request for proposals - microfinance · pdf filerequest for proposals ... 1.2 experience in...
TRANSCRIPT
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
REQUEST FOR PROPOSALS
TITLE OF THE TENDER:
Supply and installation of Agency banking system and a connecting bridge with ability
to interface the Core Banking System to different systems including agency banking
system
Tender Reference Number: 003/U.F.C.HQ/2014
Procurement Method: OPEN TENDERING
Date of Issue: 26th
September 2014
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
CONTENTS
SECTION 1. LETTER OF INVITATION ................................................................................1
SECTION 2. INSTRUCTIONS TO SUPPLIERS &CONSULTANTS ....................................3
SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS ..........................................7
SECTION 4. FINANCIAL PROPOSAL - STANDARD FORMS .........................................16
SECTION 5. TERMS OF REFERENCE (TOR) TO SUPPLY AND IMPLEMENT AGENCY
BANKING APPLICATION AND A CONNECTING BRIDGE FOR UFC ........................ 19
5.1. Background and Purpose ............................................................................................19
5.2. Functional and Technical Description of the Solutions ..............................................19
5.3. Objective of The Assignment .....................................................................................22
5.4. Major Tasks and Responsibilities ...............................................................................22
5.5. Deliverables ................................................................................................................22
5.6. Required Profile and Qualifications............................................................................23
5.7. Acceptance of Deliverables ........................................................................................23
5.8. Terms of Payment .......................................................................................................24
1
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Section 1.Letter of Invitation
INVITATION TO TENDER
INTERNATIONAL REQUEST FOR PROPOSALS (RFP) N° 003/U.F.C.HQ/2014
UMUTANGUHA FINANCE Company Ltd (UFC) invites qualified bidders (tenderers) to
submit bids (tenders) for the supply and installation of Agency banking system and a
connecting bridge with ability to interface the Core Banking System to different
systems including agency banking system.
The RFP document written in English is available at the Head office located at
NYAMIRAMBO, KN2 Avenue, building No 177, 1st Floor, opposite Kigali Regional
Stadium, from September 26th
2014. It can also be requested on UFC email [email protected]
or be downloaded from www.microfinancegateway.org
Well printed bids (tenders), properly bound and presented in four copies one of which is
the original must reach the Head Office not later than 10th
October 2014 at 11:00AM
local time (8:00 am GMT). Bids can alternatively be submitted electronically in PDF format
via [email protected] within the above-mentioned deadline. Late bids will be rejected. The
outer envelope or the object of the email should clearly indicate the title and reference
number of tender.
Bids will be opened in the presence of bidders on 10th
October 2014 at 12:00AM local time.
The designated envelope (for hard copy bids) should be containing both the technical
specifications on the quality of the application softwares to be implemented and the financial
bid. Each of these envelopes must clearly indicate the content ("Technical" and "Financial").
Bids must be:
- Signed by the tenderer or his duly authorized representative;
- Perfectly legible so that there can be no doubt as to words and figures;
Period of validity of the tender, during which the tenderer may not modify the terms of his
tender in any respect must be at least 3 months after the deadline for submission of tenders.
Contacts between the contracting department and tenderers are prohibited throughout the
procedure save in exceptional circumstances and under the following conditions only:
- Before the final date for submission of tenders:
o At the request of the tenderer, the contracting department may provide additional
information solely for the purpose of clarifying the nature of the contract. Any requests
for additional information must be made in writing only to the following e-mail:
2
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Such requests for clarification, together with the responses, will be communicated to all
interested bidders who will have provided their email addresses.
Requests for additional information received after October 5th
, 2014 will not be processed
(for practical reasons). o The Committee may, on its own initiative, inform interested parties of any error, inaccuracy,
omission or any other clerical error in the text of the call for tenders. This information will be
sent simultaneously to tenderers who have requested the specifications and will be published
by the Commission under the heading corresponding to this call for tenders, in Imvaho and The
New Times.
- After the opening of tenders
o If clarification is required or if obvious clerical errors in the tender need to be corrected, UFC
may contact the tenderer provided the terms of the tender are not modified as a result.
Up to the point of signature, UFC may cancel the procurement procedure, without the
candidates or tenderers being entitled to claim any compensation. This decision must be
substantiated and the candidates or tenderers notified.
UFC may or not inform you whether or not your tender has been accepted. The follow up of
your response to the invitation to tender will require the recording and further processing of
personal data.
