karandaaz pakistan including hardware, software, network

63
RFP # 77 NBFI – Lending Management System KARANDAAZ PAKISTAN Request for Proposal RFP # 77 Non-Banking Financial Institute (NBFI) – Lending Management System (LMS) Including hardware, software, network, security, application implementation, maintenance and support 10 July 2020

Upload: others

Post on 04-Oct-2021

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

KARANDAAZ PAKISTAN

Request for Proposal

RFP # 77

Non-Banking Financial Institute (NBFI) – Lending Management System (LMS) Including hardware, software, network, security, application implementation, maintenance and

support

10 July 2020

Page 2: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

REQUEST FOR QUOTATIONS

Country: Pakistan

Title of RFP: NBFI – Lending Management System (LMS)

RFP Number: 77

Issuance date of RFP: 10 July, 2020

Last date for Queries: 16 July, 2020

Pre-bid meeting: 20 July, 2020

Response to Queries: 22 July, 2020

Closing date of RFP: 29 July, 2020

Presentation Date: 6th August 2020 (Tentative)

RFP response to: Procurement Department

E-mail Address: [email protected]

SECTION 1. LETTER OF INVITATION

RFP no 77 July 10th 2020, Islamabad

1. The purpose of this Request for Proposal (the “RFP”) is to solicit proposals from bidders interested

in providing NBFI – Lending Management System (LMS). The LMS will be procured by Karandaaz Pakistan (“KRN”) and to be installed at a hosted or cloud based environment provided by the contractor. The RFP is designed to assess whether bidders are able to provide the goods and services required (hereinafter jointly and severally referred to as the “Services”), and through a competitive and fair assessment, select a winning bidder for the Services.

2. Karandaaz retains the sole discretion to accept the Proposal with the highest combined technical and financial score and value for money as per Award Criteria regardless of being installed at a hosted environment or cloud based environment or both.

3. Karandaaz Pakistan invites sealed proposals from interested and eligible bidders. Further details on the Services required are provided in the Terms of Reference (Section 5 of RFP).

4. The bidder will be selected under open competitive procedures, in accordance with the Procurement Policies and Procedures of Karandaaz Pakistan (the “KRN Policy and Procedures”).In the event of any conflict or inconsistency in terms and conditions of the RFP and the KRN Policy and Procedures, the KRN Policy and Procedures shall prevail.

5. The full RFP is available at www.karandaaz.com.pk under procurement section. 6. Karandaaz Pakistan plans to issue a Fixed Price Contract in PKR to the successful bidder. 7. An award will be made on the Quality and Cost basis selection.

Both technical and financial proposals must be submitted in a hard copy and an electronic format through email at [email protected] before 5:00 pm Pakistan Standard Time on 29 July 2020. Bidders must prepare three hard copies of the technical proposal and one hard copy of the financial proposal, and submit each of them in separate sealed envelopes to the attention of ‘The Procurement Department’ 1-E, Ali Plaza, D Chowk, Mezzanine Floor, Nazimuddin Road, Blue Area, Islamabad. The proposal should also be sent to the following email address: [email protected] with the subject line: Responding to RFP No 77 “Non-Banking Financial Institute (NBFI) – Lending Management System (LMS). Bidders must submit password protected electronic copies of financial proposal. Password for financial proposal will be requested by Karandaaz procurement department from the technically qualified bidders at the time of financial opening (if need).

Page 3: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Soft copy of the bids/proposals shall be considered in case of any discrepancy found in the hardcopy. In case of any conflict between the provisions of this RFP, the decision of Karandaaz shall be final regarding the overriding effect of the respective provision.

Yours sincerely, The Procurement Department Karandaaz Pakistan

Page 4: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

SECTION 2. INSTRUCTIONS TO BIDDERS

A. General

1 Scope of Proposal Karandaaz Pakistan issues this Request for Proposals (the “RFP”) for “NBFI – Lending Management System”.

Throughout this RFP:

i. The term “in writing” means communicated in written form (e.g., by mail, e-mail, fax) ii. “Day” means calendar day

2 Fraud and Corruption

Bidders shall comply with Karandaaz Pakistan’s policy regarding fraud and corruption set out in Section 3 of the RFP.

3 Eligibility

Karandaaz Pakistan may specify certain minimum qualification criteria in the Terms of Reference e.g. minimum years of relevant experience; etc. Bidders shall be under an obligation to disclose to Karandaaz Pakistan any situation of actual or potential conflict that impacts their capacity to perform/act in accordance with Karandaaz Pakistan’s best interests or pose a conflict of interest. Failure to disclose such situations may lead to the disqualification of a bidder or the termination of its contract. Karandaaz Pakistan’s policy with regard to conflict of interest is specified in Clause 35 of Section 3 of the RFP. Bidders shall provide evidence of their continued eligibility to the satisfaction of Karandaaz Pakistan, as may be requested from them from time to time.

4 One Proposal Per Bidder

An entity can participate only in one bid: as a single bidder, as a lead in a consortium/ joint venture or as a partner in a consortium / joint venture. Partnership firms or similar entities in different jurisdiction which work under common brand name or a part of affiliated network will be regarded as single entity and may not participate in more than one bid. Similarly associates and subsidiaries of an entity will be regarded as a part of a group and may not participate in multiple bids. Bidders may ask for clarification and any decision in this regard by Karandaaz shall be deemed to be final.

5 Cost of Preparation of Proposal The bidder shall bear all costs associated with the preparation and submission of its proposal. Karandaaz Pakistan shall not be responsible or liable for any such costs, regardless of the conduct or outcome of the bidding process.

Page 5: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

B. Request for Proposal

6 Contents of the RFP

The RFP comprises of the documents listed below plus any Addendum issued pursuant to Clause 8, of Section 2 ‘Amendment of RFP’:

Section 1 - Letter of Invitation Section 2 - Instructions to bidders Section 3 - Procurement Policy – bidder conduct Section 4 - Guiding Principles on Contract Terms and Conditions Section 5 - Terms of Reference. Section 6 - List of Required Annexes Annexure A – Proposal Submission Form Annexure B – Certificate of bidder’s Eligibility and Authority to Sign Proposal Annexure C – Mandatory Criteria for the bidders Annexure D – Technical Criteria for Qualification Annexure E – Technical Score Distribution Based on Requirement Matrix Annexure F – Level of Effort Chart Annexure G – Resume Format Annexure H – Reference Format

Attachment – Financial proposal template

7 Pre-Bid Meeting: A pre-bid meeting will be held on 20th July, 2020, 11 A.M. remotely via video conferencing. Bidders authorized representative are invited to attend the pre bid-meeting. The purpose of the meeting will be to clarify TOR’s and to answer any question on matters related to the RFP. Bidders are requested to submit queries, if any, regarding this RFP through email address [email protected] no later than 5:00 PM Pakistan Standard Time on 16th July 2020. All correspondence and/or inquiries regarding this solicitation must reference the RFP number. Bidders shall be represented by not more than two people. Bidders must notify Karandaaz the participant’s details (Firm & Participant Name, Designation, email address) who intend to attend the pre-bid meeting by COB 17th July 2020, through email address [email protected]. It is not mandatory for bidders to attend pre-bid meeting. Any further information required, will be provided in the pre-bid meeting based on the questions received by 16th July 2020.

8 Clarification of RFP Queries of the pre-bid meeting, including the text of the questions raised and the responses given, will be uploaded at Karandaaz website under procurement section by 10:00 PM Pakistan Standard Time on 20th July 2020.No phone calls or in-person inquiries will be entertained; all questions and inquiries must be in writing. Only written answers will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from a Karandaaz employee or other entity should not be considered as an official response to any questions regarding this RFP.

Page 6: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

9 Amendment of RFP At any time prior to the deadline for submission of bids, Karandaaz Pakistan may amend the RFP by issuing an Addendum. Any Addendum so issued shall be part of the RFP and will be communicated via the Karandaaz Pakistan website. Bidders are advised to monitor the site for updates. To give prospective bidders reasonable time in which to take an Addendum into account in preparing their bids, Karandaaz Pakistan may, at its discretion, extend the deadline for the submission of bids, pursuant to Clause 17, of Section 2 ‘Deadline for Submission of proposals’.

C. Preparation and Submission of Proposals

10 Language of proposal All documents relating to the proposal shall be written in the English language.

11 Documents Comprising the Proposal A proposal shall consist of the following:

1. Technical proposal consisting of the following; i. Name and details of bidder and experience;

ii. Proposal Submission form iii. Certificate of bidder’s eligibility and authority to sign the proposal (Annexure ‘B’) iv. ‘Mandatory Criteria’ sheet given in Annexure ‘C’. v. ‘Technical Criteria for Qualification’ sheet given in Annexure ‘D’

vi. Two customer references for similar previous projects on client letterheads, duly authorised by the clients as per the format given in Annexure ‘H’. The accuracy shall be the sole responsibility of the supplier.

vii. Description of approach, methodology, work plan, timelines, technical architecture and the training plan in responding to the terms of reference;

viii. Examples and proof of similar past experience ix. Technical Solution and its compliance with functional requirements given in RFP x. Work schedule and planning for deliverables; and

xi. ‘Level of effort chart’ given in Annexure ‘F’ xii. Team composition, assignment, and key experts’ inputs and Curriculum vitae (CV

of team members and key experts) as per Annexure ‘G’ xiii. Requirements for Joint Venture / Consortium Agreement (Contractor must meet

the following mentioned requirements as following). The documents should be signed by all Partners or Lead Partners should have

valid Power of Attorney duly signed by all members of the Consortium. Joint Venture consortium should have valid agreement which delineates the

rights and obligations of each member.

2. Financial proposal Pricing must be fully comprehensive, complete, and list any available discounts. Pricing information supplied with the proposal must be valid for at least 120 days after the due date for proposal submission. All one-time and recurring costs must be fully described. Rates

Page 7: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

should be quoted, inclusive of all but showing separately, costs of inspection, services, transportation, Provincial/Federal taxes, import duties if any and other levies, all services, licenses, out of pocket expenses, withholding income tax & sales tax. The Bidder will be responsible for meeting all tax liabilities arising out of the contract. Karandaaz will not be responsible for any erroneous calculation of tax rates or any subsequent changes in rates or structure of applicable taxes. All differences arising out as above shall be fully borne by the Successful Bidder. In case the bidder doesn’t identify inclusion of applicable taxes in the proposal, it shall be assumed that the quoted price is inclusive of all applicable taxes. Two financial proposals must be submitted based on Hosted and Cloud based solution on company letterhead duly signed and stamped by firm authorised official. *Template for standard financial bid is attached with this RFP. Kindly submit signed and stamped copy of both technical and financial proposals. Bidders must submit password protected electronic copies of financial proposal. Password for financial proposal will be requested by Karandaaz procurement department at the time of financial opening (if needed).

12 Currencies of Bid, Contract and Payment

The financial proposal will be submitted in PKR. The contract will be offered in PKR and the

payments will be made in PKR. If the selected bidder does not have any office in Pakistan, and

requests payment in USD, Karandaaz may make the payment in USD using the selling USD/PKR

exchange rate quoted on SBP’s website on the date of payment till the agreed contract price in

PKR is consumed.

13 Proposal Validity Proposal shall remain valid for 120 days after the proposal submission deadline date established by Karandaaz Pakistan. A proposal valid for a shorter period shall be rejected as non-responsive. In exceptional circumstances, prior to the expiration of the proposal validity period, Karandaaz Pakistan may request all bidders who have submitted their proposals to extend the period of validity of their proposal for a specified additional period. The request and the responses shall be made in writing. Agreement by a bidder to extend the validity of its proposal, shall be without any change in the original proposal and with confirmation of availability of the key experts. A bidder has the right to refuse extension in the validity period of its proposal, in which case such proposal will not be further evaluated. If any of the key experts become unavailable for the extended validity period, the relevant bidder shall provide an adequate justification in writing and evidence to the satisfaction of Karandaaz Pakistan together with the substitution request. In any such case, the replacement key expert shall have equal or better qualifications and experience than those of the originally proposed key expert. The technical evaluation score, however, will continue to be based on the evaluation of the CV of the original key expert. If the said bidder fails to provide a replacement key expert with equal or better qualifications, or if the reasons provided for the replacement or justification are not to the reasonable satisfaction of Karandaaz Pakistan, the proposal will be rejected at Karandaaz Pakistan’s sole discretion.

14 Performance Guarantee

Page 8: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

The successful bidder will furnish a performance guarantee, of 2% of the contract value amount prior to signing of the contract which will be released after successful commission of LMS. The performance guarantee shall be an unconditional and irrevocable bank guarantee payable by any of the AAA rated banks in Pakistan or a demand draft or bankers’ cheque or pay order from any commercial bank (cashable in Pakistan) issued in the name of “Karandaaz Pakistan

15 Alternative proposals Alternative proposals shall not be considered.

16 Format, Signing, and Submission of Proposal The bidder shall prepare and email a scanned copy of the documents comprising the proposal as specified in Clause 11, of Section 2 on its official letterhead. Each document shall be signed by a person duly authorized to sign on behalf of the bidder and all pages of the proposal shall be initialled by the person or persons signing the proposal. The proposal shall contain no alterations or additions, other than those which are necessary for complying with instructions issued by Karandaaz Pakistan, or as are necessary for correcting errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the proposal.

17 Deadline for Submission of Proposals Proposals must be received by Karandaaz Pakistan no later than 5:00 PM Pakistan Standard Time on 29th July 2020. Karandaaz Pakistan may extend the deadline for submission of proposals by issuing an amendment in accordance with Clause 9, of Section 2 ‘Amendment of RFP’, in which case the original deadline shall be extended to the new deadline. Bidders are requested to visit Karandaaz website for updates under procurement section.

18 Late Proposal Any proposal received after the deadline for the submission of proposals prescribed in Clause 17, of Section 2 by Karandaaz Pakistan will be considered only at the sole discretion of the evaluation team.

