The National Bank Of Tajikistan - Nbt.tj

Transcription

National Bank of TajikistanRequest for Infromation (RFI)ForThe Supply and Implementation ofThe Core Banking System (CBS)Issuer: National bank of TajikistanDushanbe – TajikistanIssue date: November 3, 2021Deadline for RFI Responses submission: December 17, 2021 at 15:00Dushanbe time

TABLE OF CONTENTS1Introduction . 31.1Overview and Background . 31.2Project Objectives and Goals . 42Terms Of Reference . 52.1Preparation and Submission of the RFI Response . 52.2Period of Validity of Responses . 62.3Clarification and Amendment of RFI . 62.4NBT Liabilities and Rights. 62.5Selected Vendor’s Obligations . 72.6The NBT Obligations . 72.7Evaluation of Responses . 82.8Origin of Goods and Solution Services . 83Response Preparation and Evaluation Methodology . 93.1Preparation of Responses . 93.2Evaluation of Responses . 113.3Responses Ranking. 184Scope of Work . 194.1Introduction . 194.2Scope of Work . 194.3Other Project Services . 245Annexes. 265.1NBT Organizational Structure. 265.2Glossary of Terms . 275.3Time Scale . 285.4Cover Letter . 295.5Vendor Profile . 305.6Experience on Similar Projects . 315.7Team Composition and Task Assignment. 325.8Curriculum Vitae (CV) for Proposed Professional Staff. 335.9Project Plan. 345.10Overview of the NBT Departments. 35

11.1INTRODUCTIONOverview and BackgroundThe National Bank of Tajikistan (hereinafter referred to as NBT in this document) isa central emission and reserve bank of Tajikistan, operating under the Law of theRepublic of Tajikistan “On the National Bank of Tajikistan” dated 28 June 2011, #722,with a head office located in Dushanbe and with branches in five regions. Theorganizational chart of the NBT is illustrated in Annex 5.1 (NBT OrganizationalStructure-p.26).The primary objectives of the National Bank of Tajikistan (NBT) are to maintain longterm domestic price stability and the stability of the banking system and to foster theefficient and uninterrupted operation of the payment system.To achieve its primary goals, NBT carries out the following functions:1. development and implementation of the monetary policy of the Republic ofTajikistan;2. development of macro-prudential policy and control of compliance therewith;3. compilation of the balance of payments, international investment policy, and grossexternal debt of the Republic of Tajikistan;4. conducting of economic and monetary analysis and submission of proposals to theGovernment of the Republic of Tajikistan, as well as bringing the analysis resultsto the public notice;5. regulation and supervision of credit financial institutions’ activities in compliancewith the current law and other legislation of the Republic of Tajikistan;6. resolution of credit financial institutions in compliance with the current law andother legislation of the Republic of Tajikistan;7. regulation and supervision of non-credit financial institutions’ activities incompliance with the legislation of the Republic of Tajikistan;8. performance of activities as a lender of last resort for credit financial institutions;9. organization and management of payment systems in Tajikistan includingclearance, settlement, regulation and supervision;10. a monopoly of issuance of the cash funds and an utterance of cash and withdrawalfrom circulation;11. storage and management of international reserves and execution of bankingtransactions;12. performing of banking operations;13. creating favorable conditions for protecting the rights of consumers of bankingsystem services and non-credit financial organizations.The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 3 of 43