Except if mentioned otherwise, replies to questions and personal data requested are necessary
and should be criteria for the purpose of assessing your tender according to the specifications
of the invitation to tender and will only be processed by UFC committee for this purpose.
You may, upon request, obtain the communication of your personal data and rectify any
inaccurate or incomplete personal data. Should you have any queries concerning the
processing of your personal data, please address them to UFC.
We look forward to receiving your tender in response to these tender documents.
Yours sincerely,
Jules Theoneste NDAHAYO
Managing Director
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Section 2. Instructions to Supplier & Consultants
Data Sheet
Paragraph
Reference
1.1
Name of the Client: UMUTANGUHA FINANCE COMPANY (UFC) Ltd
Method of selection: Quality, Market knowledge and Cost Based Selection (QMCBS)
1.2 Financial Proposal to be submitted together with Technical Proposal:Yes
Name of the assignment is: To supply and install Agency banking system and a connecting
bridge with ability to interface the Core Banking System to different systems
including agency banking system, provide programming and maintenance, and ensure
initial technical training for system administrators and managers.
1.3 A pre-proposal conference will be held:No
1.4 The Client will provide the following inputs and facilities:
A functioning Agency banking system which is integrated with CBS
A connecting bridge between the CBS and other systems/applications including
agency banking and potential future applications/systems
Introduction to Agency Banking
All related available documents and updates
1.5 Proposals must remain valid for 90 days after the submission date.
2.1 Proposals shall be submitted in the following languages: English
2.2 Shortlisted Consultants may associate with other shortlisted Consultants: No
3.1 Consultant to state local cost in the national currency: Yes
3.2
Consultant must submit either:
(I) Hard documents:
(a) one original and (2) copies of the Technical Proposal plus an electronic
version on CD; and
(b) One original and (2) copies of the Financial Proposal.
(II) Electronic bids
(a) A PDF file of the Technical Proposal
(b) A PDF file of the Financial Proposal.
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
3.3
The Proposal submission address is:
Managing Director of UMUTANGUHA
P.O Box. 2998 Kigali, phone: +250 252 504 301, Reception
Or :
Email address: [email protected] (for electronic proposals)
Proposals must be submitted not later than the following date and time:
11:00 hours AM Rwanda Standard Time on October 10th
, 2014
3.4
Criteria and sub-criteria for the evaluation of Full Technical Proposals are:
Points
(i) Specific experience of the institution relevant to the assignment: [40]
1.Specific experience of the consultant related to the assignment
1.1 Experience in Software development of Banking applications (name of products,
current users, at least three (3) completion certificates, etc.)
1.2 Experience in Agency Banking/ mobile banking applications (name of products,
current users, at least three (3) completion certificates, etc.)
1.3 Experience in connecting bridges between the CBS and other applications (Agency
banking, mobile banking, ATM, POS, etc)
1.4 Experience in Integrations to core banking systems especially Windows applications
developed using WINDEV with SQL Server database
1.5 Experience in Encryptions and agency banking fraud detection
(ii) Adequacy of the proposed methodology and work plan [15]
The breakdown of the technical score is as shown below:
2. Adequacy of the proposed work plan and methodology in responding to the
TOR 2.1 Organizational set up proposed for the assignment – 2
2.2 Technical Approach & Methodology—10
2.3 Time bound work plan – 3
(iii) Key professional staff qualifications and competence for the assignment:
1. Systems Analyst (Architect),5
2. Senior Software Developer,5
3. Software Developer,5
4. Training specialists, 5
Total points for the key staff [20]
Note: The CVs of key professionals shall be evaluated as below:
A. General academic qualification with respect to prescribed minimum qualification and
attested by notarized degrees and certificates.
B. Adequacy for the project:
Bi. Experience in the sector of specialization
Bii. Experience in similar assignment
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Biii. Experience of working with at least 3 financial institution
( If foreign, to have office in Rwanda, or commit to do so)
C. Experience in the region language:
Ci. Experience of working in the region /similar conditions /situation
(iv) Participation by nationals among proposed key staff [5]
Total points for the four criteria: 80
The minimum technical score required to pass is: 70 Points
3.5
The formula for determining the financial scores is the following:
Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the price
of the proposal under consideration.
The weights given to the Technical and Financial Proposals are:
TP= 80
FP = 20
UFC has rights to reject all proposals if they are above its financial means after negotiations
with the successful bidders.
3.6 Expected date for commencement of supply and consulting services:
October 2014.