19 Withdrawal, Substitution, and Modification of Proposal Bidders may withdraw, substitute or modify their proposal by giving notice in writing before the deadline for submission of proposal prescribed in Clause 17, of Section 2 ‘Deadline for Submission of Proposal’. Each bidder’s withdrawal, substitution or modification notice shall be prepared, sealed, marked, and delivered in accordance with Clause 16, of Section 2 ‘Format, Signing, and Submission of Proposal’, with the subject line : Responding to RFP for [“______________ - “WITHDRAWAL,” SUBSTITUTION” or “MODIFICATION”] as appropriate. No proposal may be substituted or modified after the deadline for submission of proposal as aforestated.

D. Proposal Opening and Evaluation

20 Proposal Opening

Page 9: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Karandaaz Pakistan shall open the proposals, including modifications made pursuant to Clause 18, of Section 2, on the business day following the deadline stipulated in Clause 17, of Section 2 or the extended deadline in accordance with Clause 17 of Section 2, as the case may be.

21 Confidentiality Information relating to the examination, evaluation, comparison, and post-qualification of proposal, and recommendation of contract award, shall not be disclosed to bidders or any other third persons whatsoever, prior to publication of the contract award. Any effort by a bidder to influence Karandaaz Pakistan in the examination, evaluation, comparison and post-qualification of the proposal or contract award decision may result in the rejection of its bid. Notwithstanding the foregoing, from the time of proposal opening to the time of bidding process conclusion, if any bidder wishes to contact Karandaaz Pakistan on any matter related to the bidding process, it should do so in writing at the address indicated in Clause 7, of Section 2 ‘Clarification of RFP’.

22 Clarification of Bids To assist in the examination, evaluation, and comparison of proposals, Karandaaz Pakistan may, at its discretion, seek clarifications in respect of the proposal from any bidder. The request for clarification and the response shall be in writing, but no change in the price or substance of the proposal shall be sought, offered, or permitted except correction of arithmetical errors discovered by Karandaaz Pakistan in the evaluation of the proposals in accordance with Clause 26 of Section 2 ‘Correction of Errors’.

23. Preliminary Examination of Proposals Prior to the detailed evaluation of proposals, Karandaaz Pakistan shall first review each proposal and check the power of attorney or any other form of delegation of authority demonstrating that the representative has been duly authorized to sign the proposal, initialization of all pages, etc. and requirements stated in Annex C & D.

24 Determination of Bidder’s Eligibility and Qualifications Karandaaz Pakistan shall determine whether the bidder meets the eligibility and qualification requirements of the bidding documents. Bidders failing to comply with the eligibility criteria specified in Clause 3, of Section 2- ‘Eligibility’ shall be disqualified. If the bidder meets the eligibility criteria, Karandaaz Pakistan shall determine whether the proposal is substantially responsive to the requirements of the bidding documents.

Karandaaz Pakistan’s determination of a proposal’s responsiveness shall be based on the contents of the proposal itself. A substantially responsive proposal is one, which conforms to all the terms, conditions, and specifications of the RFP, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Services; (b) which limits in any substantial way or is inconsistent with the RFP, Karandaaz Pakistan’s potential rights or bidder’s obligations under the proposed contract; or (c) the rectification of which would unfairly affect the competitive position of other bidders presenting substantially responsive proposal.

25 Evaluation of Technical Proposal Karandaaz Pakistan shall evaluate the technical aspects of the proposals received, applying the evaluation criteria specified hereunder. Each proposal that is not rejected for reasons stated in these Instructions will be given a technical score.

Page 10: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

The evaluation criteria, relevant sub-criteria, and point system to be used to evaluate the Technical proposals shall be:

o Technical Proposal (60% of total score): o Firm Experience and Capability (10%) o Methodology and Plans (10%) o Technical Proposal (20%) o Project Staff qualifications and experience (10%) o Demo and Presentation (10%)

Detail breakup of Technical score of 60% is listed in Annex- E of RFP Bidders will receive a Pass/Fail rating in the Mandatory Criteria (given in Annexure ‘C’ and ‘D’). Only Bidders which meet the mandatory criteria will advance to the detail technical evaluation in which a maximum possible 60 points may be awarded. An evaluation committee appointed by the Karandaaz will carry out the technical evaluation applying the evaluation criteria and point’s ratings. Karandaaz Pakistan may inform the bidder in case it is noticed that incorrect information in mandatory criteria response, either by answer in documentation, is provided for any clarification. However, the evaluation of the technical committee shall be deemed final. The evaluation committee may evaluate the hosted environment or cloud-based environment of the LMS separately or both at its sole discretion and rate it according to the Technical criteria mentioned above. *Minimum score of 45 out of the total 60 will be required to qualify for the financial bid opening

26 Correction of Errors

Proposal determined to be substantially responsive shall be checked by Karandaaz Pakistan for any arithmetical errors. Errors shall be corrected by Karandaaz Pakistan as follows: Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern. The amount stated in the proposal shall be adjusted by Karandaaz Pakistan in accordance with the above procedure for the correction of errors and, with the concurrence of the bidder, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount, the proposal shall be rejected.

27 Currency for Price Evaluation For the evaluation and comparison of financial proposals, Karandaaz Pakistan shall convert all prices quoted in US Dollars to PKR, using the selling exchange rates published by the State Bank of Pakistan on the date of opening of financial proposal.

28 Evaluation of Proposal Price and ranking: Financial Proposal (40% of Total Score) Financial proposal submitted will be evaluated for price reasonability determined under full and open competition and known market conditions. Bidders must submit financial proposals as per attached format given with RFP.

Page 11: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Evaluation of the financial proposal will consider, but will not be limited to, the following:

Cost reasonableness;

Consistency with the technical proposal;

40 points will be awarded to the lowest responsive bidder while rest of the bids will be allocated points according to the following formula: Points of a Bidder = (P1/ P2) * 40 Where: P1= Price of Lowest Responsive Bidder P2= Price of the Bidder Karandaaz Pakistan may also negotiate the price and terms with the short-listed/ highest

(combined technical and financial) scored bidder to have best techno-commercial outcome. If the

outcome of the negotiation is unsuccessful or an agreement is not reached with the top ranked

bidder, Karandaaz may then negotiate with the next in-line bidder and so on down the list as per

rank until a satisfactory outcome is achieved.

The financial proposal shall be submitted on the template given as an attachment given with this RFP.

E. Award of Contract

29 Award Criteria Karandaaz Pakistan shall award the contract to the bidder whose proposal has been determined to be substantially responsive to the RFP and which has the highest combined technical and financial score and value for money.

30 Karandaaz Pakistan’s right to accept any Proposal and to reject any or all Proposals Karandaaz Pakistan reserves the right to cancel the bidding process and to reject all bids or to accept or reject any bid, at any time prior to the award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for Karandaaz Pakistan’s action.

31 Complaints pertaining to Bidding Process Without prejudice to Clause 29 of Section 2, any complaint at any stage of the bidding process or on conclusion of the bidding process from a bidder regarding a deviation from the prescribed procurement procedure may be addressed and delivered in writing to: Karandaaz Pakistan Attention: Chief Executive Officer 1 E, Ali Plaza, Nazimuddin Road, D-Chowk, Islamabad Any requests via email seeking this explanation should be sent to [email protected]

32 Unsuccessful Bidders

Page 12: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

The primary contact person of each bidder who fails technical evaluation or who is unsuccessful based on combined technical and financial score will be informed about the results of the bidding process through email upon the completion of the bidding process. Karandaaz Pakistan shall observe a 7 calendar days stand still period after intimation of results. Standstill period is defined as the period to give Bidders time to assess whether it is appropriate to submit an inquiry/concern/complaint. In case a vendor inquiries about the results of the evaluation, only the scores of the inquiring party shall be shared. Any inquiry received after the standstill period shall not be considered for any action.

33 Notification of Award and Signing of Agreement The bidder whose Proposal has been accepted shall be notified of the award by Karandaaz Pakistan prior to expiration of the proposal validity period through a communication in writing (the “Letter of Acceptance”). The said Letter of Acceptance shall state the full value of the contract payable by Karandaaz Pakistan in consideration of the services to be provided in accordance with the RFP. The contract pursuant to the award shall incorporate all agreements between Karandaaz Pakistan and the successful bidder and shall be signed by Karandaaz Pakistan and sent to the successful bidder. The successful bidder will duly sign the contract and return it to Karandaaz Pakistan with seven (7) days of the receipt of the Letter of Acceptance.

Page 13: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

SECTION 3. PROCUREMENT POLICY – BIDDER CONDUCT

34 Corrupt or fraudulent practices

Bidders, suppliers, contractors and their agents (whether declared or not), suppliers, and any personnel thereof, shall observe the highest standard of ethics during the procurement and execution of contracts.

Karandaaz Pakistan shall not award the contract if it is determined that the bidder, or any of its personnel, or its agents, or its sub-consultants, suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question. As part of bidding/ solicitation documents, Karandaaz Pakistan will seek declaration of ‘Non collusive non-corrupt practices’ from each bidder. Format for such declaration is prescribed in Section 3 of the standard bidding document. In pursuance of this policy, following terms are defined as follows:

a. “Corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

b. “Fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

c. “Collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

d. “Coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

e. “Obstructive practice” is deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation.

35 Avoidance of conflict of interest Any bidder participating in the procurement process should disclose any actual or perceived conflict of interest situation/condition. Any bidder to have a conflict of interest shall be ineligible for award of a contract.

A bidder shall be considered to have a conflict of interest in a procurement process if: a. Such bidder is providing goods, works, or non-consulting services resulting from or directly

related to consulting services for the preparation or implementation of a project that it provided or were provided by any affiliate that directly or indirectly controls, is controlled by, or is under common control with that bidder; or

b. Such bidder(including its personnel) has a close business or family relationship with one or more professional staff of Karandaaz Pakistan who: (i) is/are directly or indirectly involved in the preparation of the bidding documents or specifications of the contract, and/or the bid evaluation process of the contract; or (ii) would be involved in the implementation or supervision of the contract unless the conflict stemming from such relationship has been resolved in a manner acceptable to Karandaaz Pakistan throughout the procurement process and execution of the contract; or

Page 14: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

c. Such bidder falls under any other conflict of interest situation as specified in the standard

bidding documents relevant to the specific procurement process.

d. Any employee of Karandaaz or Karandaaz has a financial interest in the procurement as an officer, director, trustee, partner or employee in the business or organization in which the bidder is involved or is a party to.

36 Ineligible Firms

Proposals containing firms, goods, individuals (e.g., consultants, experts) and services from India

and/or Israel will be rejected.

SECTION 4. GUIDING PRINCIPLES ON CONTRACT TERMS AND CONDITIONS

37 Ownership of Intellectual Property Rights

37.1 All databases, designs, documents, technologies, supplier, developments, software, know

how, customizations, object codes, source codes, operational materials, maintenance materials

and related materials to the Lending Management System (LMS) which are made and used by

the successful Proposer during the course of the project and any copyrights, patents, registered

or unregistered design right, data base right, registered or unregistered trade mark, rights in

relation to confidential information (Intellectual Property Rights) related thereto shall be assigned

irrevocably and exclusively to Karandaaz Pakistan or its nominee.

37.2 The successful bidder shall assign these Intellectual Property Rights to Karandaaz Pakistan or

its nominee for unlimited and unfettered use for or in relation to the use of the Lending

Management System (LMS).

37.3 The successful bidder shall from the date of signing of the contract and until the end of

their term do all such things that may be necessary or desirable to vest in Karandaaz Pakistan

and to its nominee the full benefit of the items and Intellectual Property Rights referred to in

38.1 and shall deliver up to Karandaaz Pakistan or to its nominee all such items referenced in

Section 37.1

37.4 The Lead Partner shall ensure that all members of the joint venture are employed or

engaged on terms that are consistent with the provisions of Section 37.1 and that the Lead

Partner and the joint venture partners waive all moral rights in respect of the items referred to

in Section 37.1.

37.5 If and to the extent that it is not reasonably practicable for the successful bidder to provide

the services under the Contract without the use of Intellectual Property Rights of Karandaaz

Pakistan or its nominee, Karandaaz Pakistan may grant the successful bidder an exclusive,

revocable, non-transferable license during the contract period to use the Intellectual Property.

38 Transfer of Rights

Karandaaz Pakistan reserves the right to use and transfer all of the Lending Management System (LMS) software licenses rights to its nominee at no additional cost and without the imposition of any conditions of such transfer. Should such transfer occur the transferee acquires all rights and

Page 15: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

obligations of Karandaaz Pakistan. The transferee effectively acquires the same rights as enjoyed by Karandaaz Pakistan.

39 Subcontractor

The bidder shall not change or substitute the subcontractor without the prior written consent of Karandaaz Pakistan.

40 Order Cancellation

40.1 Karandaaz Pakistan reserves the right to cancel the purchase order for the Lending Management System (LMS) and forfeit the performance guarantee, referenced in Clause 14 of Section C above, in the event of one or more of the following situations:

(a) Delay in customization, implementation, installation of the Lending Management System (LMS) beyond the specified period as set out in the contract, before acceptance by Karandaaz Pakistan.

(b) Serious discrepancy in the quality of service, hardware, functionality of software to be delivered during the implementation, roll out and subsequent maintenance process of the Lending Management System (LMS).

(c) If the Lead bidder, its joint venture members or any of their subcontractors, agents, employees, or any other personnel makes any statement, submits any information or encloses any form which turns out to be false, incorrect and or misleading and or conceals or suppresses material information in relation to the project.

(d) If the Lead bidder it’s joint venture members or any of their subcontractors, agents, employees or any other personnel do not comply with the necessary laws, regulations, licenses or certifications.

(e) If the Lead bidder, its joint venture members or any of their subcontractors, agents, employees or any other personnel do not comply with the policy mentioned in Clause 35.