NBT uses a system called CFT (Center of Financial Technologies LLC, Russia) astheir core banking system for operations management and general ledger and formanaging operational, investment, and financial activities using synthetic accounts ofthe general ledger and for posting commercial banks’ funds to their correspondentaccounts. The system lacks certain functions and NBT made a decision to replace it.1.2Project Objectives and GoalsCurrently, there is a duplication of activities across business processes anddepartments with major processes being performed manually or require manualintervention for their execution. No system-controlled escalation matrix is defined incase of a process exception/delay. Excel sheets are used for manual capturing, sharing,and storage of critical data. There is no consolidated view of the balances and financialpositions in a timely manner.Thus, the objective of implementing a Core Banking System (hereinafter referred toas CBS in this document) for NBT is to have, a cross-functional and seamlessintegration of the banking transactions as well as banking operations undertaken in alldepartments /branches as a total solution paving way for a virtual banking departmentrunning on a single GL with common database to give a single consistent and dynamicaccounting view, at the same time achieving other benefits in the process.The new system shall interface with existing applications at the Bank. Usage of theCBS platform/ applications could also be extended to NBT’s customers i.e. Banks,FIs, government departments, etc., and regulatory and supervisory wings of NBT.The proposed Core Banking System hereafter implies a combinational setup of CBSand all allied applications such as Treasury and Investment Management module,Budget and Forecasting, Risk Management, and all modules and functionalities listedin this RFI.The proposed CBS will function in the existing NBT Data Centre and leverage theexisting IT infrastructure to the extent possible and shall comply with the various NBTdata center policies including business continuity.A Glossary of terms used in this RFI is provided in Annex 5.2 (Glossary of Termsp.27).The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 4 of 43

22.1TERMS OF REFERENCEPreparation and Submission of the RFI Response2.1.1Since the Response is key to the evaluation and selection, the Vendor has toensure that the document is prepared in line with instructions. The NBT will takeinto consideration the Response quality as a reflection of the Vendors’capabilities and interest in the project.2.1.2The Response prepared by the Vendor, all correspondence and documentsrelating to the Response exchanged by the Vendor and the NBT, shall be writtenin English. In the case of a dispute, the prevailing language shall be the Tajiklanguage for legal matters.2.1.3The submitted Response must be free from editorial errors, internal comments,strikethroughs, etc.2.1.4The Response shall be in two parts viz. the Eligibility and Technical Response.Refer to Subsection 3.1 (Preparation of Responses-p.9) for instructions onpreparing the contents of the two Responses.2.1.5Vendor responses submissions must be made electronically in a Microsoft Officeformat and/or PDF format (including any scanned documents and publishedmaterials) to the email address info cbs@nbt.tj with the subject line reading“Response for RFI for the Core Banking System”2.1.6A person, or persons, duly authorized by the vendor, should sign the Response.2.1.7The Responses must be received by the NBT no later than the date and timespecified in Annex 5.3 Time Scale -p.28), or any extension as specified in writingby the NBT. Any Response received after the deadline for submission shall berejected.2.1.8The NBT shall not allow/permit changes in the Eligibility and TechnicalResponses once it is submitted.2.1.9The relevant product information brand, model number offered, printed productbrochure and technical specification sheets, etc. should be submitted along withthe Technical Response.2.1.10 The Eligibility and Technical Responses must not contain any price information.2.1.11 Vendors should familiarize themselves with local conditions and take them intoaccount in preparing their Responses.The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 5 of 43

2.22.32.4Period of Validity of Responses2.2.1The Vendor shall keep the Response valid for a period of six months from thelast date of submission of Responses as specified in Annex 5.3 (Time Scale p.28).2.2.2In exceptional circumstances, the NBT may solicit the Vendors’ consent for anextension of the period of validity. The request and the responses thereto shallbe made in writing or by fax/email.2.2.3The Vendor who agrees to such extension shall confirm that they maintain theavailability of the professional staff nominated in the Eligibility Response.Clarification and Amendment of RFI2.3.1Interested Vendors are requested to study this document carefully and seekclarification from the NBT, if necessary, before preparing the response. Allenquiries should be made in writing to the email address qcbs@nbt.tj2.3.2All questions submitted by Vendors and answers/clarifications provided by theNBT, shall be distributed to all Vendors at the date specified in Annex 5.3 (TimeScale -p.28) without revealing the source of the questions.NBT Liabilities and Rights2.4.1This RFI is a Request for Information by the NBT for Vendors’ responses forimplementing Core Banking System in the NBT. It does not imply an offer bythe NBT or a commitment to the issuance of an RFP.2.4.2With regards to the RFI, NBT has the following rights:i. Accept or reject any of the Responsesii. Treat Responses not adhering to the guidelines specified in this RFI asunacceptableiii. Request clarifications from Vendors.iv. Terminate the RFI process, partially or entirely2.4.3The Vendor shall bear all costs related to the preparation, submission, andparticipation in the RFI process, presentation, and submission of its Response.The NBT will in no case be responsible or liable for these costs, regardless of theconduct or outcome of the RFI process.2.4.4The Responses submitted to the NBT along with the supporting material, willbecome the property of the NBT.2.4.5The NBT may discuss the functional and technical aspects of the Response withthe vendors.The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 6 of 43

