mentioned below in coordination with Oracle ACS. The following are the activities that are primarily covered in the scope. This is not the exhaustive list and any other activity that is not mentioned here and is required for the successful ELM implementation will also be responsibility of the bidder.

A new DR environment will be created during the upgrade process/ELM application implementation and the bidder is responsible for migration and successful functional implementation of ELM environment at the DR also. This would include all activities that is required to keep the Production and the DR environment in synchronization.

6.3.1. The bidder will have undertakings from Oracle ACS for the below mentioned

activities that would be owned by Oracle ACS , assisted by the bidder for the ELM implementation. 6.3.1.1. Requirement Analysis and Design 6.3.1.2. Oracle hardware implementation and configuration 6.3.1.3. Review of implementation 6.3.1.4. Performance Tuning Support 6.3.1.5. Go Live Support 6.3.1.6. Technical Account Management

6.3.2. The Bank has developed various course contents for the employees which would

be provided for learning to the employess via this module. The solution should be able to host these e-learning modules to be accessed by users over Intranet/Internet/mobile devices. The solution should ensure the functionalities are present as mentioned in the below points but not limited to these

6.3.3. The solution should help in nomination/payment for an external/internal/in-company training programme selected by the Division or be initiated by the user.

6.3.4. The solution should be able to process preponement/postponement or cancellation of the nomination already made.

6.3.5. The solution should allow the user to reappear to any course decided by the user for securing better score/knowledge in the course.

6.3.6. The solution should have the following capabilities. 6.3.6.1. User should be able to initiate and start an e-learning course after due

approval from the Workflow administrator. 6.3.6.2. It should track the learning hours devoted by the users for a particular

course and link it to the attendance module of HRMS. 6.3.6.3. It should display the list of courses successfully completed by a user. 6.3.6.4. It should reply the query about the users who have successfully

completed/on the process of completion of a particular course. 6.3.7. The proposed solution should be scalable to more than 20,000 users and the

bidder has to provide the scablity model of the same. 6.3.8. The solution should have cource creation feature. It should allow uploading a

wide variety of digital content, including PowerPoint slideshows, documents, articles, images, audio and video. The LMS ensures that all course content is optimized for viewing in a web browser and supports on-demand access from a variety of devices, including computers, laptops, tablets and smart phones.

Page 24: HRMS tender 09122016.pdf

Page 24 of 63 Corporation Bank Tender No. 12/2016-17

6.3.9. The solution should promote interaction. It should engage learners by allowing them to interact with course content using familiar web-based techniques such as discussion forums, course ratings etc. It also supports communication with course administrators and instructors.

6.3.10. The solution should provide progress assessment. It should have feature/tools for administering quizzes, training, surveys and polls for assessing learner progress,to ensure that corporate training goals are being met. In addition, it should automates test grading and recording keeping

6.3.11. All the learning-related functions to be centralized and organized in a single system. Secure access to courses, student data, assessment results and progress tracking information is available for training administrators at any time.

6.3.12. The solution should provide branding and security . The content of corporate training materials to be kept private & secure with provision for brand messaging. The sensitive training information to be protected with advanced password controls and privacy settings. Logos and branding messages can also be addedto tie course content to corporate culture and it is the responsibility of th builder to brand the course contents. The course contents will be provided by the bank.

6.3.13. The solution should provide advanced analytics, which allow corporate trainers to identify learner competency gaps, assess the quality of test questions, monitor cheating and perform other advanced functions related to the analysis of learner data.

6.3.14. The solution should provide these features to administrators but not limited to these 6.3.14.1. Track and report on training activity 6.3.14.2. Provide online testing 6.3.14.3. Associate required training modules with annual certifications 6.3.14.4. Create pre-requisite training 6.3.14.5. Capture on-line and instructor-based training 6.3.14.6. Provide managers with access to training activity for their direct reports

6.3.15. The solution should manage person,organization and other learning related data 6.3.16. The solution should manage current and completed employee objectives. 6.3.17. The solution create a catalog of activities, including instructor-led, web-based,

and blended learning. 6.3.18. The soluton should define supplemental learning so that learners receive credit for

completing other forms of learning beyond catalogued learning activities. 6.3.19. The solution should manage curriculum programs. 6.3.20. The solution should have feature of tracking attendance. 6.3.21. It should be able to schedule,deliver and track live instructor lead training (ILT)

through the web. 6.3.22. It should be able to manage waitlists and learning requests. 6.3.23. It should target learning based on organizational goals to improve business

performance and foster employee engagement and development. 6.3.24. Improve talent management by identifying development needs and target

appropriate learning to employees. 6.3.25. It should track certification and compliance requirements across the organization. 6.3.26. It should generate reports of the learner‟s activities and progress. 6.3.27. The solution are to be integrated with the active directory of the Bank to allow user

authentication and access to resources based on the privileges. 6.3.28. Instructors and Supervisors should use the LMS to schedule and manage

enrollment in classroom events like facilities, equipment, materials, etc 6.3.29. Should provide Competency management (Core competencies related to key staff

positions ) and Skill Gap Analysis (skill/ knowledge/ attitude). 6.3.30. It should generate the following reports but not limited to these

6.3.30.1. Tests status report : tests attempted, completed all/specific target group 6.3.30.2. Lessons uploaded/deactivated for any given date 6.3.30.3. Employees data updation report

Page 25: HRMS tender 09122016.pdf

Page 25 of 63 Corporation Bank Tender No. 12/2016-17

6.3.30.4. Portal/Lesson feedback reports 6.3.30.5. Achievers report Top 50/100 Lessons/tests completed etc

6.3.31. The bidder should engage Oracle ACS to perform a review of the functional and

technical design specifications as well deployment plan prior to implementation in Production. Integrations with other modules within the HRMS application and any third party integrations will also require a review by Oracle ACS.

6.3.32. The bidder should provide detail explanation of the functionality of the ELM to the Bank team. The should should also provide access to administratormodule of e-learning to Bank team and provide the detail explanation of the same to the Bank team.

6.3.33. The bidder should provide training to the designated officials on the operation/functionalities, support and administration of the ELM solution.

6.3.34. The bidder should do all the customizations required as per the Bank requirements also should engage oracle ACS during customizations,obtain the reviews and submit the same to the bank.

6.3.35. The Bidder should submit the System Requirements Study (SRS) Document for upgradation and customization under the guidance of Oracle ACS.

6.3.36. The bidder should carry out thorough System Integration Testing(SIT).The bidder should set up PeopleSoft environments required for System Integration Testing and UAT.

6.3.37. The bidder should prepare SIT test scripts and perform SIT and reolve any issues identified during SIT.

6.3.38. The User acceptance test will be carried out as per mutually agreed Acceptance Test Plan against the systems requirements. The system will be considered accepted (supplied, installed and operationalized) only after acceptance test is completed as per the agreed plan and is duly signed/certified by the Bank and the bidder

6.3.39. The bidder is required to demonstrate all the features specified mutually agreed for the implementation.

6.3.40. Bank‟s HRMS Staff will carry out the functional testing. Bidder should carry out other testing like resiliency/benchmarking/load etc. Bidder should submit result log for all testing to the Bank.

6.3.41. The final acceptance of the system will be based on successful processing under live oprations of projected volumes and after deployment/ implementation of the proposed upgraded application in the production environment and meeting all the functionalities of the ELM application including the customizations made to the application.

Page 26: HRMS tender 09122016.pdf

Page 26 of 63 Corporation Bank Tender No. 12/2016-17

Qualification/Eligibility Criteria

1. Eligibility of the Bidder

Sl. No.

Eligibility of the bidder Documents to be submitted

1. The bidder must be a firm/ company / organization with CMM(Capability Maturity Model) level 5, registered in India under Companies Act & operating for the past 3 years.

Copy of the Certificate of Incorporation issued by Registrar of Companies and full address of the registered office

2. The bidder must have an average turnover of minimum Rs. 100 Crore during financial year(s) 2013-14 ,2014-15, 2015-16.

Copy of the audited Balance Sheet and / or Certificate of the Charted Accountant for preceding three years. Also should provide income tax clearance certificate.

3. The bidder should be profitable organization for last two financial years 2014-15 & 2015-16

Copy of the audited balance sheet and / or Certificate of the Charted Accountant

4. The Bidder in last 5 years should have implemented or upgraded the PeopleSoft HRMS application Version to 9.0 or 9.1 or 9.2 in atleast one reputed PSU Bank in India.

Bidder should submit proof of implementation along with Purchase orders and letter from user organization mentioning successful implementation/migration along with staff strength.

5. The Bidder should have own support centers in Mumbai and Bangalore

Submit the self declaration as per the Annexure-L

6. Bidder should not have been black listed or failed to discharge its stated obligations in execution of any projects by the Government / Government agency / Banks / Financial Institutions in India

Submit the self declaration as per the Annexure-L The bidder will be disqualified at any time of the bidding process if a false certificate submitted by the bidder or the contract will be terminated immediately without giving any notice after award of the contract.