40.2 In case of order cancellation, any payments made by Karandaaz Pakistan to the successful bidder would necessarily have to be returned to Karandaaz Pakistan with a mark-up of 10% per annum as a pre-estimate of loss, from the date of each such payment. In addition, the successful bidder would also be required to compensate Karandaaz Pakistan for any direct and consequential loss incurred by Karandaaz due to the cancellation of the contract and any additional expenditure to be incurred by Karandaaz Pakistan to appoint another bidder. This amount shall not exceed the total value of the contract.

41. Compliance with applicable laws:

41.1 The bidder shall undertake to observe, adhere to, abide by, comply with and notify Karandaaz Pakistan about all laws already in force or as are made applicable in the future, pertaining to or applicable to them, their business, their employees or their obligations towards them and all purposes of this project. The bidder shall keep indemnified, hold harmless, defend and protect Karandaaz Pakistan, its officers, staff, personnel, representatives, agents from any failure or omission on its part to do so and against all claims or demands of liability and all

Page 16: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

consequences that may occur or arise for any default or failure on its part to conform or comply with laws and all other statutory obligations arising there from.

41.2 The bidder shall promptly and timely obtain all such consents, permissions, approvals or licenses as may be necessary or required for any of the purpose of the project or for the conduct of their own business under any applicable laws, regulations, rules, guidelines and shall keep the same valid and in force during the term of the project and in the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend, project and fully compensate Karandaaz Pakistan and its employees, officers, staff, personnel, representatives, agents from and against all claims or demands of liability and all consequences that may occur or arise for any default of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from and Karandaaz Pakistan will give notice of any such claim or demand of liability within reasonable time to the bidder.

42 Representations and warranties:

42.1.1 The bidder shall represent and warrant to Karandaaz Pakistan as follows:

a) the proposal is signed by the authorised person, according to the laws of the jurisdiction of its incorporation/registration and according to the laws of Pakistan, to commit the bidder to the terms of the RFP who has full authority to sign the bidding documents and execute the contract on behalf of the bidder/members in the joint venture.

b) it will not contravene any provision of its documents of incorporation by submitting its bid under this RFP.

c) it and its joint venture members, sub-contractors, agents, suppliers or employees etc will not violate or contravene any law, statute, rule, regulation, licensing requirement, order, writ, injunction or decree of any court, governmental instrumentality or other regulatory, governmental or public body, agency or authority by which it is bound or by which any of its properties or assets are bound.

d) it and its joint venture members, sub-contractors, agents, suppliers or employees are not black listed by any government agency, organisation or by any donor agency.

e) it and its joint venture members, sub-contractors, agents, supplier or employees possesses the skills, experience, expertise and ability to undertake and fulfil their obligations under all provisions of this RFP.

(f) all software, hardware, infrastructure materials and documentation supplied by the

bidder during the lifetime of the contract shall meet the execution and delivery of the highest

industry standards as per Karandaaz’s requirements;

(g) any services, functions or responsibilities not specifically described in this RFP which form

an inherent or necessary part of the deliverables under the Lending Management System

(LMS) or are required for proper performance or provision of the deliverables or services shall

be deemed to be included as part of the deliverables and will be provided by the bidder at no

additional cost to Karandaaz Pakistan.

Page 17: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

(h) the entry into and performance according to this RFP by the bidder will not breach any

contractual or other obligation owed by Karandaaz Pakistan to any other third party or any

rights of any third party or any other legal provision;

(i) it and it third party or any rights of any third party or any other legal provision; be deemed

to be included as part of the deliverables and will be provided by thee his which are

statutorily required to be obtained by the Proposer during the course of the project;

(j) it and its joint venture members, sub-contractors, agents or employees shall not infringe

any of the Intellectual Property Rights of any third parties during the provision of services for

the Project;

(k) it will assist Karandaaz Pakistan in procuring any registrations, permissions or approvals

which may at any time during the course of the project be statutorily required to be obtained

by Karandaaz Pakistan for availing services from the bidder;

(l) it will provide all necessary resources to deliver the various tasks and deliverables to

execute the Lending Management System (LMS).

(m) it and its Lending Management System (LMS) resources to deliver the various tasks and

employees neither have nor will engage in money laundering, terrorist financing, weapon

smuggling, anti-state activities and neither have nor will maintain links with proscribed

organizations including but not limited to the organizations, individuals, firms in the List of

HM Treasury's Office of Financial Sanctions Implementations, UK Home Office's Proscribed

Terrorist Groups and Organizations, European Union's Consolidated list of Sanctions, United

Nations Security Council Sanctions List and the World Bank's List of Ineligible Firms and

Individual;

(n) it will not use any equipment not approved by Pakistan Telecommunication Authority;

(o) it shall timely and diligently participate in all meetings required by the Purchaser and its

client;

(p) it and it joint venture members, sub-contractors, agents, suppliers and employees shall

observe the highest standard of ethics during the term of this Agreement;

(q) it and its joint venture members shall not directly or indirectly engage consultants,

experts, sub-contractors or any personnel from India and/or Israel and acquire any goods or

services therefrom.

(r) it and it its joint venture members shall not directly or indirectly engage consultants,

experts, sub-contractors or any personnel from India and/or Israel or Obstructive Practices;

and

Page 18: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

(s) it shall exercise duty of care for the safety and wellbeing of its joint venture members,

employees, consultants, any personnel assigned to perform the services for the project.

42.1.2 Each of the representations and warranties set out in 42.1.1 shall be construed as a

separate representation and warranty and shall not be limited or restricted by reference to, or

inference from, the terms of any other representation or warranty in the RFP or contract.

42.1.3 If at anytime the bidder becomes aware that a representation or warranty given by it under

Section 43.1.1 has been breached, has become untrue or has become misleading, it shall without

undue delay notify Karandaaz Pakistan of the relevant occurrence in sufficient detail to enable

Karandaaz Pakistan to make an accurate assessment of the situation.

43 Records and Inspection

43.1 The bidder shall keep complete, accurate and up-to-date records of all activities carried out

by it in relation to and for the purposes of providing its services and as required for compliance

by Karandaaz Pakistan with all applicable laws or the requirements of the regulatory authorities.

43.2 The bidder shall at the request of Karandaaz Pakistan and upon reasonable notice allow duly

authorised representatives of the Karandaaz Pakistan, any regulatory authority or Karandaaz

Pakistan authority or Karandaaz Pakistan relation to and for the purpose of confirming compliance

with the RFP.

43.3 The bidder shall provide Karandaaz Pakistan, the regulatory authority or Karandaaz Pakistan

authorised representatives of the Karandaaz Pakistan, any regulatory authority provided that it

does not materially affect the bidder’s ability to provide the services in the normal course.

44 Force Majeure

44.1 The bidder and Karandaaz Pakistan will not be liable for any act, omission or failure to fulfill

its obligation under the contract if such act, omission or failure arises from an event of force

majeure, i.e. a natural disaster, act of god, coup, strike, lock out etc. The party un-able to fulfill its

obligations will notify the other without undue delay in writing of the reasons for its failure to

fulfill its obligations due to the force majeure; any damage or loss caused (or likely to be caused)

and any proposed remedial action.

44.2 The Proposer and the Purchaser will agree on the extent of any such damage and loss and

any remedial action and will, if necessary, vary the timeline for the completion of LMS project

accordingly.

45 Arbitration

45.1 All disputes, differences or questions with respect to any matter arising out of or relating to

the Lending Management System (LMS) (Dispute) shall be resolved by both the bidder and

Karandaaz Pakistan through mutual negotiations in good faith. The bidder or Karandaaz Pakistan

may inform each other about any such dispute through a notice in writing specifying the issue in

dispute or the matter of difference, within fifteen (15) days following receipt of such a notice of

either parties shall endeavor to settle the issue through amicable negotiations. In case the issue

Page 19: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

raised through the notice cannot be settled within the period of fifteen (15) days from the date

of issuance of notice with respect there to, the issue or matter shall be referred to Arbitration as

provided hereunder.

45.2 The Arbitration shall be conducted in accordance with the Arbitration Act, 1940. Arbitration

proceedings shall be conducted by a sole arbitrator appointed by mutual agreement. The decision

of the arbitrator shall be final and binding on the bidder and Karandaaz Pakistan. The venue for

arbitration shall be Islamabad Pakistan and the language for arbitration proceedings shall be

English.

46 Payment Terms

All invoices are due and payable within 30 Business Days of successful acceptance of (i) the

relevant Deliverable and (ii)achievement of the corresponding agreed milestones subject to the

clearance of all required regulatory approvals in this regard.

SECTION 5. TERMS OF REFERENCE

Project Title: NBFI – Lending Management System (LMS) Expected Start Date: August 2020 End Date: Oct 2020 About Karandaaz Pakistan

KARANDAAZ PAKISTAN, a section 42 company incorporated in Pakistan in August 2014, promotes access

to finance for small businesses through a commercially directed investment platform, and financial

inclusion for individuals by employing technology enabled digital solutions.

Karandaaz Pakistan has financial and institutional support from leading international development finance

institutions; principally the United Kingdom’s Department for International Development (DFID) and the

Bill & Melinda Gates Foundation (BMGF).

DFID aims to strengthen the financial infrastructure in Pakistan through a project which will support an

increased level of finance to MSMEs in Pakistan. For Karandaaz, a specialized NBFI will provide an

opportunity to become a catalyst for change by demonstrating that the SME market is commercially viable

if tapped with innovative approaches. The objective is to create a sustainable NBFI in the long run which

is capable crowding in private commercial capital through various financial instruments. Karandaaz’s

target is to capitalize the NBFI by November 2020.

The Company has four verticals.

Karandaaz Capital provides wholesale structured credit and equity-linked direct growth capital

investments in micro, small and mid-size enterprises (MSMEs) with compelling prospects for

sustainable growth and employment generation in Pakistan.

Karandaaz Digital focuses on expanding the poor’s access to digital financial services in Pakistan

by working across the ecosystem with all stakeholders including regulators, policy-makers,

Page 20: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

government departments, businesses and researchers and academics with activities arranged in

four key work areas–Policy and Regulation, Seeding Innovation, Experimentation and Solutions

Development, and Scale and Outreach.

Karandaaz Innovation manages the Innovation Challenge Fund, providing risk capital and grants

to partners with an aim to generate innovative solutions to complex problems in areas of financial

inclusion and entrepreneurship.

Knowledge Management and Communications supports the company's core financial inclusion

goal by developing and disseminating evidence-based insights and solutions to influence markets

and the financial ecosystem.

BACKGROUND

Karandaaz Capital provides capital to micro, small and medium enterprises (MSMEs) by providing various

financial instruments in order to demonstrate viable financial models and products that can be taken up

by commercial players. After conducting a feasibility study through a third party of its mid-term strategy,

Karandaaz has decided in principle to set up a commercially driven and privately managed Special Purpose

Vehicle (SPV) to leverage its capital, enable more flexibility in its capital deployment and demonstrate

development impact. Following the feasibility study which also included an independent review of it’s

operational, legal and regulatory structure it has been decided that the SPV will be a Non-Bank Finance

Company (NBFI) licensed under the regulations of Securities & Exchange Commission of Pakistan (SECP).

The NBFI will focus on providing financing to SMEs in specific sectors which have been selected using a

multi-factor framework, including regulatory, financial, human resource, taxation and development

impact parameters. This structure is recommended based on the conclusion that an alternative approach

will yield advantages in terms of impact, governance, compliance, access to human resource and

leveraging available funds.

OBJECTIVE OF RFP

The objective of the RFP is to stipulate the deliverables &evaluation criteria of the potential contractor to

design, develop, implement, test, secure, manage the technology operations, and staff training including

handover after a mutually agreed upon time period to the IT department, of the NBFI - Lending

Management System. Proposals are requested to implement a turnkey solution which includes either

hosting or proposing a cloud-based solution.

SCOPE OF WORK

Karandaaz invites responses from a qualified bidders to propose a contractual agreement for providing

the solution as described in this document. The scope of the project includes a lending management

system that comprises of:

o Short Term Finance & Long Term Finance

o Running Finance o Supply Chain Finance o Certificate of Deposit/Investment o Non-Fund Based Services

Page 21: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Karandaaz expects that the selected bidder will be responsible for all of the following key activities (but not limited to):

- Providing a hosted or cloud-based environment - In case of hosted, procure relevant hardware required for operations - Installation of the proposed solution components - Design and development of the solution, including requirements set forth in Annexure D. - Unit, system and integration testing of the software - Training of identified business and technical users - Maintenance and support including IT operations of hardware, software, databases,

network, and application for a period of 3 years

Successful bidder will help operationalize the disbursement of loans at the NBFI in an optimized manner using proposed set of applications, robust MIS and audit systems with appropriate reporting tools for the above mentioned functions. Proposed system/software should be able to cover the entire life cycle of loan origination system (application to disbursement), and loan management system (disbursement to closing).

The Contractor shall work collaboratively with project team (comprising Karandaaz staff, Karandaaz

appointed consultant and any other subject matter experts assigned to the project) to design, develop

and implement the LMS.

During the three years period following acceptance of the application software, the Contractor shall

provide support directly through remote access or on-site through engagement of local hire/IT Firm as

partner in connection with the Contractor’s responsibilities for installation, testing, training and

maintenance of application software.

The Contractor and the Karandaaz NBFI staff members will meet for specific periods (dates and duration

to be determined) during which the Contractor will transfer to the IT staff all knowledge necessary about

the software, hardware, services and security components, and their maintenance. The knowledge

transfer activities may be concurrent with the initial round of user acceptance testing.

o The installation, testing and acceptance of the application software will be supervised by the project team

The Project is organized in seven (7) tasks:

Task 1: Project Plan

Task 2: Creation of the hosted or cloud-based environment/infrastructure

Task 3: Design and customization of the LMS application software

Task 4: System installation and implementation.

Task 5: Integration with FIs

Task 6: Knowledge transfer to NBFIIT support staff or contractors (Both business and technology users)

Task 7: Maintenance and support of the entire system procured through this RFP for 36 months after

Acceptance/sign-off of the application Software by NBFI.