2.52.6Selected Vendor’s Obligations2.5.1The key persons identified for the project should carry out their activities fromthe space assigned by the NBT for the project team.2.5.2During the project execution and if such a need arises, the selected Vendor isrequired to obtain NBT written approval before contracting with any localvendor/provider to conduct or provide any of the project’s tasks/needs.2.5.3The selected Vendor is obliged to work closely with the NBT staff, act within itsown authority, obligated to comply with the bank’s policies, and follow thedirectives issued by the NBT that are consistent with the terms of the Contract.2.5.4The selected Vendor is responsible for managing the activities of its personnel,subcontracted/partners personnel, and will hold itself responsible for anymisdemeanors, breach of contract terms, late deliverables, performance gaps, etc.2.5.5The selected Vendor will report to the NBT Project Manager. On monthly basis,the work of the selected Vendor will be subject to review by NBT Project Teamand designated Advisors. NBT may request the services of a neutral third partythat has no conflict of interest, to evaluate the progress of the work and thedeliverables, as measured to the Scope of Work per the terms of the contract.2.5.6If a workshop is conducted outside Tajikistan, the selected Vendor will beresponsible for all workshop and training expenses including a venue with coffeebreaks/lunch, travel costs by plane, meeting, and lodging of participants, and perdiem and providing translation services when needed.The NBT Obligations2.6.1Invite the respondent Vendors to the RFI Responses public opening.2.6.2Make available to the selected Vendor a conventional office facility for amaximum of five people to be used by the selected Vendor employees.2.6.3Name the members of the NBT Project Management Team, headed by a ProjectManager.2.6.4Timely identification and providing access to function and process owners,stakeholders, training candidates, etc.2.6.5Provide the selected Vendor with technical information relevant to the Scope ofWork of the project and its goals, like NBT technical architecture of existingsystems, interfaces specifications, etc.The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 7 of 43

2.6.62.72.8Provide comments on different reports produced by the selected Vendor forprovision of feedback etc.Evaluation of Responses2.7.1The Response evaluation process is explained in detail in subsection 3.2(Evaluation of Responses-p.11).2.7.2The NBT is not liable to provide reasoning for failed vendor’s inquiries.Origin of Goods and Solution Services2.8.1Goods supplied and solution services provided in the RFI Response mayoriginate from any country except if:i. Tajikistan law or official regulation prohibits commercial relations with thatcountry; orii. Tajikistan law or official regulation prohibits any imports of goods from thatcountry or payments to persons or entities in that country; oriii. by an act of compliance with a decision of the United Nations SecurityCouncil taken under Chapter VII of the Charter of the United Nations.The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 8 of 43