Administrative Documents to be submitted:
1. Copy of Domestic Registration
2. Original or Electronic copy of the valid tax clearance certificate by the Revenue office
in the tenderer (bidder)‘s country of residence
Page 7 of 26
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Section 3. Technical Proposal - Standard Forms
Form TECH-1: Supplier &Consultant‘s Organization and Experience ....................................9
A – Supplier &Consultant‘s Organization ...........................................................................9
B – Supplier & Consultant‘s Experience .............................................................................9
Form TECH-2: Comments and Suggestions on the Terms of Reference and on Counterpart
Staff and Facilities to be Provided by the Client .........................................................10
A - On the Terms of Reference ..........................................................................................10
B - On Counterpart Staff and Facilities .............................................................................10
Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the
Assignment ..................................................................................................................11
Form TECH-4: Team Composition and Task Assignments ....................................................12
Form TECH-5: Curriculum Vitae (CV) for Proposed Professional Staff ................................13
FormTECH-6: Staffing Schedule1 ...........................................................................................14
FormTECH-7 Work Schedule ................................................................................................15
Page 8 of 26
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Technical Proposal Submission Form
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We, the undersigned, offer to provide the supply and consulting services for [Insert title of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our
Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal,
and a Financial Proposal sealed under a separate envelope/email.
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Signature of the Supplier & Consultant:
Name of the Supplier & Consultant:
Address:
Page 9 of 26
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Form TECH-1: Supplier &Consultant’s Organization and Experience
A – Supplier &Consultant’s Organization
[Provide here a brief (two pages) description of the background and organization of your
firm/entity and each associate for this assignment.]
B – Supplier & Consultant’s Experience
[Using the format below, provide information on each assignment for which your firm, and
each associate for this assignment, was legally contracted either individually as a corporate
entity or as one of the major companies within an association, for carrying out supply and
consulting services similar to the ones requested under this assignment. Use 10 pages.]
Assignment name:
Approx. value of the contract (in current US$ or
Euro):
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Total No of staff-months of the assignment:
Address:
Approx. value of the services provided by your
firm under the contract (in current US$ or Euro):
Start date (month/year):
Completion date (month/year):
No of professional staff-months provided by
associated Consultants:
Name of associated Consultants, if any:
Name of senior professional staff of your firm
involved and functions performed (indicate most
significant profiles such as Project
Director/Coordinator, Team Leader):
Narrative description of Project:
Description of actual services provided by your staff within the assignment:
Firm‘s Name:
Page 10 of 26
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Form TECH-2: Comments and Suggestions on the Terms of Reference and on
Counterpart Staff and Facilities to be Provided by the Client
A - On the Terms of Reference
[Present and justify here any modifications or improvement to the Terms of Reference you are
proposing to improve performance in carrying out the assignment (such as deleting some
activity you consider unnecessary, or adding another, or proposing a different phasing of the
activities). Such suggestions should be concise and to the point, and incorporated in your
Proposal.]
B - On Counterpart Staff and Facilities
[Comment here on counterpart staff and facilities to be provided by the Client according to
Paragraph Reference 1.4 of the Data Sheet including: administrative support, office space,
local transportation, equipment, data, etc.]
Page 11 of 26
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Form TECH-3: Description of Approach, Methodology and Work Plan for Performing
the Assignment
[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (50 pages, inclusive of
charts and diagrams) divided into the following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output, and the degree of detail of such
output. You should highlight the problems being addressed and their importance, and explain
the technical approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those methodologies
with the proposed approach.
b) Work Plan. In this chapter you should propose the main activities of the assignment, their
content and duration, phasing and interrelations, milestones (including interim approvals by
the Client), and delivery dates of the reports. The proposed work plan should be consistent
with the technical approach and methodology, showing understanding of the TOR and ability
to translate them into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here.
c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible, and proposed technical and support staff.]
12
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Form TECH-4: Team Composition and Task Assignments
Professional Staff
Name of Staff Firm Area of Expertise Position Assigned Task Assigned
13
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Form TECH-5: Curriculum Vitae (CV) for Proposed Professional Staff
1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth: Nationality:
5. Education[Indicate college/university and other specialized education of staff member,
giving names of institutions, degrees obtained, and dates of obtainment]:
6. Membership of Professional Associations:
7. Other Training [Indicate significant training since degrees under 5 - Education were
obtained]:
8. Countries of Work Experience: [List countries where staff has worked in the last ten
years]:
9. Languages[For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:
10. Employment Record[Starting with present position, list in reverse order every
employment held by staff member since graduation, giving for each employment (see
format here below): dates of employment, name of employing organization, positions
held.]:
From [Year]: To [Year]:
Employer:
Positions held:
11. Detailed Tasks Assigned
[List all tasks to be
performed under this
assignment]
12. Work Undertaken that Best Illustrates Capability to
Handle the Tasks Assigned
[Among theassignments in which the staff has been
involved, indicate the following information forthose
assignments that best illustrate staff capability to handle
the tasks listed under point 11.]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
14
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
FormTECH-6: Staffing Schedule1
N° Name of Staff Staff input (in the form of a bar chart)
2
Total staff-month
input
1 2 3 4 5 6 7 8 9 10 11 12 n Home Field3 Total
Foreign
1 [Home]
[Field]
2
3
n
Subtotal
Local
1 [Home]
[Field]
2
n
Subtotal
Total
1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.:
draftsmen, clerical staff, etc.).
2 Months are counted from the start of the assignment. For each staff indicate separately staff input for home and field work.
3 Field work means work carried out at a place other than the Supplier & consultant's home office.
Full time input
Part time input
15
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
FormTECH-7 Work Schedule
N° Activity1
Months2
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
n
1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports after UAT),
and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks
separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.
16
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Section 4. Financial Proposal - Standard Forms
FORM FIN-1. FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We, the undersigned, offer to provide the supply & consulting services for [Inserttitle of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical
Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and
figures]. This amount is inclusive of all expenses during implementation but exclusive of the
taxes, which will be identified during negotiations and shall be added to the above amount.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name of Supplier & consultant:
Address:
17
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Note financial proposal:
1) The financial proposal should clearly indicate the following:
Connecting bridge, Agency Banking Software licence fee structure for the Testing, Live
& Backup environments
Full Implementation cost until go-live, including professional fee rates, accommodation
and air flights and training for both operations and technical personnel
After go-live support & Annual Maintenance Charge (AMC) for the Testing, Live &
Backup environments
Clear separate prices for the connecting bridge and Agency banking application.
2) Financial Proposal shall be submitted having a detailed cost break down. Please cost all the
costs for the implementation, including but not limited to the license, fees for the
consultants/specialists, international transport, accommodation, 1 year annual maintenance
with a possible free guarantee period, etc.
3) For UFC reference, please indicate the specifications and cost of Hardware / Servers required
for Testing, Live & Backup (DR) environments. This will not be part of the overall cost.
18
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Form FIN-1. Breakdown of reimbursable 1
Group of activities :
N° Description2 Unit Unit cost
3 Quantity
[Currency #
1]4
[Currency #
2]4
[Currency # 3]4
[Local
currency]4
Connecting bridge
AB license
Annual Maintenance
Per diem Day
International flights 5
Journey
Travel
Voyage
Travel expenses Journey
Communication
allowances entre [place
]and [place]
Drawings, drafting and
reproduction of reports
Equipment, tools,
material, Supplies, etc.
Sending belongings Journey
Use of computers and
softwares
Local transportation
costs
Training for personnel
of the Client 6
……….
………..
TOTAL
1 Form FIN-1 can be customized by the bidders 2 Delete items not applicable or add other items
3 Indicate the unit cost and the currency.
4 Indicate between brackets the name of the currency. Indicate the cost of each reimbursable in the column corresponding to the currency. Cost = unit cost x quantity.
5 Indicate route for each trip, and if it is a single go or round trip 6 Only if the training is an essential component , as defined in the Terms of Reference
19
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Section 5.Terms of Reference (ToR) to supply and implement Agency Banking
Application and a Connecting bridge for UFC
5.1. BACKGROUND AND PURPOSE
UMUTANGUHA Finance Company (UFC) is a microfinance institution operating in
Rwanda with the main value ―Finance for all and for development‖, while its main
mission is ―Facilitating access to client- driven financial services and accompanying non
financial services to all financial excluded population mainly those living in rural areas,
with a particular focus on farmers, entrepreneurs, women and youth especially living in
rural areas in order to enable them saving and creating small income generating projects
and reduce poverty‖.
Though UMUTANGUHA Finance Company Ltd (UFC) continues to invest in opening
more brick and mortar branches, the challenge of access to formal financial services
remains a big impediment to financial inclusion. Rwandans (especially in remote areas)
are forced to travel long distances and spend huge amounts on transport in order to access
a branch. In addition to the cost of transport is the time spent commuting to and from that
could have been spent more productively. More particularly, the current UFC branch
network is small with only 7 branches while, thanks to UFC innovative financial
products, the demand for more UFC branches is high in different locations of the country.