PERFORMANCE Performance of the five tasks identified above will be as follows:

Page 22: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Task 1: Project plan

Task 1 will include sub-tasks as follows:

a) Conduct a site visit to conduct with NBFI business operations and IT staff joint application development sessions to collect and refine all of the application design requirements, using the functional requirements in the Section 5, Annexure D and E as the base for approval by the project steering committee.

b) Using the information from the prior sub-task, develop and submit the following: i. An architectural diagram of infrastructure, details of VM’s, storage, connectivity, security,

list of users, primary and backup servers, disaster recovery options and any other components that are necessary to complete the infrastructure

ii. Functional specification document and high-level LMS software design iii. Training plan for selected business and technology users

c) Develop and submit to the Project team a realistic work plan, which includes schedule, milestones and key activities, with individual ownerships, critical paths, and dependencies in the form of a Gantt chart.

Task 2: Design and implementation of Hosted/Cloud-based environment

Task 2 must adhere to following guidelines:

a) Infrastructure requirements should be met in terms of hosted, cloud-based or a hybrid solution including hardware, software, facilities, security and networks.

b) This part of the solution should be flexible and capacity planning should be easy to manage for any future changes.

c) Solution should mention what services are part of the standard contract and what services will be available for additional fee?

d) Details of locations (Where the contractor plans to perform the hosting or where the cloud is located) and planned locations (Disaster recovery location) should be provided. Both options should be physically located in Pakistan.

e) Solution should conform to High Availability (HA) and Disaster Recovery (DR). f) Solution should ensure that the risk of a single point of failure is eliminated. g) Solution (if a hosted or data center based solution) should fall on a spectrum as described by

Uptime Institute or TIA. h) As NBFI will be integrating with various other prestigious financial institutions (FI’s), solutions

should have the capability to conform to security standards to a minimum of ISO27001/2 Information Security Standards so that other FI’s have confidence to allow us to integrate in their environment.

i) Security architecture should detail how the shared facility (if that’s the route being taken) ensures segregation of data, user logins, and applications at both physical and logical levels, i.e. all environments should be appropriately segregated via firewall/network using best industry practices.

j) Contractor should also provide narrative or schematic description of the intended network design and assure that it can easily be upgraded for future processing and storage needs of the system in the future.

k) NBFI prefers a solution that conforms to open standards with respect to hardware platforms and operating environment. The Contractor should also present a hardware topology diagram depicting the overall hardware architecture.

Page 23: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

l) Solution should mention if it is PA-DSS ready, and if not, a gap analysis should be provided.

This is required in case an FI mandates NBFI to also be PA-DSS compliant before we can integrate with their network, or if NBFI has a requirement of its own.

m) All of the above should be brought together under the umbrella of a monitoring solution which should include fault monitoring of networks, servers, databases, applications and security components so that an uptime report on all these components can be generated.

n) Please provide list of software that need to be licensed other than the application itself such as Database, OS, Middleware, Connectors, etc.

o) This facility should be priced separately and should adhere to the pricing template. p) Please provide proposals for both Hosted and Cloud-based solutions, however, if you deem

that you have expertise in one area over the other, you may choose to provide one or the other solution (Hosted or Cloud-based)

Task 3: Design and customization of LMS software

The major functions that must be met by the application software are:

a) Must be able to support the setup of the entire process of the establishment of technology operations from the design phase to disbursement of the loans through the repayment and closure of accounts to MSMEs in an NBFI environment.

b) Modify the core application software to conform to the approved business requirements provided by project team.

c) Must be capable of integration with the FI’s. At least 3 integrations (Complete set with 3 banks) should be included in the base price, while further integrations maybe considered individually paid activities.

d) Integrations may be performed with a spectrum of FI’s such as MFI’s, MFB’s, commercial banks, etc. However, proposed solution should be capable of integrating with known/popular flavors of core banking solution provided by Oracle, Temenos, Sungard, Autosoft, etc. or any given combination thereof.

e) System should be easily configurable (Parameters). f) Should be Single Sign On (SSO) enabled, and be able to sync with Active Directory (AD), and should

be able to support dual factor authentication. g) A unique key identifier should be used for the client throughout the system. h) System should be open enough to give NBFI confidence that it will be integrated with systems

that may be deployed or integrated in the future, such as integration with a call center or help-line, etc.

i) System should have the capability to extract required reports without putting un-necessary load on the system.

j) A list of API’s should be mentioned that are available with the system by default. k) Should be able to produce comprehensive audit logs for activities performed by users/clients. l) Ability to integrate with various systems that exist with Anchors so that disbursements can be

made to vendors using online systems (Create a portal for Supply Chain Financing players). m) Solution should support a web based and handheld based application for the clients. n) Solution should support an application for relationship managers to be used in the field using a

handheld device. o) All of the above should be brought together under the umbrella of a monitoring solution which

should include fault monitoring of applications. p) A dashboard should be available to the users of the system and the management, to assess

current state of affairs. This may include applications received, processed, ageing, type, for all

Page 24: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

purchased modules which are Short Term Finance and Long Term Finance, Running Finance, Supply Chain Finance and Certificate of Deposit/Investment

q) Provide list of software components that make up the application; please mention which are proprietary, and which are open source.

r) Provide APIs for integration with other applications/platforms, specific details will be discussed and agreed during joint application development phase.

s) An outline of each module should be provided with sample forms, screens and output reports, and following should be specified for each module:

a. Other modules that are currently integrated with this module b. Level of dependence of this module on other modules c. Integration planned for any future releases d. Type of integration (Online, batch)

t) For each module, which doesn’t meet the system requirements, the proposal must detail how the module is to be amended. Please provide timeline to carry out the amendments, in man-days. An associated cost must be provided as well.

u) Please provide list of dashboards/KPI meters that are natively available. v) Please insert the details about KYC management and document management as per the stated NBFI laws. w) Please include details about the functionalities that we require from the App x) Please include details about the deposit module

Task 4: System installation and implementation

This task will ensure that subtasks in Task 2 (Creating of infrastructure) and 3 have come together to create

the solution required by this RFP.

Task 4 will include sub-tasks as follow:

a) Where possible, industry’s best practices and standards should be adhered to, for example, for virtualization, known technologies should be used with minimum customization so that it is not difficult to attain resources for any of the involved components, same for databases, OS, networking, etc.

b) Before installation of the application software, deliver to NBFI a test plan, proposed scripts for user acceptance testing and a proposed checklist for user acceptance sign-off. The NBFI may add to the proposed scripts and checklist.

c) Create test, UAT, and production environment of the system application. d) Conduct all testing (UAT/Integration/Load) before final delivery of solution. e) Together with NBFI’s IT staff, conduct recovery, security and acceptance testing of the application. f) NBFI will choose a penetration testing provider to do a vulnerability assessment, contractor is

expected to oblige with all the requirements set forth by the pen tester. g) Propose disaster recovery solution which may or may not be put in place at the time of first

deployment. h) The proposed hardware and software system must be scalable to support at least 3000+clients

with relevant number of transactions per day.

Task 5: Integration with FI’s

Integrations to take place with FI’s to tap into their core banking systems as they will be acting as depository partners and NBFI customers will be maintaining their current accounts with the FI to receive disbursement of funds.

Page 25: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

a) At least 3 FI’s should be integrated with NBFI, and these 3 integration should be included in the

solution (should be part of the pricing and NBFI is expected these integrations to be performed at it’s discretion, which bank, and when, etc.)Please note that NBFI will take the price of 3 integrations as a guideline for any further integrations required in the future.

b) Integrations will be performed with a spectrum of FI’s such as MFI’s, MFB’s, commercial banks, etc. However, proposed solution should be capable of integrating with known/popular flavors of core banking solution provided by Oracle, Temenos, Sungard, Autosoft, etc. or any given combination thereof.

Task 6: Knowledge transfer& training

Task 6 will include sub-tasks as follow:

a) Deliver technical documentation and administrative operations manual as required in this SOW. b) Deliver a training plan covering training content, trainers, prospective trainees from NBFI and

schedule. c) Provide complete history of developments, activities, knowledge, learnings before the end of the

project. d) Develop KRN officials’ functional, technical and operational capacity to manage the implemented

system in the long run.

e) During installation and testing onsite, provide detailed instruction to NBFI IT staff on operation and maintenance of the application software and hardware, to include system recovery and security.

f) Train NBFI operations staff on use of the administrative functions of the application software, to include user rights management, maintenance of variables, maintenance of static content, generation of administrative and statistical reports, client account maintenance and administrative queries.

g) Suggest an optimized institutional structure, roles, responsibilities and associated resource requirements to run and manage the system

h) Provide SOPs, support and guideline manuals for all components of the system i) Provide future strategic recommendations for sustainable development and operations of the

system j) Provide on-site assistance and support during post implementation phase for a period of at least

six months to a year k) Since the NBFI business operations are going to be part of an in-house activity, they should be

enabled by the vendor through trainings and hand-holding exercise for first 4 weeks after opening day.

Task 7: Application warranty, maintenance and support

Contractor will provide to NBFI any updates to the application software that Contractor makes available

to its clients generally at no additional charge. Contractor will also have to update the software on NBFI’s

systems within the maintenance support period. If the updates are provided after the three years, period

following acceptance of the application software, NBFI may obtain assistance from the Contractor’s local

partner IT firm under an SLA, if needed.

Task 7 will include sub-tasks as follow:

Page 26: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

a) Provide support service on application software for a period of three years after acceptance/Sign-

ff of the software by NBFI. During this period, Contractor will have remote access to the system for the purpose of making changes, updates and fixes.

b) Contractor may provide such support services through its local partner firm or directly, depending on the type of support required.

c) Provide an online bug reporting and tracking system. d) Provide online support from the Contractor or telephonic support from its local partner to NBFI

staff if needed. e) Upon expiration of the three years period, the Vendor will provide support of the application

software through a local IT Firm. The table presented below is indicative of the level of support expected. It may be used as a base and be fine-tuned to describe the kid of support the contractor can offer. The contractors, in their proposal, must state their ability for compliance with the following levels of support desired by the NBFI or propose comparable alternatives if any:

Support stage Software Support (Application Software)

Availability Full support: 24 x 7

Initial Response Immediate telephonic response and support for usage related and other minor

problems. Dial-in support for issue handling, minor bug fix, etc. On-site support

within 24 hours for major problems and immediate support in case of

emergency.

Major Repair Immediate on-site support for database recovery and data synchronization

after crash, performance tuning, etc. Bug fix or update for all critical functions.

Guaranteed

Operations

Contractor will provide all technical support necessary to meet all critical

processing cycles

Training Follow-up training for major changes in system releases

Software and

Documentation

As part of ongoing support, automatically upgrade the system on any new

releases and provide any updates of technical and functional manuals

Post

Implementation

Indicate the type of post implementation support that will be provided.

Does the Vendor provide any on-site Vendor personnel support (fulltime)? If so

for what period? Please provide the details of the cost for this as a separate

section in the commercial bid.

Warranty: KRN NBFI requires a warranty period to be served for a minimum period of 6 months after go-live date. During this period, contractor is expected to provide support for bug fixes of developed functionality and customizations. This should be an FOC (Free of Cost) item.

DELIVERABLES Deliverables and standards of performance for each task are as follow:

Task 1: Project Plan

Within 3 business days after signing of the contract, Contractor will deliver via email a project

management plan that includes a timeline that provides for implementation of live operation of the NBFI

by November 2nd, 2020.

Task 2: Design and implementation of Hosted/Cloud-based environment

Page 27: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Understanding the need for meeting the deadline of November 2nd, 2020 is mission critical, some or all of these tasks are expected to be done in parallel where possible. Contractors are expected to have their staff aligned for this particular approach and perform these activities.

a) Within 10 business days after signing the contract, Contractor will deliver the hosted/Cloud-based environment for it to be ready for the installation of LMS.

b) Contractor will deliver to NBFI the test plan, proposed scripts for user acceptance testing and proposed user acceptance checklist by the date indicated in the project management plan.

Task 3: Design and customization of LMS Software

Expectation from this task is to make sure that software is ready to be installed when the infrastructure

becomes available. All the intricacies in terms of changes that are to be made once the infrastructure is

ready, are already decided and should be matter of check/uncheck in the realm of parameterization. It is

expected that business decisions about the workflow have been taken care of during this process and

should become part of the deliverable from this task.

a) In order to conduct of the joint application development process, Contractor will deliver via email a final business requirements document (BRD), business workflow, and high-level design (HLD) document. NBFI will review them against the requirements specified in the SOW, to ensure that they provide the functionality required by the NBFI and any variations agreed between the Contractor and NBFI during or after the site visit. If the documents conform, NBFI will approve by signing. This deliverable is expected to be sent by the end of 2nd week after contract signing.

b) Functional Requirement Specification Document should also be provided here within 20 working days.

c) This deliverable should include KYC, reports and mobile/internet banking components including NBFI’s external website. Domain name to be decided and provided by KRN at a later time.

d) Contractor will deliver to NBFI the test plan, proposed scripts for user acceptance testing and proposed user acceptance checklist by the date indicated in the project management plan.

Task 4: System installation and implementation

This deliverable seeks to bring Task 2 and Task 3 together, whereby the ready infrastructure is capable of

taking in the software installation tasks. As an example, storage should be ready to be assigned to various

applications, DBA’s should have pre-requisites met from the systems administration team and he/she

should be able to install the database as per design. Firewalls, etc. should be in place and zones were

created as part of Task 2, so that once the application is installed, flow of data is as per requirements with

minimum troubleshooting/tracing to be taken place. Following should be performed as part of the

deliverable:

e) Application is installed on the infrastructure. f) Approved Business workflow derived out of Business Requirement Document (BRD) and

Functional Requirement Specifications (FRS) is in place from Task 3. g) KYC, reports and mobile/internet banking components are installed. h) UAT/Integration has taken place with other FI’s or any other identified entities during the Step 3. i) Security of the system is as per the requirements set forth in the Annexure D. j) Monitoring solution is in place as described in FUNCTIONAL REQUIREMENTS section under Item

number 6. k) Mock transactions can take place and be signed off by the NBFI operations staff. l) Checklist provided in Task 2(b) and Task 3(b) should be checked off by NBFI for this deliverable to

be considered complete. List of license that will have to be registered in name of KRN.