2. Track Record of installations

I. The bidder should provide proof of having upgraded the PeopleSoft version from version 8.9 to 9.0 or 9.1 or 9.2 in at least one PSU Bank in India.

II. The bidder should provide proof of providing/customizing ELM solution to any of the reputed clients in India.

3. Quality Standards

Any departure from the specifications as given in Annexure C1 should be clearly listed in “Deviations” column giving reasons thereof.

4. Developer’s Authorization Form

Bidders, other than the OSD (Original software Developers) must submit a letter of authority from their Developers that they have been authorized to quote on behalf of the OSD as per Annexure E.

5. Earnest Money Deposit (EMD)

Bidders are required to give EMD by way of Bank Guarantee valid for 180 days from the due date of the tender for Rs.40,00,000.00 (Rupees Forty lakhs only) as Earnest money Deposit (EMD) along with their Offer. No interest will be payable on the EMD. In case the project is not

Page 27: HRMS tender 09122016.pdf

Page 27 of 63 Corporation Bank Tender No. 12/2016-17

completed within the validity period of the BG, the successful Bidder is required to renew/offer a fresh BG towards EMD for a further period till completion of the Project. EMD furnished by all unsuccessful bidders will be returned on the completion of the bid process.

Offers made without EMD will be summarily rejected. The format for the Bank Guarantee is attached to this tender document (Annexure H).

The EMD of the successful bidder shall be returned after furnishing a PBG from a Scheduled commercial Bank valid for the entire warranty period + minimum claim period of 3 months from the date of expiry of warranty period.

In case the project gets extended owing to unforeseen circumstances, then the PBG must be extended for the requisite duration. The PBG should be furnished as per the format attached to this Tender document (Annexure I)

EMD will be forfeited, if the bidder withdraws or amends impairs or derogates from the bid in any respect within the period of validity of the bid or does not perform the obligation as per Tender. If the successful bidder fails to furnish the required performance security then the EMD furnished will be forfeited.

The EMD will be forfeited if the selected bidder L1 refuses to accept the supply/assignment or having accepted the supply/assignment, fails to carry out his obligations mentioned therein.

NSIC/SSI/SME Units are exempted for submitting Bid Security as per Govt. of India order. Such firms are requested to submit the cost of Tender & VAT towards Tender cost which shall not be considered for exemption and NSIC/SSI/SME firms are required to submit the certificate of registration in support of their claims.

6. Tender Cost and VAT towards tender cost

Tender Cost of Rs.20,000/- (Rupees Twenty Thousand Only)+ Rs 1100 (KVAT @5.5%)should be by way of demand draft favoring „Corporation Bank, Tender No. 12/2016-17. Offers made without the tender cost & VAT towards tender cost will be rejected. For each alternative Offer, a separate tender cost & VAT must be submitted.

Page 28: HRMS tender 09122016.pdf

Page 28 of 63 Corporation Bank Tender No. 12/2016-17

Annexure A - Terms and Conditions

1. Delivery, Installation and Commissioning

The Bidder shall be responsible for delivery, upgrade and installation as per the services ordered at all the sites (Mumbai and Bangalore) and for making them fully functional at no additional charge within 9 months from the date of Purchase Order. The Bank reserves to itself the right to place release orders in phases depending upon the project requirements.

In the event of the Bank agreeing to extend the implementation time line at the request of bidder, it is a condition precedent that the validity of Bank Guarantee shall also be extended by further period as required by the Bank before the expiry of the original Bank Guarantee. Failure to do so will be treated as breach of contract. In such an event the advance paid to bidder will become returnable to the Bank forthwith and the Bank reserves its right to foreclose the Bank Guarantee.

2. Completeness of Implementation

The implementation will be deemed as incomplete if any of the services are not delivered or is delivered but not operational or not acceptable to the Bank after acceptance testing/examination.

In such an event, the implementation will be termed as incomplete and it will not be accepted and warranty period will not commence. The implementation will be accepted after redelivery of the application and working successfully for a minimum period of 30 days.

3. Order Cancellation

The Bank reserves its right to cancel the entire / unexecuted part of the Purchase Order at any time by assigning appropriate reasons in the event of one or more of the following conditions:

1. Delay in offering services beyond the stipulated period from the date of Purchase Order. 2. Delay in implementation beyond stipulated period 3. Repetitive failures/poor service after implementation and acceptance by the Bank. 4. Any other reason.

In addition to the cancellation of purchase order, the Bank reserves the right to invoke the Bank Guarantee given by the successful bidder to appropriate the damages.

4. Acceptance Tests

The Bank may conduct acceptance test at its discretion. The test will check for trouble-free operation for thirty consecutive days in addition to physical verification and testing. There shall not be any additional charges payable by the Bank for carrying out this acceptance test.

In the event of any errors and bugs detected during acceptance testing, resulting in corrective action required by the bidder, the schedule for acceptance testing will be revised to a mutually convenient date at the cost and expenses of the Bidder.

The Bank reserves its right to get the application tested by any consultant / agency of its choice and the Bidder shall not object to the same.

5. Software, Drivers & Manuals

The bidder should ensure that the bundled software, drivers and manuals supplied to the Bank are original and legally procured.

6. Warranty

The offer must include comprehensive warranty of one year.

Page 29: HRMS tender 09122016.pdf

Page 29 of 63 Corporation Bank Tender No. 12/2016-17

The warranty period will commence from the date of Go Live of all the modules. The bidder will re-install the software during the warranty / AMC period as and when required by the Bank at no additional charge. Warranty terms & conditions shall cover the total application, including changes along with OS, changes to be done in configuration as per Bank requirement, system software etc procured, with maintenance (Minimum 24x7 support) calls logged by FAX, email, telephone and onsite support. Warranty terms shall also cover the task of configuring/re-configuring the application, other hardware/software resources, Operating System Hardening, Performance tuning, Loading & configuring operating system updates, integrating with the other hardware procured by the Bank and any other tasks related to Hardware & System Software Management.

7. Payment Terms

No advance payment against purchase order.

Support Payment Terms

a) In respect of Annual Technical Support charges payable, the payment will be made on the commencement period of such support on an annual basis.

b) In respect of AMC charges for the solution, the payment will be made on a quarterly basis at the beginning of the quarter.

c) In respect of the Onsite support charges, the payment will be made on a quarterly basis in arrears after completion of the period.

d) In respect of additional customization taken up by the Bank, the Service Provider to submit proposal with estimated man days for execution of such Change Request. 50% of such cost of additional customization will be paid on delivery of the programs developed in line with the requirement specification and the remaining 50% shall be paid after successful implementation of the programs and smooth functioning of the new module.

Upgrade Payment Terms

o Payment will be made on the following basis: o 20% of the migration, implementation and customization cost shall be paid after complete

SRS document for all modules is approved by Bank. o 30% of the migration, implementation and customization cost shall be paid on successful

completion and approval by Bank of UAT for all modules. o 30% of the migration, implementation and customization cost shall be paid one month

after successful Go Live of the new version and its component along with the inbuilt customization.

o 20% of the migration, implementation and customization cost shall be paid after successful DR implementation against submission of Performance Bank Guarantee of 10% of migration, implementation and customization cost.

ELM Implementation Payment terms

o Payment will be made on the following basis: o 20% of the migration, implementation and customization cost shall be paid after complete

SRS document for all modules is approved by Bank. o 30% of the migration, implementation and customization cost shall be paid on successful

completion and approval by Bank of UAT for all modules. o 30% of the migration, implementation and customization cost shall be paid one month

after successful Go Live of the new version and its component along with the inbuilt customization.

Page 30: HRMS tender 09122016.pdf

Page 30 of 63 Corporation Bank Tender No. 12/2016-17

o 20% of the migration, implementation and customization cost shall be paid after successful DR implementation against submission of performance Bank Guarantee of 10% of migration, implementation and customization cost.

8. Pricing & Payments

The price offered to the Bank must be in Indian Rupees, inclusive of all prevailing taxes and duties such as Excise, Sales, Customs etc.,, cost of installation, commissioning and comprehensive on-site maintenance services under warranty. Octroi / Entry tax, if applicable, will be paid / reimbursed by the Bank at actuals on production of original payment receipt.

9. Annual Maintenance Charges

The bidder is required to quote separately for on-site Annual Comprehensive Maintenance charges for five years at site after the date of expiry of the warranty period. This rate should be quoted in Indian rupees and inclusive of all taxes except service tax. The bidder shall give firm commitment to provide maintenance at the price quoted as above for Five years from the date of expiry of warranty. The Bank will not permit any changes in AMC rates once quoted, for any reason whatsoever. The AMC rate quoted should be inclusive of all taxes except service tax. The Bank will pay pro-rata AMC Charges after the end of warranty period for each financial year on a quarterly basis in advance. No AMC will be paid during the warranty period. It may be noted that the Bank reserves its right to demand Performance Bank Guarantee to the tune of 15% of the value of the order, for Five years duration, if AMC charges quoted by the bidder are abnormally low (below 3% of the cost). The Bank also reserves its right to decide on this matter and its decision will be binding on the bidder without any further explanation to the bidder. This Bank Guarantee will be linked to the AMC obligations of the bidder. The Bank reserves its right to disqualify any offer made with AMC rate of three percent or less as unrealistic.