33.1RESPONSE PREPARATION AND EVALUATION METHODOLOGYPreparation of ResponsesThe Vendor is required to follow the instructions below to prepare the Eligibility andTechnical Responses, using the forms provided.3.1.1 Eligibility Response PreparationThe Vendor should prepare the Eligibility Response composed of six sections,following the same numbering and sequencing provided below:1. Section One: Cover LetterThe Vendor should submit a signed Cover Letter using the form in Annex 5.4 (CoverLetter-p.29).2. Section Two: Evidence Supporting Compliance with Mandatory RequirementsThe Vendor should submit evidence showing compliance with the followingmandatory requirements:i. A signed form of initial partnership (e.g. signed agreement, MOU, etc.) amongstall partners in case of a consortium/alliance/partnership.ii. Power of Attorney provided to the person signing the Response by therepresentatives of Vendor (including each partner of consortium; alliance; and/orany form of partnership, if applicable) duly authorized to provide power to accepton behalf of Vendor all obligations that are instructed by the RFI.iii. Valid certificate of Company registration for the Vendor and all partners.iv. Submission of last 3 Years’ audited (or certified) Income Statement, BalanceSheet, and Changes in Equity and Cash Flow for the Vendor and all partners incase of a consortium/alliance/partnership. If the audited documents are not inEnglish, the Vendors shall submit (in addition to the copies of the original auditedstatements), a notarized translation in the English language for the abovedocuments. If the currency used in the original statements is not the Dollar, theVendors shall submit statements showing the amounts in Dollar and indicate thesource of the used exchange rate. If the currency used in the submitted documentis not in Dollar, the NBT shall convert the amounts to Dollar using the Bank’sexchange rate at the time of reviewing the bid. The Vendor should accept thisconversion.3. Section Three: Vendor ProfileThe Vendor is required to provide a profile for itself and its partners using the formin Annex 5.5 (Vendor Profile-p.30). A separate form should be provided for eachpartner in case of a consortium; alliance; and/or any form of partnership. The vendorand its partners should provide Litigation History for the past 5 years.The National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 9 of 43

4. Section Four: Experience on Similar projectsThe Vendor should provide details on similar projects implemented by itself and itsalliances, demonstrating that Information Technology implementation in thefinancial sector is the Vendor’s core business area with successful documentedexperience implementing similar projects in the last 5 years. The Vendor should usethe template in Annex 5.6 (Experience on Similar Projects-p.31) for each projectimplemented.A separate form should be provided for each partner in case of a consortium; alliance;and/or any form of partnership.5. Section Five: Team Composition and Task assignmentThe Vendor should provide details of the Project Team composition and theindividual task assignments for the Project using the template in Annex 5.7 (TeamComposition and Task Assignment-p.32)6. Section Six: Curriculum Vitae (CV) for Proposed Professional StaffThe Vendor should use the template in Annex 5.8 (Curriculum Vitae (CV) forProposed Professional Staff-p.33) to provide the CV for EACH team membermentioned in Section Five above.Annex 5.7 (Team Composition and Task Assignment-p.32)3.1.2 Technical Response PreparationThe Technical Response is composed of two sections:1. Section One: Cover LetterThe cover letter must be signed by a person or persons authorized to submit theinformation on behalf of the Vendor and should contain the following:i. A declaration that delineates the ability of the Vendor to fulfill the exercise.ii. A pledge by the Vendor not to engage in any corrupt, fraudulent, collusive, orcoercive practices.iii. A statement attesting to the fact that the Vendor is not debarred from participatingin the procurement proceedings, and a declaration that the Vendor shall not give,confer, procure, or promise or offer to give or confer, or to procure or attempt toprocure, directly or indirectly anything of value to an employee of NBT, toinfluence his or her action in a procurement process or in the execution of acontract.iv. Details of the designated person, if different from the authorized person who hassigned the cover letter, who may represent the Vendor in the bid opening process.2. Section Two: Proposed Solution Framework and MethodologyThe Vendor is required to address each of the deliverables listed in section 4.2 (Scopeof Work-p.19). The Vendors’ response to the Scope of Work should demonstrate theThe National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 10 of 43

Vendors’ technical ability to provide an integrated and optimal solution. TheVendors’ response should address each task and demonstrate a well-thought andpractical approach and steps to be taken to achieve the task objectives.The Vendors are encouraged to provide detailed Artifacts (illustrations, diagrams,tables, etc.) to elaborate on the approach used.3.2Evaluation of ResponsesRFI Responses received will be evaluated in two stages:1.Eligibility evaluation2.Technical evaluationOnly Responses passing the Eligibility evaluation shall be considered for the Technicalevaluation. Subsequently, only Responses passing both the Eligibility and Technicalevaluation shall be shortlisted and considered for the RFP invitation.A total of hundred (100) scored points shall be awarded of which a weighted 44% ofthe overall score is assigned to the Eligibility Response and the other 56% for theTechnical Response. The weighted Eligibility and Technical scores shall be addedtogether, to give a total score for each Response.The Responses passing both the Eligibility and Technical Evaluation shall beshortlisted and considered for the RFP invitation.3.2.1 Eligibility Response EvaluationThe evaluation committee evaluates the Eligibility Response of the Vendors based onthree parts for a maximum of 44 points. The Vendor is required to score a minimumof 29 points.3.2.1.1 Evaluation Part 1: Evaluation of Compliance with Mandatory RequirementsThe Eligibility Response will first be evaluated against mandatory criteria. TheVendor should submit evidence showing compliance with the mandatoryrequirements stated in subsection 3.1.1 (Eligibility Response Preparation-p.9).Any Vendor unable to meet the mandatory criteria will be rejected withoutfurther review or consideration. Rejected Vendors shall be notified.3.2.1.2 Evaluation Part 2: Vendor’s Experience on Similar Projects (19 points)In this category, the committee evaluates the Vendor’s (and its partners’)relevant experience on similar projects, as documented in Annex 5.6(Experience on Similar Projects -p.31), for a maximum score of 19 points. Foreach experience, the Vendor should provide at least 3 references who can becontacted by the Bank (company name, address, telephone number, emailThe National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 11 of 43

address, and point of contact information are required) for whom similarprojects have been conducted. The Vendor is required to score a minimum of12 points.The evaluation committee shall use the table below to award the points:Evaluation CriteriaScoring Scale1. The Vendor (or its partner) shouldhave implemented the proposed corebanking system with the followingmodule at a minimum, at a supervisoryand regulatory authority (e.g. centralbank), within the past 10 years:1. Customer Management2. Account Management3. General Ledger4. Currency Management (Cashissuance and management)5. Teller and Vault6. Credit (Lending)7. Deposit8. Commission, Fees, and Penalties9. Nostro and Vostro10. Limits and Collateral11. Signature Management12. Risk Management13. Government account services14. IFRS Reporting15. Anti-money Laundry (AML)One implementation of CBSsystem at a commercial financialinstitution OR;Two implementation of CBSsystem at a commercial financialinstitution OR;One implementation of CBSsystem at a Central (National)Bank OR;Two implementation of CBSsystem at a Central (National)Bank OR;2. The vendor (or its partner) shouldhave implemented Treasury andInvestment solution3. Other relevant financial solutions theVendor (or its partner) has implementedat a supervisory and regulatoryauthority, such as RTGS, RetailPayment Systems, Banking SupervisionReporting, ACH, Credit Bureaus, etc.Three or more implementation ofCBS system at a Central(National) BankOne implementation of thesolution at a Central (National)Bank OR;Two implementations or more ofthe solution at a Central(National) Bank OR;One implementation of thesolution at a commercialfinancial institution OR;Two or more implementations ofthe solution at a commercialfinancial institution1 point awarded per eachsuccessful solutionimplementationPtsMaximumAwardedPoints for theCriteria1 pt2 pts5 pts10 pts6 pts8 pts2 pts3 pts5 pts1 pt2 pts4 pts4 ptsThe National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 12 of 43