Page 28: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Task 5: Integration with FI’s

a) At least 3 FI’s should be integrated with NBFI, and these 3 integration should be included in the solution.

b) All necessary integration should take place with the regulatory authorities/service-providers for verification of customer information as required with solution required in this RFP.

c) Integrations will be performed with a spectrum of FI’s such as MFB’s & commercial banks, etc. However, proposed solution should be capable of integrating with known/popular flavors of core banking solution provided by Oracle, Temenos, Sungard, Autosoft, or any given combination thereof.

d) Integrations to take place with FI’s to tap into their core banking systems as they will be acting as depository partners and NBFI customers will be maintaining their current accounts with the FI to receive disbursement of funds.

Task 6: Knowledge transfer

Contractor will deliver technical documentation and administrative operations manual to NBFI by the date

indicated in the project management plan. This should cover:

a) Infrastructure related manuals with details down to architectural diagrams, IP address, ports, VM’s or containers, and similar details.

b) Application related manuals, SOP guides, and any other documents. c) Training plan for IT staff, Operations staff and management. d) If there is a requirement for NBFI staff to be sent to a training class provided by the

Vendor/Principle then please recommend and add that in the price list. e) Plan needs to be finalized and delivered by the time Task 3 is completed so that relevant NBFI

staff can start to become part of the installations/implementation activities.

The contractor will propose the most suitable and innovative approach to undertake this task. It is

expected however, that the contractor will use the following but not limited to these approaches:

f) Meetings and interviews with management, staff, and other key stakeholders. g) Review and develop (customization) of training content. h) Conduct training programs in a classroom setting and experiential training.

Task 7: Application maintenance support

a) During the three years period of maintenance support provided under the contract, Contractor shall provide a means by which NBFI can reach Contractor or its local partner IT firm for technical support within two (2) hours in the event of an interruption of software due to a fault in the application software. In such case, Contractor or its partner firm will define the problem and respond to NBFI with an expected resolution as immediately as possible, preferably within 2 hours.

b) In the case of faults with the application software that do not cause interruption of lending function, NBFI will notify Contractor of the problem by email or other means, and Contractor shall respond with advice or proposed fix within one working day.

c) Contractor or its local partner IT firm shall respond within one working day to a request for support by NBFI for an external user’s request for assistance.

Page 29: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

d) Not later than completion of user acceptance testing, Contractor will make operational an online

bug reporting and tracking system to facilitate reporting of faults to the Contractor and tracking progress on their fixes.

e) Keeping in mind a) through d) above, please describe support model including levels for NBFI; i. Describe methods to remediate problem / incident management approach (ITIL, ITSM,

etc.) ii. Include evidence of support agreement (s) with the sub-contractors and OEM partners

back-to-back agreements iii. Provide details of which parts of solution will be done onshore and offshore

f) Warranty: KRN NBFI requires a warranty period to be served for a period of 6 months after go-live date. During this period, contractor is expected to provide support for bug fixes of developed functionality and customizations. This should be an FOC (Free of Cost) item.

g) Support and maintenance agreement along with the relevant SLA’s and activities should be prepared and priced separately for a period of 3 years for the entire turnkey solution apart from warranties (minimum 6 months).

FUNCTIONAL REQUIREMENTS

The Bidder’s solution may differ from the specific language and terminology used in section below so long as it includes equivalent functionality and all of the data elements. If the Bidder’s solution departs from those formats and flows, the Bidder must describe how it differs. Contractors should clearly indicate the capability/ability of the proposed solution in terms of its integration with the other known core banking systems so that the system can be evaluated in the overall context of the solution provided (as there are aspects other than integration). This is to make sure that there are no significant potential integration issues going forward.

KRN’s vision for this NBFI is to provide funding to the SME’s through partnership with various Financial Institutions (FI)’s. In the proposed model where Bank will be playing the role of a delivery partner, that is where the borrowers will be facilitated with account opening and other depositary services. In this scenario, core banking system will be managed by NBFI and all lending modules will be placed there. Limit disbursement will be done in our customer’s account while all back end functionality will be managed by modules at NBFI which will require a level of integration with FI’s for day end balances and some other instructions. Loan book will parked on NBFI’s balance sheet. In addition to that, NBFI will maintain its deposit base with FI’s and the customers will also maintain current accounts for day to day transactions with the FI.

Following products will be offered through NBFI:

a) Short Term Finance & Long Term Finance b) Running Finance c) Supply Chain Finance d) Certificate of Deposit/Investment e) Non-Fund Based Services

In terms of growth, following is expected after the launch in November 2020:

f) Total number of lending accounts to be opened -approx. – 300 in first 2 months (starting from November 1, 2020 to Dec 2020)

Page 30: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

g) Number is expected to go above 2000 accounts by end 2021 and 5,000+ accounts by end 2022

including Deposit accounts. Deposit module will not require integration with partner bank system as these will be Certificate of Deposit/Investment only parked in NBFI system

Based on above information, following is a list of minimum desired functionalities that are expected of the solution to be provided by the contractors for each component of the solution:

1: Short Term Finance and Long Term Finance (STF and LTF) Front end: STF and LTF workflow includes field office or relationship manager reaching out to the prospective customer to originate the loan, and assign the application for approval. This activity should include capturing necessary information, collecting documents in a digital format and process it into the system. Should we include details about branch operations here? Back end: Loan approval process get completed at the back end. This activity will do the necessary steps of creating accounts, setting limits, and engaging with the partner FI. It also includes disbursement of loans automatically and manages approvals via work flows when necessary. Repayment: As per payment schedule, system will manage the payment cycle between NBFI and partner FI, will update the accounts and send necessary reports to NBFI. Delinquent and suspense accounts will be updated as per the set rules. Following components for this module need to be in place:

a) Loan origination – Client info data entry, digital document management, approval, shadow accounts, disbursement, repayment

b) Client management c) Limits/Exposure d) Connectivity with other financial institutions (to Client’s account) e) Payment schedule to be shared with the partner financial institution f) Updates upon recovery of funds g) Delinquency reports h) Transfer from client’s account to NBFI account i) Mobile/Tablet app for Relationship Managers

2: Running Finance (RF)

Front end: RF workflow includes field office or relationship manager reaching out to the prospective customer to originate the loan, and assign the application for approval. This activity should include capturing necessary information, collecting documents in a digital format and process it into the system. Back end: Loan approval process get completed, and on approval this module will do necessary steps such as creating accounts, coordinate activities with partner FI through an integrated system. It will also manage limits, utilization updates, disbursement conformations and can perform similar transaction multiple times a day. It will also manage the debit credit part into and out of NBFI’s account. Repayment: Repayment will be coordinated automatically by engaging with client, partner FI, and the customer. Following components for this module need to be in place:

a) Loan origination – Client info data entry, digital document management, approval, shadow accounts, disbursement

b) Client management c) Limits/Exposure d) Connectivity with other financial institutions (to Client’s account)

Page 31: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

e) Ability to send request to partner financial institution when the client wants to utilize the credit

limit f) Update the limit upon confirmation of disbursement g) Ability to do disbursement multiple times in a day h) Payment schedule to be shared with the partner financial institution i) Updates upon recovery of funds j) Delinquency/Suspense reports k) Transfer from client’s account to NBFI account l) Mobile/Tablet app for Relationship Managers

3: Supply Chain Finance (SCF)

Anchor/Vendor Registration – Frontend: Anchor (Principal) and vendor/distributors will get registered

in the portal, and this activity will allow the anchor to register as many vendors as they like into the

portal after necessary steps such as verifying the documents and KYC.

Loan Origination for anchor/vendor: Vendor will upload invoices which will be visible to anchor. Anchor

will approve individual invoices of various vendors. Upon approval by anchor, notification will be sent to

vendor. Vendor can select for which approved invoices, they require SCF. Module will check the

exposure limit of anchor/vendor and instruction is sent to FI for the payment and approved invoices to

vendor using fund transfer API. Once the invoice is paid, it will be marked as Paid in the system.

Backend: All shadow accounts/limit for customers will be created at the NBFI automatically. Total

amount of disbursed invoices will be updated in Vendor account along with the invoice numbers.

Utilized limit will be updated once amount is disbursed in vendor account. Partner FI will auto transfer

the amount into customer account by debiting KRN NBFI account. Notification will be sent back to the

SCF module to update related accounts.

Repayment: As per payment schedule, system will send payment recovery batch to the partner FI.

System will update Receivables upon confirmation from partner FI. Delinquent and Suspense account

movement will be performed as per rules. At the partner FI, system will auto transfer amount from

anchor account to KRN NBFI account and send back information at EOD. Unsuccessful recovery

information is also sent back.

Following components are required for the functionality to take place:

a) Portal native to NBFI, for Anchor, Vendor and distributor with the ability to register all entities b) Parameterized configuration which includes invoice management, exposure management and

business rules c) Unique ID which is linked to other accounts in NBFI d) Automated accruals and calculations e) Real time availability of funds f) Capability to integrate with the anchor corporate’s ERP, wherever possible, so that all invoices

cleared for payment are directly uploaded at the NBFI’s Supply Chain platform electronically (Digital document management system).

g) Value dated mark-up change effect h) Auto and Ad-hoc recovery of mark-up i) Reporting on individual or overall performance of loans j) Ability to obtain static historical data on each vendor including length of relationship with

anchor corporate, legal status, year of incorporation, exclusive / non-exclusive supplier, contact details, etc.

k) Ability to obtain historical product-wise production/supply and rejection data on each vendor from the anchor corporate, at least for the last 3 years, preferably 5 years

Page 32: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

3A: Product Specific Requirements

In addition to above stated requirements under lending modules 1, 2, and 3, following are the detailed

narrations of requirements that apply to all 3 (Solution should be able to capture these items):

Advances

1) System should have a functionality to maintain different types of loans like running finance, EMI, Collateral Based, etc. Further, System must be able to handle functions like penalties, rebate on early payments, schedule adjustment and manual/automatic closing.

2) System should be able to generate repayment schedule based on user defined parameters like on monthly, Fortnightly, weekly basis.

3) System should be capable of store critical information such as names of directors/partners and shareholding structure.

4) System should have a provision for loan application to approve, approve with condition, seek clarification or reject loan application. Further, provision should be available for users to enter comments of the approval authority against a particular loan application.

5) System should have the ability to track the loan application entered in the system with reference to their stage of processing.

6) System should generate a unique loan number to the customer after the approval of loan application.

7) System should have the feature of Credit Scoring System (CSS) which uses the data of Credit Application to assist in deciding whether to extend credit to customers or not and evaluate various risks. Functionality of Data Capturing System and Data Inquiry should be available in the system.

8) System should have a functionality to capture credit data and to provide online information of consumer and corporate borrowers.

9) System should have a functionality of eCIB/ Verisys, strictly in accordance with the SBP guidelines and banking practice.

10) System should manage the bank’s risk, a limit structure which should be defined in the system to monitor the availability and utilization of limits for customer’s loans and facilities.

11) The following options should be available in the system: Assigning Limits to customers; Checking for active limits at the time of entering limits against credit transactions; Limit Authorization.

12) System should have the Limits, which will be created, can vary with the value of collateral/security held by the NBFI.

13) System should have the feature to auto calculate the Drawing Power (DP), for this purpose valuation parameters will be available in the Collateral Module, which will be linked with the Limits Module.

14) System should prompt when the Drawing Power exceeds the amount of the limit assigned.

15) System should have the functionality to control all new transactions based on the relevant facilities defined in the loan limit application when the limit assigned to a customer expires.

16) System should have the functionality of Limit Amendment when the customer request and keep track of all the information amended in the system by maintaining a history of changes.

Page 33: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

17) System should provide complete facility to maintain collaterals as per best practice in

financial / banking sector and must track the appropriate ratio as per polices of the bank. Current collateral security types should be available or configurable.

18) System should have features to record collateral/security against each lending facility.

19) System should have a functionality of Collateral/security Module which should be linked with the Limit Management Module and will auto update the limit values as and when a change occurs in the value of the collateral/security.

20) System should have the functionality to allow disbursement in the whole amount in single payment or in multiple payments depending on bank policy and various reports would be required to assess disbursement on various parameters as required by the bank.

21) System should have the capability to re‐price and generate a repayment schedule based on the terms and applicable KIBOR rate when it changes for a variable rate loan.

22) System should have flexibility for defining multiple rate policies, tiers, floor and cap management should be available in the system. System should have the automatic controls such as cap, floor, KIBOR etc.

23) System should have the functionality of interest rates on account level with back & forward value date.

24) The system should be flexible to incorporate different modes of repayment like: Through Cash; By Account; By Post Dated Cheque

25) System should have the feature to classify the Nonperforming loans in accordance with the SECP prudential Regulations along with taking the income into suspense account where required and maintain the same as per status of the loan.

26) System should be able to calculate provision necessary based on collaterals available.

General Ledger

27) System should have a User‐defined chart of accounts with the facility of back value dated entries/settlement.

28) System should have a provision for the opening and closing of accounting period.

29) System should have Loan/Accounting entries which should be fully user‐ defined based on the transaction type, client type, accounting events and amount types.

30) System should have the capability to capture the following types of journal entries: Standard Journal entries; Foreign & dual currency journal entries; Inter Branch journal entries.

31) System should be capable of maintaining the functionality of suspense accounts. General Ledger automatically balances each out‐of‐balance journal entry against a suspense account.

32) System should automatically transfer balance sheet account balances forward at the end of each financial year, and zero the P&L account balances.