10. Contract period

The contract shall be for a period of five years from the date of Purchase Order.

11. Service Level Agreement

A Service level agreement should be entered in to between the Bank and the successful bidder covering all the terms and conditions and scope of work enumerated in this tender.

12. Penalties

Delay in delivery and installation

If the bidder fails to install the software within the specified time limit, then Bidder shall be liable for penalty of Rs.25,000/- per week subject to a maximum of 10% of the order value. However this penalty will not be applicable if the delay is with the prior written approval of the Bank. Delay in resolution of tickets/isues The Bank will levy penalty for the non-resolution of tickets/issues within the time limit specified for resolution under para service levels as under :

[a] Rs.10,000/- for each incident attributable to the Service provider, where the incident severity level is 1 and 2 [Critical and High]

Page 31: HRMS tender 09122016.pdf

Page 31 of 63 Corporation Bank Tender No. 12/2016-17

[b] Rs.2,000/- for each incident attributable to the Service provider, where the incident severity level is 3 [Low]

13. Termination of Support

The support arrangement as specified in this tender, if so desirous, can be terminated by either party ie., the successful bidder or the Bank, only after serving a minimum of two months‟ notice to the other Party in writing, clearly specifying the date from which the engagement / arrangement will be discontinued. In view of the criticality of operations, this will be applicable during the extended period of services also, i.e., after expiry current contract period specified in this Order, unless otherwise expressly agreed between the parties to the contrary. The Bank shall make payment to the successful bidder as per the terms of this Order during the extended period / notice period towards the services extended by successful bidder as per the Terms & Scope of this tender.

14. Manuals and Software

The bidder should supply all the related documentation and software. These will include but not restricted to user manual, operation manual, operating system, other software, drivers etc.

15. Indemnity

The bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceeding, resulting from infringement of any law pertaining to patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the items supplied by the bidder.

16. Publicity

Any publicity by the bidder in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank.

17. Condifentiality & Non – Disclosure

The bidder is bound by this agreement for not disclosing the Bank‟s data and other information. Resources working in the premises of the Bank are liable to follow the rules and regulations of the Bank and are governed by the outsourcing policy of the Bank. The document contains information confidential and proprietary to the Bank. Additionally, the bidder will be exposed by virtue of the contracted activities to the internal business and operational information of the Bank, affiliates, and/or business partners, disclosure of receipt of this tender or any part of the aforementioned information to parties not directly involved in providing the requested services could result in the disqualification of the bidderss, premature termination of the contract, or legal action against the bidder for breach of trust. No news release, public announcement or any other reference to the order, relating to the contracted work if allotted with the assignment or any program hereunder shall be made without written consent from the Bank. As the bidder is providing support services for multiple Banks, the bidder at all times should take care to build strong safeguards so that there is no mixing together of information/ documents, records and assets is happening by any chance. The bidder should undertake to maintain confidentiality of the Bank‟s information even after the termination / expiry of the contracts.

Page 32: HRMS tender 09122016.pdf

Page 32 of 63 Corporation Bank Tender No. 12/2016-17

18. Guarantees

The bidder should guarantee that the software supplied to the Bank is licensed and legally obtained. All hardware and software must be supplied with their original and complete printed documentation.

19. Force Majeure

The parties shall not be liable for default or non-performance of the obligations under the contract, if such default or non-performance of the obligations under this contract is caused by any reason or circumstances or occurrences beyond the control of the parties, i.e. Force Majeure. For the purpose of this clause, “Force Majeure” shall mean an event beyond the control of the parties, due to or as a result of or caused by acts of God, wars, insurrections, riots, earth quake and fire, events not foreseeable but does not include any fault or negligence or carelessness on the part of the parties, resulting in such a situation. In the event of any such intervening Force Majeure, each party shall notify the other party in writing of such circumstances and the cause thereof immediately within five calendar days. Unless otherwise directed by the other party, the party pleading Force Majeure shall continue to perform/render/discharge other obligations as far as they can reasonably be attended/fulfilled and shall seek all reasonable alternative means for performance affected by the Event of Force Majeure. In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the parties shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the Bank shall be final and binding on the Bidder.

20. Resolution of Disputes

The Bank and the bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, the Bank and the Bidder have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by the Bank and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The Arbitration and Reconciliation Act 1996 shall apply to the arbitration proceedings and the venue of the arbitration shall be Mangalore.

21. Format of the Letter of undertaking of Authenticity to be submitted by the Bidder to the Bank

The successful bidder has to submit the letter of undertaking of Authenticity and Undertaking at the time of acceptance of the purchase order. The undertaking from Oracle ACS needs to be provided to the Bank for the activities owned by them in coordination with the bidder as per the details mentioned in the document along with the pricing. The format for the same is as below.

a) Undertaking of Authenticity

Page 33: HRMS tender 09122016.pdf

Page 33 of 63 Corporation Bank Tender No. 12/2016-17

The format is as below: "We undertake that all the components/parts/software used in the supplied devices shall be original, new components/ parts/ software only, from respective OEM/OSDs of the products and that no refurbished/ duplicate/ second hand components/ parts/ software are being used or shall be used. We also undertake that in respect of licensed operating system, if asked for by you in the Purchase Order, the same shall be supplied along with the authorized license certificate and also that it shall be sourced from the authorized source.

We hereby undertake to produce the certificate from our OEM/OSD supplier in support of above undertaking at the time of implementation. It will be our responsibility to produce such letters from our OEM/OSD suppliers at the time of release of PO or within a reasonable time. In case of default and we are unable to comply with the above at the time of delivery or during installation, for the software items already billed, we agree to take back the software/items without demur, if already supplied and return the money, if any paid to us by you in this regard".

b) Undertaking for Execution of ORACLE ACS

No. dated …… To, The Deputy General Manager - IT Corporation Bank Mangalore Dear Sir, Tender No. 12/2016-17 dated 09/12/2016 In respect of the above tender, Oracle Advanced Customer Services (ACS) has been approached by M/s _______________ in connection to your Tender ref______________ to provide the ORACLE ACS services to Corporation Bank. We confirm that M/s _______________ is an authorized reseller of Oracle ACS services. Subsequent to receipt of purchase order and ordering document in line with our quote to them from M/s _______________ , these services shall be executed by ORACLE ACS. Name of the Authorized Signatory On behalf of the OEM vendor M/s.

Signature of the Authorised signatory (in the Capacity of:) Dated this ______ day of _________2016

Page 34: HRMS tender 09122016.pdf

Page 34 of 63 Corporation Bank Tender No. 12/2016-17

Annexure B – Checklist for the Bidders

Notes: Bidder should provide the information only in the formats given in the Annexures indicating all the specifications. All the product information like manuals, brochures and specification sheet relevant to the product quoted are submitted along with the offer. All site requirements, if any, are to be clearly indicated in the offer. Installation of devices is bidder‟s responsibility.

1. Index 2. Earnest Money Deposit (EMD) 3. Tender Cost + Vat towards Tender Cost (Demand Draft) 4. Covering letter. This should be as per Annexure C. 5. Terms and Conditions Compliance Table in the format mentioned in Annexure C1. The table

suggested in Annexure C1 must cover bidder‟s response to all the terms and conditions specified in the offer document.

6. Details of the bidder, as per Annexure D. 7. Bill of Materials and Price Schedule as per Annexure H1- Technical Version. This table

should not contain any price information in Technical Offer. 8. Technical Offer as per specifications as given in Annexure I, complete with all columns duly

filled in. 9. Warranty and AMC details. This should not contain any price information in Technical Offer. 10. Delivery schedule. 11. Technical Documentation (Product brochures, leaflets, manuals etc.). An index of technical

documentation submitted with the offer must be enclosed. 12. Software details, if any 13. Developer‟s Authorization Form (if applicable) as per Annexure E. 14. Track record of installation as per Annexure F. 15. Details of Service Support Centers in the format prescribed in Annexure G. 16. Bidders‟ Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other

supporting documents, as asked in the tender document.