To curb these challenges, and driven by the National Bank of Rwanda (BNR)‘s
―Guidelines on Agent Banking‖ published in September 2011, UFC plans to use digital
banking channels as alternative and complement delivery channels. One of these channels
is agent banking which consists of using agents to provide specific services on behalf of a
financial institution.
It is expected that agency banking application will be interfaced &integrated with the
current Core Banking System using a connecting bridge. The latter will also be used to
connect other future applications offering other alternative delivery channels. The current
CBS ―PERFECT‖ is a windows application with SQL Server 2008 database which runs
on Windows Server 2012 while having WINDEV as a programming language.
It is against this background that UFC published this RFP which consists of recruiting a
Supplier and Consultant of supply and installation of Agency banking system and a
connecting bridge with ability to interface the Core Banking System to different systems
including agency banking system.
5.2. FUNCTIONAL AND TECHNICAL DESCRIPTION OF THE SOLUTIONS
5.2.1. Functional requirements of the connecting bridge
The Connecting Bridge should meet the following minimum functional requirements:
Ability to interface to the Core Banking System (PERFECT) from multiple systems.
20
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
Ability to interface and process transactions with all the existing, and future, Non-
standard Self Service channel payment systems:
o Mobile banking system;
o Internet Banking;
o Agency banking;
o Customer Call Center;
o SMS Gateway;
o ATM / POS switch;
Ability to interface and process transactions with all the existing, and future, external
Utility providers / third party business partners for online bill payments:
o SMS Media
o PIVOT Access
Ability to interface and process transactions with all the existing, and future, Mobile
Network Operator (MNOs):
o Tigo - USSD & Mobile Money & Topup
o Airtel - USSD & Mobile Money & Topup
o MTN - USSD & Mobile Money & Topup
Ability to interface and process transactions with all the existing, and future UFC
back-end, Non-standard systems:
o E-mail Gateway;
o SMS Gateways;
o Customer Relationship Management (CRM) system;
5.2.2. Functional requirements of the Agency Banking
The Agency banking system should meet the following minimum functional
requirements:
Ability to interface to the Core Banking System (PERFECT)
Ability to run on USSD and Mobile App for Android, IOS, BlackBerry
Ability to perform the following transactions:
o Account Opening
o Balance Enquiry
o Mini Statement
o Funds Transfers (Own Accounts, Internal Accounts, External Accounts)
o Bills Payments
o Mobile Top up for all networks
o Loans Application
o SMS and Email Alerts
o Cash Withdrawal
o Cash Deposit
Ability to integrate with the Switch for Cardless Transactions
Ability to use Biometric POS
Ability to work with different POS devices in the market
Ability to work with NFC Device
21
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
5.2.3 Other Technical requirements
The Solution is required to provide the ability to perform Store and Forward of
messages between the various services and clients of the Connecting Bridge, both in
synchronous or asynchronous mode
Support for reusability of common services
Service switching and routing is a key ―enabling service‖ of the Connecting bridge
which ensures that a service is accessed in most efficient and performing manner
Support for multiple protocols such as: HTTP, HTTPS, Relational databases, SMTP,
TCP/IP, flat files, FTP, etc.
Encryption / decrypting and digitally signing of business data / messages across the
boundaries of the transaction.
Support for the fundamental Web and Web services standards, including URIs, XML,
SOAP and WSDL.
Data integration. Adapters for a range of source types beyond relational database
management systems and legacy databases, including packaged applications and Web
services, that extend the potential reach of the technology
Communication between core application and agencies/partners should be secured,
even if secured network is used for the connection. SSL and/or WS-Security will be
applied as appropriate
Setting standards for the integration & SOA platform to adopt a fully integrated
environment
Centralized integration solution to provide a faster turn-around time to meet the
business demands
Faster integration of new core banking application with new channels
Standardization on Integration and SOA Platform
Ease of implementation and development for future integration (reduce development
and integration effort)
5.2.4. Implementation
Estimated duration of implementation.
Implementation Methodology
Experience of implementing similar projects
Availability of off-the-shelf interfaces (or experience of integration (with Perfect
Core Banking System, Local 3rd party business partners / aggregators / Utility
Payment vendors, etc.
Organization of the project team & their experience of team members
User & Technical / Systems administrators Training
Global ranking / awards for the product.
Availability of Technical and User documentation
Key reference sites of similar business nature and size like UFC.