Product Development

33) System should have a capability to incorporate different types of products.

34) System should have a product development modules where user can easily design following parameters:

a. Product application forms

Page 34: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

b. Cash incentives c. Revaluations d. Processing fees e. Grace periods f. Interest rates g. LTV Management h. Tenures i. Product types j. Product subtypes k. Lower & Higher Percentage / Amount l. Fixed / variable interest rates m. Repayment schedules n. SMS Alerts o. Provisions

35) Further, user should be able add, modify and delete the parameters varying from product to product.

4: Certificate of Deposit/Investment (CD/I)

KRN NBFI is in the process of obtaining permission to collect Certificate of Deposit/Investments (Subject

to the approval from the regulator). While the process continues, it may take up to a year for NBFI to be

ready with the proper documentation and permission by regulatory authorities. KRN NBFI’s vision is to

embark on this journey about a year after the launch of other products mentioned in item 1,2 and 3 of

this section.

NBFI would like to solicit the following in this same proposal:

a) Procure the Certificate of Deposit/Investment module through this RFP as part of the package or bundle with other products are set to go live in November 2020.

b) Price will be given in the financial bid and this module will be treated as any other product or module in this RFP in terms of being priced, designed, and have a high level business requirement document. Only difference is that it will not be utilized at this time.

c) Contractor needs to include this module in the price, however, payment for this module will be paid upon it going live

d) Contractor may choose to leave placeholders or install it onto the system if it doesn’t take much space or processing power, however, module related to Certificate of Deposit/Investment will tentatively be up for go-live around November 2021.

Front end: An investor visits the NBFI and fills out application form and gets the necessary documents

verified. KYC is performed and account is opened as per set of rules.

Back end: Suitable account is opened with appropriate and approved rules, interest rates, and various

reports are available for management to understand the state of affairs.

Following components should be available at the minimum for Certificate of Deposit/Investment

module management:

a) Client management b) Connectivity with other financial institutions (to Client’s account) c) Automation; accounting, and rollover handling d) Pay-in modes (Cash, Cheque) e) Pay-out modes (Check, transfers, Demand drafts) f) Ability to send request to partner financial institution when the client wants to utilize the credit

limit g) Tracking of unclaimed deposits

Page 35: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

h) Mobile/Tablet app for Relationship Managers

5: Peripheral application software components a) KYC Implementation of KYC is required to ensure that banks' services are not misused. The KYC procedure is to be completed by the NBFC while opening accounts and also periodically monitor the same. Following are the required elements that should be met by the proposal:

i. System should capture all the information required and perform due diligence ii. Does the solution have the capability to perform checks with regulatory authorities such

as national databases? iii. System should manage blacklists provided by regulatory authorities. iv. Systems based KYC should be integrated in real time. v. KYC breach report should be generated against all new and existing customers

periodically whenever there are updates on watch lists, blacklists, etc. vi. System should be able to trace direct and in-direct links between customers/accounts.

vii. System should have the flexibility to define the mandatory customer fields to be captured for the customers.

viii. System should be compliant with the recommendation laid down by FATF and FATCA and be flexible to include others in the list.

ix. KYC Gap - Mandatory Fields Missing Report should provide details of account wise missing data which has not been captured in the system. The report should display the names of those customers, which have not provided any specific mandatory information about themselves to the NBFI.

x. System should be able to be complied with the laws set forth by regulatory authorities in Pakistan if applied in terms of AML and CFT. Contractor to provide a solution if AML and CFT jurisdiction applies to NBFI. Expectation is that the system should monitor the accounts and transactions on a regular basis.

b) Mobile/Internet banking for customers Mobile/Internet banking is an extended arm of services that will be provided by the NBFI. It will help enhance the relationship with the clients and keep them updated with their accounts’ affairs. It will be contractor’s responsibility to design the internet banking website along with mobile application with supporting layouts and pages as per NBFI’s liking. Internet banking login and link should be provided on the NBFI’s own dedicated website. Procurement of the website, domain name registration and hosting should also be Contractor’s responsibility. Following are the required components of Mobile/Internet Banking:

i. Account summary of all types of existing account under one login ii. Online Customer Self Registration and Activation

iii. Past transactions for a specified period iv. Mobile/Internet Banking PIN/Password change request v. Security feature such as Captcha, Image recognition and/or OTP; minimum two factor

authentication should be in place vi. Audit trails should be available

vii. Minimum encryption strength of 128 bit for end to end transaction viii. Auto blocking/locking of internet banking upon reaching maximum number of tries with

invalid/incorrect PIN. The maximum number of incorrect tries should be configurable by the Bank.

ix. Must be compatible with all popular browsers x. Should be able to Integrate with SMS alerts and email systems.

Page 36: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

xi. Should be scalable to meet future enhancement and upgrades

xii. Capability to upload NBFC specific advertisements xiii. Administrative portal should have the capability of reviewing audit logs xiv. Administrative portal should have reporting capabilities based on user activity, status,

range of date/time, etc. xv. Administrator should be able to block internet devices

xvi. Mobile app should be a single app which runs uniformly (same look and feel) on all mobile platforms, mainly iOS and Android.

xvii. Solution should be able to help with lead generation techniques, such as providing a form on the website for prospect clients to fill in necessary information for NBFI to make an assessment about the next steps of generating loan. This information may, in the future, should be available in a format that can help NBFI with various campaigns to be sent to interested clients in certain products. Capability to apply artificial intelligence or analytics should be available to make the process more efficient and help with decision making.

xviii. Procurement, setup, and domain name registration is also contractor’s responsibility and should be part of this particular deliverable

xix. Ability to support ADC channels, such as debit cards, etc.

c) Reports System should be flexible for reports designing in its respective modules. Expectation is that there is a dedicated business intelligence utility to support the activity of ready and easy to generate reports to make the use of procured modules more efficient. As an example, following reports should be available through the system at the minimum by default:

i. List of all borrowers ii. Sector wise bifurcation of loans such as Sector, sub sector, industry

iii. Geographical or area wise reports iv. Overall exposure reports v. Disbursement and utilization patterns

vi. NPL movement vii. Collateral details

viii. Loans sanctioned but not disbursed ix. Category wise loans (Small, Medium) x. Reconciliation reports

xi. Any others 6: Hosted/Cloud-based solution NBFI requires a turnkey based solution which caters to the needs of providing either a hosted or cloud-based or hybrid environment to run the solution, since NBFI does not have a facility to provide its own IT environment. Wording of “hosting” or “hosted” is being used but it applies to cloud-based solution as well to make the section below less cluttered. This solution should be separately priced and should adhere to following requirements:

a) Hosting should be done on production class server either in private suites, secured cages or secured cabinets

b) Hosting of disaster recovery infrastructure should be done in a collocation facility according to current DRI or BC standards preferably ISO 22301

c) Systems should be provided for by sufficient cooling, and fire suppression components d) Provision of equipped alternate work environment should be provided

Page 37: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

e) Solution should be flexible and capacity planning should be easy to manage for any future

changes f) Solution should conform to High Availability (HA) g) Solution should provision a new infrastructure component in a reasonable amount of time

(Server, storage, network) h) Solution should ensure that the risk of a single point of failure is eliminated i) As NBFI will be integrating with various other prestigious financial institutions (FI’s), solutions

should have the capability to conform to security standards to a minimum of ISO27001 Information Security Standards so that other FI’s have confidence to allow us to integrate in their environment.

j) Does the system provide for security architecture with details as to how the shared facility (if that’s the route being taken) ensures segregation of data, user logins, and applications at both physical and logical levels, i.e. all environments should be appropriately segregated via firewall/network using best industry practices

k) Sufficient redundancies should be built in the proposed hardware to ensure the desired performance considering the load on the system in terms of records volumes, estimated number of users, bandwidth of communication lines etc.

l) Solution should mention if it is PA-DSS ready, and if not, a gap analysis should be provided. This is required in case an FI mandates NBFI to also be PA-DSS compliant before we can integrate with their network, or if NBFI has a requirement of its own

m) All of the above should be brought together under the umbrella of a monitoring solution which should include fault monitoring of networks, servers, databases, applications and security components so that an uptime report on all these components can be generated

n) Please price this part of the solution separately 7: Monitoring of hosted/cloud-based environment Monitoring systems are eyes and ears of the IT staff and allow them to be proactive and react in case of an emergency. It is important that the solutions caters to a reasonable monitoring capability which may include the follow but is not limited to:

a) At the minimum monitor servers’ availability, uptime, and environmental elements such as temperature and humidity. Other KPI’s such as system alerts, thresholds and general performance metrics should be part of this system.

b) Resource monitoring should be available such as CPU utilization, RAM utilization and disk utilization.

c) Monitoring of security equipment and processes must be 24x7 d) Network performance monitoring should be in place e) Monitoring tool should be smart enough to propose improvements such as increasing disk

volume to cater to an alert of low disk volume Fraud management functionality to be stated in case it is a system that needs to be procured as per the regulation for NBFIs.

8: Documentation a) Provide on-screen user manual, Help, FAQ, and other instructions in English. b) Provide user option to view field labels, Help, instructions, FAQ and other fixed language on the

website in English. c) Provide technical documentation of the system for use by NBFI-IT staff who maintain the system.

Documentation will be provided in English. d) Provide administrative operations manual for application software in English.

Page 38: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

e) Submit specifications for the platform components best suited to the proposed application software.

Bidder should avoid using brand names whenever possible, and describe components in generic terms to the extent practicable. The specifications will include a detailed list of hardware and system software required to run the application software and to provide security of the database.

f) Please provide Software package names with version numbers g) Date versions released h) Date of next upgrade/release i) Typical version release period j) No. of Releases over last 5 years k) Total No. of Installations in banks l) Operating System(s) Supported m) Database Management System(s) n) Hardware Platforms Supported o) Network(s) Supported p) User Interface Standard q) Programming Language(s) Used r) Please state product and components’ maturity (in years) s) Please state the products expected life, in years, when it is expected to be available, supported and

enhanced. Please indicate, whether the product, or any of the components have ever been discontinued.

9: Miscellaneous a) Please mention if the solution has the capability to perform any AI (Artificial Intelligence) functionality

and/or supports functionality of rule based engine. This is so that the process of approval can be more efficient and work flows can be faster than the competitors. This is not a requirement but will definitely provide an edge during evaluation.

b) Please provide per man-day cost for the “Change request” effort. Will you be adding any change request effort free of cost in the package?

c) Does the solution have the capability to integrate with solutions or companies/authorities providing credit scoring? NBFI may choose to select its own credit scoring module or service, but bidder is expected to provide this specific functionality with the solution. At the minimum, if NBFI’s chooses its own service provider for credit scoring, bidder is expected to provide integration as part of the solution.

d) Audit trails should be available native to the system, for example, on all transactions including details on date/time, terminal ID/IP address, user-id, transaction id/description, etc.

e) Please provide a detailed and clearly stated section on assumptions under which you’re proposing the entire turkey solution. Please consider all aspects such as logistics, partnerships, joint ventures, hardware, software, security, network, physical locations, facilities and any other.

f) As an additional module, NBFI requires “Non-Fund Based Services” to be provided by the bidder. Non-Fund Based Services module should be able to provide services such as LC’s, Bank Guarantees, etc. It is NBFI’s vision to provide these services to its customers few months after the launch. Please provide the module’s price on the premise that it will be used few months after the launch and by that same token, payment will be made for this module at the time NBFI makes use of it and brings it into production. Please keep in mind the following while making this requirement part of the solution: i. Price will be given in the financial bid and this module will be treated as any other product or

module in this RFP in terms of being priced, designed, and have a high level business requirement document. Only difference is that it will not be utilized at this time.

ii. Contractor needs to include this module in the price, however, payment for this module will be paid upon it going live

Page 39: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

iii. Contractor may choose to leave placeholders or install it onto the system if it doesn’t take much

space or processing power, however, module related to Non-Fund Based Services will tentatively be up for go-live around November 2021.

Page 40: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

SECTION 6. LIST OF REQUIRED ANNEXURES

PROPOSAL SUBMISSION FORM The “proposal submission form” is given in ‘Annexure A’ of this document. Bidders need to complete, sign, and submit with the proposal. CERTIFICATE OF BIDDER’S ELIGIBILITY AND AUTHORITY TO SIGN PROPOSAL The “eligibility criteria” of the bidder AND “authority to sign” is given in ‘Annexure B’ of this document. Bidders need to complete and submit with the proposal. MANDATORY CRITERIA The “mandatory criteria” of the bidder is given in ‘Annexure C’ of this document. Bidders need to complete and submit with the proposal. *Bidders NOT meeting any of the criteria defined in ‘Annexure C’ will not qualify for technical evaluation. TECHNICAL CRITERIA TO QUALIFY FOR THE EVALUATION The “technical responsiveness” of the proposed application by the bidder is a must have and a list of criteria given in ‘Annexure D’ of this document. Bidders are required to meet all in order to qualify for the technical evaluation. *Bidders NOT meeting any of the criteria defined in ‘Annexure D’ will not qualify for technical evaluation. SCORE DISTRIBUTION AND REQUIREMENT MATRIX The “technical score distribution based on requirement matrix” for the bidder is given in ‘Annexure E’ of this document. The proposal should cover all elements of ‘Annexure E’. LEVEL OF EFFORT CHART The template of “Level of efforts chart” by the bidder is given in ‘Annexure F’ of this document. The document should be provided with the proposal. RESUME FORMAT The template of “resume format” of the bidder’s team is given in ‘Annexure G’ of this document. The resumes of the proposed team should be provided on the template given in ‘Annexure G’ with the proposal.