Page 35: HRMS tender 09122016.pdf

Page 35 of 63 Corporation Bank Tender No. 12/2016-17

Annexure C – Tender Covering Letter

Date:_______2016 Offer Reference No. : To: The Assistant General Manager Corporation Bank, Information Technology Division, Head Office, Mangala Devi Temple Road Mangalore - 575001 Dear Sir,

Tender No. 12/2016-17 dated 09/12/2016 Having examined the tender documents including all annexure the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver __________________________________________________________ (Description of project) in conformity with the said tender documents in accordance with the Schedule of Prices indicated in the commercial offer and made part of this tender. If our tender offer is accepted, we undertake to commence and complete delivery, installation of all the equipment as specified in the contract as per terms and conditions of the tender. We also agree to provide Warranty and AMC as per the terms specified in the tender. We agree to abide by this tender offer till 270 days from the date of opening of Commercial Offer opening and our offer shall remain binding upon us and may be accepted by the Bank any time before the expiration of that period. Until a formal contract is prepared and executed, this tender offer, together with the Bank‟s written acceptance thereof and the Bank‟s notification of award, shall constitute a binding contract between us. We confirm that we have not made any changes in the tender documents downloaded, except for filling in appropriate columns. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive. Dated this ______ day of _________2016 Signature: ______________________________________ (in the Capacity of:) ________________________________ Duly authorized to sign the tender offer for and on behalf of ___________________________________________________

Page 36: HRMS tender 09122016.pdf

Page 36 of 63 Corporation Bank Tender No. 12/2016-17

Annexure C1 - Terms and Conditions Compliance Table

The Offer must specify the unconditional willingness to abide by the Terms and Conditions of the Tender. The Terms and Conditions specified elsewhere in the Tender should be complied along with the compliance / conformity / willingness to offer as per the terms of the Tender towards requirements of the Bank as under:

Term No.

Short Description of term [This column Not to be altered by the Bidder]

Accepted / Complied (Yes/No)

[Blanks not permitted;

either yes or no only]

Detailed Explanation about deviation, if not complied

[Note : Deviation can be mentioned only if compliance column is shown as „NO‟ otherwise it will construed as complied as per the requirement of Bank] Please note that specifying Deviation elsewhere in the Offer document will not be considered, if here it is mentioned as complied –YES

1. Delivery, Installation & Commissioning

2. Completeness of Implementation

3. Order Cancellation

4. Acceptance Tests

5. Software, Drivers and Manuals

6. Warranty

7. Payment terms

8. Pricing and Payments

9. Annual Maintenance Charges

10. Contract Period

11. Service Level Agreement

12. Penalties

13. Termination of Support

14. Manuals and Software

15. Indemnity

16. Publicity

17. Confidentiality and non-disclosure

18. Guarantee

19. Force Majeure

20. Resolution of Dispute

21. Format of the letter of undertaking of Authenticity to be submitted by the bidder to the Bank

Dated this day of 2016 Signature : In the Capacity of : Duly Authorized to Sign the Offer and Terms and Conditions on behalf of (Company)

Page 37: HRMS tender 09122016.pdf

Page 37 of 63 Corporation Bank Tender No. 12/2016-17

Annexure D – Details of the Bidder

Details filled in this form must be accompanied by sufficient documentary evidence, in order to facilitate the Bank to verify the correctness of the information.

Sl. No Item Details

1 Name of Company

2 Postal Address

3 Telephone, mobile and Fax numbers

4 Constitution of the Company

5 Name and designation of the person authorized to make commitments to the Bank

6 Email Address

7 Year of commencement of Business

8 Sales Tax Registration Number

9 Income Tax PAN Number

10 Service Tax Registration number

11 Whether direct manufacturer or authorized dealer/agent

12 Name and Address of manufacturer

13 Location of Manufacturing facility

14 Website address of the Company

Page 38: HRMS tender 09122016.pdf

Page 38 of 63 Corporation Bank Tender No. 12/2016-17

Annexure E – Developer’s Authorization Form (DAF)

No. ___________ dated______________ TO The Assistant General Manager Corporation Bank, Information Technology Division Head Office, Mangala Devi Temple Road Mangalore - 575001 Dear Sir, Tender No. 12/2016-17 We ____________________________________________who are established and reputed manufactures of ___________________________ having our Office at_________ and __________ do hereby authorize M/s _________________________________ (Name and address of SI) to offer their quotation, negotiate and conclude the contract with you against the above tender. We hereby extend our full guarantee and warranty in respect of the product as per terms and conditions of the tender and the contract for the software and services offered against this tender by the above firm. Yours faithfully, (Name)

for and on behalf of

M/s____________________ (Name of the Developer) Note: This letter of authority should be on the letterhead of the Developer(s) and should be signed by a competent person representing the Developer.

Page 39: HRMS tender 09122016.pdf

Page 39 of 63 Corporation Bank Tender No. 12/2016-17

Annexure F - Details Of Track Record

Name of the Bidder ___________________________________________

Name of the Client Service description Date of completion of delivery as per contract as well as Actual

Contact person Name Tel. No. Fax No. Address

Page 40: HRMS tender 09122016.pdf

Page 40 of 63 Corporation Bank Tender No. 12/2016-17

Annexure H1 – Bill of Materials and Price Schedule (Technical Offer) Note: This bill of material must be attached to Technical Offer. Bidder must take care to see that no price information is given in this format accompanying Technical Offer.

Sl. No. Item Description Year Wise Breakup

1 PeopleSoft HRMS 8.9

Support

Year 1 Year2 Year 3 Year 4 Year 5 Total

1a Onsite Support

1b AMC for HRMS solution

1c HRMS ATS Cost

Total Costs of Ownership for support A

Sl No Item Description Year Wise Breakup

2 HRMS Upgrade from

PeopleSoft 8.9 to 9.2

and HRMS Support

Year 1 Year 2 Year 3 Year 4 Year 5 Total

2a Onsite Support

2b Oracle ACS Review

Cost

2c AMC for HRMS 8.9

2d HRMS ATS Cost

2e Upgrade Cost with One

year Warranty

2f AMC for PeopleSoft 9.2

version after 1 year of

Warranty

Total Costs of Ownership for Upgrade & HRMS support B

Page 41: HRMS tender 09122016.pdf

Page 41 of 63 Corporation Bank Tender No. 12/2016-17

Sl No Item Description Year Wise Breakup

3a ELM Implementation,

HRMS Upgrade from

PeopleSoft 8.9 to 9.2

and HRMS Support

Year 1 Year 2 Year 3 Year 4 Year 5 Total

3b Onsite Support

3c Oracle ACS Review

Costs

3d AMC for HRMS 8.9

3e HRMS ATS cost

3f Upgrade Costs with

One year Warranty

3g AMC for PeopleSoft 9.2

version after 1 year of

Warranty

3h ELM Implementation

Costs

3i ELM Costs for upgrade

3j ELM License Costs

3k ELM ATS Costs

Total cost of Ownership for ELM Implementation, HRMS Upgrade from

PeopleSoft 8.9 to 9.2 and HRMS Support

C

Table H1 (Technical Version) - AMC charges (only Statement)

We agree to provide Comprehensive Annual Maintenance support, for the above software at site for five years from the date of expiry of the warranty period (post-warranty) at the rates/price quoted in our commercial offer. Signature Date: _______________________ Place: ______________________ (name) on behalf of __________________

Page 42: HRMS tender 09122016.pdf

Page 42 of 63 Corporation Bank Tender No. 12/2016-17

Annexure H2 - Bill of Materials and Price Schedule (Commercial Offer)

1. This bill of material must be attached to Commercial Offer.

2. Bidder must take care in filling price information in the Commercial Offer, to ensure that there are no typographical or arithmetic errors. All fields must be filled in correctly.

3. Please note that any Commercial Offer, which is conditional and/or qualified or subjected to suggestions, will also be summarily rejected. This offer shall not contain any deviation in terms & conditions or any specifications, if so such an offer will also be summarily rejected.

Total Cost of Ownership (TCO) for each of the requirement.

Sl. No. Item Description Year Wise Breakup

1 PeopleSoft HRMS 8.9

Support

Year1 Year2 Year 3 Year 4 Year 5 Total

1a Onsite Support

1b AMC for HRMS solution

1c HRMS ATS cost

Total Costs of Ownership for support A

PRICE STATEMENT

Total for Corporation Bank Offer requirement for PeopleSoft HRMS 8.9 Support, for price comparison purpose Total Cost of PeopleSoft HRMS 8.9 Support, HRMS ATS cost (including all taxes) & five years AMC for HRMS Solution (inclusive of all taxes except service taxes) is -------------- (in figures) Rupees--------------------------------- (in words) We understand that the above-mentioned figure is for price-comparison purpose only and the Bank will place orders as per requirement and make payment on the actuals. We are agreeable to the payment schedule given in the present Tender.

Signature ______________________(name) on behalf of _________________________ (Name of the bidder)

Page 43: HRMS tender 09122016.pdf

Page 43 of 63 Corporation Bank Tender No. 12/2016-17

Sl No Item Description Year Wise Breakup

2 HRMS Upgrade from

PeopleSoft 8.9 to 9.2

and HRMS Support

Year 1 Year 2 Year 3 Year 4 Year 5 Total

2a Onsite Support

2b Oracle ACS Review

Costs

2c AMC for HRMS 8.9

2d HRMS ATS cost

2e Upgrade Costs with

One year Warranty

2f AMC for PeopleSoft 9.2

version after 1 year of

Warranty

Total Costs of Ownership for Upgrade & HRMS support B

PRICE STATEMENT

Total for Corporation Bank Offer requirement for HRMS Upgrade from PeopleSoft 8.9 to 9.2 and HRMS Support, for price comparison purpose Total Cost of HRMS Upgrade from PeopleSoft 8.9 to 9.2, HRMS Support, Oracle ACS, HRMS ATS cost (including all taxes) & five years AMC for HRMS Solution (inclusive of all taxes except service taxes) is -------------- (in figures) Rupees--------------------------------- (in words) We understand that the above-mentioned figure is for price-comparison purpose only and the Bank will place orders as per requirement and make payment on the actuals. We are agreeable to the payment schedule given in the present Tender.

Signature ______________________(name) on behalf of _________________________ (Name of the bidder)

Page 44: HRMS tender 09122016.pdf

Page 44 of 63 Corporation Bank Tender No. 12/2016-17

Sl No Item Description Year Wise Breakup

3a ELM Implementation,

HRMS Upgrade from

PeopleSoft 8.9 to 9.2

and HRMS Support

Year 1 Year 2 Year 3 Year 4 Year 5 Total

3b Onsite Support

3c Oracle ACS Review

Costs

3d AMC for HRMS 8.9

3e HRMS ATS cost

3f Upgrade Costs with

One year Warranty

3g AMC for PeopleSoft 9.2

version after 1 year of

Warranty

3h ELM Implementation

Costs

3i ELM Costs for upgrade

3j ELM License Costs

3k ELM ATS Costs

Total cost of Ownership for ELM Implementation, HRMS Upgrade from

PeopleSoft 8.9 to 9.2 and HRMS Support

C

PRICE STATEMENT

Total for Corporation Bank Offer requirement for ELM Implementation, HRMS Upgrade from PeopleSoft 8.9 to 9.2 and HRMS Support, for price comparison purpose Total Cost of ELM Implementation, HRMS Upgrade from PeopleSoft 8.9 to 9.2, HRMS Support, Oracle ACS, HRMS ATS cost (including all taxes) & five years AMC for HRMS Solution (inclusive of all taxes except service taxes) is -------------- (in figures) Rupees--------------------------------- (in words) We understand that the above-mentioned figure is for price-comparison purpose only and the Bank will place orders as per requirement and make payment on the actuals. We are agreeable to the payment schedule given in the present Tender.

Signature ______________________(name) on behalf of _________________________ (Name of the bidder)

Note:- Bidder also needs to provide a per man days prices for their resources that is valid for the next five years. The price quoted against the „Man Day rates for any new requirement, customisation‟ shall be inclusive of support charges for implementation, UAT, implementation charges against the specific functional requirement taken up for development.

Page 45: HRMS tender 09122016.pdf

Page 45 of 63 Corporation Bank Tender No. 12/2016-17

Annexure I – Technical Details & Specifications Form The below needs to be complied by the bidder in coordination with Oracle ACS as per the scope document.

Sl. No.

Scope of Work

Compliance (Yes / No) [Blanks not permitted;

either yes or no only]

Deviations, if any, in case the

Compliance is 'NO'

HRMS Support

1. The bidder needs to support and maintain the existing PSFT HRMS application version/upgraded version for a period of five years from the date of issue of purchase order.

2.

The Qualification and experience of key personnel in the areas of Software Development, Implementation & maintenance should be provided as per format provided by the Bank. If the Bank is not satisfied with the performance of the any of the personals working on the Project, the Bank has a right to ask for replacement and the bidder under obligation to replace the resources with immediate effect

3.

The bidder would contract with Oracle ACS for Performance Tuning Review,Technical Customizations Review and On demand Technical Account manager support every year for a period of support contract to a minimum of 50 man days per year.

4. The bidder should provide the support team description,structure and methodology for the support as per the scope document.

5.

For any new module development, the bidder is required to provide the formats, details on the fields used, logic used based on their experience of developing the module in other client locations at no extra cost to the bank.

6.

The bidder should deploy 2 engineers at Head office to support and maintain the PeopleSoft application, process scheduler, webserver and other components related to the PeopleSoft application. The engineer should do the regular health checkup of all the components and submit the reports to the Bank on a daily basis. The engineer should resolve the tickets raised by the Bank HRMS team. There must be atleast one engineer at any point of time at Head Office.

7.

The bidder is required to take the backup of all the configuration relation to the PeopleSoft application, webserver and other configurations. The schedule of the backup of the various configurations are to be submitted to the bank. The report on the details of the backup taken/retention period to be submitted to the Bank on a monthly basis.

8.

The engineer is responsible for patching the PeopleSoft application, web server and related components as per the recommendations from the respective OEM. He should inform the Bank about the latest patches releases related to the application recommended by the OEM.

9. The engineer is responsible for providing suggestion/plan to the

Page 46: HRMS tender 09122016.pdf

Page 46 of 63 Corporation Bank Tender No. 12/2016-17

Bank in improving the present infrastructure in terms of redundancy, hardware, application/webserver version etc.

10.

The bidder is responsible for maintenance of the DB, patching of the DB, coordinating with the application team for the DB requirement, troubleshooting the DB performance issues, taking backup of the DB. The backup schedule for DB to be submitted to the bank. The report on the details of the backup taken/retention period to be submitted to the Bank on a monthly basis He also required to monitor and submit the health report of the DB on a daily basis to the bank.

11.

The bidder is required to provide support on all Bank working days & hours. The bidder is required to do the custom development as required (head office) and only the escalation support to level 3 and level 4 engineers to be provided remotely.

12. The bidder is required to document the logic used for rectification of the bug/ any new custom development, changes done in the coding and submit the same to the bank..

13.

The bidder is required to test the changes in the test environment before applying the changes in the production environment. The change management procedure defined by the Bank to be followed for any changes done.

14. The bidder is required to maintain the versions of the source code as and when changes occurs. A copy of the same also to be provided to the bank.

15. The bidder is required to coordinate with the server bidder/onsite engineers for any parameter changes/patch deployment in servers and ensuring the smooth functioning of the entire solution.

16.

The bidder is required to provide training to the Bank technical and functional team on new implementation /logic used in rectification of the program bugs. Bidder should be willing to transfer skills to relevant Bank team by means of training and documentation.

17. The bidder is required to provide training to the Bank HRMS team on PeopleSoft administration, various modules of PeopleSoft application in detail and also the basics on DB administration

18. The bidder is also required to support ELM application after the solution acceptance for the period of 5 years.

19.

The engineers/developers are responsible for building the reports/ MIS, generating custom reports related toHRMS & ELM for the admins of head office and various controlling offices of the Bank at no extra cost and as and when required by the Bank.

HRMS Upgrade from PeopleSoft 8.9 to 9.2

1.

The bidder shall execute all the below activities in coordination with Oracle Advanced Customer Support (ACS) as per the Scope.

1. Upgrade Oracle WebLogic from current release to the latest version

2. Upgrade ORACLE RDBMS from Oracle 10i to the latest version

3. upgrade Oracle Tuxedo to the latest version 4. Upgrade People Tools from 8.48 to the latest version 5. PeopleSoft Application Upgrade from 8.9 to 9.2 6. Data Conversion as it pertains to the Upgrade process 7. Conduct keep-drop and fit-gap analysis 8. Retrofit & unit test customizations 9. To review the existing modules and identify the list of

Page 47: HRMS tender 09122016.pdf

Page 47 of 63 Corporation Bank Tender No. 12/2016-17

customizations to be retired due to obsolescence or replacement by new modules / functionalities. Retrofit / upgrade of all functionalities and interfaces in the existing system to be available and operable in the proposed system with the objectives of using the delivered functionalities.

2.

All professional services necessary to successfully implement the proposed solution will be part of the RFP. These services include, but are not limited to, Project Management, Training, Deployment methodologies etc., The bidder should submit as part of technical Bid an overview of Project Management approach of the proposal.

3.

The Bidder should provide the Qualification and Experience of the Functional, Technical and DBA consulting team to be deployed for the project. Bidders are encouraged to deploy Team with PeopleSoft HCM 9.2 upgrade experience. Provide detailed resource plan that includes roles and responsibilities of both functional and technical team. If the Bank is not satisfied with the performance of the any of the personals working on the Project, the Bank has a right to ask for replacement and the bidder under obligation to replace the resources with immediate effect.

4.

The bidder shall handle all matters relating to the configuration and operation of the system including but not limited to application, system interfaces, documentation, user manual documentation and training for the successful implementation of the system . Any additional requirement regarding environmental software, after awarding the contract, will not be entertained by the Bank. The Bidder shall be responsible for the same.

5.

The bidder should submit a comprehensive project plan(High level document) including the risk,quality,migration,conversion,cut-over,resource,change and communication management plan after understanding the requirements from the Bank team for the upgrade/ implementation of the solution.

6.

Once the high level design is signed off from the Bank side, The bidder has to submit a detailed plan for upgrade, migration, customization, and implementation of all the modules of PeopleSoft HRMS application. Plan should include the full scope of the project including upgrade/implementation plan, configurations, proposed application architecture i.e number of web servers, application & database servers in setup (Cluster) and the compatibility of each server to handle the user requests etc. This should also include the activities executed by Oracle ACS with an undertaking from Oracle ACS. On acceptance of such plan by the Bank, the bidder is required to carry out the implementation along with new modules, migration and customization as applicable including installation, and testing of solution etc. under the supervision of Oracle ACS

7.

The bidder is required to integrate the PeopleSoft upgrade version with Microsoft active directory maintained by the Bank for authentication to have a single sign-on across application. In present version, PeopleSoft own authentication is being used.

8. The bidder should review and improve the architecture for optimal utilization of the hardware.

9. Standby free onsite support of six months after migration to upgrade version after live implementation of the services.

10. The bidder is required to set up DR for the whole application. The

Page 48: HRMS tender 09122016.pdf

Page 48 of 63 Corporation Bank Tender No. 12/2016-17

bidder is required to replicate all the configuration changes to DR with respect to webserver and other configurations and replicate the database using oracle data guard.

11.

The bidder is required to integrate HCM system with the bank‟s new Core Banking System for the following activities

1. Payment of salary, Pension and any other financial transactions done through HRMS.

2. Updation of transfer details, officiating allowance and special pay

3. Updation of attendance details (Biometric)

12. The bidder is required to implement the solution at Head office or at any site specified by the Bank.

13. The bidder is required to apply latest bundles and patches timely, for Payroll, Absence Management and all other modules as recommended by Oracle for PeopleSoft version 9.2.

14. The bidder should provide auditing feature of the application/solution to keep track of the activities performed by the system & application administrators.

15.

Security audit of the application will be carried out by the Bank‟s internal & External auditors and the observations/recommendations made by the auditors need to be complied within the time limit as advised by the Bank.

16.

The Application Security Testing, VA &PT, Application deployment architecture assessment will be carried out by Independent Security Audit team (nominated by the Bank) and the bidder has to implement all the security recommendations of the Audit findings.

17.

The application developed or customized should follow a standard development process to ensure that it meets functional, security, performance & regulatory requirements of the Bank. The bidder should comply with Bank‟s IS Security policy in key concern areas relevant to the RFP. Some of the key areas are as under :

1. Responsibilities for data and application privacy and

confidentiality. 2. Password Policy of the Bank 3. Responsibilities on system and software access control and

administration.

System Integration Testing & User Acceptance Testing:

18.

On account of software upgradation and Application version upgradations, the bidder should integrate the software & application with the existing systems as per requirement of the Bank and carry out thorough System Integration Testing(SIT). This includes any third party interfaces and integration of the HRMS with Bank‟s Core banking system. The bidder should set up PeopleSoft environments required for System Integration Testing and UAT.

19. The bidder should update issues log with issues identified during SIT.

20. The bidder should prepare SIT test scripts and perform SIT.

21. The bidder is required to resolve any issues encountered during SIT.

Page 49: HRMS tender 09122016.pdf

Page 49 of 63 Corporation Bank Tender No. 12/2016-17

22.

System integration testing will be followed by user acceptance testing, plan for which has to be submitted by the bidder to the Bank. The UAT includes Functional tests, Resilience tests, Benchmark Comparisons, Operational tests, Load tests, Security Assessment, VA & PT and Application Deployment Architecture etc.

23. The bidder should fix all the issues encountered during UAT for all the instances in scope.

24. The bidder should test all the existing upstream and downstream interfaces related to PeopleSoft application.

25.

The bidder should test all the existing reports and business transactional flow with PeopleSoft application.The bidder is also required to assist the Bank team with UAT testing for al instances in the scope.

26.

The User acceptance test will be carried out as per mutually agreed Acceptance Test Plan against the systems requirements. The system will be considered accepted (supplied, installed and operationalized) only after acceptance test is completed as per the agreed plan and is duly signed/certified by the Bank and the bidder.

27. The bidder is required to demonstrate all the features specified mutually agreed for the implementation.

28. Bank‟s PAD staff will carry out the functional testing. Bidder should carry out other testing like resiliency/benchmarking/load etc. Bidder should submit result log for all testing to the Bank.

29. The bidder should monitor the performance of at least one complete cycle for a period of one month.

30. The final acceptance of the system will be based on successful processing under live oprations of projected volumes.

Production Deployment

31. The bidder should perform up to a minimum of 4 Test Move to Production stage .

32. The bidder should prepare detailed cutover plan for production deployment

33. The bidder should Configure PeopleSoft architecture components for Production Deployment

34. The bidder should perform Production Readiness Checks prior to Production Deployment

35. The bidder should perform cut-over to production of PeopleSoft application upgraded instance.

36. The bidder should assist with preparation of detailed cutover plan for production deployment.

37. The bidder should provide assistance to Oracle in configuring PeopleSoft architecture components for Production Deployment

38. The bidder should work jointly with Oracle team to perform cut-over to production of PeopleSoft application upgraded instance.

Project Reporting

39. The bidder and OEM Representative should submit a weekly report on the development of the project along with reasons of delay, if any, till date of full commissioning.

40.

Fortnightly meetings will be held between the Bidder, OEM representative and the Bank, to review the progress and the Bidder, OEM representative will be required to attend all such meetings.

Page 50: HRMS tender 09122016.pdf

Page 50 of 63 Corporation Bank Tender No. 12/2016-17

Training:

41.

The bidder should provide training to the designated officials on the operation/functionalities, maintenance, support & administration for software/hardware/database/OS/middleware, application architecture and components, installation, troubleshooting process etc.

42.

The bidder should provide the training plan and train the officials at the cost of the bidder. The plan should address the future training needs based on the new functionalities / architectural changes are introduced, without any additional cost.

43.

The training program should be held by competitive persons having sufficient experience in the relevant area up to the satisfaction of the Bank. If the Bank finds that the trainer is not having sufficient knowledge / experience in the domain to conduct the training, the same has to be conducted again to the satisfaction of the Bank.

44. The training material should be provided by the bidder at their own cost, should provide test cases, hands on training on the functionalities.

45.

For every software/module is operation, the bidder should provide the user manuals, installation manuals, operation manuals, design documents, process documents, technical manuals, functional specification, software requirement specification, on-line tutorials/ CBTs, system configuration documents, system/ database administrative documents, debugging/ diagnostics documents, test procedures etc. to the bank.

46.

The bidder should also provide documents related to Review Records/ Test Bug Reports/ Root Cause Analysis Report, list of all Product components, list of all dependent/external modules and list of all documents relating to traceability of the Product as and when applicable.

47.

The bidder should also provide the MIS reports as per requirement of the Bank. Any level/version changes and/or clarification or corrections or modifications in the above mentioned documentation should be supplied by the Bidder to the Bank free of cost in timely manner

48.

The source code / object code / executable code and compilation procedures of the software solution should be provided to the Bank after successful UAT. All necessary documentation in this behalf should be made available to the Bank. Any update or upgrade to source code should be informed and made available to the Bank. The ownership / intellectual property rights of the application software will rest with the Bank.

Delivery and Documents

49. The Bidder has to provide Complete migration, customization and implementation plan approved by oracle ACS

50. The Bidder has to submit Undertaking from Oracle ACS for their scope of work

51. The Bidder should submit the System Requirements Study (SRS) Document for upgradation and customization under the guidance of Oracle ACS.

52. The bidder should submit the Complete architecture of the solution and customization details reviewed and approved by Oracle ACS

53. The bidder should provide the project schedule on completion of SRS in coordination with oracle ACS.

Page 51: HRMS tender 09122016.pdf

Page 51 of 63 Corporation Bank Tender No. 12/2016-17

54. The bidder should submit the user acceptance test plan and test cases

55. The bidder should submit the user and system manuals to be handed over on or before live run starts.

56. The training material should be provided by the bidder.

57.

All plans, drawings, specifications, designs, reports and other documents submitted by the bidder shall become and remain the property of the Bank. The bidder may retain a copy of such documents

58. The successful bidder shall not use these documents for purposes unrelated to this contract without the prior written approval of the Bank.

59. During the time of implementation/upgradation, documents for all customization done should be delivered to the Bank

60.

The bidder should Install solution components, perform all the customizations as decided by the Bank and commence User Acceptance Test (UAT) and complete the same within 6 months after milestone mentioned above.

61. System will be deemed accepted only after successful live run of one month.

Enterprise Learning Management (ELM) solution

1.

The Bank has developed various course contents for the employees which would be provided for learning to the employees via this module. The solution should be able to host these e-learning modules to be accessed by users over Intranet/Internet/mobile devices. The solution should ensure the functionalities are present as mentioned in the below points but not limited to these

2. The solution should help in nomination/payment for an external/internal/in-company training programme selected by the Division or be initiated by the user.

3. The solution should be able to process preponement/postponement or cancellation of the nomination already made

4. The solution should allow the user to reappear to any course decided by the user for securing better score/knowledge in the course.

5.

The solution should have the following capabilities. 1. User should be able to initiate and start an e-learning

course after due approval from the Workflow administrator. 2. It should track the learning hours devoted by the users for a

particular course. 3. It should display the list of courses successfully completed

by a user. 4. It should reply the query about the users who have

successfully completed/on the process of completion of a particular course.

6. The proposed solution should be scalable to more than 4,000 users and the bidder has to provide the scalability model of the same.

7.

The solution should have course creation feature. It should allow uploading a wide variety of digital content, including PowerPoint slideshows, documents, articles, images, audio and video. The LMS ensures that all course content is optimized for viewing in a web browser and supports on-demand access from a variety of

Page 52: HRMS tender 09122016.pdf

Page 52 of 63 Corporation Bank Tender No. 12/2016-17

devices, including computers, laptops, tablets and smart phones.

8.

The solution should promote interaction. It should engage learners by allowing them to interact with course content using familiar web-based techniques such as discussion forums, course ratings etc. It also supports communication with course administrators and instructors.

9.

The solution should provide progress assessment. It should have feature/tools for administering quizzes, training, surveys and polls for assessing learner progress,to ensure that corporate training goals are being met. In addition, it should automates test grading and recording keeping

10.

All the learning-related functions to be centralized and organized in a single system. Secure access to courses, student data, assessment results and progress tracking information is available for training administrators at any time

11.

The solution should provide branding and security . The content of corporate training materials to be kept private & secure with provision for brand messaging. The sensitive training information to be protected with advanced password controls and privacy settings. Logos and branding messages can also be addedto tie course content to corporate culture and it is the responsibility of the bidder to brand the course contents. The course contents will be provided by the bank.

12.

The solution should provide advanced analytics, which allow corporate trainers to identify learner competency gaps, assess the quality of test questions, monitor cheating and perform other advanced functions related to the analysis of learner data

13.

The solution should provide these features to administrators but not limited to these

1. Track and report on training activity 2. Provide online testing 3. Associate required training modules with annual

certifications 4. Create pre-requisite training 5. Capture on-line and instructor-based training 6. Provide managers with access to training activity for their

direct reports

14. The solution should manage person, organization and other learning related data

15. The solution should manage current and completed employee objectives.

16. The solution create a catalog of activities, including instructor-led, web-based, and blended learning

17. The solution should define supplemental learning so that learners receive credit for completing other forms of learning beyond catalogued learning activities.

18. The solution should manage curriculum programs and certification programs

19. The solution should have feature of tracking attendance

20. The solution should manage current and completed learning records.

21. It should be able to schedule,deliver and track live instructor lead training (ILT) through the web.

22. It should be able to enable course selection and enrollment and also should track enrollment status.

Page 53: HRMS tender 09122016.pdf

Page 53 of 63 Corporation Bank Tender No. 12/2016-17

23. It should be able to manage waitlists and learning requests

24. It should target learning based on organizational goals to improve business performance and foster employee engagement and development.

25. Improve talent management by identifying development needs and target appropriate learning to employees

26. It should track certification and compliance requirements across the organization

27. It should generate reports of the learner‟s activities and progress

28. The solution are to be integrated with the active directory of the Bank to allow user authentication and access to resources based on the privileges.

29. Instructors and Supervisors should use the LMS to schedule and manage enrollment in classroom events like facilities, equipment, materials, etc

30. Should provide Competency management (Core competencies related to key staff positions ) and Skill Gap Analysis (skill/ knowledge/ attitude).

31.

It should generate the following reports but not limited to these 1. Tests status report : tests attempted, completed all/specific

target group 2. Lessons uploaded/deactivated for any given date 3. Employees data updation report 4. Portal/Lesson feedback reports

Achievers report Top 50/100 Lessons/tests completed etc

32.

The bidder should engage Oracle ACS to perform a review of the functional and technical design specifications as well deployment plan prior to implementation in Production. Integrations with other modules within the HRMS application and any third party integrations will also require a review by Oracle ACS.

33.

The bidder should provide detail explanation of the functionality of the ELM to the Bank team. The should should also provide access to administrator module of e-learning to Bank team and provide the detail explanation of the same to the Bank team.

34. The bidder should provide training to the designated officials on the operation/functionalities, support and administration of the ELM solution.

35.

The bidder should do all the customizations required as per the Bank requirements also should engage oracle ACS during customizations,obtain the reviews and submit the same to the bank.

36. The Bidder should submit the System Requirements Study (SRS) Document for upgradation and customization under the guidance of Oracle ACS.

37. The bidder should carry out thorough System Integration Testing(SIT).The bidder should set up PeopleSoft environments required for System Integration Testing and UAT.

38. The bidder should prepare SIT test scripts and perform SIT and reolve any issues identified during SIT.

39.

The User acceptance test will be carried out as per mutually agreed Acceptance Test Plan against the systems requirements. The system will be considered accepted (supplied, installed and operationalized) only after acceptance test is completed as per the agreed plan and is duly signed/certified by the Bank and the bidder

Page 54: HRMS tender 09122016.pdf

Page 54 of 63 Corporation Bank Tender No. 12/2016-17

40. The bidder is required to demonstrate all the features specified mutually agreed for the implementation.

41. Bank‟s HRMS Staff will carry out the functional testing. Bidder should carry out other testing like resiliency/benchmarking/load etc. Bidder should submit result log for all testing to the Bank.

42.

The final acceptance of the system will be based on successful processing under live operations of projected volumes and after deployment/ implementation of the proposed upgraded application in the production environment and meeting all the functionalities of the ELM application including the customizations made to the application

Page 55: HRMS tender 09122016.pdf

Page 55 of 63 Corporation Bank Tender No. 12/2016-17

Annexure J – Earnest Money Deposit (EMD) Bank Guarantee To Corporation Bank Head Office, Information Technology Division Mangala Devi Temple Road Mangalore - 575 001. WHEREAS.......................................... (Company Name) registered under the Indian Companies Act 1956 and having its Registered Office at .................................................................. India (hereinafter refered to as “the BIDDER”) proposes to tender and offer in response to tender Ref. No. 12/2016-17 dated 09/12/2016 (hereinafter called the “TENDER”) AND WHEREAS, in terms of the conditions as stipulated in the TENDER, the BIDDER is required to furnish a Bank Guarantee in lieu of the Earnest Money Deposit (EMD), issued by a scheduled commercial Bank in India in your favour to secure the order under Schedule 1 of the Tender in accordance with the Tender Document (which guarantee is hereinafter called as “BANK GUARANTEE”) AND WHEREAS the BIDDER has approached us, ............................................................ for providing the BANK GUARANTEE. AND WHEREAS at the request of the BIDDER and in consideration of the proposed TENDER to you, WE, ..................................................................having ............................................................Office at..........................................................., India have agreed to issue the BANK GUARANTEE. THEREFORE, WE, ......................................................., through our local office at................... India furnishes you the BANK GUARANTEE in manner hereinafter contained and agrees with you as follows: 1. We....................................., undertake to pay the amounts due and payable under this

Guarantee without any demur, merely on demand from you and undertake to indemnify you and keep you indemnified from time to time to the extent of Rs........................(Rupees ..............................only) an amount equivalent to the EMD against any loss or damage caused to or suffered by or that may be caused to or suffered by you on account of any breach or breaches on the part of the BIDDER of any of the terms and conditions contained in the Tender and in the event of the BIDDER commits default or defaults in carrying out any of the work or discharging any obligation in relation thereto under the TENDER or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding the sum of Rs......................(Rupees......................................... only) as may be claimed by you on account of breach on the part of the BIDDER of their obligations in terms of the TENDER.

1. Notwithstanding anything to the contrary contained herein or elsewhere, we agree that your

decision as to whether the BIDDER has committed any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish your claim or claims under Bank Guarantee but will pay the same forthwith on your demand without any protest or demur.

2. This Bank Guarantee shall continue and hold good until it is released by you on the application by

the BIDDER after expiry of the relative guarantee period of the Tender and after the BIDDER had discharged all his obligations under the Tender and produced a certificate of due completion of work under the said Tender and submitted a “ No Demand Certificate “ provided always that the guarantee shall in no event remain in force after the day of ...........................without prejudice to

Page 56: HRMS tender 09122016.pdf

Page 56 of 63 Corporation Bank Tender No. 12/2016-17

your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date.

3. Should it be necessary to extend Bank Guarantee on account of any reason whatsoever, we

undertake to extend the period of Bank Guarantee on your request under intimation to the BIDDER till such time as may be required by you. Your decision in this respect shall be final and binding on us.

4. You will have the fullest liberty without affecting Bank Guarantee from time to time to vary any of

the terms and conditions of the Tender or extend the time of performance of the Tender or to postpone any time or from time to time any of your rights or powers against the BIDDER and either to enforce or forbear to enforce any of the terms and conditions of the said Tender and we shall not be released from our liability under Bank Guarantee by exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the BIDDER or any other forbearance, act or omission on your part of or any indulgence by you to the BIDDER or by any variation or modification of the Tender or any other act, matter or things whatsoever which under law relating to sureties, would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of Rs..................( Rupees....................................only ) as aforesaid or extend the period of the guarantee beyond the said day of ...................... unless expressly agreed to by us in writing.

5. The Bank Guarantee shall not in any way be affected by your taking or giving up any securities

from the BIDDER or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be of the BIDDER.

6. In order to give full effect to the guarantee herein contained, you shall be entitled to act as if we

were your principal debtors in respect of all your claims against the BIDDER hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship and other rights, if any, which are in any way inconsistent with any of the provisions of Bank Guarantee.

7. Subject to the maximum limit of our liability as aforesaid, Bank Guarantee will cover all your claim

or claims against the BIDDER from time to time arising out of or in relation to the said Tender and in respect of which your claim in writing is lodged on us before expiry of Bank Guarantee.

8. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or

registered post to our local address as aforesaid and if sent accordingly it shall be deemed to have been given when the same has been posted.

9. The Bank Guarantee and the powers and provisions herein contained are in addition to and not by

way of limitation of or substitution for any other guarantee or guarantees here before given to you by us (whether jointly with others or alone ) and now existing uncancelled and that Bank Guarantee is not intended to and shall not revoke or limit such guarantee or guarantees.

10. The Bank Guarantee shall not be affected by any change in the constitution of the BIDDER or us

nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will ensure to the benefit of and be available to and be enforceable by the absorbing or amalgamated company or concern.

11. The Bank Guarantee shall come into force from the date of its execution and shall not be revoked

by us any time during its currency without your previous consent in writing. 12. We further agree and undertake to pay you the amount demanded by you in writing irrespective of

any dispute or controversy between you and the BIDDER. 13. Notwithstanding anything contained herein above;

Page 57: HRMS tender 09122016.pdf

Page 57 of 63 Corporation Bank Tender No. 12/2016-17

i) Our liability under this Guarantee shall not exceed Rs............................................... (Rupees.........................................only);

ii) This Bank Guarantee shall be valid upto and including the date .............; and iii) We are liable to pay the guaranteed amount or any part thereof under this Bank

Guarantee only and only if you serve upon us a written claim or demand on or before the expiry of this guarantee.

14. We have the power to issue this Bank Guarantee in your favour under the Memorandum and

Articles of Association of our Bank and the undersigned has full power to execute this Bank Guarantee under the Power of Attorney issued by the Bank.

For and on behalf of Branch Manager Seal Address

Page 58: HRMS tender 09122016.pdf

Page 58 of 63 Corporation Bank Tender No. 12/2016-17

Annexure K- Performance Bank Guarantee (PBG) To: Corporation Bank Head Office, Information Technology Division, Mangalore - 575 001. WHEREAS ...................................(Company Name) registered under the Indian Companies Act 1956 and having its Registered Office at ......................................................................., hereinafter referred to as the BIDDER has undertaken to Supply and deliver the Hardware / Software, including supply of Spares, Comprehensive inland Transportation, Storage at site, their installation, Testing and Commissioning and demonstration of Guaranteed Performance and Training of Personnel in respect of Hardware / Software in terms of the Purchase Order bearing No. .............. Dated ............................, hereinafter referred to as “the CONTRACT. AND WHEREAS in terms of the Conditions stipulated in the said Contract, the BIDDER is required to furnish, performance Bank Guarantee issued by a Scheduled Commercial Bank in your favour to secure due and satisfactory compliance of the obligations of the BIDDER in accordance with the Contract ; THEREFORE, WE, ........................... (Name of the Bank) furnish you this Performance Guarantee in the manner hereinafter contained and agree with you as follows: 1. We, ..................................Bank do hereby undertake to pay the amounts due and payable

under this Guarantee without any demur, merely on a demand, which has to be served on us before the expiry of this guarantee, time being essence of the contract, from you stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by you by reason of breach by the said bidder of any of the terms and conditions contained in the Contract or by reason of the bidder‟s failure to perform the said contract. Any such demand made on us within the time stipulated above shall be conclusive as regards the amount due and payable by us under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding ` .............. (Rupees ----------- Only).

2. We undertake to pay to you any money so demanded notwithstanding any dispute/s raised by

the bidder in any suit or proceeding before any Court or Tribunal relating thereto, our liability under these presents being absolute and unequivocal. The payment so made by us under this guarantee shall be a valid discharge of our liability for payment thereunder and the bidder shall have no claim against us for making such payment.

3. We further agree that, if demand. as stated above, is made on us within the stipulated period,

the guarantee herein contained shall remain in full force and effect and that it shall continue to be enforceable till all your dues under or by virtue of the said contract have been fully paid and your claims satisfied or discharged or till you certify that the terms and conditions of the said contract have been fully and properly carried out by the said bidder and accordingly discharge this guarantee. Provided, however, serving of a written claim / demand in terms hereof on us for payment under this guarantee on or before the stipulated period , time being the essence of contract, shall be a condition precedent for accrual of our liability / your rights under this guarantee.

4. We further agree with you that you shall have the fullest liberty without our consent and without

affecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said Contract or to extend time for performance by the said bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by us against the said BIDDER and to forbear or enforce any of the terms and conditions relating to the said Contract and we shall not be relieved from our liability by reason of such variation, or extension being granted to the said Bidder or for any forbearance, act or omission on our part or any

Page 59: HRMS tender 09122016.pdf

Page 59 of 63 Corporation Bank Tender No. 12/2016-17

indulgence by us to the said bidder or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

5. This Guarantee will not be discharged due to the change in the constitution of our Bank or the

Bidder. 6. We lastly undertake not to revoke this guarantee during its currency except with your written

consent.

. NOTWITHSTANDING anything contained herein above; (i) Our liability under this Guarantee shall not exceed `...............................................

(Rupees.........................................only ) ;

(Ii) This Guarantee shall be valid upto and including the ............ (mention date); and (Iii) We are liable to pay the guaranteed amount or any part thereof under this Bank

Guarantee only and only if you serve upon us a written claim or demand on or before the expiry of this guarantee.

Dated the ------------ day of --------2016 For --------------------------- BANK OFFICER MANAGER

Page 60: HRMS tender 09122016.pdf

Page 60 of 63 Corporation Bank Tender No. 12/2016-17

Annexure L Declaration for Clean Track Record (On Company/firm‘s Letterhead)

The Assistant General Manager, Corporation Bank, Information Technology Division, Head Office, Mangala Devi Temple Road, Pandeshwar Mangalore – 575001, Karnataka. Dear Sir,

SUB: Support and Upgrade of PeopleSoft Human Resource Management System and Implementation of Enterprise Learning Management (ELM) I have carefully gone through the Terms and Conditions contained in the above referred RFP. I hereby declare that my company/firm is not currently debarred/black listed by any Government / Semi Government organizations/ Institutions in India or abroad. I further certify that I am competent officer in my company/firm to make this declaration.

Yours faithfully, (Signature of the Bidder) Printed Name Designation Seal Date: Business Address:

Page 61: HRMS tender 09122016.pdf

Page 61 of 63 Corporation Bank Tender No. 12/2016-17

Annexure N- Team Profile Prime bidder needs to provide details for each proposed team member

Name:

Brief Introduction:

Position in the firm:

Date of Birth: __________________________________________________________

Phone Number:

Total years of post-qualification work experience:

Total No. of years with the firm:

Areas of expertise and no. of years of experience in this area

Area of Expertise No. of Years of Experience

Employment Record

Company Name Position held Duration Clients worked

Page 62: HRMS tender 09122016.pdf

Page 62 of 63 Corporation Bank Tender No. 12/2016-17

Relevant Assignment Details

Year Location Client Name Project title Key Activities Performed

Education:

Degree Obtained Year of Degree obtained Institution

Professional Certifications (if any):

Page 63: HRMS tender 09122016.pdf

Page 63 of 63 Corporation Bank Tender No. 12/2016-17

Annexure O- Eligibility Compliance Statement Eligibility Compliance table must be in the following format.This table must cover vendor‟s response to all the terms and conditions specified in the bid document. Where there is no deviation, the statement should mention no Deviation in the respective column.

Sl. No.

Eligibility of the bidder Compiled (Yes/No) Detailed explanation about deviation, if not

compiled

1. The bidder must be a firm/ company / organization with CMM(Capability Maturity Model) level 5, registered in India under Companies Act & operating for the past 3 years.

2. The bidder must have an average turnover of minimum Rs. 100 Crore during financial year(s) 2013-14 ,2014-15, 2015-16.

3. The bidder should be profitable organization for last two financial years 2014-15 & 2015-16

4. The Bidder in last 5 years should have implemented or upgraded the PeopleSoft HRMS application Version to 9.0 or 9.1 or 9.2 in atleast one reputed PSU Bank in India.

5. The Bidder should have own support centers in Mumbai and Bangalore

6. Bidder should not have been black listed or failed to discharge its stated obligations in execution of any projects by the Government / Government agency / Banks / Financial Institutions in India

The Terms and conditions furnished in the bidding document shall prevail over those of any others document forming a part of our bid except only to the extent of deviations furnished in this stated. Dated - Signature and seal of the Bidder Note : Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No Deviations”

**End of the document**