22
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
5.2.5 Post implementation support - annual Maintenance contract (AMC)
Availability of local (Rwanda) support to eliminate delays in support and
implementation of new / changed products, as well as reduce operational and logistics
costs.
Annual Maintenance Contract (AMC) terms / model
1st Level (L1), 2
nd Level (L2), and 3
rd Level (L3) support with clear escalation matrix.
Roadmap / plan of product upgrades and enhancements
5.3. OBJECTIVE OF THE ASSIGNMENT
The objective of the assignment is the supply and installation of Agency banking system
and a connecting bridge with ability to interface the Core Banking System to different
systems including agency banking system.
5.4. MAJOR TASKS AND RESPONSIBILITIES
Major tasks are as stated under point 5.3 ―objective of the assignment‖ above. However,
before the customization of Agency Banking software, there will be eventual tasks to be
addressed for customizing the current software, resolving system scalability and adding
new functionality and features to existing bank software. Such tasks shall include:
Apply checks & controls for quality data
Enhance User Interface
Development of Dashboards
Message processing & data storage
Message content & internationalization
Consistent ‗help‘ resources
Data & usage auditing
System monitoring & administration
Technical handover & Capacity Building
System Maintenance & Bug Fixing
Technical Documentation
5.5. DELIVERABLES
1. Develop/Customize the Connecting Bridge as per the technical descriptions under
points 5.2 above.
2. Develop /Customize Agency Banking software as per the points mentioned under
major tasks above and points 5.2 above
3. Technical handover & capacity building
4. Reports
5. Update additional iterations based on user testing.
6. Provide brief update on tasks completed during routine systems administration
and budget for any additional features requested outside the scope of this contract.
23
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
7. Provide necessary tools for agency banking system related connect bridge.
5.6. REQUIRED PROFILE AND QUALIFICATIONS
Key professional staff qualifications and competence needed for the assignment:
Systems Analyst: 4 years‘ experience in systems analysis, design and project
management of software project. Experience in working with large scale mobile
based systems.
Senior Software Developer: 4 years of experience with master degree in related
field. Highly proficient in programming. Excellent programming logic.
Experience of using different reports development tools for generating dashboards
(Graphs, Charts & Tables).
Software Developer: 3 years‘ experience in programming, experience in SQL
and working knowledge of Agency Banking. Experience of reports development.
Experience in writing SQL queries.
System Trainer: 3 years‘ experience in programming, experience in SQL and
full understanding & knowledge of core Agency Banking. Experience of reports
development. Experience in writing complex SQL queries.
Highly Recommended:
Experience working on Mobile banking, Agency Banking applications and
Connecting bridges and switches.
Knowledge of environment in which UFC operates, and understanding of the
constraints of working with large teams
Ability to align technical goals with UFC strategic goals – that always will mean
prioritizing UFC‘s mission over any particular technology
Willing to travel (sometimes on short notice) and develop software in the field
Desired:
Programmatic knowledge of the Rwandan microfinance and banking system,
particularly in Relation to Central Bank ‗BNR‘ requirements
The General environment of financial systems that exist within East Africa and
particularly Rwanda and how other competing parties implement their agency
banking
5.7. ACCEPTANCE OF DELIVERABLES
To ensure that the requirements and expectations of the deliverables are met, during each
phase as deliverables are submitted to UFC for approval and acceptance, each deliverable
will be accepted by UFC after Quality Control and Correctness of deliverables have been
checked and approved by the appointed committee in the Institution (UFC) to supervise
the project implementation.
24
REFERENCE NUMBER: TENDER N° 003/UFC/2014/mw
5.8. TERMS OF PAYMENT
All payments will be linked to the deliverables. The contractor shall submit invoice to
UFC which will be approved by the appointed committee and the Finance Manager.
A. Payment Certificates
The Contractor shall submit completed deliverables to the appointed person and
copy the Finance Manager.
The appointed committee and the Finance Manager shall check the Contractor‘s
deliverables and certify the amount to be paid to the Contractor.
The value of work executed shall be determined by the appointed committee and
the Finance Manager.
B. Payments
30% of the contract value will be paid in Advance immediately after contract
signing.
50% of the contract value will be paid upon successful development and
completion of all mentioned tasks & deliverables.
20% of the contract value will be paid upon successful handover.
Note: Non-financial guarantee shall be given covering at least 12 months for technical
assistance, replacement, repairs and maintenance of the agency banking software and
the connecting bridge application.