Page 41: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure A PROPOSAL SUBMISSION FORM

(Please use letterhead of the Company) Dear Sir/Madam, Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, “THE FIRM NAME” undersigned, offer to provide the product and services as applicable for “INSERT REFERENCE NUMBER” to Karandaaz Pakistan in accordance with the Price Schedule attached herewith and made part of this proposal. “THE FIRM NAME” undertake, if our proposal is accepted, to commence and complete delivery of all services specified in the contract within the time frame stipulated. “THE FIRM NAME” agree to abide by this proposal for a period of 120 days from date fixed for opening of proposal in the invitation for proposal, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We understand that you are not bound to accept any proposal you may receive. Dated: this------day of -------2020 Name, Designation and Signature of the “firm Representative”

Page 42: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure B CERTIFICATE OF BIDDER’S ELIGIBILITY AND AUTHORITY TO SIGN PROPOSAL

Bidder’s Eligibility Confirmation and Information Bidder’s Response

1. What year was your firm/organization established?

2. In what province/state/country is your firm/organization established?

3. Has your firm/organization ever filed or petitioned for bankruptcy? (If YES, explain in detail the reasons why, filing date, and current status.)

Confirm

Yes _____; No _____

4. Has your firm/organization ever been terminated for non-performance on a contract? If YES, describe in detail.

Confirm

Yes _____; No ______

5. Does your firm/organization have any pending legal actions which could impact your performance under any resulting contract with Karandaaz Pakistan

Confirm

Yes _____; No _____

6. Has your firm/organization, any affiliates or any of your subcontractors ever been suspended or debarred by any government, a UN agency or other international organization? If YES, provide details, including date of reinstatement, if applicable. Attach additional sheets as necessary.

Confirm

Yes _____; No _____

7. It is the Karandaaz’s policy to require that firm/organization and their sub-contractors observe the highest ethical standards during the selection and execution of contracts. In this context, any action taken by firm/organization to influence the selection process or contract execution for undue advantage is improper.

In pursuance of this policy, , Please Confirm that your firm/organization and its

sub-contractors have not engaged in any corrupt, fraudulent, collusive, coercive

or obstructive practices (as defined in Section 3) in competing for this solicitation.

Confirm

Yes _____; No _____

8. Officials not to benefit: Confirm that no official of the Karandaaz and NBFI will be offered by your firm/organization any direct or indirect benefit arising from this solicitation or any resulting contracts.

Confirm

Yes _____; No _____

9. Confirm that your firm/organization is not engaged in any activity that would put it, if selected for this assignment, in a conflict of interest with any member of the Karandaaz and NBFI.

Confirm

Yes _____; No _____

10. Confirm that your firm/organization and your sub-contractors have not been associated, or had been involved in any way, directly or indirectly, with the preparation of the design, specifications and / or other documents used as a part of this solicitation.

Confirm

Yes _____; No _____

11. Karandaaz policy restricts companies from bidding on or receiving contracts if a Karandaaz staff member or their immediate family are an owner, officer, partner or in which the staff member or their immediate family has a financial interest.

Confirm

Yes _____; No _____

12. Please confirm that your firm/organization has the financial capacity to complete this assignment; it has more than one business client, and not more than 20% of its total revenue in the last reporting period was derived from Karandaaz Contracts.

Confirm

Yes _____; No _____

Page 43: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Bidder’s Eligibility Confirmation and Information Bidder’s Response

13. Please confirm that your firm’s revenue in the financial year was at least PKR 150 Million.

Confirm

Yes _____; No _____

14. Please confirm your firm accept all terms and conditions mentioned in the RFP Confirm

Yes _____; No _____

Page 44: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

AUTHORITY TO SIGN THE PROPOSAL

I, _____________________________________________, certify that I am __________________________

(title) of _________________________________________ (name of Firm/Organization); that by signing this

Proposal for and on behalf of ___________________________________ (name of Firm/Organization) I am

certifying that all information contained herein is accurate and truthful and that the signing of this Proposal

is within the scope of my powers.

FIRM / ORGANIZATION NAME

Signature Seal

Printed Name

Title

Date

Provide the name and contact information for the primary contact from your company for this solicitation:

Name:

Title:

Address:

Telephone Number:

Fax Number:

Email Address:

Page 45: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure C MANDATORY CRITERIA FOR THE BIDDERS

The Mandatory Criteria and Evaluation Criteria are designed to assure that, to the degree possible in the

initial phase of the RFP procurement process, only those Bidders with sufficient experience, the financial

strength and stability, the demonstrable technical knowledge, the evident ability to satisfy the

Karandaaz’s requirements and superior customer references for supplying the services envisioned in this

RFP will qualify for further consideration.

Bidders will receive a Pass/Fail rating on this section. In order to be considered for Technical Evaluation,

Bidders must meet all the mandatory criteria described below. All questions should be answered on this

form or an exact duplicate thereof.

Mandatory Criteria Bidder’s Response

1.1. Bidder must have demonstrated minimum 5 years of experience in the development and implementation of a system that has dealt with disbursing funds (Lending modules as described in the Functional Requirement Section of this RFP) using in particular either in the country or in the region, preferably in Pakistan.

Confirm experience:

Yes________/No_______

Provide at least 2 references here

by using the template attached in

Annexure ‘H’

Ensure that the references are

informed that the Karandaaz will

contact them after receipt of

proposal.

1.2. Bidder must have a readily available Lending Management System Solution (as described in Scope Section of this document) that has been implemented within the past 3 years at minimum two (2) clients, that conforms to international best practices, and that Bidder can modify to meet the specific requirements of NBFI.

Confirm that Bidder has an

available solution as described:

Yes________/No_______

Provide at least 2 references here

by using the template attached in

Annexure ‘H’

Ensure that the references are

informed that the Karandaaz will

contact them after receipt of

proposal.

1.3. Bidder must have the financial capability and stability to successfully deliver the contract. Bidder must provide evidence that their revenue in the last financial year was at least PKR 150 Million. Bidder must submit audited or CFO Signed financial statements for the previous two financial years that demonstrate it has been solvent for the last two financial years.

Confirm Requirement

Yes ___/ No ___

Attach documents

Page 46: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

1.4. Bidder certifies that the proposal does not include firms (in case of joint ventures or consortiums etc.), individuals (e.g. consultants, experts) or remote services from India and Israel.

Confirm Requirement

Yes ___/ No ___

Page 47: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure D

TECHNICAL CRITERIA FOR QUALIFICATION

Bidder’s proposal must be organized to follow the format of this RFP. Each Bidder must respond to every

stated request or requirement and indicate that Bidder confirms acceptance of and understands the

Karandaaz’s stated requirements. The Bidder should identify any substantive assumption made in

preparing its proposal. The deferral of a response to a question or issue to the contract negotiation stage

is not acceptable. Any item not specifically addressed in the Bidder’s proposal will be deemed as accepted

by the Bidder. The terms “Bidder” and “Contractor” refer to those companies that submit a proposal

pursuant to this RFP. Bidder is required to provide evidence of the below mentioned tabulated

information. Please refrain from saying just “yes” or “no” only, please provide relevant page or reference

number as to where an evaluator can find this information in your proposal.

Where the Bidder is presented with a requirement or asked to use a specific approach, the Bidder must

not only state its acceptance, but also describe, where appropriate, how it intends to comply. Failure to

provide an answer to an item will be considered an acceptance of the item. Where a descriptive response

is requested, failure to provide the same will be viewed as non-responsive. Where a statement of non-

compliance is provided, the Bidder must indicate its reasons and explain its proposed alternative, if

applicable, and the advantages and disadvantages to the NBFI of such proposal.

Section Requirement and Weighting Bidder’s Response

Technical Responsiveness of Software All requirements are MUST

The Bidder’s solution may differ from the

screen formats and flows of the Business

Rules Matrix and Screen Maps so long as it

includes equivalent functionality and all of

the data elements. If the Bidder’s solution

departs from those formats and flows, the

Bidder must describe how it differs.

Compliance status Provide relevant

page/ reference no

for explanation

How software

complies or will be

made to comply

1 Term Finance and Long Term Finance

1.1 Does the solution perform all activities

related to loan origination i.e. Client info

data entry, digital document management,

approval, shadow accounts, disbursement,

repayment?

Yes/No

1.2 Does the solution have the capability to do

client management?

Yes/No

1.3 Does the solution has the capability to log

all limits and exposures?

Yes/No

Page 48: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

1.4 Is there an option in the solution to

integrate/connect with other financial

institutions (to Client’s account)?

Yes/No

1.5 Does the solution provide updates upon

recovery of funds?

Yes/No

1.6 Does the solution has the capability to

generate delinquency reports?

Yes/No

1.7 Does the solution provide an option to

transfer from client’s account to NBFI

account?

Yes/No

1.8 Does the solution have a Mobile/Tablet

app for Relationship Managers?

Yes/No

2 Running Finance

2.1 Does the solution perform all activities

related to loan origination i.e. Client info

data entry, digital document management,

approval, shadow accounts, disbursement?

Yes/No

2.2 Does the solution have the capability to do

client management?

Yes/No

2.3 Does the solution have the capability to log

all limits and exposures?

Yes/No

2.4 Is there an option in the solution to

integrate/connect with other financial

institutions (to Client’s account)?

Yes/No

2.5 Does the solution provide the option of

sending the request to partner financial

institution when the client wants to utilize

the credit limit?

Yes/No

2.6 Does the solution update the limit upon

confirmation of disbursement?

Yes/No

2.7 Does the solution provide the option of

doing multiple disbursements in a day?

Yes/No

2.8 Does the solution provide updates upon

recovery of funds?

Yes/No

2.9 Does the solution generate delinquency

reports?

Yes/No

2.10 Does the solution have the option of

transferring from client’s account to NBFI

account?

Yes/No

2.11 Does the solution have a Mobile/Tablet

app for Relationship Managers?

Yes/No

3 Supply Chain Finance

Page 49: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

3.1 Does the solution have a Portal that is

native to NBFI, for both Anchor and Vendor

with the ability to register both entities?

Yes/No

3.2 Does the solution provide the

Parameterized configuration which

includes invoice management, exposure

management and business rules?

Yes/No

3.3 Is there a Unique ID which is linked to

other accounts in NBFI in the solution?

Yes/No

3.4 Does the solution has the capability to

automate accruals and calculations?

Yes/No

3.5 Does the solution provide the availability of

funds in real time?

Yes/No

3.6 Does the solution have the capability to

integrate with the anchor corporate’s ERP,

wherever possible, so that all invoices

cleared for payment are directly uploaded

at the NBFI’s Supply Chain platform

electronically (Digital document

management system)?

Yes/No

3.7 Does the solution have the capability to

obtain static historical data on each vendor

including length of relationship with anchor

corporate, legal status, year of

incorporation, exclusive / non-exclusive

supplier, contact details, etc.

Yes/No

3.8 Does the solution have the capability to

obtain historical product-wise

production/supply and rejection data on

each vendor from the anchor corporate, at

least for the last 3 years, preferably 5

years?

Yes/No

4 Certificate of Deposit/Investment (CD/I)

4.1 Does the solution have the capability to

perform client management?

Yes/No

4.2 Does the solution have the capability to

automate with functions such as

accounting, and rollover handling?

Yes/No

4.3 Does the solution have the capability to

cater to different Pay-in modes (Cash,

Cheque)?

Yes/No

4.4 Does the solution have the capability to

cater to different Pay-out modes (Check,

transfers, Demand drafts)?

Yes/No

Page 50: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

4.5 Does the solution have the capability to

send request to partner financial institution

when the client wants to utilize the credit

limit?

Yes/No

4.6 Does the solution provide the option of

tracking of unclaimed deposits?

Yes/No

4.7 Does the solution has a Mobile/Tablet app

for Relationship Managers?

Yes/No

5 Peripheral application software

components (Applies to all Modules)

5.1 KYC

5.1.1 Does the solution capture all the due

diligence information of the customers?

Yes/No

5.1.2 Does the solution have the feature of

managing blacklists provided by regulatory

authorities?

Yes/No

5.1.3 Does the solution provide the option of integrating systems based KYC on real time?

Yes/No

5.1.4 Does the solution have the capability to generate KYC breach report against all new and existing customers periodically whenever there are updates on watch lists, blacklists, etc.

Yes/No

5.1.5 Does the solution provide the option of tracing direct and in-direct links between customers/accounts?

Yes/No

5.1.6 Does the solution have the flexibility to define the mandatory customer fields to be captured for the customers?

Yes/No

5.1.7 Does the solution ensure compliance with all the recommendation laid down by FATF and FATCA and be flexible to include others in the list?

Yes/No

5.1.8 Does the solution provide KYC Gap - Mandatory Fields Missing Report which provide details of account wise missing data which has not been captured in the system? Does the report displays the names of those customers, which have not provided any specific mandatory information about themselves to the NBFI?

Yes/No

5.1.9 Is the solution able to manage AML and CFT capability and is part of the provided solution (if applicable)?

Yes/No

5.2 Mobile/Internet banking for customers

Page 51: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

5.2.1 Does the solution provide an account summary of all types of existing account under one login?

Yes/No

5.2.2 Does the solution provide the option of Online Customer Self Registration and Activation?

Yes/No

5.2.3 Does the solution have the capability to store and retrieve past transactions for a specified period?

Yes/No

5.2.4 Does the solution have the capability to cater to Mobile/Internet Banking PIN/Password change requests?

Yes/No

5.2.5 Does the solution provide security features such as Captcha, Image recognition and/or OTP; and minimum two factor authentication?

Yes/No

5.2.6 Does the solution ensure the availability of Audit trails at the backend?

Yes/No

5.2.7 Does the solution have the feature of Auto blocking/locking of internet banking upon reaching maximum number of tries with invalid/incorrect PIN or password? Also, does the solution provide the flexibility of configuring the maximum number of incorrect tries by the Bank?

Yes/No

5.2.8 Is the solution compatible with all popular browsers?

Yes/No

5.2.9 Does the solution provide the capability of integrating with SMS alerts and email systems?

Yes/No

5.2.10 Is the solution scalable to meet future enhancement and upgrades?

Yes/No

5.2.11 Does the solution have the capability to upload NBFC specific advertisements?

Yes/No

5.2.12 Does the solution provide the feature of Administrative portal through which the audit logs can be reviewed?

Yes/No

5.2.13 Does the solution provide Administrative portal in which reports such as user activity, status, range of date/time, etc. are available?