3.2.1.3 Evaluation Part 3: Team Composition and Task Assignment (25 points)In this category, the committee evaluates the experience, competence, and suitabilityof the staff assigned to the project, as documented in Annex 5.7 (Team Compositionand Task Assignment-p.32) and Annex 5.8 (Curriculum Vitae (CV) for ProposedProfessional Staff-p.33), for a maximum score of 25 points. The Vendor is requiredto score a minimum of 17 points.The evaluation committee will use the table below to score the points:Position1. Team Lead –CBS2. ProjectManager3. Project TeamMembersTeam QualificationShould have a minimum offive (5) years of experience asa Team Lead implementingbig scale projects for largeinstitutions, and have executedat least one CBSimplementation project, at aCentral (National) BankShould have a minimum ofseven years of experience inProject Management andexecuted at least one CBSimplementation projectAt least two of the proposedteam members (not includingthe individuals qualifyingunder criteria 1 and 2 above)having each a minimum ofthree years of hands-onexperience implementing CBSprojectsCriteriaOne implementation of aCBS system at acommercial financialinstitutionTwo implementations ofa CBS system at acommercial financialinstitutionOne implementation of aCBS system at a Central(National) BankTwo implementations ofa CBS system at aCentral (National) BankThree or moreimplementations of aCBS system at a Central(National) BankManaged at least oneCBS project at acommercial bank OR;Managed at least oneCBS project at a Central(National) BankManaged at least twoCBS projects at aCentral (National) BankA minimum of two ofthe proposed teammembers meeting thecriteria OR;Three or more of theproposed team membersmeeting the criteriaPtsMaximumPoints1 pts2 pts3 pts9 pts4 pts7 pts1 pts2 pts5 pts4 pts2 pts4 pts4 ptsThe National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 13 of 43

PositionTeam QualificationCriteria4. Team Lead –Treasury &InvestmentManagementShould have a minimum ofthree (3) years of experienceas a Team Lead for Treasury& Investment ManagementImplemented at least onesolution at a commercialbank OR;Implemented at least onesoultion at a Central(National) Bank5. Additionalqualifications inteam compositionThe team composition shouldinclude consultant(s) (notincluding the individualsqualifying under criteria 1,2,3and 4 above) with a minimumof three years with specificindustry experience as well asfunctional experience such asbut not limited to processreview and documentation,development of BRDs andFSDs, development anddelivery of training,development of testingstrategies, testing plan, andtesting scripts, development ofQuality Assurance Plan andmonitoring and reportingquality issues, Leading SITand UAT, and development ofdata migration strategyDemonstrated anddocumented a minimumof three years of handson experience in thespecific domainPtsMaximumPoints1 pts3 pts2 pts1 ptperteammember4 ptsThe National bank of Tajikistan - Request for Information for the Supply and Implementation of the Core Banking SystemPage 14 of 43

3.2.2Technical Response EvaluationThe evaluation committee evaluates the Technical Response for a maximum of 56 points. The Vendor is required to score aminimum of 37 points. The evaluation committee evaluates the Technical Response based on the Vendor’s proposed solutionusing the submitted design, and whether the Response shows that the Vendor understands both the magnitude and importance ofthe project objectives and demonstrated the technical ability to address an optimal solution.The evaluation committee will use the table below to score the points:Criteria1. Scope of WorkThe Vendor must providea clear description of theproposed modules andtheir functionalities, andthe methodologies andframework which will beused to achieve the desiredoutcome2. Project PlanThe Vendor must providea comprehensive ProjectPlan when responding tothis RFI following a formsimilar to the example inAnnex 5.9 (Project Planp.34)Sub-criteria1. A detailed description of the modules provided with clear alignment on how the functionalities ofeach module shall serve the needs of the NBT divisions2. Description of the methodologies that wil

NBT, shall be distributed to all Vendors at the date specified in Annex 5.3 (Time Scale -p.28) without revealing the source of the questions. 2.4 NBT Liabilities and Rights 2.4.1 This RFI is a Request for Information by the NBT for Vendors' responses for implementing Core Banking System in the NBT. It does not imply an offer by