Yes/No

5.2.14 Does the solution provide Administrator the option of blocking internet devices?

Yes/No

5.2.15 Does the solution ensure that there can only be one single app which runs uniformly (same look and feel) on all mobile platforms, mainly iOS and Android?

Yes/No

5.3 Reports

Page 52: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

5.3.1 Does the solution provide a report on List of all borrowers?

Yes/No

5.3.2 Does the solution provide reports on Sector wise bifurcation of loans such as Sector, sub sector, industry?

Yes/No

5.3.3 Does the solution have the capability to generate geographical or area wise reports?

Yes/No

5.3.4 Does the solution provide overall exposure reports?

Yes/No

5.3.5 Does the solution provide a report on Loans sanctioned but not disbursed?

Yes/No

5.3.6 Does the solution provide reports on Category wise loans (Small, Medium)?

Yes/No

5.3.7 Does the solution have the ability to generate Reconciliation reports?

Yes/No

6 Hosted/Cloud-based solution

6.1 Does the solution provide the option of hosting on production class server either in private suites, secured cages or secured cabinets?

Yes/No

6.2 Does the solution provide the capability of hosting disaster recovery infrastructure in a collocation facility according to current DRI or BC standards preferably ISO 22301?

Yes/No

6.3 Does the solution provide for sufficient cooling and fire suppression components for the servers?

Yes/No

6.4 Does the solution have the provision of being equipped with alternate work environment? This is specific to DR solution proposed, whereby if a disaster were to take place, would the system administrators/DBA staff be able to find a sufficient work area?

Yes/No

6.5 Does the solution provide a flexibility in the capacity planning to manage for any future changes?

Yes/No

6.6 Does the solution ensure and conforms to High Availability (HA)?

Yes/No

6.7 Does the solution have the capability to provision a new infrastructure component in a reasonable amount of time (Server, storage, network)?

Yes/No

6.8 Does the solution ensure that there is risk mitigation which helps eliminate single points of failure?

Yes/No

6.9 As NBFI will be integrating with various other prestigious financial institutions (FI’s),

Yes/No

Page 53: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

does the solution have the capability to conform to security standards such as ISO27001?

6.10 Does the solution provide for a security architecture with details as to how the shared facility (if that’s the route being taken) ensures segregation of data, user logins, and applications at both physical and logical levels, i.e. all environments should be appropriately segregated via firewall/network using best industry practices?

Yes/No

6.11 Does the solution provide for sufficient redundancies that can be built in the proposed hardware to ensure the desired performance considering the load on the system in terms of transaction volumes, estimated number of users, bandwidth of communication lines etc.?

Yes/No

6.12 Does the solution have the capability to be PA-DSS ready, and if not then can a gap analysis be conducted? This is required in case an FI mandates NBFI to also be PA-DSS compliant before we can integrate with their network, or if NBFI has a requirement of its own.

Yes/No

6.13 Is there a monitoring solution available as part of the proposal which includes fault monitoring of networks, servers, databases, applications and security components so that an uptime report on all these components can be generated?

Yes/No

6.14 Is this part (Host/Cloud based) of the solution priced separately?

Yes/No

6.15 Is the cloud based solution physically located in Pakistan?

Yes/No

7 Monitoring of hosted/cloud-based environment

7.1 Does the solution at the minimum monitor servers’ availability, uptime, and environmental elements such as temperature and humidity? Does it also contain other KPI’s such as system alerts, thresholds and general performance metrics?

Yes/No

7.2 Does the solution ensure resource monitoring such as CPU utilization, RAM utilization and disk utilization is always available.

Yes/No

Page 54: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

7.3 Does the solution have the capability of monitoring security equipment and processes 24x7?

Yes/No

7.4 Does the solution have a mechanism for the monitoring of network performance?

Yes/No

7.5 Does the solution have a monitoring tool which is smart enough to propose improvements such as increasing disk volume to cater to an alert of low disk volume?

Yes/No

8 Documentation

8.1 Does the solution provide an on-screen user manual, Help, FAQ, and other instructions in English?

Yes/No

8.2 Does the solution provide the user with an option to view field labels, Help, instructions, FAQ on the website (or within the application) in English?

Yes/No

8.3 Does the solution contain a technical documentation of the system for use by NBFI-IT staff who maintain the system and will the documentation be provided in English?

Yes/No

8.4 Does the solution provide administrative operations manual for application software in English?

Yes/No

9 Miscellaneous

9.1 Does the solution provide audit trails which are native to the system, for example, on all transactions including details on date/time, terminal ID/IP address, user id, transaction id/description, etc.?

Yes/No

9.2 Have you provided a detailed and clearly stated section on assumptions under which you’re proposing the entire turkey solution? Please consider all aspects such as logistics, partnerships, joint ventures, hardware, software, security, network, physical locations, facilities and any other?

Yes/No

9.3 Have you provided a list of expectations from partner banks, and authorities in order to integrate our systems with theirs?

Yes/No

Note: For the responses that are responded with a “No”, please provide a reasonable explanation or

mitigation of a risk involved. It will be solely Evaluation Committee’s discretion to take a decision on

that point and allow/disallow the bidder to move forward in the process.

Page 55: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure E TECHNICAL SCORE DISTRIBUTION BASED ON REQUIREMENT MATRIX

Section Requirement and Weightage Maximum Score 60

1. Firm Experience and Capability 10 points

1.1 Provide a brief profile of your firm. Include a

description of the firm’s organization and the

scope of services provided. Describe your firm’s

experience in design, implementation and

integration of lending management system and

core banking system. Describe two similar projects

that your company completed for LMS

implementation mentioned in response to Annex

C.

Describe your firm’s previous experience, if any, in

working with bilateral/multilateral/ multinational

organizations, in similar projects.

05 points

Scores will be assigned based on the

quality and completeness of the

information given as assessed by the

technical evaluation committee

1.2 Preference will be given to the Bidder that must

have readily available lending management

systems along with required API’s and has been

integrated with core banking systems of partner

financial institutions, compliant with international

best practices and developed/implemented for an

NBFI in the country or the region.

Provide brief description and key features of the

Lending Management System that you’re

proposing.

Bidder must have implemented the Lending

Management System covering the particular

modules described in Section 5 Scope within the

past 5 years in minimum two jurisdictions, that

conforms to international best practices, and that

Bidder can modify to meet the specific

requirements of NBFI.

Provide at least 2 references here by using the

template attached ‘Annexure H’

References provided will be checked.

05 points

Scores will be assigned based on the

quality and completeness of the

information given as assessed by the

technical evaluation committee

Page 56: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Section Requirement and Weightage Maximum Score 60

2. METHODOLOGY AND PLANS 10 Points

2.1 Describe in detail the proposed

methodology in customizing the software

solution to meet the requirements of

Section 5.

02 points

-Scores will be assigned based on the

quality of the proposed methodology as

assessed by the technical evaluation

committee

2.2 Provide the proposed solution/platform

technical architecture

Provide description of technology

architecture.

02 points

02 points for core modules that are

developed by same vendor or are native to

one vendor

or 01 points for standalone solution

(That’s if you are proposing solutions

from3rd party vendors)

2.3 Provide the project management plan for

the project. The plan should include at a

minimum, the project organization,

responsibilities, assumptions, dependencies,

risks, risk management process, software

documentation process and resource

requirements.

02 points

-Scores will be assigned based on the

quality of the project plan and

completeness of information requested

2.4 Propose project timeline and performance

milestones for all major phases or steps, to

include “not later than” dates of delivery,

for all operations between the expected

contract start date and the date of

implementation of live operation.

Attach schedule of proposed performance

milestones.

02 points

2.5 Provide a plan for knowledge transfer to

NBFI IT staff on operation and maintenance

of system, and for training of operations

staff on use of application software.

Describe processes for development of

technical documentation to be provided to

NBFI IT staff and for provision of training

01 points

Scores will be assigned based on the

quality of the knowledge transfer plan as

Page 57: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

during the training period before

implementation.

assessed by the technical evaluation

committee

2.6 Describe how quality assurance will be

conducted for each Task and by whom.

Describe your Quality Assurance planning

process, including unit and integration

testing, pursuant to general accepted norms

for quality standards for software.

01 points

Scores will be assigned based on the

quality assurance plan as assessed by the

technical evaluation committee

3. PROJECT STAFF QUALIFICATIONS AND

EXPERIENCE

Maximum 10 points

3.1 Propose a Project Manager who will be

assigned to manage this project from

beginning to end. Project Manager must

have at least five (5) years of relevant

experience in managing similar projects.

Identify other key member of the project

team who will be assigned to work on the

project, whether or not the member will

work on-site, to include all designers,

coders, documenters, management and

support staff.

Please use the template in Annex ‘G’ to

provide the resumes of Project Manager

and other key members of the team

10 points

4. DEMO AND PRESENTATION Maximum 10 points

4.1 Timelines – Please describe how do you

propose to approach the very strict time

line required by the RFP? What are some of

the areas you will focus on and what

technologies you will use to achieve this

goal in a short amount of time, such as

increasing staff number, etc.

02 points

4.2 Solution functionality and ease of use,

interface, meeting the business

requirements – Please describe how your

03 points

Page 58: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

solution caters to the functional

requirements of the RFP, and in turn how

NBFI will achieve its goals described in the

beginning of Section 5of the RFP?

4.3 Understanding of TOR’s – Please describe

your understanding of solution required as

mentioned in Section 5, Performance and

Deliverables (Task 1-7), and Functional

Requirements.

03 points

4.4 Team presenting the demo – These points

are reserved for punctuality, synergy

between the team members, attention to

details such as sufficient bandwidth to

present, team members’ (Ones whose

profiles have been shared as part of the

proposal) availability in a timely manner,

etc.

02 points

5. TECHNICAL PROPOSAL Maximum 20 Points

5.1 This section is evaluated based on the

completeness (documentary proof,

brochures, diagrams, and all other relevant

material).

Completeness of the proposal – Please

make sure that RFP is read carefully and

requirements of the solution are

understood in their entirety. Please respond

with required material as and when needed.

05 points

5.2 Ease of use of the solution – This category

seeks to have a solution that not only meets

the requirement, but also allows the users a

comfort of using the solution without any

unnecessary frustrations, such as crashing,

too many clicks, too many windows to

complete one task, etc. It also includes the

fact that it is easy to configure, manage and

05 points

Page 59: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

operate for next few years. Please describe

if the solution adheres to UI/UX and HCD

(Human Centered Design) Methodologies.

5.3 Extra features offered – Any added

functionality which may help NBFI achieve

its technology and business goals would be

graded as well. This may also help the

bidder distinguish themselves from other

contenders.

05 points

5.4 Innovation – Please describe how your

product is ahead of the curve, what

technologies used to build the product are

according to the industry standards or

maybe you’re at a maturity level whereby

you are a leader when it comes to setting

those standards. What roadmap can we

expect to see for the years to come for this

solution?

05 points

Page 60: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure F LEVEL OF EFFORT CHART

Please provide the working days for each project activity.

Deliverables identified in Section

5 under ‘Deliverables’ heading of

this RFP

Project Role (position

titles)

Level of Effort

(# of days)

1. Project Plan e.g. Project Director e.g. 10

e.g. Project Manager e.g. 10

e.g. Any other e.g. 10

Total # of Days (e.g.): 50

2. Design and implementation of the hosted or cloud-based environment/infrastructure

e.g. Project Director e.g. 10

e.g. Project Manager e.g. 10

e.g. Systems Admin e.g. 10

e.g. Network Admin e.g. 10

e.g. DBA e.g, 10

Total # of Days (e.g.): 50

3. Design and customization of LMS software

e.g. Project Director e.g. 10

e.g. Project Manager e.g. 10

e.g. System Analyst e.g. 30

e.g. etc. e.g. 30

Total # of Days (e.g.): 50

4. System installation and implementation

e.g. Project Director e.g. 5

e.g. Project Manager e.g. 5

e.g. System Analyst e.g. 10

e.g. etc. e.g. 20

Total # of Days (e.g.): 40

5. Knowledge transfer& training e.g. Designation 1 10

e.g. etc. 10

Page 61: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Deliverables identified in Section

5 under ‘Deliverables’ heading of

this RFP

Project Role (position

titles)

Level of Effort

(# of days)

Total # of Days (e.g.): 20

6. Application maintenance support

e.g. Designation 1 10

e.g. etc. 10

Total # of Days (e.g.): 20

Total Days of Efforts (e.g.): 130

Page 62: KARANDAAZ PAKISTAN Including hardware, software, network

RFP # 77 NBFI – Lending Management System

Annexure G RESUME FORMAT

Name of Personnel:

Title:

Years with Firm: Country/City of Residency:

Education/Qualifications: (Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degrees, certification, professional qualifications obtained.)

Employment Record: (Starting with present position, list in reverse order, relevant employment experience. For the last ten (10) years, give dates, names of employing organization, title of positions held and location of employment.)

Experience:(For experience in last five (5) years, detail the types of activities performed, degree of responsibilities, location of assignments and any other information or professional experience considered pertinent for this assignment.)

I, the undersigned, certify to the best of my knowledge and belief, this bio data is accurate and confirms

my availability.

____________________________________________ ___________________________

Signature of Personnel or Firm Representative Date (Month/ Day/Year)

Page 63: KARANDAAZ PAKISTAN Including hardware, software, network

NBFI – Lending Management System

Page | 63

Annexure H REFERENCE FORMAT

Name of Bidder: __________________________________

Name of Organization and Address:

Name and Title of Point of Contact: (provide 2)

Telephone Number:

Email Address:

Period of Performance:

Location where project services were performed:

Contract Value:

Reasons for Termination (if applicable):

Description of Products &Services and their relevance to the requirements under this RFP: