RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated...

89
INDIAN OVERSEAS BANK Digital Banking Department Central Office, 763, Anna Salai, CHENNAI 600 002 RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL Page 1 of 89 INTRODUCTION Indian Overseas Bank (hereinafter referred to as “Bank”) invites Request for Proposal (hereinafter referred to as “RFP”) from well-reputed vendors for IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL (hereinafter also referred to as “Mobile ATM) based on the requirements, specifications, terms and conditions laid down in this RFP. DISCLAIMER The information contained in this Request for Proposal (“RFP”) document or information provided subsequently to bidders or applicants whether verbally or in documentary form by or on behalf of Indian Overseas Bank (or Bank), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP document is not an agreement and is not an offer or invitation by the Bank to any parties other than the applicants who are qualified to submit the bids (hereinafter individually and collectively referred to as “Bidder” or “Bidders” respectively). The purpose of this RFP is to provide the Bidders with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder requires. Each Bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. The Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. The information contained in the RFP document is selective and is subject to updating, expansion, revision and amendment. It does not purport to contain all the information that a Bidder require. Bank in its absolute discretion, but without being under any obligation to do so, can update, amend or supplement the information in this RFP. Such change will be published on the Website (www.iobtenders.auctiontiger.net) and it will become part of RFP. Indian Overseas Bank reserves the right to reject any or all the proposals received in response to this RFP document at any stage without assigning any reason whatsoever. The decision of the Bank shall be final, conclusive and binding on all the parties. Bank reserves the right to cancel the entire bid at any point of time, or disqualify any particular bidder, if it finds that fair play is not maintained by the bidder. THIS RFP CONSISTS OF THREE PARTS. PART I - DETAILS PROJECT SPECIFIC TERMS AND CONDITIONS, PART II DETAILS GENERAL TERMS AND CONDTIONS AND PART III DETAILS SUBMISSION OF VARIOUS DOCUMENTS AS PER FORMATS PROVIDED AS ANNEXURES.

Transcript of RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated...

Page 1: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

INDIAN OVERSEAS BANK Digital Banking Department

Central Office, 763, Anna Salai, CHENNAI – 600 002

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018

REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES

UNDER OPEX MODEL

Page 1 of 89

INTRODUCTION Indian Overseas Bank (hereinafter referred to as “Bank”) invites Request for Proposal (hereinafter

referred to as “RFP”) from well-reputed vendors for IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL (hereinafter also referred to as “Mobile ATM”) based on

the requirements, specifications, terms and conditions laid down in this RFP. DISCLAIMER

The information contained in this Request for Proposal (“RFP”) document or information provided subsequently to bidders or applicants whether verbally or in documentary form by or on behalf of Indian Overseas Bank (or Bank), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP document is not an agreement and is not an offer or invitation by the Bank to any parties other than the applicants who are qualified to submit the bids (hereinafter individually and collectively referred to as “Bidder” or “Bidders” respectively). The purpose of this RFP is to provide the Bidders with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder requires. Each Bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. The Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. The information contained in the RFP document is selective and is subject to updating, expansion, revision and amendment. It does not purport to contain all the information that a Bidder require. Bank in its absolute discretion, but without being under any obligation to do so, can update, amend or supplement the information in this RFP. Such change will be published on the Website (www.iobtenders.auctiontiger.net) and it will become part of RFP. Indian Overseas Bank reserves the right to reject any or all the proposals received in response to this RFP document at any stage without assigning any reason whatsoever. The decision of the Bank shall be final, conclusive and binding on all the parties. Bank reserves the right to cancel the entire bid at any point of time, or disqualify any particular bidder, if it finds that fair play is not maintained by the bidder. THIS RFP CONSISTS OF THREE PARTS. PART I - DETAILS PROJECT SPECIFIC TERMS AND CONDITIONS, PART II DETAILS GENERAL TERMS AND CONDTIONS AND PART III DETAILS SUBMISSION OF VARIOUS DOCUMENTS AS PER FORMATS PROVIDED AS ANNEXURES.

Page 2: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 2 of 89

PART I - PROJECT SPECIFIC TERMS & CONDITIONS: 1.1. SCHEDULE OF BIDDING PROCESS:

S.No Description of Information / Requirement

Information / Requirement

1 Tender Reference Number RFP/DBD/001/18-19 2 Date of Issue of RFP 04.07.2018 3 Last date for receipt of queries, if

any. 11.07.2018 (Via email at [email protected]/ [email protected])

3.a Date of Pre Bid Meeting 13.07.2018 at 1500 hours at Bank’s Central Office

4 Bid Submission Mode. https://iobtenders.auctiontiger.net/EPROC/Through e-tendering portal (Class II or Class III Digital Certificate with both Signing & Encryption is required for tender participation)

5 Last Date and Time for submission of bids along with supporting documents through the above e-tendering portal.

25.07.2018 on or before 1700 hours. (End time for submission will be as per e-tendering service provider server time).

6 Last date, time and place for submission of Original Demand Draft for Cost of document and BG in lieu of EMD & Integrity Pact on Rs. 100 stamp paper.

26.07.2018 on or before 1530 hours at the Bank’s Information Technology Department, Chennai. (Should be submitted to the contact officials in person).

7 Date, time and venue for opening the Technical bid through e-tendering portal.

26.07.2018 at 1600 hours at the Bank’s Information Technology Department, Chennai.

8 Date, time and venue for opening the

commercial bid

Shall be intimated to the technically qualified bidders in

due course.

9 Name of contact officials for DD submission as stated in serial no.6.

N Sekar - Chief Manager Phone: 044- 28519458 Debayan Nath-Asst. Manager-IT

Phone: 044-28519466 10 Address for Communication /

Submission of Bids The Assistant General Manager, Indian Overseas Bank, Digital Banking Dept., Central Office, 763, Anna Salai, Chennai – 600002.

11 Contact officials for any technical clarification.

Mr. Desikan V –Chief Manager Tel : 044-2888 9176 Mr.Sumit Kumar Sahu – Manager –IT Tel : 044-2888 9176

12 Contact e-mail ID [email protected]

[email protected]

Page 3: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 3 of 89

[email protected]

12 Support person and phone number for e-tender service provider for any help in accessing the website and uploading the tender documents.

e-Procurement Technologies Limited Manan Jani: 079-40270502 [email protected] Shivam Shewaramani: 079-40016824 [email protected]

1.2. COST OF BID DOCUMENT& EARNEST MONEY DEPOSITS (EMD):

Sl.No. Description Amount in Indian Rupees

1. Cost of Bid document (Refer clause 2.3 of the RFP) Rs. 2,000 2. EMD (Refer clause 2.3 of the RFP) Rs. 20,00,000

Bidders who are registered with National Small Industries Corporation (NSIC) or Udyog Aadhaar Memorandum are exempted for the submission of Cost of Bid document and EMD. Documentary Proof of Registration Certificate to be submitted along with the technical bid. 1.3 QUALIFICATION CRITERIA: The documentary evidence of the Bidder's qualifications to perform the contract, if its offer is

accepted, shall establish to the Bank's satisfaction that:

1. The Service Provider should have been in business of providing hired mobile ATM/cash

Mobile ATM to Nationalized Bank’s OR SCB for three years as on 01.06.2018. Documentary evidence in support of the same has to be enclosed with technical bid.

2. The bidder is registered as a company in India as per Companies Act, 2013/1956 and should have been in operation for a period of at least 3 years as on as on 01.06.2018. The Certificate of Incorporation issued by the Registrar of Companies to be submitted along with technical bid. (Documentary proof should be attached).

3. The Bidder has registered a turnover of at least Rs. 20 Crores (Rupees Twenty Crore) per financial year (Financial year shall mean an accounting period of 12 months. Figures for an accounting period exceeding 12 months will not be acceptable) for the last 3 financial years, (not inclusive of the turnover of associate companies) as per the audited accounts. Annual reports of 2015-16, 2016-17 and 2017-18 should be attached. In case of bidders whose financial year falls other than April- March of the year or final audited accounts yet to be published, provisional results/CA Certified results of 2017-18 (should be attached. (Documentary proof should be attached).

4. The bidder has registered net profit (after tax) for at least one financial year (Financial year shall mean an accounting period of 12 months. Figures for an accounting period exceeding 12 month will not be acceptable) in the immediate preceding 3 financial years as per audited

Page 4: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 4 of 89

accounts. Annual reports of 2015-16, 2016-17 and 2017-18should be attached. In case of bidders whose financial year falls other than April- March of the year or final audited accounts yet to be published, provisional results/CA Certified results of 2017-18 (should be attached. (Documentary proof should be attached).

5. The bidder should have supplied and made operationalCUSTOMIZED VEHICLE FOR

PROVIDING MOBILE ATM SERVICES in at least one SCB in India in the last 3 years. The mobile ATM service must be active and operational in these organization(s) as on the date of the RFP. Satisfactory performance certificate along with Purchase Orders to be submitted as proof of document.

6. The production unit / factory of the branch of ATM, UPS & Digital Genset (DG) being quoted should be ISO 9001:2000 certified or any equivalent/higher certification. If the production unit is outside India, it should meet equivalent international standards. The relevant ISO Certificate to be submitted.

7. The bidder should have support infrastructure (Registered Office/Authorised Service Centre/OEM Service Centre) in the centres as mentioned in annexure-ll. Documentary proof in this regard is to be submitted.

8. The bidder should be premium partner / authorized reseller of the OEM of proposed ATM, UPS & DG set in India. The Bidder must be in position to provide support / maintenance / upgrade during the period of contract with the Bank. Bidder to submit a letter of authorization / Manufacturer Authorization Form (MAF) as per Annexure IV of this RFP.

9. The bidder should submit a letter of undertaking stating to agree to abide by all the terms and conditions stipulated by the Bank in the RFP including all annexures, addendum and corrigendum and other terms and conditions laid down in this Request for Proposal (RFP). Bidder to submit the letter as per format provided in Annexure V of the RFP along with the technical bid. (Documentary proof should be attached).

10. The bidder should not have been blacklisted in any Central Government / PSU / Banking / Insurance company in India as on date of the RFP for a similar project. Bidder to submit the Self Declaration certificate as per format provided in Annexure VI of the RFP along with the technical bid. (Documentary proof should be attached).

1.4 EXISTING SETUP& REQUIREMENT

The Bank proposes to connect Cash Recycler/Cash Dispenser to its Narada Switch (or any other switch Bank may use in the future) and Passbook kiosks (to be provided by the Bank) to the Bank CBS. The successful bidder will take total responsibility for supplying, installation of Cash Recycler/Cash Dispenser and making them operational with integration to Narada switch within the schedules as mentioned in the RFP for delivery and installation. It is the responsibility of the bidder to obtain necessary licenses from Narada Switch. Passbook Kiosk will be integrated with the Finacle through a intermediate server (to be provided by the Bank).

Page 5: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 5 of 89

1.5 UAT: The SB is required to complete UAT as per the requirement of Bank. On successful completion of UAT the bidder is required obtain UAT completion certificate from the division concerned of the Bank. The SB has to complete the UAT within 10 days of acceptance of the PO failing which Bank reserve the right to cancel the order and revoke BG submitted in lieu of EMD.

1.6 IMPLEMENTATION SCHEDULES

1. Mobile ATM which is ready for use, is required to be operationalized as per the scope of Work

(Annexure I) within 6 (Six) weeks from the date of the UAT Signoff. (Proof of document should

be submitted). The address of location for delivery shall be mentioned in the PO.

2. Extension of implementation of schedule: If, at any time during performance of the

Contract, the Bidder should encounter conditions impeding timely implementation, the Bidder shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Bidder's notice, the Bank shall evaluate the situation and may at its discretion extend the Bidder's time for performance against suitable extension of the performance guarantee for delivery.

3. Penalty for Delayed implementation: implementation for the above purpose is deemed to be completed only when all the items specified in Purchase Order are completely operationalized and delivered to the Location and date of implementation is the date on which the last item is operationalized at the location mentioned in the PO. If the implementation schedule is not maintained as stated in clause 1.5 (1& 2) or to such extended period as per clause 1.5 (3) of this RFP, a penalty of Rs. 2,000/- per day per Mobile ATM subject to a maximum amount of Rs. 20,000/- per Mobile ATM will be levied from the expiry of due date of implementation. Penalty shall be levied for the Mobile ATM for which implementation is delayed.

4. Noncompliance of implementation terms:Failure of the successful bidder to comply with

the above implementation schedule, as stipulated in clause 1.5 (1), (2) & (3), shall

constitute sufficient grounds for the annulment of the award of contract and invocation of

bank guarantee (implementation). In such an event, the Bank will call for new bids and

forfeit the EMD/Bank Guarantee for Implementation.

1.7 Contract Period & support:

The contract will initially be for a period of 3 years, in the contract period the successful bidder is

required to provide support for each and every item supplied under this contract as per the

resolution time mentioned in this RFP. Bank at its own discretion may terminate the contract any

time before completion of the mandated period of 3 years while giving the notice period of 30

days. After completion of the contracted period of 3 years, Bank will have the option to renew the

existing contract based on the mutually agreed terms and conditions.

Page 6: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 6 of 89

1.8 SUPPORT DETAILS:

The Online call logging facility and status of logged calls should be made available to Bank though web –portal. The selected bidder should provide a centralized web-based call login facility and through Telephone with 24x7 access for Bank/branches/ Offices/caretakers/Customer. Round-the-clock remote support to field operatives and customers who want to contact for any Mobile ATM related reason. Proactive problem resolutions.

1.9. BANK GUARANTEE

1. Within 15 (Fifteen) days (exclusive of holidays) of the date of acceptance of the Purchase

Order, the successful Bidder shall furnish a bank guarantee (for implementation) for a period

of 6 months with a claim period of twelve month for an amount of Rs. 30,00,000/-, in the

format as per Annexure IX of the RFP.

2. Similarly one month prior to the expiry of Bank guarantee for delivery, SB shall submit Bank

Guarantee for Performance which shall be valid for a period of 36 months with a claim period

of 12 months for an amount equal Rs. 1,00,00,000/-.

3. Failure of the successful bidder to comply with the requirement as stipulated above shall

constitute sufficient grounds for the annulment of the award of contract and forfeiture of the

Earnest Money Deposit. In such an event, the Bank will call for new bids.

4. The above-mentioned bank guarantee issued by any scheduled commercial bank other than

Indian Overseas Bank is acceptable. Successful Bidder should inform the Guarantee Issuing

Bank to forward the original guarantees directly to the Bank.

5. Bank reserve its right to invoke the Bank Guarantees (for delay in delivery or non- delivery/

performance) on the following grounds and as per terms and conditions stipulated in the Bank

Guarantee:

a) Delay / non-delivery beyond stipulated delivery schedule as per clause 1.5& 1.6 of the

RFP.

b) Non Performance of the SLA terms and conditions.

1.10. PAYMENT TERMS:

1. Monthly payment will be release by the respective Regional Office to which Mobile ATM will be

attached after deduction of penalty as per the terms and conditions of the RFP.

1.11. PRICES AND TAXES

1. Prices should be quoted as per Commercial Bid in Annexure ‘III’.

2. The quoted prices shall be exclusive of all taxes and inclusive of all applicable duties.

Page 7: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 7 of 89

3. The quoted prices shall be all inclusive of technical service charges, if any, for configuration

and installation at the location as specified by the Bank in the Purchase Order, charges for media, charges for packing, freight and forwarding, transit insurance and local transportation charges, Hamali charges and charges such as cost towards boarding, traveling, lodging etc.

4. The quoted price should as per scope as provided in Annexure III.

5. The quoted price should be inclusive of Travelling, Boarding, and Lodging and for any

incidental expenses. Bank shall not bear any other cost other than the one indicated in the Commercial Bid format.

6. Applicable taxes like TDS and NEFT charges, if any will be deducted from the amount payable.

7. Prices quoted by the Bidder shall remain fixed during the Bidder’s performance of the contract

and will not be subject to variation on any account.

8. A bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected.

9. Price should not be indicated at any place in the Technical Bid. If the price is indicated in the

technical bid, the entire bid will be summarily rejected.

10. The prices shall be quoted in Indian Rupees. Any reference made to variation in pricing due to appreciation / depreciation of Indian rupees against any other currency is not acceptable.

11. Bids (both technical as well as commercial bid) shall be valid for a period of 180 days from the

last date for submission of bids. Bids submitted with a short validity period will be treated as non-responsive and will be rejected.

12. Bids shall be submitted strictly as per the format given in the bid and any addition / deletion /

change in the format will be summarily rejected.

13. Bids without signature of authorized signatory of the bidder will be summarily rejected Bank reserve its right to accept / reject any bid, which is not in line with these conditions.

1.12. EVALUATON OF BIDS AND AWARDING THE CONTRACT

Price should not be indicated at any place in the Technical Bid. If the price is indicated in the technical bid, the entire bid will be summarily rejected. The evaluation of Bids and awarding contract will be carried out as per the following criteria:

Page 8: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 8 of 89

a) Evaluation of Technical Bids: The Bank’s evaluation of the technical bids will take into account the following factors and based on such evaluation a list of technically qualified bidders will be short-listed:

1. Compliance of terms and conditions stipulated in Clause 1.3 of RFP duly supported by documentary evidence called for therein.

2. Submission of duly signed Annexure – I, I (A), IV, V, VI, XI and XII of the RFP.

3. Review of written reply, if any, submitted in response to the clarification sought by the Bank, if

any. b) Evaluation of Commercial Bids Commercial bids of only the technically qualified short-listed bidders (qualified as per 1.12 (a) above) will be opened and evaluated.

1. Status of Compliance of terms and conditions of clause 1.11 of this RFP.

2. Submission of Commercial Bid strictly in the format specified in Annexure III of RFP. c) Determination of Successful Bidders and Awarding of Contract: Bank will determine the L1 bidder through the commercial bids submitted in bank’s e-Tendering website. Commercial bids of only the technically qualified bidders shall be opened. The dates for opening of commercial bids shall be intimated to the technically qualified bidders in due course.

1. The L1 bidder will be determined based on the lowest Total Price Quoted for (Grand Total) under SL.NO. B (Table lI) of ANNEXURE III).

2. The Bidder in their own interest should quote competitive price and the same should be reasonable.

3. If for any reason L1 bidder backs out or the purchase order given to the L1 Bidder does not

get executed in part / full, the Bank shall forfeit the EMD, invoke bank guarantee for delivery/performance, then bids will be cancelled and bank shall go for re-tender and may blacklist the bidder for a period of one year.

Page 9: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 9 of 89

PART –II

2. GENERAL TERMS & CONDITIONS: 2.1. SUBMISSION OF BIDS 2.1.1. SUBMISSION OF BIDS THROUGH E-TENDERING PORTAL:

Bidders satisfying the Project Specific terms and conditions and General terms and conditions

specified in this RFP and ready to provide the said services as detailed in this document (Scope of

Work - Annexure I) in conformity with Technical Specification stipulated in Annexure I-A may submit

their bid through Bank’s e-tendering service provider website https://iobtenders.auctiontiger.net on or

before the time line stipulated vide clause 1.1 of the RFP. Refer clause 2.28 for E-Tender Service pre

requisite for bid submission.

Bank’s e-tendering website will not allow any bids to be submitted after the deadline for submission of

bids. In the event of the specified date and time for the submission of bids, being declared a holiday

for the Bank, e-tendering website will receive the bids up to the appointed time on the next working

day. Extension / advancement of submission date and time will be at the sole discretion of the Bank.

2.1.2. SUBMISSION OF DOCUMENTS: In addition to uploading the documents in the e-tendering portal, Bidder should also submit

the following in a sealed cover to the address notified in the clause 1.1 of the RFP on or before

schedule mentioned in clause 1.1 of the RFP.

a. Bank Demand Draft for Rs.2,000/- (Rupees Two Thousand Only – non-refundable) towards

cost of documents.

b. Bank Guarantee in lieu of EMD for Rs.20,00,000/- (Rupees Twenty Lakhs Only).

Bidders should be in possession of the acknowledgement issued by e-tendering system for

submission of bids through e-tendering system and provide the same if asked by the Bank at the time

of opening of Technical bids.

In case the above documents are not submitted on or before the schedule mentioned in clause 1.1 of

the RFP, the bid will be rejected even if the same is uploaded in the Bank’s e-tendering service

provider website.

The above documents in a sealed cover should be put in the tender box kept in the infrastructure

division of Information Technology Department of the Bank’s Central Office, Chennai on or before the

date and time mentioned in the Schedule for bidding process given in clause 1.1of this RFP or they

Page 10: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 10 of 89

may be handed over to any one of the officers of the Bank’s Information Technology Department,

Central Office, Chennai mentioned in clause 1.1 of the RFP

Bids received in any other mode other than the mode stipulated above, will not be accepted.

2.2 BID OPENING PROCESS:

The Bank will follow a two bid opening process through e-tendering system. The stages are:

1. Technical Bid Opening and Evaluation.

2. Commercial Bid Opening and Evaluation.

In the first stage, the technical bids submitted in Bank’s e-tendering website shall be opened in the

presence of available authorised representatives of the bidders who chose to remain at the time, date

and venue mentioned in clause 1.1 of this RFP. The evaluation and short listing criteria shall be based

on the criteria set out in clause 1.12 (a) of this RFP.

In the second stage, commercial bid submitted in the Bank’s e-tendering website by the technically

short-listed bidders shall be opened / processed. The time, date and place of opening the commercial

bid shall be advised to the technically qualified bidders individually either by email, fax or by letter.

The evaluation of commercial bid be based on the criteria set out in Clause 1.12(b) of this RFP and

selection of L1 bidder shall be based on the criteria set out in clause 1.12(c) of this RFP.

2.3. COST OF BID DOCUMENT AND EARNEST MONEY DEPOSIT:

The bid should also be accompanied by BG in lieu of Earnest Money deposit (refundable) of Rs.

20,00,000/- (Rupees Twenty Lakhs Only)and cost of bid document (non-refundable) for Rs.2,000/-

(Rupees Two Thousand Only) by way of a Demand Draft for the amount in favour of Indian

Overseas Bank, payable in Chennai.

Bank Guarantee submitted in lieu of EMD should be valid for minimum period of 6 months with a

claim period of 12months from the date of expiry of guarantee from the last date for submission of

bids. The format for submission of EMD in the form of Bank Guarantee is as per Annexure VII of this

RFP.

This Bank Guarantee in lieu of EMD will be returned to the disqualified bidder along with notice of

disqualification, to unsuccessful bidders on determination of L1 bidder and to the successful bidder on

receipt of the Bank guarantee for Implementation as per clause 1.9 of this RFP. Bids received without

the Demand Draft and Bank Guarantee in lieu of EMD mentioned above will be rejected.

Bank shall forfeit EMD /invoke Bank Guarantee in lieu of EMD in the following events:

Page 11: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 11 of 89

1. If a bidder withdraws the bid during its validity period.

2. If a bidder makes any statement or encloses any document which turns out to be

false/incorrect at a later date.

3. In case the successful bidder fails to sign the contract or fails to furnish the Bank Guarantee

(Performance) as required.

2.4. BIDDER’S INQUIRIES ON RFP& BANK’S RESPONSE:

All enquiries from the bidders, related to this RFP must be directed in writing / email and sent to the

address/email ID‟s as per schedule mentioned in clause 1.1 of the RFP. Any clarifications / query

received thereafter shall not be considered and will be ignored. The preferred mode of delivering

written questions, to the aforementioned contact person would be through the email followed by letter

in writing. In no event, Bank will be responsible in ensuring receipt of inquiries.

Sl.No Page No. Clause No. Description Clarification Banks

Response

Bank makes no commitment on its part to accept all the queries / suggestions / requests submitted by

the bidders. Bank on reviewing the inquiries received from the bidders, wherever needed, will carry

out necessary amendment to its RFP clauses, if any, and the same will be posted in the Bank’s

website and no separate communication will be sent to individual bidders.

2.5. BIDDER’S RESPONSIBILITY VIS-À-VIS THIRD PARTY PRODUCTS / EQUIPMENTS /

SOFTWARE:

If the proposal includes equipment or software marketed and / or supported by other companies /

individuals, the bidder, as the prime contractor for the delivery, installation and maintenance of the

entire system, must declare that they possess the requisite permission / license for the equipment /

software. The successful bidder has to provide handholding support to the new incoming bidder in

case of termination of the contract or completion of the contract for smooth handover of the operation.

If successful bidder fails to provide handholding support, Bank shall invoke the Bank Guarantee for

performance

2.6. LIABILITIES OF THE BANK:

This RFP is not an offer of the Bank, but an invitation for Bidder’s responses. No contractual

obligations on behalf of the Bank, whatsoever, shall arise from the tender process unless and until a

formal contract is signed and executed by duly authorized officers of the Bank and the Bidder.

Page 12: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 12 of 89

However, until a formal contract is prepared and executed, this offer together, notification of award of

contract and Bidder’s written acceptance thereof shall constitute a binding contract with the vendor.

2.7. OWNERSHIP:

The RFP and all supporting documentation / templates are the sole property of the Bank and violation

of this will be breach of trust and the Bank would be free to initiate any action deemed appropriate.

The proposal and all supporting documentation submitted by the bidders shall become property of the

Bank.

2.8. FURNISHING OF INFORMATION

The Bidder is expected to examine all instructions, forms, terms and specifications in these

documents. Failure to furnish all information required by the documents or to submit a bid not

substantially responsive to the documents in every respect will be at the Bidder's risk and may result

in the rejection of its bid.

2.9. FORMAT AND SIGNING OF BIDS

The original Technical and Commercial bids shall be typed and shall be signed by the Bidder or a

person or persons duly authorized to bind the Bidder to the contract. The person or persons signing

the bid shall initial all pages of the offer.

2.10. AUTHENTICATION OF ERASURES / OVERWRITING ETC.

Any inter-lineation, erasures, or overwriting shall be valid only if the person or persons signing the bid

initial them.

2.11. AMENDMENTS TO RFP TERMS AND CONDITIONS:

Banks reserves its right to issue any amendments to the terms and conditions, technical specification

of the RFP at any time prior to the deadline for opening of the technical bids. Such amendments to

RFP shall be webcasted through Bank’s official website.

2.12. CONFIDENTIALITY:

Successful bidder and its employees will strictly undertake, not to communicate or allow to be

communicated to any person or divulge in any way, any information relating to the ideas, the

concepts, know-how, techniques, data, facts, figures and information whatsoever concerning or

relating to the Bank and its affairs to which the said employees have access in the course of the

performance of the contract. A non-disclosure agreement as per format provided in Annexure X

should be executed by the SB.

Page 13: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 13 of 89

2.13 CLARIFICATION

During evaluation of the bids (both technical and commercial), the Bank may, at its discretion, ask the

Bidder for any clarification on its bid. The request for clarification and the response shall be in writing /

email, and no change in the prices shall be sought, offered, or permitted after submission of the bid.

2.14. ERRORS AND THEIR RECTIFICATION

Arithmetical errors will be rectified on the following basis:

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the

unit price and quantity, the unit price shall prevail, and the total price shall be corrected based on the

corrected figure and the corrected figure will be reckoned for determination of L1 bidder. If the bidder

does not accept the correction of the errors, its bid will be rejected.

2.15. BANK’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS.

Notwithstanding anything contained in any of the clauses, Bank hereby reserves its right to accept or

reject any or all the bids and to annul the bidding process at any time prior to contract award, 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 the Bank's action.

2.16. CONTACTING THE BANK

Any effort by a Bidder to influence the Bank in its decisions on bid evaluation, bid comparison or

contract award will result in the rejection of the Bidder's bid.

2.17. ACCEPTANCE OF CONTRACT

Within 3 days (exclusive of holidays) of receipt of the Purchase Order, the successful Bidder/s shall

sign, affix official stamp and date the duplicate copy / photo copy of the Purchase Order and Request

for Proposal document along with its amendments and return it to the Bank as a token of having

accepted the terms and conditions of the Contract.

2.18. FORMATION OF CONTRACT & EXECUTION OF SLA.

Acceptance of the Purchase Order / letter of intent as defined in clause 2.17 of this RFP constitute a valid contract. Successful bidder shall enter into a formal SLA with the Bank detailing terms and conditions set out in this RFP and in Purchase order / Letter of Intent. However, until an SLA is signed by both the parties, contract so constituted as detailed in this clause shall be construed as Service Level Agreement and shall be applicable.

Page 14: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 14 of 89

2.19. ASSIGNMENT

The Successful Bidder/s shall not assign, in whole or in part, its obligations to perform under this

Contract, except with the Bank's prior written consent.

2.20. USE OF CONTRACT DOCUMENTS AND INFORMATION

The Successful Bidder shall not, without the Bank's prior written consent, disclose any specification,

plan, drawing, pattern, sample, or information furnished by or on behalf of the Bank in connection

therewith, to any person other than a person employed by the Supplier in the performance of the

Contract. Disclosure to any such employed person shall be made in confidence and shall extend only

so far, as may be necessary for purposes of such performance.

2.21. TERMINATION FOR DEFAULT

The Bank, without prejudice to any other remedy for breach of Contract, shall give written notice of

default to the Bidder with a cure period of 30 days. After 30 days if Bank is not satisfied with the

response, may terminate the Contract in whole or in part:

a) if the Bidder fails to deliver any or all of the solution within the period(s) specified in the

Purchase Order, or within any extension thereof granted by the Bank or

b) if the Bidder fails to perform any other obligations(s) under the Contract.

In the event of the Bank terminating the Contract in whole or in part, pursuant to clause 1.5 & 1.6, the

Bank may procure, upon such terms and in such manner, as it deems appropriate, solution and

related services, similar to those undelivered, and the Bidder shall be liable to the Bank for any

excess costs for such similar services subject to a maximum of the order value. However, the Bidder

shall continue performance of the Contract to the extent not terminated.

2.22. TERMINATION FOR INSOLVENCY

The Bank may at any time terminate the Contract by giving written notice with a cure period of 30

days to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. If the bank is not satisfied

with the bidder’s reply, bank may terminate the contract. Termination in this case will be without

compensation to the Bidder, provided that such termination will not prejudice or affect any right of

action or remedy, which has accrued or will accrue thereafter to the Bank.

2.23. FORCE MAJEURE

Page 15: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 15 of 89

Notwithstanding the provisions of clauses 2.21 to 2.22 the Bidder shall not be liable for penalty or

termination for default if and to the extent that its delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force Majeure. For purposes of this clause,

"Force Majeure" means an event beyond the control of the Bidder and not involving the Bidder's fault

or negligence and not foreseeable. Such events may include, but are not restricted to, wars or

revolutions, fires, floods and epidemics.

If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such

condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Bidder shall

continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek

all reasonable alternative means of performance not prevented by the Force Majeure event.

Similarly, Bank shall also be not liable for any delay or failure in providing required infrastructure or

support to the successful bidder to perform its obligations under the contract where such delay or

failure is the result of an event of Force Majeure. For purposes of this clause, "Force Majeure" means

an event beyond the control of the Bank and not involving the Bank's fault or negligence and not

foreseeable. Such events may include, but are not restricted to, wars or revolutions, fires, floods and

epidemics.

2.24. COPY RIGHT/LICENCE VIOLATION

The bidder shall explicitly absolve the Bank of any responsibility/liability for use of system/software

delivered along with the equipment; (i.e. the bidder shall absolve the bank in all cases of possible

litigation/claims arising out of any copy right/license violation.) for software (s) sourced either from

third parties or from themselves.

2.25 RESPONSIBILITY FOR FAULT FREE OPERATION

1. The Successful Bidder (SB), following the execution of the Contract, will assume total

responsibility for the fault free operation of solution during contract period.

2. A minimum uptime of 95% uptime on monthly basis for the total solution (including hardware,

software and other components) during the contract period should be maintained.

3. In case, the EJ is not downloaded to the Bank’s Data Centre within two days after creation

of EJ for all ATM location on daily basis a penalty of Rs.300/- will be applicable per day per

ATM per instance. Also the Bidder has to reimburse the Bank any amount paid by the Bank to

the customer or any other Bank/networks as per RBI regulation on account of the late

settlement of the customer claim due to non-availability of the supportive document in the form

of EJ from the bidder. If the EJ is not created on account of any issue, it is the bidder’s

responsibility to trace the hard copy of EJ for the transaction and submit it to the Base branch of

the ATM.

Page 16: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 16 of 89

4. Penalty for Defect and Downtime in ATM services

Level of availability for a given location calculated on monthly basis

Penalty Amount

> 98.5 % to 100% No penalty would be deducted

> 95% to 98.5 % 0.10% of the monthly rent per ATM for every 1% of downtime.

<95% 0.20% of the monthly rent per ATM for every 1% of downtime.

NOTE : a. Bank reserves its right to recover these amounts by any mode such as adjusting from

any payments to be made by the Bank to the bidder. However Bank reserves the right to cancel the order over and above charging penalty.

b. Upper cap for all the penalties will be 10% of the monthly rent per Mobile ATM.

5. In the event of the company/agency fails to provide the service as per above terms and conditions and / or if the vehicle is not available for Bank’s service on any day (except Sundays and 3 National Holidays), the Bank shall levy a penalty of Rs 2,000/- per day or part thereof and proportionate recovery in the monthly rent payable to the agency.

2.26. LIMITATION OF LIABILITY:

The liability of bidder under the scope of this RFP is limited to the value of the relevant order.

2.27. COMPLIANCE TO LABOUR ACT:As per Government (Central / State) Minimum Wages Act in force, it is imperative that all the employees engaged by the bidder are being paid wages / salaries as stipulated by government in the Act. .

2.28. E-TENDERING:

1. Bank has decided to determine L1 through bids submitted in the bank’s E-Tendering website https://iobtenders.auctiontiger.net. Rules for web portal access are as follows:

2. Bidder should be in possession of CLASS II or CLASS III-Digital Certificate in the name of

company/bidder with capability of signing and encryption for participating in the e-tender. Bidders are advised to verify their digital certificates with the service provider at least two days before due date of submission and confirm back to bank.

Page 17: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 17 of 89

3. Bidders at their own responsibility are advised to conduct a mock drill by coordinating with the e-tender service provider before the submission of the technical bids.

4. E-Tendering will be conducted on a specific web portal as detailed in 1.1 (schedule of bidding

process) of this RFP meant for this purpose with the help of the Service Provider identified by the Bank as detailed in 1.1 (schedule of bidding process) of this RFP.

5. Bidders will be participating in E-Tendering event from their own office / place of their choice.

Internet connectivity /browser settings and other paraphernalia requirements shall have to be ensured by Bidder themselves.

6. In the event of failure of their internet connectivity (due to any reason whatsoever it may be)

the service provider or bank is not responsible.

7. In order to ward-off such contingent situation, Bidders are advised to make all the necessary arrangements / alternatives such as back –up power supply, connectivity whatever required so that they are able to circumvent such situation and still be able to participate in the E-Tendering Auction successfully.

8. However, the vendors are requested to not to wait till the last moment to quote their bids to

avoid any such complex situations.

9. Failure of power at the premises of bidders during the E-Tendering cannot be the cause for not participating in the E-Tendering.

10. On account of this the time for the E-Tendering cannot be extended and BANK is not

responsible for such eventualities.

11. Bank and / or Service Provider will not have any liability to Bidders for any interruption or delay in access to site of E-Tendering irrespective of the cause.

12. Bank’s e-tendering website will not allow any bids to be submitted after the deadline for

submission of bids. In the event of the specified date and time for the submission of bids, being declared a holiday for the Bank, e-tendering website will receive the bids up to the appointed time on the next working day. Extension / advancement of submission date and time will be at the sole discretion of the Bank.

13. During the submission of bid, if any bidder faces technical issues and was unable to submit

the bid, in such case the Bank reserves its right to grant extension for bid submission by verifying the merits of the case and after checking necessary details from Service provider.

14. Utmost care has been taken to reduce discrepancy between the information contained in e-

tendering portal and this tender document. However, in event of any such discrepancy, the terms and conditions contained in this tender document shall take precedence.

2.30. INSURANCE:

Page 18: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 18 of 89

The Goods supplied under the contract shall be fully insured any loss or damage incidental due to

transportation, storage and erection. The transit insurance shall be for an amount equal to 110% of

the invoice value of the Goods from “Warehouse to Destination” on All Risk basis including “War

Risks & Strikes”. The supplier should also insure the goods for the invoice value under Storage Cum

Erection Policy till three months from the date of delivery. Any damage happen to the system due to

non-availability of Storage Cum Erection Policy, the supplier has to bear the losses. Bidder has to

submit a copy of the insurance policy so that the Bank may get a new insurance cover after stipulated

period.

2.31. OTHER TERMS AND CONDITIONS

a. The Bank shall have the right to withhold any payment due to the SB, in case of delays or

defaults on the part of the SB. Such withholding of payment shall not amount to a default on

the part of the Bank.

b. SB shall hold the Bank, its successors, Assignees and administrators fully indemnified and

harmless against loss or liability, claims actions or proceedings, if any, that may arise from

whatsoever nature caused to the Bank through the action of its technical resources,

employees, agents, contractors, subcontractors etc. However, the SB would be given an

opportunity to be heard by the Bank prior to making of a decision in respect of such loss or

damage.

c. SB shall be responsible for managing the activities of its personnel and will be accountable for

both. SB shall be vicariously liable for any acts, deeds or things done by their technical

resources, employees, agents, contractors, subcontractors etc. that is outside the scope of

power vested or instructions issued by the Bank.

d. SB shall be the principal employer of the technical resources, employees, agents, contractors,

subcontractors etc. engaged by SB and shall be vicariously liable for all the acts, deeds or

things, whether the same is within the scope of power or outside the scope of power, vested

under the contract to be issued for this tender.

e. The indemnification is only a remedy for the Bank. The successful bidder is not absolved from

its responsibility of complying with the statutory obligations as specified above. Indemnity

would be limited to court awarded damages and shall exclude indirect, consequential and

incidental damages. However indemnity would cover damages, loss or liabilities suffered by

the Bank arising out of claims made by its customers and/or regulatory authorities.

Page 19: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 19 of 89

f. SB shall be held entirely responsible for the security and the protection of their workers at all

times inclusive of non-working hours. They shall be deemed to have included for all costs

associated therewith, including cost of insurance, medical expenses etc if any. SB shall inform

all his employees, technical resources, employees, agents, contractors, subcontractors etc

associated in execution of the work awarded under this RFP to work in the specified area and

they should not move around at other places of premises without any specific reason.

g. SB or its authorized agents or its employees / technical resources shall not store or allow to

store in the Bank’s premises any goods, articles or things of a hazardous, inflammable,

combustible, corrosive, explosive or toxic nature.

h. SB and its employees, technical resources, agents, contractors, subcontractors or its

authorized agents shall provide full co-operation to other agencies working in the premises

and shall follow the instruction of site in charge. No extra claims shall be entertained on

account of any hindrance in work.

i. SB shall not be entitled to any compensation for any loss suffered by it on account of delays in

commencing or executing the work, whatever the cause of delays may be including delays

arising out of modifications to the work entrusted to it or in any sub-contract connected

therewith or delays in awarding contracts for other trades of the Project or in commencement

or completion of such works or for any other reason whatsoever and the Bank shall not be

liable for any claim in respect thereof.

j. It is well defined and understood that the labour or any employee or technical resources of the

SB will have no right for claim of employment on the Bank.

k. No extra claim shall be entertained on account of all the redo of work on account of SB’s

negligence and resulting into make good of the damages or damaged portions during

executing the job. All such cost shall be borne by the SB.

l. SB shall indemnify the Bank from all the acts & deeds on account of negligence by his

employees, agencies, representatives or any person acting on his behalf.

m. SB shall take all risk Insurance coverage for its employees, technical resources,

representatives or any person acting on his behalf during the contract period to cover

damages, accidents and death or whatever may be.

n. SB should indemnify the Bank for Intellectual Property Rights (IPR) / copy right violation,

confidentiality breach, etc, if any.

Page 20: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 20 of 89

o. The Bank ascertains and concludes that everything as mentioned in the tender document or

its addendum circulated to the bidders and responded by the bidders have been quoted for by

the bidders, and there will be no extra cost associated with the same in case the SB has not

quoted for the same.

2.32. RESOLUTION OF DISPUTES

In case of any disagreement or dispute between the Bank and the successful bidder, the dispute will

be resolved in a manner as outlined hereunder.

The Bank and the successful bidder shall make every effort to resolve amicably by direct informal

negotiations any disagreement or dispute between them on any matter connected with the contract or

in regard to the interpretation of the context thereof. If, after thirty (30) days from the commencement

of informal negotiations, the Bank and the successful Bidder have not been able to resolve amicably a

contract dispute, such differences and disputes shall be referred, at the option of either party, to the

arbitration of one single arbitrator to be mutually agreed upon and in the event of no consensus, the

arbitration shall be done by three arbitrators, one to be nominated by the Bank, one to be nominated

by the successful bidder and the third arbitrator shall be nominated by the two arbitrators nominated

as above. Such submission to arbitration will be in accordance with the Arbitration and Conciliation

Act 1996. Upon every or any such reference the cost of and incidental to the references and award

shall be at the discretion of the arbitrator or arbitrators or Umpire appointed for the purpose, who may

determine the amount thereof and shall direct by whom and to whom and in what manner the same

shall be borne and paid.

Any dispute or difference whatsoever arising between the parties and of or relating to

construction, operation or effect of this contract or the validity or the breach thereof, shall be

settled by Arbitration in accordance with the Rules of Arbitration of the “SCOPE” and the

award made in pursuance thereof shall be final and binding on the parties.Courts of Chennai

city shall alone have jurisdiction to the exclusion of all other courts, in respect of all differences and

disputes envisaged above.

2.33 CORRUPT AND FRAUDULENT PRACTICES:

a) As per Central Vigilance Commission (CVC) directives, it is required that Bidders/Suppliers/Contractors observe the highest standard of ethics during the procurement and execution of such contracts in pursuance of this policy:

Page 21: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 21 of 89

b) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of values to influence the action of an official in the procurement process or in contract execution AND

c) “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of contract to the detriment of the Bank and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Bank of the benefits of free and open competition.

d) The Bank reserves the right to reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

Bank reserves the right to declare a firm ineligible, either indefinitely or for a stated period of time, to

be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent

practices in competing for or in executing the contract.

2.35 Names and contact details of IEMs for the adoption of Integrity Pact in Public Sector

Bank:

As perthe directions of Central Vigilance Commission, all public sector banks are required to adopt Integrity Pact in any procurement valued above the threshold value. Bidder shall submit Annexure XI and Annexure XIIon a stamp paper duly signed by their authorized signatory along with the technical bid. Indian Overseas Bank have appointed the below two IEM‟s for this purpose:

Names Address Phone / Mobile No Email ID Prof S. Sadagopan

Director, IIIT, Bangalore 26/C, Electronics City Hosur Road Bangalore-560100.

080-26782560 09900177142

[email protected]

Mr.K.Srinivasan

Director General(retired), CPWD C-2, Block 1, Mayfair Apartments 2A, LIC Colony Road, Velachery Chennai 600042.

044-22430588 9444620305

[email protected]

PART - III

Page 22: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 22 of 89

ANNEXURE –I

SCOPE OF WORK

1. Implementation of Mobile ATM Services under OPEX Model at fixed monthly rate. The

technical specification of Mobile ATMs is given in Annexure A.

2. Bank may on its discretion decide to provide Cash Dispenser/Cash Recycler. Passbook Kiosk

to be installed in the Mobile ATM will be provided by the Bank.

3. The supplied Mobile ATM should be brand new with space to accommodate a Cash Dispenser or a Cash Recycler and a passbook Kiosk. The vehicle should be branded as per

the colour codes specified by the Bank, with reinforced body for mounting ATM.The vehicle body should be fabricated to accommodate the following machinery / equipment.

Name of the Machine / Equipment

Dimensions (HxWxD) (In Feet/Inches-Approx)

Approximate Weight (In kgs)

Equipment to be provided by

A T M

4’ 10” x 1’ 6” x 2’ 6”

450 Kg(Approx.)

Succesful Bidder

Cash Recycler

4’ 11” x 1’ 6” x 3’ 5”

600 Kg (Approx.)

Succesful Bidder

Passbook Printing Machine

5’ 2” x 1’ 8” x 1’ 7”

85 kg

Bank

3 KVA UPS & 8 Batteries

5’ 0” x 3’ 0” x 3’ 0”

360 kg

Succesful Bidder

5 KVA Generator Succesful Bidder

2 A Cs of 1.5 ton capacity

Succesful Bidder

LED Display 55 inches Succesful Bidder

4. The Service Provider should modify the vehicle as per Bank’s requirement. The vehicle should

be provided with all required security fittings. It should have two compartments, namely (a)

Front compartment for Driver, Co-driver & Security Guard (b) Back compartment for

accommodating ATM Machine, UPS battery & Air conditioners. The machine will be grouted

to the body of the vehicle. The modification of the vehicle will be done as per bank’s

requirement at the expense of the service provider.

5. Supply, installation and commissioning of network, UPS, Genset, ACs units, lighting arrangements etc. to facilitate transactions through Mobile ATMs.

6. A portable generator (super silent) of 5 KVA with continuous running time of 9 hours, which

can run with Kerosene or Petrol. The cost of fuel will be borne by the vendor.

7. The vehicle must be fully air conditioned having in Built or separate cooling device of

adequate capacity(1.5 Ton Roof mounted) to maintain temperature between 20-25 centigrade

inside the vehicle for cooling ATM Banking Kiosk hardware and other accessories.

8. The ATM, Banking Kiosk will be accessed by the users from the left side of vehicle. Therefore,

the vehicle should have the provisions of window and canopy arrangement to protect clients

Page 23: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 23 of 89

from rains and it should be leak proof in open and closed position. It should also have

arrangement for Ramps/steps to make it ADA compliant.

9. Provision of fire extinguisher of adequate capacity dry power/gas type for the safety of the

equipment.

10. The exterior of the vehicle should be PU painted with provision of advertisement on both sides to display/advertise Bank's product

11. The complete vehicle with Air Conditioners and other accessories will be maintained by the vendor at no additional cost to the Bank.

12. All the equipment supplied and installed by the vendor, including furniture and electrical fixtures on the vehicle need to be well maintained and functional for trouble free service.

13. All the equipment/accessories provided on the vehicle should be new and of reputed make. The vendor will provide the names of the manufacture from whom the equipment has been purchased.

14. Service will be offered six days a week. One day shall be used for routine maintenance and service. This weekly holiday shall be a day other than Saturday and Sunday and shall be decided on mutual agreement. Minimum 10 hours running per day from 9.00 am to 7.00 pm on week days is compulsory. All running expenses fuel diesel, engine oil etc. will be borne by the vendor.

15. Rent offered should be on monthly basis all inclusive except GST and will include. (1) Maintenance of the vehicle. (2) All other taxes. (3) Salary of Driver/ Armed Guard/ Helper, employed by the vendor. (4) Necessary permissions of the appropriate authorities for plying of vehicle and parking

the vehicle on proposed sites. (5) Registration of the vehicle in firm/company's name for commercial purpose. (6) Comprehensive Insurance of the vehicle along with all machinery/ equipment/ ATM/

UPS/ AC etc. and all accessories. A copy of insurance of every item will be submitted to the Bank.

(7) Vehicle will be parked overnight at Bank's premises. (8) The Rates are to be given for 3000 Kms. of running the vehicle per month and 10

hours of duty per day. (9) Provision of Fire Extinguishers of adequate capacity Dry Power/ Gas type for the safety

of equipment. (10) Vehicle will be used at centre specified by the Bank. Vehicle will be stationed at

the centre and may be required to move to other places as required by the Bank.

16. In addition to the above the vendor will provide the following and maintain with no extra cost to the Bank. (The AMC of all the Machines, Cash Dispenser, Cash Recyclers, UPS, Battery, accessories will be taken by thevendor.) i) Automated Teller Machine (ATM)/Cash Dispenser of reputed brand. ii) UPS with Battery Backup of minimum 8 hours. iii) LED Display as per the specification of in the RFP. iv) Communication Module based on GSM/CDMA as per location of the site. Related bills will

be paid by the vendor. v) Stainless steel trash bin fixed/grouted while fabrication., Stainless steel or wooden drop

box.

Page 24: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 24 of 89

vi) Wireless router (VSAT, EVDO, 4G etc.) will be normally used to be provided by the vendor. SB to take full responsibility to integration between Mobile ATM and Bank network infrastructure.

17. Fuel & Consumables: The fuel and other consumables for the vehicle, Generator and ACs have to be provided by the SB.

18. Repairs and Maintenance: All repairs and maintenance of the vehicle, Generator and ACs will be the sole responsibility of the Agency / Company.

19. Driver: The Agency / Company should provide trained and medically fit Driver(s) and their antecedents should be verified by the police. The Agency / Company have to pay the drivers as per the minimum wages Act and their working hours should be as per the applicable legal provisions. However, the Agency/Company has to make available the services of the driver(s) for not less than 10 (Ten) hours a day without any extra charges.

20. The SB has to obtain necessary approvals/permissions from all the concerned authorities like RTO, Police Department, Local Body, etc., as may be required for plying of the said vehicle throughout the jurisdiction. Bank shall have the right to specify the requirement of placing the vehicle at specific locations at specified points / periods of time.

21. CD/CR deployed shall comply with RBI, IBA, EMV, NPCI/NFS guidelines as on the Effective Date of the Agreement. If any new guidelines are issued by these organizations, the Vendor shall arrange for its compliances / upgradation at no cost to the Bank.

22. The SB has to pay all the necessary fees, taxes, levies, etc., as may be payable and applicable for plying of the said vehicle from time to time

23. The SB shall supervise the vehicle to avoid any damages to the machines in course of transit. The SB will ensure the safety and security of the ATM, Recycler, Pass Book Printer and any other machine / equipment that Bank will install and the related instruments.

24. Housekeeping: Cleanliness of the machines, equipment, interiors etc are the sole responsibility of the company / agency

25. Managed Services including FLM, SLM, Cash Forecasting and Cash Replenishment Services, EJ Pulling, Ancillary Support Services which include ensuring adequate power supplies and all other services supporting uninterrupted services of the ATMs.

26. Networking for Connectivity of ATMs with Bank's Financial Transaction Switch (NARADA and any other switch Bank may migrate in future). Connectivity shall be through two separate networks (primary and secondary of equal bandwidth with automatic switchover facility during failure of any one network) in order to sync with the Bank's (MPLS) core links.

27. DVR/CCTV image capturing while transacting on ATM. External camera should be placed to capture the surrounding of the Mobile ATM Mobile ATM from all sides including interior of the Mobile ATM.

28. The interior of the vehicle should be furnished to seat two officers of the Bank who would carry out banking and / or financial inclusion related activities.

29. The Bank shall arrange the following: a. Use of the Bank’s NARADA Switch, using necessary link connectivity from ATMs to

the Switch, this connectivity link should be monitored and maintained by the Vendor.

b. Cash for replenishment.

30. Digital Outdoor full Colour LED Display Panel (1) Successful Bidder to provide one Digital Outdoor full Colour LED Display Panel along

with speakers (with provision of one more LED Display) to be fitted on one side of the vehicle.

Page 25: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 25 of 89

(2) Purpose of this Digital Outdoor full Colour LED Display Panel is to display information about the Bank’s products to customers along with audio messages.

(3) Digital Outdoor full Colour LED Display Panel will have one display which will be used for digital advertisement without touch screen.

(4) Digital Outdoor full Colour LED Display Panel should have 55 inches or higher (55”) digital advertisement screen or as mentioned in the technical specification of the RFP.

(5) Panel should have 1920 x 1080 Resolution (Full HD) or better. (6) Managed remotely by advance, web-based management portal and content

management software. Content to be distributed will be provided by the Bank. (7) LED panels’ enclosure should be in a protective shell made of robust weatherproof

material, so it should survive adverse weather condition. LEDs panels shall be fixed in such a way that the centre of the LED panel will be at a height of eye level (1.55 mtr. from floor level). Bank logo/Bank messages shall be pasted on each enclosure below LED screen as per Bank directions. Content should be centrally managed and it should have enough provision for bandwidth to support all remote locations.

(8) All components of the Digital Outdoor full Colour LED Display Panel must be fabricated of high quality, durable, maintainable and vandal-resistant materials. To the maximum extent feasible, all surfaces of the Digital Outdoor full Colour LED Display Panel that are accessible to the public must be graffiti-resistant.

(9) Digital Outdoor full Colour LED Display Panels Platform should bring together displays, web technologies, multimedia, and collaboration into an integrated solution. The solution should allow Bank to display contents for marketing, branding and promotions of Bank products.

(10) The solution should consist of computing and collaboration devices, management platform, and a network infrastructure to deliver web-based applications and multimedia content through displays and through Digital Outdoor Full Colour LED display Panels.

(11) Central management console will be used to remotely configure, control, and monitor Digital Outdoor full Colour LED Display Panels. Central manager should provide user management as well as real-time monitoring, live viewing of remote screen content, notification of events, and session management. All infrastructures including Central Management Server’s hardware and softwares will be provided by the SB without any cost to the Bank which is to be placed inside the Bank premise.

(12) Digital Outdoor full Colour LED Display Panels computing devices should support registration in the central manager either individually or in batches. Central Manager should be accessible through a web portal with a menu-based programme. Central Manager should support Accounts creation to segregate users, devices, and policies. Users should be assigned to a particular account. They can then configure and manage the devices associated with that account.

(13) Manager should monitor Digital Outdoor full Colour LED Display Panels devices at regular intervals. The status of the devices should be collected within a period of time set by the user. Users should be notified when the status of devices in their account changes.

(14) Device logs should be sorted and analyzed by clicking the Events tab of a device. Similarly, the device’s performance should be monitored by viewing the Performance report of a device.

Page 26: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 26 of 89

31. Security The Service provider should install mobile DVR (4-Channel) H.264,D1; inclusive of Rack, cabling and civil work; 2TB HDD along withtwo IR cameras of Hikvision make (High Resolution [HR] IR FixedDome Camera 1 Megapixel) with 60days recording capability in thevehicle. The Mobile DVR should have the following features:-

(1) Mobile DVR with a rugged case, designed with advanced antishock, anti-vibration and data protection technologies.

(2) IR vandal Proof cameras are fitted in the vehicles to withstand attempted vandalism by miscreants

(3) The MDVR should have GPS for location tracking – vehicle status & locations can be monitored.

(4) The CCTV system should have the capability of being integrated to a central monitoring software solution over 3G to provide live view of the cameras inside the vehicles.

(5) The CCTV system should be capable of being integrated with Google Maps to provide latest positions of the vehicle through GPS.

(6) The CCTV system should be capable of two-way communication with drivers and passengers in case of any emergency.

(7) The monitoring has to be secured and protected through login ID/ Password. Cameras of Hikvision make( High Resolution [HR] IR Fixed Dome Camera 1 Megapixel) should be positioned to cover the following activities:

i. Face of each and every person entering and exiting the Mobile ATM. ii. The entire view of the inside of Mobile ATM. iii. The driver’s cabin covering all activities by driver and other elements. iv. All activities inside the Mobile ATM.

(8) The vehicle should have immobiliser. Wheel immobilizers to be provided to prevent

the movement of vehicle by car lifter and burglar alarm for safety should be provided. Global Positioning system should be provided to track the position of the vehicle.

(9) GPRS (Global Positioning Radio System) will also be installed in the hired vehicle by the vendor at his expense to track the movement of vehicle The Tracking and follow up action on the movement of vehicle will be done by Regional Office. The vendor will provide all assistance to Regional Office to remedy shortcomings/deviations observed in the movement of the vehicle.

(10) Standalone Alarm System should be fitted along with a hooter and two panic switches.

(11) The repair/replacement/maintenance of, 4 Channel DVR and CCTV cameras, standalone Alarm System, and GPRS, will be borne by the vendor during the period of contract. The above mentioned equipments should be functional at all times.

(12) The vendor should quote price of Vehicle with provisions for Air Conditioning units any Repair/replacement/maintenance of Air Conditioner, will be borne by the vendor during the period of contract.

(13) The Driver should be an Indian citizen whose antecedents have been verified by the Service Provider. He should be medically fit and should have adequate experience in driving cash Mobile ATM.

(14) The Driver should be trained in fire fighting measures and should have adequate knowledge in providing first aid in case of any emergency.

Page 27: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 27 of 89

(15) The vendor should provide one modular fire extinguisher in the compartment where UPS and batteries are place in the vehicle.

32. Facility Management

The Bank would arrange to log the call either through the Branch, ATM switch or through Bank’s Managed Service vendor for downtime of Mobile ATM. The bidder should provide login to the tool to view the calls logged for at-least 30 users. It is the responsibility of the bidder to submit along with invoices for Facility Management services, SLA reports on availability of ATMs. The SLA report should mention the penalty amount (if any) to be deducted on account of downtime of ATM or delay in providing the Electronic Journal. However Bank would verify the correctness of reports and reserves the right to get the report modified on account of discrepancy in the report. As regarding Software Distribution from management centre the bidder should get confirmation from Cards Management Department in form of email (in specific format as decided by the Bank) regarding receipt of EJ on monthly basis and record for the same has to be submitted to Bank when invoice for doing this activity is raised by the bidder.

33. Responsibilities of Vendors: i) The vendor must ensure before delivery that operating system as specified in Annexure-I

(A), is hardened to block the services which are not required. The vendor should provide complete solution to take care of intrusion detection, port scans and other common virus attacks.

ii) The vendor should provide all the software and other utilities required for facilitating integration/interface with the Alarm Panels and Digital Video Surveillance systems.

iii) The vendor shall undertake complete installation of alarm panels, hooters etc. including carpentry and electrical works. All the electrical and network cables should be sufficiently and securely concealed so that any person entering the Mobile ATM room will not have any direct access to the same.

iv) The Bidder should perform the various activities at the instance of Bank like IP changing activities, changes in cassette configurations, loading of additional screens, software etc without any additional cost on account of Engineer visit charges during warranty and AMC period.

v) Successful Bidder shall provide for engineer visits for all activities required to be carried out as per this Scope as well as on Bank’s request at no extra costs to the Bank. The total number of such requests shall not exceed 8 in a year per location not including visits required for preventive maintenance as defined in other parts of this RFP. Visiting charges over and above 8 visits per location (excluding preventive maintenance) shall be borne by the bank at mutually agreed prices. This clause shall be applicable to all clauses unless the concerned clause explicitly states the cost function of the visits.

vi) Preventive maintenance shall be compulsory during Warranty and AMC period. Preventive maintenance activity should be completed every quarter and report should be submitted to the RCC officials at Regional offices with a copy to Central Office. Preventive maintenance activity should take care of physical verification, device configuration verification, device health checkup, cleaning of devices, fine-tuning the configuration, security checkup, verification of bugs/patches, etc. The preventive maintenance report format and submit the same for each location while claiming AMC payment if contracted.

Page 28: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 28 of 89

vii) Successful bidder should update the software to support all new variants of currency notes as well as new denominations, discontinuation of any currency note, if any, issued subsequently without any extra cost to the Bank during the period of warranty and AMC.

viii) No visit /service charges will be borne by the Bank for up gradation of the software/replacement of hardware component pertaining to CD, for the purpose of enhancing their functionality to meet mandatory compliance from concerned authorities or by bank. Any up-gradation should be completed within 30 days from the date of request from the Bank without any additional cost.

ix) The successful bidder shall ensure proper Grouting of the CR/CD/Passbook Kiosks as per specifications as part of installation activity without any additional cost to the Bank. The Successful bidder shall ensure proper grouting to the floor of the Mobile ATM.

x) The successful bidder to customize and deploy the display screens in CD as and when the Bank makes any modifications in CD without any additional cost in the tenure of the Contract including AMC period, if contracted.

xi) Loading of any Agent bank decides, changing of IP address, cassette configuration, changing of combination lock password, alternation in a setting, viewing and taking backup of video surveillance images should be done as part of maintenance support during warranty & AMC Period without any extra cost to the Bank. In case of requirement of reloading of any agent if required, the successful bidder has to carry out the same without any additional cost to bank. The successful bidder shall provide Service support on all days of the year on a 24x7x365 basis.

xii) Multi-vendor software compatibility: The successful bidder shall agree that the Bank reserves the right to bring in Multi-vendor software, hardware and if such a solution is contracted with a third party other than the successful bidder, the successful bidder agrees to cooperate with the bank for the continued functions.

xiii) The successful bidder shall provide centralized complaint booking facility to the bank and the dash board, if available, shall be provided to the Bank. The method of booking complaints shall be E-mail, Toll-free no, on line web portal, onsite support personnel etc. The complaint should be accepted based on branch code, branch name and location and it should be possible to lodge bulk complaints from administrative units also.

xiv) Successful bidder will be responsible for loading the Bank’s approved software agent for EJ/Image pulling & Screen Content distribution and must coordinate with EJ/Image & Screen Content vendor to ensure that EJ pulling services are not disrupted. If the EJ agent is found to be disabled / disconnected, the successful bidder shall restore it with no extra cost to bank. EJ agent found disabled or disconnected has to be restored on T+1 basis. If the successful bidder /s are not able to rectify / resolve the disabled or disconnected sites for EJ pulling in co-ordination with MSP, a penalty of Rs.1000/- per incident / machine will be charged if the fault is pending with the SB.

xv) The Successful bidder must ensure before delivery that CD/CR/Passbook kiosk BIOS is such that the it will ONLY boot from the primary HDD and nothing else. After the CD made live and after all necessary services are started including EJ, Image & Screen Content distribution, AV, etc ALL USB Ports/unused ports to be disabled. The permission to enable should be given to branch authorized officers only. After this configuration changes, protect this configuration with the BIOS (non-generic) password, which will be created by Branch staff, and same will be kept in a sealed envelope.The successful bidder should help to complete the process.

Page 29: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 29 of 89

xvi) The selected Successful bidder/s will also have to provide mandatorily remote diagnostic services by installing necessary agents on each CD and connecting through secure means to their centre in India. These services are meant to diagnose and predict any problems with the CD including but not limited to predicting parts failure (such as card reader, dispenser, transport mechanism or other critical and non-critical parts) and pro-actively replacing parts, carrying out preventive maintenance or specific maintenance services to ensure uninterrupted services on the CD. Monitoring tool should be accessible to bank team also through appropriate web portal. Cost of these services will have to be borne by the selected Successful bidder/s and will be included in the cost of CD quoted for the entire duration of the contract.

xvii) Successful bidder shall deploy one Facility Management resource (Onsite support personnel) will also be a certified engineer for remote monitoring, trouble shooting of CD/CR/Passbook kiosk at the Bank’s Digital Banking Division, Chennai. Prices for onsite support shall be quoted as per Annexure III. MIS generation and submission of daily, monthly, quarterly and cumulative reports will be the sole responsibility of the FM resource of successful bidder. The Uptime of machines and machines down should be under the preview of onsite support. Successful bidder has to provide substitute FM resource in case posted FM resource remains absent or on leave. Holidays of FM resource shall be governed as per Bank’s holidays. In case of no substitute provided for the absent period or report not provided for any working day then a penalty of Rs.1000/- per day will be levied. It is the responsibility of the successful bidder to monitor the actions/performances of the onsite support personnel. The onsite support personnel should be available on all working days of the bank from 9.00AM to 6.00PM. The dress code will be formal for the onsite support personnel on all days. The onsite support personnel will also coordinate & ensure 100% availability of the machines to our customers which includes coordinating with EJ, Image Pulling & screen Distribution Vendor & other MSP if any and also with branches and SB Team to make the machines operational as specified in this RFP.,. The FM will be single point of contact for all issues raised by bank/branches. If there is lag or discontinuity in this regard then the SB will be solely responsible for the lapse in service and penalty will be decided by bank accordingly. The onsite support will be a single point of contact for the Bank to redress complaints. If required the FM should work beyond mentioned timings without any extra cost to bank.

xviii) Escalation matrix should be provided for all kinds of support, technical, resolving of the issues.

xix) Bank may require starting new product/functionality/features including MVS in future or any other special features on these machines. The Successful bidder to provide any patch support (if required for such new functionality/feature) free of cost to the Bank during contract period for successful implementation.

xx) CR/CD deployed shall comply with RBI, IBA, EMV, NPCI/PCI/ NFS guidelines as on the Effective date of the agreement. If any new guidelines are issued by these organizations, the Bidder shall arrange for its compliance/ up gradation without any extra cost to the Bank.

xxi) The Successful bidder should provide all the software and other utilities required for facilitating integration, interface with Digital Image Surveillance Systems, Alarm Systems, E-Surveillance System, Multi-Vendor Software for these CD/CR.

xxii) Successful bidder to install remote monitoring systems to monitor the health of machine on a 24X7 basis and initiate trouble shooting.

Page 30: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 30 of 89

xxiii) Successful bidder should arrange for change of password & Replacement of electronic or mechanical lock or break opening of lock of CD without any additional cost to Bank on account of any reason thereof during warranty & AMC.

xxiv) Any of the services can be removed at any point of time at discretion of the Bank.

Authorized Signatory Name and Designation Office Seal Place: Date:

Page 31: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 31 of 89

ANNEXURE –I (A)

Technical Specifications:

MINIMUM SPECIFICATION OF CASH RECYCLER

S No.

Technical Specification Complied (Yes /No)

1. PC-CORE:- Processor & OS Features

1.1 Intel Core I3 processor or higher, with minimum clock speed of 2.5 GHz or higher with minimum 3MB cache

1.2 4 GB DDR3 RAM or higher

1.3 1x 500 GB or higher SATA HDD (for OS) 1x 500 GB or higher SATA HDD(For camera Image)

1.4 3 or more USB ports in front for front access of Cash Recycler

1.4.1 DVD Writer

1.5 Microsoft Windows 7 or higher with latest service pack. Bidder shall upgrade to Windows 10 as and when mandated by regulatory authority at no extra cost to the Bank.

1.6 Software with CEN 3.0, XFS compliant and cross-vendor Support

1.7

OS hardening (with Firewall) and should protect against unauthorized booting from alternative media & an access to CR hard disk. Cash Recycler should be adequately hardened and only white listed necessary services run in the system (White listing of applications). No malware including viruses, worms and Trojans enter and Affect the system.CR should be pre-installed with whitelisting application solutions. All bidders must provide Whitelisting solution with following features- 1) The solution must ensure that only “whitelisted” applications run on the CR. 2) The solution must prevent the execution of any non-whitelisted files on the machine Bidder to provide standard whitelisting solution which should meet above requirements and should come preloaded in the CRs to be supplied and installed by the successful bidders

1.8 CR should have static windows password. CR Windows OS should be configured to work in a locked down / restricted mode (with non admin rights).

1.9

There should be a separate Admin User ID password with restrictive access so that unauthorized persons should not be able to get access to the system admin and BIOS password. The Operating System should have the provision for parameterization to log critical changes & incidents for monitoring purposes.

Page 32: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 32 of 89

1.10

CR Cash dispenser security should be set to physical (level 3) authentication level to thwart any type of attacks. CR should have strong encryption between CR-PC core and cash dispenser so that the dispenser is not accessible without a proper authorization once the new CR PC core is being installed/set up or an existing CR PC core is re-installed due to any reasons.

1.11 Application interface facilitating admin, reconciliation and MIS function

1.12 CURRENCY CHEST

2. UL 291 Level 1/CENL Certified Secure Chest or higher(Certificate issued in favor of the bidder by these agencies to be provided by the bidder as part of the bid document)

2.1

S&G / MAS Hamilton (KABAMAS-CENCON) dual electronic combination lock of 6+6 digits with of Onetime combination (OTC) functionality without any hardware change. Passwords to be changed at the time of installation of CR and certified to this effect in the CR installation certificate.

2.2 Alarm sensors for temperature status, vibration status and chest open status while sending signal/messages to Switch/Management Centre

2.3 HYBRID DIP CARD READER

3. Dip Smart Card Reader with functionality to read track 1 & 2

3.1 Smart card/chip card EMV Version 4.0 or later, as certified.

3.2 Software, firmware, license for using Smart card, Chip card and magnetic strip card on Cash Recycler

3.3 Cash Recycler should be ready for using the EMV chip cards

3.4

Dip Card reader with anti- skimming device installed and integrated with the card reader of the RECYCLER. Details of anti-skimming technology /device to be enclosed. Details of the anti-skimming technology/device to be enclosed. The bank is looking for a comprehensive skimming protection solution which achieves the following:-

i) Senses unauthorized attachment of any device on/in surround of the card reader module,

ii) Sends the signal to switch and further to the Remote ATM Management Centre of the vendor,

iii) Enables the switch and/or Remote ATM Management Centre to put the machine Out-Of-Service as well as block the card reader from accepting any more card insertions.

iv) Block the card reader entry to the card reader slot when such suspicious activity happens.

It should also have the provision to sense any suspicious anti-cloning

Page 33: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 33 of 89

activity attempted through insertion of wire or similar mechanism in the Cash Recycler machine.

3.5

v) Cash recycler must also have biometric authentication functionality with finger –print reader as per Aadhar specifications and same is required from the initial stage. The Cash recycler should support Bio-metric functions and integrated with the Bank's Biometric solution and UIDAI certified solution (Aadhar) without any additional cost to the Bank.

3.6

Secure Biometric scanner that supplies the finger print data to the ATM switch. The Biometric Scanner should be of good quality and should accept finger scans in one go and should be STQC certified and compatible with AEPS & Aadhaar specifications.

3.7

CR should accept deposits using any Bank’s Debit / Credit cards, without cards, using Aadhar based authentications, with biometric, using Voice authentication. Cash Recyclers should recognize the Chip cards which includes EMV Cards, and should have Biometric authentication, and accordingly display the screen, voice prompts.

3.8 Contactless Card (Like NFC) integration capability.

3.9 CUSTOMER INTERFACE

4. LED Touch Screen Size:15” minimum

4.1 Type: Capacitive/SAW / Infrared

4.2

Touch screen & Physical Function Defined Keys (FDK) (support for visually handicapped through Function Keys & EPP as per industry standard wherever required). Touch Screen should be of sturdy make. In the event of a fault in Touch Screen arising through normal wear and tear, Vendor shall replace the same at no extra cost to the Bank. In other cases wherein the screen has been damaged out of malicious intent, the same shall be replaced at mutually agreed cost on the satisfaction of the Bank for the same.

4.3 Operating Temperature : Up to 45 degree C

4.4

Rugged spill proof Triple DES enabled Keyboard with Poly Carbonate tactile / stainless steel EPP pin pad keys EPP keys to be PCI compliant with sealed metal key pads as per industry standard. EPP design so as to prevent/ resist overlaying of fake pin pad will be required. In the event of forcible removal of EPP, it should bring the machine down and the data stored in the EPP must be destroyed/scrambled so as to prevent compromise even with high end decryption. Describe technology /solution fully and enclose relevant documentation.

4.5

Voice guidance support with internal speakers & headphone (only hardware enablement required i.e. hardware component to be provided). This should be in line with IBA/Govt. of India guidelines for enabling visually impaired persons to transact at CR. The Voice guidance solution should be enabled and be activated with insertion of earphone jack into the given slot by the cardholder.

Page 34: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 34 of 89

4.6 Adherence to Persons with Disability standards compliance – give details; Access For All (AFA) compliant and suitable for wheel chair based operation for physically challenged

4.7 Braille stickers on all devices as per requirements to support visually challenged.

4.8 Multi lingual Screen Support

4.9 Pin pad should be covered with Pin guard/Shield. This pin guard/shield should cover all three sides to avoid shoulder surfing and capture by external cameras.

4.10 BILL VALIDATOR

5. Validating bill head width path upto 177mm or more

5.1 Fixed width or centering mechanism with self-adjustable bill path

5.2 Validation rate should be 98% or more

5.3 Bill escrow capacity should have capacity of 200 bills or more

5.4 Speed of cash acceptance in seconds for standard 200 notes –Cash Insert to Amount Confirmation The entire cash acceptance for 200 standard notes should be completed in 40 seconds or in less time.

5.5

Compliance to RBI‟s Note Authentication and Fitness sorting parameters (Documentation required on process of configuration. Configuration can be carried out at Bank location only). Configuration change to be completed at the earliest.

5.6 Both side scanning of all bills.

5.7 CASH MODULE

6.

Bulk Note Accepting and dispensing with capacity of minimum 200 notes at one time and accepting all denominations as and when required by statutory authority or any denomination issued by RBI in future. Ability to recycle all denominations would be required without any extra cost.

6.1

Cash Recycler should have template for all new variants of notes as and when released. Vendor to provide details. Vendor should update the software to support all new variants currency notes as well as new denominations, if any, issued subsequently without any extra cost to the Bank.

6.2

Minimum of 4 Deposit cassettes or Higher for cash acceptance and one reject bin and one Bin for counterfeit/suspect notes reject bin. CR should have minimum capacity of 2500 notes storage per cassette. Reject / Universal cassette (All denominations, non-issuable currency, ATM Unfit currency which cannot be recycled, cash retracted currency etc.) having minimum storage capacity of 2500 notes and cassette for suspicious / counterfeit notes which will be impounded will be in addition to these storage cassettes.

6.3 All cassettes including reject and retract cassettes to be with lock /latch and key to ensure highest level of security.

Page 35: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 35 of 89

The design of the CR should ensure secure dual custodian based access for all cassettes i.e. Cassettes should be accessible and removable only when the chest is opened.

6.4

Each Cassette should be able to hold notes of any Denominations Each deposit cassette should be configurable on the machine without any cost to Bank for 1. Deposit only 2. Dispense only 3. Deposit & Dispense 4. Recycle

6.5 Denomination-wise sorting of the deposited currency notes

6.6 Deposit/ Recycling Cassettes capacity of minimum 2500 notes or above

6.7 Four orientation bill validation for good and bad currencies

6.8 Notes deposited should be categorized and put into individual cassettes once they are accepted by the machine

6.9 Should support card based, card less and bio metric authentication transactions

6.10

Appropriate treatment for various categories of Bank Notes, viz. 1.No Bank Note (Reject) 2. Suspicious Bank Note (Impound) 3. Not Clear Bank Note (Reject) 4. Real Bank Note (Accept)

6.11 Back-track the depositor for category 2 notes with mandatory recognition of the serial nos. of individual currencies. Storing & passing on image data for later processing.

6.12 Cassette that support tracking and docking.

6.13 Cash transport movement should be secure and under dual locking.

6.14 Foreign object detection / handling in the input tray

6.15 CR should have Note number tagging along with images and traceability to account with appropriate MIS report as per Bank’s requirement.

6.16 Cash recycler must provide for adherence to RBI’s Note Authentication and Fitness Sorting Parameters.

6.17 The Cash recycler should detect pre-2005 series currency notes and the

Page 36: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 36 of 89

Demonetized series of 500 and 1000 rupee notes issued by RBI. The Cash Recycler should have parameterize the norms for accepting/blocking/rejecting the pre-2005 series or any other month/year as prescribed by RBI/Bank and the Demonetized series of 500 and 1000 rupee notes, without any extra cost to the Bank.

6.18 DES – CHIP SECURITY

7. Support Remote key Management – DES/RSA

7.1 Triple DES chip with encryption / verification / validation software

7.2 INTEGRATED SURVEILLANCE SOLUTION

8.

Cash Recycler should have pilfer proof camera able to capture the images of the user / customer at the time of accepting and dispensing the cash also capture images at the cash slot cameras evidencing acceptance/dispensation of cash besides images of the user. There should be minimum two pilfer proof cameras inside the CRs 1. To capture the customer image and 2. Capture the hand movement while depositing / withdrawing cash from the cash slot.

8.1

Solution should be able to store the images in a digital format for minimum on first in first out basis for 6 months at an average of 300 transactions per day. The time print of the DVR of transaction exactly tally with transaction time printed in EJ. The back-ups will be taken at mutually agreed intervals and locations. The vendor has to supervise that DVSS images are getting recorded in Cash Recycler. The vendor shall capture the images in the second hard disk of Cash Recycler for storage of the archived images.

8.2 Solution must provide an interface to browse, search and archive the stored images on hard disk or external media

8.3 Solution must be configurable to suit different site requirements and must perform under extreme conditions

8.4 Solution must be able to capture & stamp the transaction information on the images

8.5 The solution must have a search facility to locate an image/event by date & time, card no., transaction reference no. and ID

8.6 The solution be monitored from a central Location

8.7 The solution must not degrade the performance of , e.g. speed of normal transaction

8.8 The image surveillance hardware should be integrated within the Cash Recycler

8.9 SOFTWARE AGENT

9. Vendor should have their own software agent for EJ, image pulling and

Page 37: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 37 of 89

Remote Monitoring Software support for the CR to monitor its functions from a Central site. The CR should be capable of supporting a third party software agent such as SDMS/ Infobase/ Radia, etc. The vendor also agrees to install any software selected by the Bank at no cost to the Bank.

9.1 Should interface with the Bank’s Switch – YCS Narada

9.2 Software for reading the EMV chip cards. Smart card/Chip card EMV version 4.0, Level 2 approved terminal resident applications. Copy of level 2 approval certificate to be enclosed.

9.3

CR should mandatorily have remote diagnostic services by installing necessary agents. These services are meant to diagnose and predict any problems with the Cash Recycler including but not limited to predicting parts failure (such as card reader, dispenser, transport mechanism or other critical and non-critical parts) and pro-actively replacing parts, carrying out preventive maintenance or specific maintenance services to ensure uninterrupted services on the cash recycler. Monitoring tool should be accessible to bank team also through appropriate console. Cost of these services will have to be borne by the selected Bidder/s and will be included in the cost of Cash Recycler quoted for the entire duration of the contract.

9.4 CONNECTIVITY

10. Should have Network Interface Card 10/100 MBPS

10.1 Should connect to the Bank’s Switch using existing device handlers at no additional cost to the Bank.

10.2 must support TCP/IP

10.3 Minimum 40 Column 80 mm DMP/Graphic Thermal Receipt Printer, Must print graphics like IOB logo on the receipt and should also capable of printing receipts in Hindi language and regional language.

11. Others

11.1 Receipt to customer should mention serial number of the impounded note, if any.

11.2 Electronic journal to be also written on hard disk and replicated on the second hard disk which records images. The solution should include a EJ viewer

11.3 Support centralized EJ Pulling. Serial Numbers of all notes should be available with EJ or stored separately and made available as and when required

11.4 Low media warning for all items viz. bills, journal roll

Page 38: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 38 of 89

11.5 In-built SMPS to work on 230V 50 Hz power supply

11.6 Support input voltage of 230V AC /50 Hz with+/-10% variation

11.7 Specify Power Consumption when in operation. Maximum permissible power consumption when in operation 470Watts.

11.8 Specify Power consumption when the machine is idle Maximum permissible power consumption in idle situation230 Watts.

11.9 Should provide hardware and software for the day-to-day operations required by the custodian

11.10

CR should have cutoff circuit, Isolator to protect the critical cash recycler electrical and electronic parts viz. SMPS, Mother Board, Hard Disk, Sensors etc. from sudden spikes in voltage/ current from UPS/ RAW power

11.11 Remote power-on/Power off facility (Optional)

11.12 Should provide hardware, software and MIS for the day-to-day operations required by the custodian.

11.13 Cash Recycler should have integration capability with the alarm sensors to the branch siren/hooter without any additional cost to Bank

11.14 Cash Recycler capable of One to One Marketing. Client when Loaded on Cash Recycler should be able to interact with different CRM sources using open standard messaging standards

11.15

The Cash recycler screen should be with Privacy Screen filter to enable the view of the cash recycler screen only to the customer standing in the front of the CR. Cash Recycler should also have rear mirrors covering majority area of site which allow users to see what is happening behind him when he enters the PIN to avoid shoulder surfing.

11.16

Support centralized EJ Pulling. Serial number of all notes should be available with EJ or stored separately and made available as and when required. While pulling EJ, the same should be non-editable with encryption or with checksum or any other solution to prove the authenticity of EJ before a third party such as the regulator (RBI), a Banking Ombudsman, Police authorities etc.

11.17 1 Year onsite comprehensive warranty

11.18

Bank’s Logo and Name should be displayed on the front of the Cash Recycler and Call Centre Numbers & Email Address should be pasted on the Cash Recycler & customisation for all the three sides with polycarbonate film the design will be provided by bank.

11.19 INTERFACE – CORE BANKING SOFTWARE & ATM SWITCH

12. Software required for connecting the Cash Recycler to Bank’s own Network (Connection will be available through bank switch) shall be provided by the vendor

12.1 Vendor to provide utility for converting the files, Containing transaction details, into ASCII format

Page 39: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 39 of 89

12.2 Cash recycler should be preloaded with CEN XFS 3.0 compliant layer and should be capable of running multivendor software without any hardware changes.

12.3 Cash Recycler must have capability for integration with NARADA ATM Switch/FINACLE/Any Other Switch.

12.4 TRANSACTIONS TO BE MADE AVAILABLE IN CASH RECYCLER

13. Display of graphics/animation/scrolling/ date & time

13.1 Cash deposit interoperable with other banks.

13.2 Withdrawal from any Bank accounts

13.3 Fast cash

13.4 PIN change facility

13.5 Transfer of funds from one account to another

13.6 Mini – Statement

13.7 Utility Payment facility

13.8 Account balance enquiry

13.9 Card less and card based Transactions and Biometrics

13.10 Payment of Taxes, Bills and other value added services which Bank may have

13.11 Card to card payment.

13.12 Mobile topup

Page 40: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 40 of 89

MINIMUM SPECIFICATION OF CASH DISPENSER

S.No. FEATURE SPECIFICATION/CONFIGURATION COMPLIED

Yes / No 1 MODEL CD compatible with any regulated power supply

(conventional UPS and solar UPS)

2 PROCESSOR Intel Core I3 processor or higher, with minimum clock speed of 2.5 GHz or higher with minimum 3MB cache

3 no. USB Ports in front for front access CDs

DVD writer with latest specification

3 MEMORY(RAM) 4 GB DDR III RAM or higher and Upgradable to 8 GB RAM

4 HARD DISK DRIVE

2 x 1TB HDD SATA

5 INTERNAL DVD WRITER (R/W)

Mandatory internal DVD-RW.

Minimum 3 USB ports at the front of the ATM

6 SMPS

In-built SMPS to work on 230V 50 Hz power supply

Support input voltage of 230V AC/50 Hz with +/- 5% variation

7 OPERATING SYSTEM AND CONTROLLING SOFTWARE

Multi tasking real time operating system, Microsoft Windows 7/Linux or higher with latest service pack. In case of Window 7, Bidder shall upgrade to Windows 10 as and when mandated by regulatory authority at no extra cost to the Bank. And for Linux, Bidders shall upgrade to the latest Linux version at no extra cost to the Bank.

Compatible with NARADA Switch Connectivity

VSAT/Leased line/ISDN/CDMA technology

Reversal Message of Transactions

Multi-lingual software for customer display apart from

Hindi and English

OS hardening (with Firewall) and should protect against unauthorized booting from alternative media & an access to CR hard disk. CD should be adequately hardened and only white listed necessary services run in the system (White listing of applications). No malware including viruses, worms and Trojans enter and Affect the system.CD

Page 41: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 41 of 89

should be pre-installed with whitelisting application solutions. All bidders must provide Whitelisting solution with following features- 1) The solution must ensure that only “whitelisted” applications run on the CD. 2) The solution must prevent the execution of any non-whitelisted files on the machine Bidder to provide standard whitelisting solution which should meet above requirements and should come preloaded in the CDs to be supplied and installed by the successful bidders.

Operating system hardening should ensure that all the unnecessary ports will be closed and only essential services are permitted to run on the machine, which will reduce the vulnerability of the ATM/Cash dispenser operating system.

Remote retrieval of Journal particulars electronically

OS should be upgradable, and in case of upgradation, ATM service should not be disrupted due to any reason.

Should support checking transactions for Hot cards, Warm Cards, Expired Cards, Account type, and service restriction, online or offline mode

Remote login facility for such utilities like Remote load of Screens, to shutdown/start Cash Dispenser to make Cash Dispenser clear fitness etc

Trace features (provide log file for all messages received and sent by Cash Dispenser. Especially in not worked conditions, log should provide information from where the message is received and to which the message sent on their IP addresses)

CD should be preloaded with XFS software (CEN 3.0 compliant) and should be capable of running multi-vendor software without hardware & operating system changes with necessary software licenses

There should be a separate Admin User ID password with restrictive access so that unauthorized persons should not be able to get access to the system admin and BIOS password. The Operating System should have the provision for parameterization to log critical changes & incidents for monitoring purposes.

Cash dispenser security should be set to physical (level 3) authentication level to thwart any type of attacks. CD should have strong encryption between CD-PC core and cash dispenser so that the dispenser is not accessible without a proper authorization once the new

Page 42: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 42 of 89

CD PC core is being installed/set up or an existing CD PC core is re-installed due to any reasons.

8 CURRENCY CHEST

UL 291 Level 1/CENL Certified Secure Chest or higher(Certificate issued in favor of the bidder by these agencies to be provided by the bidder as part of the bid document)

Resistance to Fire/Water/Temperature

Provision for external alarm system

The CDs must have alarm system with sensors capable to monitor the following: Chest Door Status, Duress Status, Temperature status, Vibration status, and Burglary Alarm. There must be a mechanism by which these alarms can be connected to a hooter or LED indicators, kept away from the CDs without any cost to the bank

Alarm sensors for temperature status, vibration status and chest open status while sending signal/messages to Switch/Management Centre.

S&G / KABA or higher dual electronic combination lock of 6+6 digits or higher, having one time combination (OTC) option and audit trail without any hardware change. The OTC Lock should support Emergency Opening Code feature that can be used in the event of Lock / software malfunction, so as to avoid ATM Door drilling. The OTC Lock software should be capable of Real-Time updating of all ATM activities done across the country, including generation of Close seal, Duress openings & Lock Battery status etc. Password to be changed at the time of installation of CD and certified to this effect in the CD installation certificate.

Locking mechanism to comply with all international standards like UL, etc.

9 CURRENCY CHEST LOCKING SYSTEM

Dual combination electronic locking system S&G / MAS Hamilton (KABAMAS-CENCON) with capability of having one time combination option and audit trail without any hardware change

10 DISPENSER Friction/Vacuum pick/ Robotic arm based technology Multi-media dispenser (Capable of dispensing currency, coupons, travelers‟cheques, stamps, tickets, etc.,) with bunch presenter

Mode: (stalk and present/Bunch)

Page 43: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 43 of 89

Can dispense old/new/mixed currency/denominations

Delivery speed: (not less than 5 notes per second)

Dispensing capacity of 40 notes and above at a time

The cash retraction should be completely disabled on the ATMs.

Capable of diverting non-ATM fit notes. Divert cassette

bin with lock & key or latch

Indication of proper insertion of cassettes

One divert/purge cassette for rejected notes with latch/

lock and key

Minimum 4 programmable secured cassettes, with

latch/lock and key

Two High double Pick Module with 4 cassettes configuration and should be capable of working even with 2 cassettes. All the four cassettes should be able to dispense cash and configured accordingly at the time of installation.

11 CURRENCY CASSETTE

Four currency cassettes with lock & key / latch to handle different denomination of notes at a time

Can dispense any denomination of Indian currency Rupees 100/200/ 500/2000

All cassettes are to be capable of dispensing all notes

Capacity: Not less than 2500 pieces per cassette

Compatibility: Old/New/Mixed currency

Reject soiled, mutilated etc. (notes which are not

supposed to be dispensed)

The Cassette shall be compatible for Cassette Swap

implementation

removable cassette and indication for proper insertion

of currency notes

One purge Bin

Should have sensor to send message low-cash supply

to the Switch centre

12 Receipt Printer

Customer: Thermal (receipt printer): 80 mm - 40 column graphics Thermal printer for trouble free receipt printing

Minimum 1200 receipts or more per roll

Electronic journal should be present in all ATM’s

Customer/Journal Printer rolls should have sensor to

indicate low supply to the Switch centre

Page 44: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 44 of 89

Should cut and present the Transaction slip to the card

holder through the customer receipt slot

13 Journal Printer

40 column Dot Matrix/Thermal Printer to print audit trail as per Bank‟s requirement.

Electronic journal to be also written on CD‟s hard disk

simultaneously to printing on paper roll.

5 GB space should be earmark in CD for EJ files.

Solution should include a EJ Viewer. Support centralized EJ Pulling. Serial number of all notes should be available with EJ or stored separately and made available as and when required. While pulling EJ, the same should be non-editable with encryption or with checksum or any other solution to prove the authenticity of EJ before a third party such as the regulator (RBI), a Banking Ombudsman, Police authorities etc.

The CD should support Centralized Electronic Data

Capture (EJ Pulling) to work simultaneously

Should be capable of storing EJ for 120 days and

above. ( Mention no. of days)

14 KEY PAD Triple DES compliant 16 key Alphanumeric keypad with secured Encrypting PIN Pad PCI Compliance (should comply to latest standards). Latest EMV compliant

Privacy in operation of key board with key guard/

recessed PIN PAD

Rugged spill proof Triple DES enabled Keyboard with Poly Carbonate tactile / stainless steel EPP pin pad keys EPP keys to be PCI compliant with sealed metal key pads as per industry standard. EPP design so as to prevent/ resist overlaying of fake pin pad will be required. In the event of forcible removal of EPP, it should bring the machine down and the data stored in the EPP must be destroyed/scrambled so as to prevent compromise even with high end decryption. Describe technology /solution fully and enclose relevant documentation.

Touch screen

The CD should have PIN Pad Shield covering all three sides to avoid shoulder surfing or capture by the external camera or PINPAD should be recessed in the design of the ATM itself.

Metallic stainless steel/Polycarbonate tactile PIN PAD

All CDs must have PCI compliant Encrypting Pin Pad (EPP) and 3 DES double length keys for protecting the PIN data

Page 45: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 45 of 89

Rear view mirrors should allow CDs users to see what is happening behind him when he/she enters the PIN (Shoulder surfing). All CDs should have rear mirrors covering majority area of CD site

101 keys Keyboard integrated with Mouse operations /Integrated with EPP

15

HYBRID DIP CARD READER with EMV/PCI- DSS

Dip Card Reader with anti-skimming device installed and integrated with the card reader of the CD. Details of the anti-skimming technology / device to be enclosed. The bank is looking for a comprehensive skimming protection solution which achieves the following:- i) Senses unauthorized attachment of anydevice on the card reader module, ii) Sends the signal to switch and further tothe Remote ATM Management Centre of thevendor, iii) Capable of enabling the switch and/orRemote ATM Management Centre to put themachine Out-Of-Service as well as block the card reader from accepting any more card insertions. IV) Block the card reader entry to the card reader slot when such suspicious activity happens. V) It should also have the provision to sense any suspicious anti-cloning activity attempted through insertion of wire or similar mechanism in the CDmachine.

Hybrid Dip card reader with media entry indicator having capability to read Smart Card and magnetic card strip track 1 & 2. (with latest version EMV / PCI-DSS compliant )Compatible with VISA/Master/RuPay/Credit/Debit card/Kisan Credit Card any other Domestic and International standard Cards/ Regulatory requirement and standards and update/upgrade version as and when released without any additional cost to the Bank

Cash Dispenser must also have biometric authentication capability with finger –print reader as per Aadhar specifications and same is required from the initial stage. The Cash Dispensershould support Bio-metric functions and integrated with the Bank's Biometric solution and UIDAI certified solution (Aadhar) without any additional cost to the Bank.

Secure Biometric scanner that supplies the finger print

Page 46: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 46 of 89

data to the ATM switch . The Biometric Scanner should be of good quality capable of accepting finger scans in one go and should be STQC certified and compatible with AEPS & Aadhaar specifications.

CD should work using any Bank’s Debit / Credit cards, without cards, using Aadhar based authentications, with biometric, using Bar code reading and using QR code reading also. CD should recognize the Chip cards which includes EMV Cards, Biometric authentication, Bar code, QR code and accordingly display the screen, voice prompts.

EMV version 4.0 or later, as certified for SMART card

Software/firmware/license for using SMART card on

ATM

Contactless Card (Like NFC) should be made

available in future if bank requires.

16

Customer Interface on CD

LED Touch Screen Size:15” minimum Type: Capacitive/SAW / Infrared

Monitor should be capable of displaying graphic features such as animation, blinking, fade-in fade-out, sprinkle, horizontal & vertical scrolling and time & date

Touch screen &Physical Function Defined Keys (FDK) (support for visually handicapped through Function Keys & EPP as per industry standard wherever required). Touch Screen should be of sturdy make. In the event of a fault in Touch Screen arising through normal wear and tear, Vendor shall replace the same at no extra cost to the Bank. In other cases wherein the screen has been damaged out of malicious intent, the same shall be replaced at mutually agreed cost on the satisfaction of the Bank for the same.

Vandal proof screen to be provided

CDs should have privacy screen filter which enables the view of the ATM screen only to the customer standing in front of the ATM.

Rugged spill proof Triple DES enabled Keyboard with Poly Carbonate tactile / stainless steel EPP pin pad keys EPP keys to be PCI compliant with sealed metal key pads as per industry standard. EPP design so as to prevent/ resist overlaying of fake pin pad will be required. In the event of forcible removal of EPP, it should bring the machine down and the data stored in

Page 47: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 47 of 89

the EPP must be destroyed/scrambled so as to prevent compromise even with high end decryption. Describe technology /solution fully and enclose relevant documentation.

16 EPP key pads to be PCI version 3.0 (or later) compliant and ADA compliant with sealed metal keypad.EPP should be designed so as to prevent overlaying of fake pin pad. Forceable removal of EPP should bring the machine down, resulting in loss of data stored in the EPP, so as to prevent compromise even with high end decryption. Please provide details of the technology/solution.

Touch Screen (with support for visually handicapped

through 8 Function Keys)

Both PIN and UIDAI compliant finger print

authentication to be provided

Tri-lingual screen support should be possible.

Voice guidance support with internal speakers & headphone (only hardware enablement required i.e. hardware component to be provided). This should be in line with IBA/Govt. of India guidelines for enabling visually impaired persons to transact at CD. The Voice guidance solution should be enabled and be activated with insertion of earphone jack into the given slot by the cardholder.

Capable of Voice guidance to customer & digitalized WAV files in Indian accent for the same in all the three languages to be provided by the vendor as per the annexure- L

Adherence to Persons with Disability standards compliance – give details; Access For All (AFA) compliant and suitable for wheel chair based operation for physically challenged, Braille stickers on all devices as per requirements to support visually challenged.

Pin pad should be covered with Pin guard/Shield. This pin guard/shield should cover all three sides to avoid shoulder surfing and capture by external cameras.

There should be support for text to speech for full-fledged voice guidance in case Bank wishes to implement voice guidance solution.

Speakers for customer guidance to be provided

Ear phone jack to be provided

17 DES Chip Security

Capable of supporting Remote key Management DES/RSA

Page 48: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 48 of 89

Support AES (Advanced Encryption Standard) in future without any additional Hardware/software changes

Triple DES chip with encryption / verification / validation

software.

18 Operator Interface Maintenance Panel, Monitor to facilitate all operations

related to housekeeping and maintenance of the CD.

Should be mechanically and electrically capable of

functioning 24x7x365 basis

19

Application Software

The software should be capable of performing multifarious functions and interface should facilitate all Admin, Recon and MIS functions.

Software should be preloaded with CEN 3.0 complaint

XFS with cross vendor support.

Capability to support MPEG full motion video

The software should have the utility for converting files containing transaction details into ASCII format The software roadmap should include support for remote key transport and XFS as well as IFX message standards

Software for Electronic Journal pulling by Managed

Service vendor DVSS monitoring software

Configurable Bar Code reader software, DVSS

monitoring software and EMV card reader software.

20 Software Agent

The CD should be capable of supporting a third party software agent such as SDMS/Radia/Infobase etc.

The vendor should also agree to install any third party software selected by the bank for EJ pulling at no extra cost to the bank.

Should be capable of interface with the Bank‟s Switch –NARADA. In future if Bank migrate to other Switch integration with the new switch which is existing in India presently should be done by SB with no additional cost to the bank. If Bank migrated to a new switch which is not presently in India, then only bank will pay for additional cost for integration.

Should also provide support for third party software and upgradation and distribution at no extra cost to the bank.

Should have remote diagnostic agent to diagnose problems with the machine including, but not limited to part failure(such as card reader, dispenser, transport mechanism or other critical and non-critical parts) and pro-actively replacing parts, carrying out preventive maintenance or specific maintenance services to ensure uninterrupted services on the CD. Monitoring tool should be accessible to bank team also through

Page 49: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 49 of 89

appropriate console. Cost of these services will have to be borne by the selected Bidder/s and will be included in the cost of CD quoted for the entire duration of the contract.

Software for reading the EMV chip cards. Smart card/Chip card EMV version 4.0, Level 2 approved terminal resident applications. Copy of level 2 approval certificate to be enclosed.

21

System Hardening /Terminal Security

All CDs should be adequately hardened. Only white listed necessary services should run on the machines. No malware including viruses, worms & Trojans enter the machine and affect the CD and the network Vendor to offer Application whitelisting solution as part of the CD offered CD offered should have Hard Disc Encryption with boot sign-on so that HDE decryption happens when connected to a server. Vendor to supply the HDE server specification so that Bank can make arrangement to setup server required for the same. Offered CD should support communication encryption TLS 1.2 Offered CD should have strong dispenser authentication mechanism with Dispenser to ATM PC Core encryption such that black-box kind of attack can be prevented

22 SECURITY Triple DES enabled: (3 DES Chip with encryption verification and validation software. Should hold all the hardware and software to enable at any time). Should support AES without any additional hardware

Should be capable of Remote Key Management – DES / RSA

CD should have all standard security features.

CD should be TRIPLE DES compliant

Keypad with Triple DES Encrypted PIN Pad with Remote Key Loading Feature Support for Advance Encryption Standard in future without any additional hardware

The PIN Pad must also meet Master/Rupay/Visa/Diner requirements on Tamper Resistant Security Module which enables automatic destruction of Secret keys in case of attempt to interface with the encryption system

CDs should have Steel PIN pad and have shields covering all three sides or be recessed to avoid shoulder surfing or capture by the external camera.

Page 50: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 50 of 89

Pin pad must be PCI and ADA complaint.

CDs should have rear mirrors covering majority area of the ATM site which allow users to see what is happening behind when he/she enters the PIN to avoid shoulder surfing.

23

Protocols

CD must support TCP/IP/DNS protocol CD should also support either Diebold D 912 or NDC-Plus drivers

24

Scalability/Upgradability

The CD should be scalable / upgradable in terms of RAM (memory) ,HDD ,Card Reader to read Smart Cards / Hybrid cards

25

Remote Status Indicators

CD should have remote status indicators for Low paper Low currency Currency Jam Divert bin Full CD out of service Paper jam in printers Printer fatal Indicators for part fault (e.g motherboard, cassette, EPP, card reader, SMPS, etc.) DVS system down indicators No Cash

26

Additional Capabilities

The CD should be capable of being upgraded to support Bio-metric functions without any additional cost to the Bank

The CD software when loaded with one to one marketing client, should be able to interact with different CRM sources using open standard messaging standards.

Should have bar code/QR Code reader compatibility.

27

Integrated CD Surveillance Solution

Solution must be capable of capturing the image of the person approaching and performing the transaction at the ATM through motion sensors. CD should have pilfer proof camera able to capture the images of the user / customer at the time of dispensing the cash also capture images at the cash slot cameras evidencing dispensation of cash besides images of the user. Camera should be suitably positioned to take image of the person even under poor lighting conditions. Camera should not capture the hand movement while entering the PIN. There should be minimum two pilfer proof cameras inside the CRs 1. To capture the customer image and 2. Capture the hand movement while withdrawing cash

Page 51: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 51 of 89

from the cash slot.

Solution must be able to capture and stamp the transaction information in the images and super impose date, time and transaction data on to the recorded images.

Professional Indoor speed dome camera - Camera has to be connected to the integrated DVI port of the CD machine.

Camera to be pilfer proof with minimum resolution of 640X480. The system shall be capable of motion activation.

At no point the cameras should focus on ATM keypad (Masking must be implemented on keypad area).

One camera should be able to identify the notes being ejected by the machine and received by the customer. The cameras should be pilfer proof and hidden

Solution should be able to store the images in a digital format for minimum on first in first out basis for 6 months at an average of 300 transactions per day. The time print of the DVR of transaction exactly tally with transaction time printed in EJ. The back-ups will be taken at mutually agreed intervals and locations. The vendor has to supervise that DVSS images are getting recorded in CD. The vendor shall capture the images in the second hard disk of CD for storage of the archived images.

Solution should be able to record opening of chest door/upper hood and be able to send message to the switch in each case.

The system should have adequate provision for storing the images, back-up and archived images. CD must have two hard disk of minimum 1TB Capacity each for ATM operation and storing the images data.

Solution must provide an interface to browse, search and archive the stored images on hard disc or external media. The solution must have a search facility to locate an image/event by date & time, card no., transaction reference no. and ID

Solution must be configurable to suit different site requirements and must be capable of performing under extreme light and heat conditions.

Page 52: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 52 of 89

Machine should be able to send indication to the switch whenever DVSS is down.

The solution must not degrade the performance of CDs, e.g., speed of normal transaction

The hardware should be integrated within the CD

The machine should support water marking for image authentication

28

Visual Impaired kit for the CDs

CDs installed should have Braille keypads for persons with visual impairment.

CDs should include Braille-enabled function keys and guide labels for other functionalities, such as card reader, reader, receipt, ATM/Cash dispenser.

Should have bunch cash presenter for ease in collecting cash

Should have personalised headphone jack with voice control features

Voice guidance facility of Talking ATM

Should have ergonomic design for easy accessibility

29

Finger Print Reader

UIDAI certified finger print scanner with STQC Certified for Aadhaar enabled Payment System in the fascia with required software/application support to be provided. (The details of the certified scanners are available in uidai PORTAL. Some of the models are : Morpho /MS01350E, Morpho /MS01350E2,Morpho /MS01300E, Mnatra/MFS100, CSD-200, FM220 and Realscan G1)

30

Environmental Capabilities

Operating Temperature : Up to 45 degree C

Should be capable of operating in range of relative humidity conditions from 5% to 95%

31 DISPLAY MONITOR TO CUSTOMER

15” and above LED Color Display Type: Capacitive/SAW/Infrared

Multi Lingual software for display apart from Hindi and English. Audio support for all the languages (Wav file). Remote retrieval of Journal particulars.

Ability to add Flash messages on welcome loop

screens and all screens as requested by Bank

The CDs should have Privacy screen filter to enable the view of the CD Screen only to the customer standing in front of the CD

Page 53: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 53 of 89

32 Support to Physically/ Visually challenged

Suitability for visually challenged (with audio support - text speech device on all devices as per requirement)This should be as per IBA guideline with Text-to -speech

Braille stickers on all devices to support visually challenged

Suitable for wheel chair based operation for Physically challenged

33 EDJC Compatible for remote Electronic Data Capture of Journal

Should support centralised EJ pulling

34 CONNECTIVITY Should have network interface card 10/100 Mbps

Should have Network Interface Card and be able to connect to any type of Ethernet network switch.

Should be capable of being connected to branch network

Should be capable of being connected to Bank's NARADA switch and switch of other networks – using existing device handlers at no additional cost to the bank

Machine should be compatible for connectivity through VSAT, Leased line, CDMA, Wi-Max etc.

CD must support TCP/IP, IPV4 & IPV6

Should connect to the existing switch using NDC/DDC device handler. As and when BIS comes up with an alternate Indian Standard device handler, the Bidder must provide upgrade to this standard free of charge.

Should support TCP/IP (capable of supporting IP V6

also)

35 CD CABINET Should hold all the hardware for making above specified activities Like processors/Ports/Network Interface Cards etc

36 CD FUNCTIONALITY

Should be mechanically and electrically capable of functioning 24x365 basis

Should enable voice using software of Bank`s choice

and should support for audio

Voice guidance support with internal speakers and head phone jack to be provided

37

BIO METRIC support

STQC certified finger print scanner for biometric enabled payment system in the facia

CD to support bio metric functions and integrated with

the bank’s Bio-metric solutions without any additional

Page 54: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 54 of 89

cost to the bank

ATM switch to identify the transaction as PIN based or BIOMETRIC based

BIOMETRIC transaction to support voice guidance system. Biometric kit is to be the standard latest version in the industry

CDs to have capability of making transactions using bank’s central biometric authentication/any other central authentication system through NPCI/UIDAI SWITCHEs or any other agency approved by the bank.

BIOMETRIC kits are to be as per the STQC standards

CD should operational in temperature upto 45 degree C

Temperature : Upto 45 degree Celsius

Humidity: 20 to 80 RH 38 POWER Should support input voltage of 230 V AC / 50 Hz with

+/- 5% variation

In-built SMPS to work on 230 V 50 Hz power supply

CD should have capability to Integrated Power Management Solution. The CD software must be capable of inter-facing with the Bank's UPS systems and query the battery status, in -line power and temperature, taking the machine out of service if the battery capacity is too low, perform scheduled power offs and automatically start up at the configured date and time. The solution must shut down gracefully to allow completion of the ongoing transaction in the event of complete battery discharge. The above power management functionality must be controllable remotely

Should have energy saving features. It should indicate standby / sleep mode, power consumed

To have small foot print (to indicate)

Power and telecommunications cabling carrying data or supporting CD services should be protected from interception or damage. CD vendors should follow stringent guidelines and best industry practices to protect the systems from unauthorized access and wire-tapping

39 OTHERS A complete write up on the security features of the Cash Dispensers shall be attached.

Page 55: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 55 of 89

a The software required for connecting the CD to the existing NARADA Switch to be provided by the bidder. Name of the Device handlers used (NDC/D912) to be specified. This is to be done at no extra cost to bank

b The bidder shall provide required mesh to cover the holes available in the CD to prevent the rat/lizards entering into the CD/equipment

c The CD shall be properly grouted as defined in scope of work

d Bidder to integrate – wherever feasible -- the alarm sensors of the CDs to the branch siren/hooter without any additional cost to Bank.

e CDs should be capable of One to One Marketing. Client when Loaded on ATMs should be able to interact with different CRM sources using open standard messaging standards.

f CD should have cutoff circuit, Isolator to protect the critical CD electrical and electronic parts viz. SMPS, Mother Board, Hard Disk, Sensors etc. from sudden spikes in voltage/ current from UPS/ RAW power

g CD should have integration capability with the alarm sensors to the branch siren/hooter without any additional cost to Bank

40 FUNCTIONS Cash withdrawal both inter and intra bank

Balance Enquiry

Cheque Book Request

Statement Request

PIN Change

Mini Statement Printing

Enable linking for 4 Accounts like SB, CA, OD, etc

Any other functionality decided by the Bank

Specifications for Vehicle, UPS, DG Set, Connectivity, Ancillary Items and House Keeping

Sl No.

Required Specifications Vendor’s Offer Deviations

1 Should get Bank’s prototype to be used prior approval of the prototype to be used.

2 The vehicle should be new having reinforced body and adequate space to accommodate Cash

Page 56: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 56 of 89

Dispenser/Cash Recycler and passbook kiosk machine

3 Vehicle Make Vehicle Model No Vehicle should be like Force Travelerequivalent or higher

4 The vehicle must be fully air-conditioned having in-built or separate cooling device of adequate capacity to maintain temperature between 20-25 degree centigrade inside the vehicle for ATM and other accessories.

5 Inside area of the vehicle and the ATM transacting area should be properly illuminated with Tube lights / CFLs of adequate wattage.

6 Provision for 2 working tables with 2 customer chairs with height adjustment, 2 officerschairs

7 The Vehicle shall be suitably designed to house the ATM which will be accessed by the users conveniently. ATM Access sketch and the interior sketch should be enclosed.

8 The Vehicle windows should have provision of windows.

9 The Vehicle shall have canopy arrangement to protect ATM fascia and card user from rains, bright sunshine and it should be leak- proof in open and closed positions.

10 Provision of Fire extinguishers of adequate capacity - dry powder / gas type for the safety of the equipment

11 Wheel immobilizers to be provided to prevent the movement of vehicle by car lifters.

12 Burglar alarm for safety should be provided.

13 The exterior of the vehicle should be PU painted as per our color choice with provision for advertisement on both sides to display / advertise the Bank's products and Services.

14 The complete vehicle with UPS, Air Conditioners and other accessories will be maintained by the vendor at no additional cost to thebank.

15 All the equipments, electrical fixtures fitted on the vehicle needs to be well maintained and functional for trouble free service.

16 All the equipments /accessories provided on the vehicle should be new and of reputed make. The vendor will provide the names of the manufacturers from whom the equipments have beenpurchased

17 The vehicle will be at the disposal of the Bank 24 x

Page 57: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 57 of 89

7 and the Bank would have the sole right to deploy it anytime anywhere.

18 Vehicle provided will be brand new and proof of ownership, RTO registration papers, Insurance, PUC etc .will have to be furnished periodically to the Bank. The cost of insurance, upkeep of the vehicle, painting, cleaning and all other mandatory charges will be borne by the vendor.

19 Vehicle tracking Global Positioning System shall be provided by the Vendor.

20 Adequate No. of fire Extinguishers should be provided(minimum two)

21 Online UPS with back up duration 9 hours, of reputed make and manufacturer should have ISO certification. The UPS should have an arrangement to operate on 5kva DG set for supply of electric power in case batteries are drained out. Provision to provide power directly from any AC supply source i.e. provision to draw power from source other than DG supply also

22 UPS Make UPS Model No

23 DG set of reputed make for supply of electric power in case batteries are drained out. Manufacturer should have ISO certification.

24 DG Set Make DG Set Model No

25 The Vendor shall ensure adequate and uninterrupted power supply and lightings in the vehicles. Repair/replacement of bulbs, holders, reflectors, starters, chokes, frames and all other fixtures. All lights within the ATM areas and outside like Backlit signage, Glow sign boards and all other lights are covered under this section. It shall be the responsibility of the Vendor to ensure that all lights are functioning at all times. The Vendor shall ensure that all problems with the lights including replacements are rectified immediately.

26 The Vendor shall ensure that all electrical problems including earthing that affects electrical supply to the site are identified and rectified within 4 hours. All costs associated with replacement of consumables, wires, connectors etc will be borne by the Vendor.

27 The Vendor shall install ATM Access Mechanism, whereverrequired.

28 The Vendor shall ensure that the systems like UPS,

Page 58: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 58 of 89

Air Conditioners and Access Mechanisms are kept in good working conditions.

29 Tie up with OEM or their Authorized service provider for Annual Maintenance Contract of UPS, Air Conditioners, Access Lock or other pertinent items.

30 Tie up with OEM or their Authorized service provider for Annual Maintenance Contract of UPS, Air Conditioners, Access Lock or other pertinent items.

31 Connectivity

32 Networking for Connectivity of CDs with Bank's

Financial Transaction Switch shall be

through CDMA/3G/VSAT etc.

Sample Diagram/outlay of the Mobile ATM

Page 59: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 59 of 89

Page 60: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 60 of 89

Authorized Signatory Name and Designation Office Seal

Place:

Page 61: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 61 of 89

ANNEXURE – II (A)

FORMAT FOR TECHNICAL BID

1) Name and Address of the Company 2) Registered Address of the Company 3) Location of factory/assembly shop 3) Year of Incorporation 4) Local/Contact Address 5) Contact Person

a) Name: b) Designation: c) Phone: d) Fax: e) Cell No: f) E-mail

6) Turnover and Net Profit of the company (Rs. in Crores).

FINANCIAL YEAR Turnover Net Profit (After Tax) 2015-2016 2016-2017 2017-2018 We confirm that the prices quoted by us in the commercial bid are as stipulated by the Bank in clause 1.10 of the RFP No RFP/DBD/001/18-19dated 04.07.2018. We also confirm that we agree to all the terms and conditions mentioned in this RFP No RFP/DBD/001/18-19 dated 04.07.2018. Authorized Signatory Name and Designation Office Seal Place: Date:

Page 62: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 62 of 89

Annexure II(B)

OFFER COVERING LETTER DATE: The Assistant General Manager, Indian Overseas Bank, Digital Banking Department, 763, Anna Salai, CHENNAI – 600 002. Dear Sir, Sub: Your RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

With reference to the above RFP, having examined and understood the instructions, terms and conditions forming part of the RFP, we hereby enclose our offer for providing said solution as detailed in your above referred RFP. We confirm that the offer is in conformity with the terms and conditions as mentioned in the above-cited RFP and agree to all the terms and conditions of the RFP and subsequent amendments made, if any. We confirm that, we have not have been black listed / debarred / disqualified / by any regulator / statutory body / Financial Institutions or a public sector undertaking in India as on date of issue of RFP We also understand that the Bank is not bound to accept the bid / offer either in part or in full and that the Bank has right to reject the bid / offer in full or in part or cancel the entire tendering process without assigning any reasons whatsoever. We furnish hereunder the details of Demand Draft submitted towards RFP document fees and EMD Amount.

Description Amount in INR

DD / BC NUMBER

DATE OF THE DD

Name of issuing Bank & Branch

Cost of Bid Document 2,000 EMD Amount 20,00,000 Yours faithfully, (Authorised Signatory)

ANNEXURE – III

Page 63: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 63 of 89

FORMAT FOR COMMERCIAL BID

1. Name of Bidder : 2. Address of Corporate Office : TABLE I – Monthly Cost Per Mobile ATM:

Sl.No Description Qty

(a)

Monthly Rent (Rs.) (b)

Total price (Rs.)

(a*b)

1 Monthly Rent for the Vehicle-inclusive of Driver(s), fuel, consumables, repairs & maintenance, etc. of the Vehicle, Generator & ACs. The Monthly Rent is for minimum of 10 working hours per day and average of 100 km per day and 3,000 km per month.(With Cash Recycler)

15

2 Monthly Rent for the Vehicle-inclusive of Driver(s), fuel, consumables, repairs & maintenance, etc. of the Vehicle, Generator & ACs. The Monthly Rent is for minimum of 10 working hours per day and average of 100 km per day and 3,000 km per month.( With Cash Dispenser)

15

3. Total

Note: Bank reserves the right to adopt any one of the methods (sl 1 & 2) TABLE ll – TOTAL COST OF OWNERSHIP (TCO):

Sl.No Description TABLE Total Price(Rs.)

A Total amount under Serial No. 3 TABLE I

B GRAND TOTAL Note: L1 will be determined based on the total cost of ownership (TCO) quoted by any of the technically short-listed bidder, whose commercial bid is opened, under Table ll Serial No. B (Grand Total). We certify that the items quoted above meet all the Technical specifications as per Annexure I of the RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 and prices quoted are all in compliance with the terms indicated in clause 1.10 of the RFP Ref NoRFP/DBD/001/18-19 dated 04.07.2018 . We also confirm that we agree to all the terms and conditions mentioned in this RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018.

Page 64: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 64 of 89

Authorised Signatory: Name and Designation: Office Seal with date

Page 65: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 65 of 89

ANNEXURE IV

LETTER OF AUTHORISATION / (MAF) FROM ORIGINAL EQUIPMENT MANUFACTURER (OEM) We OEM of the Hardware/Solution hereby authorize M/s. _____________________ (name of the Company with address) to quote prices for the following components of the hardware etc. invited vide its RFP/DBD/001/18-19 dated 04.07.2018. (Tick whichever is appropriate and strike out others)

We (Name of the OEM) also confirm the following:

a) Technical specification of the Solution / equipment quoted by the bidder meets the Specifications stipulated in the above-cited RFP.

b) In the event of bidder, not providing services or services provided by the bidder is not

adequate, and then the same shall be provided to the Bank at the same terms and conditions of the RFP directly or through other partners / authorized resellers equivalent to the bidder.

c) Spares/ Technical Support for the Solution / equipment quoted by the bidder will be available

for at least 5 years from the date of delivery of the Solution / equipment.

Authorized Signatory Name and Designation Office Seal Place: Note:- For separate items, SB is required to provide MAF from the respective OEMs.

ANNEXURE - V

MAKE AND MODEL:

Page 66: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 66 of 89

LETTER OF UNDERTAKING The Assistant General Manager Digital Banking Department Indian Overseas Bank Central Office 763 Anna Salai Chennai- 600 002 Dear Sir,

1. We hereby confirm that we agree to all the RFP terms and conditions of the RFP/DBD/001/18-19

dated 04.07.2018, its Annexes, amendments made to the RFP without any pre-conditions. Any presumptions, assumptions, deviations given or attached as part of technical document (technical bid) be treated as null and void.

2. We confirm that the undersigned is authorized to sign on behalf of the company and the

necessary support document delegating this authority is enclosed to this letter.

3. We also agree that you are not bound to accept the lowest or any bid received and you may reject all or any bid without assigning any reason or giving any explanation whatsoever.

Dated at__________ this ______________ day of __________________2018. Yours faithfully, For ____________________

Signature: _______________

Name: __________________

Authorized Signatory Name and Designation Office Seal Place: Date:

Annexure VI SELF DECLARATION – BLACKLISTING

The Assistant General Manager Digital Banking Department Indian Overseas Bank Central Office 763 Anna Salai

Page 67: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 67 of 89

Chennai- 600 002 Dear Sir, We hereby certify that, we have not been blacklisted in any Central Government / PSU / Banking / Insurance company in India as on date of the RFP for a similar project. Authorized Signatory Name and Designation Office Seal Place: Date:

ANNEXURE VII

BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT

To …………………………….……………… …………………………………………... …………………………………………... WHEREAS _____________________________(Name of Tenderer) (hereinafter called "the Tenderer" has submitted its tender dated _______________________ (Date) for the execution of (Name of Contract)_____________ _______(hereinafter called "the Tender") in favour of ______________________hereinafter called the "Employer"; KNOW ALL MEN by these presents that

Page 68: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 68 of 89

we, _________(name of the issuing Bank), a body corporate constituted under the _______________________having its Head Office at __________________amongst others a branch/office at ________________ (hereinafter called "the Bank"(*) are bound unto the employer for the sum of Rs_______________(Rupees________________________________________only) for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents; THE CONDITIONS of this obligation are: (a) If the Tenderer withdraws its Tender during the period of Tender validity specified in the Tender; or (b) If the Tenderer having been notified of the acceptance of his Tender by the Employer during the period of Tender validity;

(i) fails or refuses to execute the Agreement, if required; or (ii) fails or refuses to furnish the performance security, in accordance with clause ___________ of conditions of Contract.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or both of the above mentioned two conditions, specifying the occurred condition or conditions. Notwithstanding anything to the contrary contained herein:

i) Our liability under this Bank guarantee shall not exceed

Rs___________ (Rupees __________________ only) and

ii) This Bank guarantee shall be valid up to and

till………..only, being the date of expiry of the Guarantee and

iii) We are liable to pay up to the Guaranteed amount only and only if we receive from you a

written claim or demand within the claim period not later than 12 months from the said expiry date

relating to default that happened during the Guarantee period and all your rights under this Bank

Guarantee shall be extinguished and our liability under the Bank Guarantee shall stand discharged

unless such written claim or demand is received by us from you on or before........(**) being the date of

expiry of the claim period"

For all purposes connected with this Guarantee and in respect of all disputes and differences

under or in respect of these presents or arising there from the courts of Chennai city where the Bank

has its Central Office shall alone have jurisdiction to the exclusion of all other courts.

IN WITNESS WHEREOF the Guarantor has caused these presents to be executed on the

day, month and year first herein above written as hereinafter appearing.

Page 69: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 69 of 89

SIGNED AND DELIVERED BY

the within named Guarantor,

______________________,

by the hand of Shri.___________________________,

its authorised official.

(*) To be suitably modified depending on the nature of constitution of the bank that issues the

guarantee.

(**) There shall be a claim period of 12(twelve) months from the date of expiry of the guarantee.

Page 70: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 70 of 89

ANNEXURE – Vlll

PROFORMA OF BANK GUARANTEE (PERFORMANCE)

THIS GUARANTEE AGREEMENT executed at ___________ this ________ day of

_____________ Two Thousand Seventeen

BY:

______________________ Bank, (*)a body corporate constituted under Banking Companies

Acquisition and Transfer of Undertakings) Act, 1970, having its Registered Office/ Head Office

at ______________, and a Branch Office at

_____________________________________________________ (hereinafter referred to as “the

Guarantor”, which expression shall, unless it be repugnant to the subject, meaning or context

thereof, be deemed to mean and include its successors and assigns)

IN FAVOUR OF:

Indian Overseas Bank, a body corporate constituted under Banking Companies (Acquisition and

Transfer of Undertakings) Act, 1970, having its Central Office at 763, Anna Salai, Chennai 600

002 (hereinafter referred to as “Bank”, which expression shall unless it be repugnant to the

subject, meaning or context thereof, be deemed to mean and include its successors and assigns),

A) WHEREAS the Bank, on _____________________ has concluded a Contract with

___________________ a company within the meaning of the Companies Act, 1956 (1 of 1956) and

having its registered office at ______________________________ for supply, installation of

.................................... solution at its Branches / Regional Offices and other offices located across the

country and to carry out activities as stipulated in clause .......... of the RFP (hereinafter collectively

called “......................”)..

1. AND WHEREAS pursuant to the Bid Documents, purchase order, and the other related

documents (hereinafter collectively referred to as “the said documents”), the Bank has agreed

to purchase from M/s…………………………….………………………who has agreed to provide

to the Bank ………………….the said ............................................., more particularly described

in the said documents, subject to payment of the price as stated in the said documents and

also subject to the terms, conditions, covenants, provisions and stipulations contained in the

said documents.

2. AND WHEREAS pursuant to the above arrangement, the Bank, has concluded a Contract,

with M/s. ………………………… on ………. (Hereinafter referred to as “the Vendor” which

expression shall unless it be repugnant to the subject, meaning or context thereof, be deemed

Page 71: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 71 of 89

to mean and include its successors and assigns), subject to the terms and conditions

contained in the said documents and the vendor has duly confirmed the same.

3. AND WHEREAS in terms of the Contract stated in the said documents, the vendor has agreed

to warrant comprehensive maintenance of the entire............................................... including

the System, software, components and accessories supplied and to provide an unconditional

and irrevocable performance bank guarantee, in favour of the Bank, from a Scheduled

Commercial Bank other than Indian Overseas Bank acceptable to the Bank for securing the

Bank towards faithful observance and performance by the vendor of the terms, conditions,

covenants, stipulations, provisions of the Contract/the said documents.

4. AND WHEREAS at the request of the Vendor, the Guarantor has agreed to guarantee the

Bank, payment of Rs. ___________ (Rupees _________ __________________ only) being

5% of the order value towards faithful observance and performance by the Vendor of the terms

of the Contract.

NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS:

In consideration of the premises, the Guarantor hereby unconditionally, absolutely and irrevocably

guarantees the Bank as follows:

5. The Guarantor hereby guarantees and undertakes to pay, on demand, to the Bank at its office

at Chennai forthwith, an amount of Rs ..........……, as aforesaid due to the Bank from the

Vendor, towards any loss, costs, damages, etc. suffered by the Bank on account of default of

the Vendor in providing comprehensive maintenance as per the warranty, AMC and

contractual terms and in the observance and performance of other terms, conditions,

covenants, stipulations, provisions of the Contract, without any demur, reservation, contest,

recourse or protest or without any reference to the Vendor. Any such demand or claim made

by the Bank, on the Guarantor shall be final, conclusive and binding notwithstanding any

difference or any dispute between the Bank and the Vendor or any dispute between the Bank

and the Vendor pending before any Court, Tribunal, Arbitrator, or any other authority.

1. The Guarantor agrees and undertakes not to revoke this Guarantee during the

currency of these presents, without the previous written consent of the Bank and

further agrees that the Guarantee herein contained shall continue to be enforceable

until and unless it is discharged earlier by the Bank, in writing.

2. The Bank shall be the sole judge to decide whether the Vendor has failed to

perform the terms of the Contract in providing comprehensive maintenance as per

the warranty, AMC and contractual terms by the Vendor to the Bank, and on

account of the said failure what amount has become payable by the Vendor to the

Bank under this Guarantee. The decision of the Bank in this behalf shall be final,

Page 72: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 72 of 89

conclusive and binding on the Guarantor and the Guarantor shall not be entitled to

demand the Bank to establish its claim under this Guarantee but shall pay the sums

demanded without any objection, whatsoever.

3. To give effect to this Guarantee, the Bank, may act as though the Guarantor was

the principal debtor to the Bank

4. The liability of the Guarantor, under this Guarantee shall not be affected by

i) any change in the constitution or winding up of the Vendor or any

absorption, merger or amalgamation of the Vendor with any other

company, corporation or concern; or

ii) any change in the management of the Vendor or takeover of the

management of the Vendor by the Government or by any other authority; or

iii) acquisition or nationalisation of the Vendor and/or of any of its

undertaking(s) pursuant to any law; or

iv) any change in the constitution of the Bank / Vendor; or

v) any change in the setup of the Guarantor which may be by way of change

in the constitution, winding up, voluntary or otherwise, absorption, merger

or amalgamation or otherwise; or

vi) The absence or deficiency of powers on the part of the Guarantor to give

Guarantees and/or Indemnities or any irregularity in the exercise of such

powers.

6. Notwithstanding anything to the contrary contained herein:

i) Our liability under this Bank guarantee shall not exceed

Rs___________ (Rupees __________________ only) and

ii) This Bank guarantee shall be valid up to and

till………..only, being the date of expiry of the Guarantee and

iii) We are liable to pay up to the Guaranteed amount only and only if we receive

from you a written claim or demand within the claim period not later than 12 months

from the said expiry date relating to default that happened during the Guarantee

period and all your rights under this Bank Guarantee shall be extinguished and our

liability under the Bank Guarantee shall stand discharged unless such written claim

or demand is received by us from you on or before........(**) being the date of expiry

of the claim period"

7. For all purposes connected with this Guarantee and in respect of all disputes and differences

under or in respect of these presents or arising there from the courts of Chennai city where

the Bank has its Central Office shall alone have jurisdiction to the exclusion of all other courts.

Page 73: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 73 of 89

IN WITNESS WHEREOF the Guarantor has caused these presents to be executed

on the day, month and year first herein above written as hereinafter appearing.

SIGNED AND DELIVERED BY

the within named Guarantor,

______________________,

by the hand of Shri.___________________________,

its authorised official.

(*) To be suitably modified depending on the nature of constitution of the bank that issues the

guarantee.

(**) There shall be a claim period of 12(twelve) months from the date of expiry of the guarantee.

Page 74: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 74 of 89

ANNEXURE X

FORMAT FOR NON-DISCLOURE AGREEMENT

THIS AGREEMENT made and entered into at Chennai on this the…..day of………2015 between

Indian Overseas Bank, a body corporate constituted under the Banking Companies (Acquisition &

Transfer of Undertakings) Act 1970, having its Central Office at No.763, Anna Salai, Chennai,

hereinafter called the “BANK” which term shall wherever the context so require includes its

successors and assigns

AND

……………………a company incorporated under the Companies Act 1956 with its registered office at

……. and its local office at ………… ……… …………… ……….. Hereinafter called the

“COMPANY” which term shall wherever the context so require includes its successors and assigns,

WITNESSETH:

WHEREAS

The Bank is interalia engaged in the business of banking and in the course of such business activity

intend to implement Intrusion Prevention Solution at its Organization.

The Bank has short-listed the Company after completion of single enquiry process for procurement of

“Intrusion Prevention Solution” in its office. The details of such activities are as per Purchase Order

issued by the Bank, duly accepted by the Company.

The parties intend to engage in discussions and negotiations concerning establishment of business

relationship between themselves. In the course of discussions and negotiations, it is anticipated that

the parties may disclose or deliver to the other certain or some of its trade secrets or confidential or

proprietary information for the purpose of business relationship.

NOW THERFORE THIS AGREEMENT WITNESSETH and it is hereby agreed by and between the

parties hereto as follows:

1. Confidential information-

Confidential information means all information disclosed/furnished by either party to another party in

connection with the business transacted/ to be transacted between the parties. Confidential

information shall include any copy, abstract, extract, sample, note or module thereof and electronic

material or records of Bank or Bank’s customer. The Company may use the information solely for

and in connection with the purpose the information was conveyed.

2. Use of Confidential Information.

Page 75: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 75 of 89

i. Each party agrees not to use the other’s confidential information for any purpose other than for

the specific purpose. Any other use of such confidential information by any party shall be

made only upon the prior written consent from the authorized representative of the other party

or pursuant to subsequent agreement between the Parties hereto.

ii. The Company shall not commercially use or disclose for commercial purpose any confidential

information or any materials derived there from, to any other person or entity other than

persons in its direct employment who have a need to access and knowledge of the said

information, solely for the purpose authorized above.

iii. The Company shall not make news release, public announcements, give interviews, issue or

publish advertisements or Agreement, the contents/provisions thereof, other information

relating to this agreement, the purpose, the Confidential information or other matter of this

agreement, without the prior written approval.

3. Exemptions

The obligations imposed upon either party herein shall not apply to information, technical data or

know how whether or not designated as confidential, that:

i. Is already known to the receiving party (i.e. the party receiving the

information) at the time of the disclosure without an obligation of

confidentiality

ii. Is or becomes publicly known through no unauthorized act of the receiving

party

iii. Is rightfully received from a third party without restriction and without breach

of this agreement

iv. Is independently developed by the Receiving party without use of the other

party’s Confidential information and is so documented

v. Is disclosed without similar restrictions to a third party by the Party owning the

confidential information

vi. Is approved for release by written authorization of the disclosing party; or

vii. Is required to be disclosed pursuant to any applicable laws or regulations or

any order of a court or a governmental body; provided, however that the

Receiving party shall first have given notice to the Disclosing Party and made

a reasonable effort to obtain a protective order requiring that the confidential

information and / or documents so disclosed be used only for the purposes for

which the order was issued.

Page 76: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 76 of 89

4. Term

This agreement shall be effective from the date of the execution of this agreement and shall

continue till expiration or termination of this agreement due to cessation of the business

relationship between the parties. Upon expiration or termination as contemplated herein the

Receiving party shall immediately cease any or all disclosures or uses of confidential information

and at the request of the disclosing party, the receiving party shall promptly return or destroy all

written, graphic or other tangible forms of the confidential information and all copies, abstracts,

extracts, samples, note or modules thereof

The obligation under NDA shall survive the expiration/termination of the original contract referred

and the obligations contained herein shall continue indefinitely as long as the underlying

information remains confidential. The obligations of the Company respecting disclosure and

confidentiality shall continue to be binding and applicable without limit until such information enters

the public domain.

5. Title and Proprietary rights

Notwithstanding the disclosure of any confidential information by the Company, the bank shall

retain title and all intellectual property and proprietary rights in the confidential information. No

license under any trademark, patent or copyright or application for the same, which exist or

thereafter may be obtained by the Bank is either granted or implied by the conveying of

confidential information.

6. Return of confidential information:

Upon written demand of the Bank, the firm shall (I) cease using the confidential information (ii)

return the confidential information and all copies, abstracts, extracts, samples, note or modules

thereof to the disclosing party within seven (7) days after receipt of notice and (iii) upon request

of the disclosing party, certify in writing that the firm has complied with the obligations set forth in

this paragraph. Notwithstanding anything contained in this Agreement, the Company may retain

sufficient documentation to support any opinion/ advice that it may provide. Such

documentation shall continue to be governed by the terms and conditions of this Agreement.

7. Remedies:

The firm acknowledges that if it fails to comply with any of its obligations hereunder, the Bank

may suffer immediate, irreparable harm for which monetary damages may not be adequate. The

firm agrees that, in addition to all other remedies provided at law or in equity, the Bank shall be

entitled to injunctive relief hereunder.

8. Entire Agreement:

Page 77: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 77 of 89

This agreement constitutes the entire agreement between the parties relating to the matter

discussed herein and supersedes any and all prior oral discussion and/or written

correspondence or agreements between the parties. This agreement may be amended or

modified only with the mutual written consent of the parties. Neither this agreement nor any

rights, benefits and obligations granted hereunder shall be assignable or otherwise transferable.

9. Indemnity:

The Company agrees to keep confidential all information concerning the Bank that could be

considered as “Confidential Information”.

The Company agrees that in the event of the breach of the clause above by disclosure of

confidential information mentioned hereinabove the Company would indemnify and keep the

Bank indemnified against all losses or damages and all action, suit, litigations or proceedings

(including all costs, charges, expenses relating thereto) that the Bank may incur or suffer any

damage to its property or reputation or otherwise howsoever as part of the assignment or other

related jobs entrusted and done by the Company. The firm agrees that the amount of

compensation as decided by the Bank will be final.

The Company agrees that the above compensation payable is in addition to any other right or

remedy available to the Bank due to the breach of the covenants contained in this agreement

including disclosure of confidential information.

10. Severability:

If any provision herein becomes invalid, illegal or unenforceable under any law, the validity,

legality and enforceability of the remaining provisions and this agreement shall not be affected or

impaired.

11. Dispute Resolution Mechanism:

In the event of any controversy or dispute regarding the interpretation of any part of this

agreement or any matter connected with, arising out of, or incidental to the arrangement

incorporated in this agreement, the matter shall be referred to arbitration and the award passed

in such arbitration shall be binding on the parties. The arbitral proceeding shall be governed by

the provisions of Arbitration and Reconciliation Act 1996 and the place of arbitration shall be

Chennai.

12. Jurisdiction

The parties to this agreement shall submit to the jurisdiction of courts in Chennai.

Page 78: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 78 of 89

13. Governing laws

The provisions of this agreement shall be governed by the laws of India.

In witness whereof the parties hereto have set their hands through their authorized signatories

BANK COMPANY

(Authorized Signatory) (Authorized Signatory)

Page 79: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 79 of 89

Annexure XI

Ref: Dated: To, Indian Overseas Bank Sub: Submission of Offer for Tender ref: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL Dear Sir The Bidder acknowledges that Indian Overseas Bank stands committed to following the principles of transparency, equity and competitiveness in public procurement` as enumerated in the integrity Agreement enclosed with the tender document. The Bidder agrees that the Notice Inviting Tender is an invitation to offer made on the condition that the bidder will sign the enclosed Integrity Agreement, which is an integral part of the tender documents, failing which the Bidder will stand disqualified from the tendering process. The Bidder acknowledges that the bid would be kept open in its original form without variation or modification for a period of 180 days and the making of the bid shall be regarded as an unconditional and absolute acceptance of this condition of the NIT/RFP. Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit and further agrees that execution of the said Integrity Agreement shall be separate and distinct from the main contract which will come into existence when bid is finally accepted by Indian Overseas Bank. The bidder acknowledges that the mere signing of Integrity pact between the Bidder and the Buyer does not in any way guarantee award of Contract to the Bidder. The bidder acknowledges and accepts the duration of the Integrity Agreement, which shall be in line with Article 8 of the enclosed Integrity Agreement. Bidder acknowledges that in the event of the Bidder’s failure to sign and accept the Integrity Agreement, while submitting the Bid, Indian Overseas bank shall have unqualified, absolute and unfettered right to disqualify the Bidder and reject the Bid in accordance with the terms and conditions of the tender. Yours faithfully,

(Duly Authorized Signatory of the Bidder)

ANNEXURE XII

Page 80: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 80 of 89

PRE CONTRACT INTEGRITY PACT Preamble

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on this the day of (month) 2018, between, on one hand, Indian Overseas Bank acting through Shri VDesikan, Chief Manager of Indian Overseas Bank, a nationalized Bank and an undertaking of the Government of India constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act, -1970 hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the First Part and M/s , a Company incorporated under the Companies Act, or a Partnership Firm registered under the Indian Partnership Act, 1932 or the Limited Liability Partnership Act, 2008 represented by Shri. , Chief Executive Officer/ all the Partners including the Managing Partner (hereinafter called the" BIDDER/Seller" which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment / RFP/ Services) and the BIDDER/Seller is desirous of offering / has offered the stores/Equipment / RFP / Services and WHEREAS the BIDDER is a private company/public company / Government undertaking / partnership / LLP / registered export agency and is the original manufacturer / lntegrator / authorized / Government sponsored export entity of the stores / equipment / item or Service Provider in respect of services constituted in accordance with the relevant law in the matter end the buyer is a Nationalized Bank and a Government Undertaking as such. WHEREAS the BUYER has floated a tender (Tender No.: ) hereinafter referred to as “Tender / RFP" and intends to award, under laid down organizational procedures, contract/s purchase order / work order for (name of contract/order) or items covered under the tender hereinafter referred to as the "Contract". AND WHEREAS the BUYER values full compliance with all relevant laws of the land, rules, bye-laws, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS, in order to achieve these goals, the BUYER has appointed Independent External Monitors (leM), to monitor the tender process and the -execution of the Contract for compliance with the Principles as laid down in this Agreement. AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Pact or "Pact", the terms and conditions of which shall also be read as Integral part and parcel of the Tender documents and Contract between the parties.

Page 81: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 81 of 89

NOW, THEREFORE in, consideration of mutual covenants contained in this Pact, to avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings, the parties hereby agree as follows and this Pact witnesseth as under: The contract is to be entered into with a view to:- Enabling the BUYER to procure the desired said stores/equipment/item/Services at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement and Enabling BIDDERs to abstain from bribing or indulging in any corrupt prac1ice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any and all forms, by its officials by following transparent procedures. The parties hereby agree hereto to enter into this Integrity Pact and agree as follows: Article 1: Commitments of the BUYER 1.1 The BUYER undertakes that no official/ employee of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favoranymaterial or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party whether or not related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same- information and will not provide any such information to any particular BIDDER which could afford an undue and unfair advantage to that particular BIDDER in comparison to other BIDDERs. The BUYER will ensure to provide level playing field to all BIDDERS alike. 1.3 All the officials of the BUYER will report to the appropriate Government office any attempted breach(es) or breaches per se of the above commitments as well as any substantial suspicion of such a breach. 1.4. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be

Page 82: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 82 of 89

debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER, the proceedings under the contract would not be stalled. Article 2: Commitments of BIDDERs 2. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:- 2.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement of any kind to any official(s)/employee/persons related to such Official(s) / employees of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. 2.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement of any kind to any official of the BUYER or otherwise in procuring the Contract or forbearing 'to do or having done any act in relation tothe obtaining or execution of the contract or any other contract with the Bank for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Bank. 2.3 The BIDDER shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. 2.4 The BIDDER shall disclose the payments to be made by them- to agents/brokers or any other intermediary, in connection with this bid/contract. 2.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer / lntegrator / authorized / government sponsored export entity of the stores/equipment/item/Services and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to award the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. 2.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to

Page 83: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 83 of 89

make to officials of the BUYER or their family members, agents, brokers, or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. 2.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. 2.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 2.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care to avoid unauthorized disclosure of such information. 2.10 The BIDDER commits to refrain from giving any _complaint directly or through any other manner without supporting it with full and verifiable facts. 2.11 The BIDDER undertakes not to instigate directly or indirectly any third person to commit any of the actions mentioned above. 2.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the-BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alterrnatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative 'for this purpose would be as defined in Section 6 of the Companies Act 1956 and as may be prescribed under the Companies Act 2013 and the relevant Rules . 2.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER. Article 3 - Equal Treatment of all Bidders/Contractors/Subcontractors 3. Bidder(s) /Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the Principles laid down in this agreement/Pact by any of its Sub-contractors/sub-vendors. 3.1 The BUYER will enter into Pacts on identical terms as this one with all Bidders and Contractors.

Page 84: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 84 of 89

3.2 The BUYER will disqualify those Bidders from the Tender process, who do not submit, the duly signed Pact, between the BUYER and the bidder, along with the Tender or violate its provisions at any stage of the Tender process. Article 4: Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other Company/ PSU/ Nationalized Bank in any country in respect of any corrupt practices envisaged hereunder or with any Nationalized Bank/ Public Sector Enterprise in India or any "Government Department in India that could justify BIDDER'sexclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER is liable to be disqualified from the tender process or the contract, if already awarded, is liable to be terminated for such reason. 4.3 The imposition and duration of the exclusion of the BIDDER will be determined by the BUYER based on the severity of transgression. 4.4 The Bidder/Contractor acknowledges and undertakes to respect and uphold the BUYER’s absolute right to resort to and impose such exclusion. 4.5 Apart from the above, the BUYER may take action for banning of business dealings/holiday listing of the Bidder/Contractor as deemed fit by the BUYER. 4.6 If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by him and has implemented a suitable corruption prevention system, the BUYER may, at its own discretion, as per laid down organizational procedures, revoke the exclusion prematurely. Article 5: Criminal Liability If the BUYER acquires knowledge of conduct of a Bidder/Contractor, or of an employee or a representative or an associate of a Bidder/Contractor which constitutes corruption within the meaning of Prevention of Corruption Act, or if the BUYER has substantive suspicion in this regard, the BUYER will inform the same to the Chief Vigilance Officer. Article 6: Earnest Money (Security Deposit) 6.1 While submitting commercial bid, the BIDDER shall deposit an amount .................. (to be specified in NIT / RFP) as Earnest Money/security deposit. with the BUYER through any of the following instruments:

Page 85: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 85 of 89

(i) Bank Draft or a Pay Order in favour of ……………………………….. (ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and without seeking any reason whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof for payment. (iii)Any other mode or through any other instrument [to be specified in the RFP].

6.2 The Earnest Money/Security Deposit shall be valid uptothecomplete conclusion of the contractual obligations for the complete satisfaction of both the BIDDER and the BUYER or upto the warranty period, whichever is later. - 6.3 In case of the successful BIDDER, a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. - - 6.4 No interest shall be payable by the BUYER to the- BIDDER on Earnest Money/Security Deposit for the period of its currency.

Article 7: Sanction for Violations 7.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf [whether with or without the knowledge of the BIDDER] shall entitle the BUYER to take all or anyone of the following actions, wherever required;-

i. To immediately call off the pre-contract negotiations/ proceedings with such Bidder without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER[s] would continue.

ii. The Earnest Money Deposit [in pre-contract stage] and/or Security Deposit/Performance Bond [after the contract is signed] shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason there for.

iii. To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

iv. To encash the advance bank guarantee and performance guarantee/ bond/ warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER along with interest.

v. To cancel all or any other Contracts with the- BIDDER, the BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money[s] due to the BIDDER.

Page 86: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 86 of 89

vi. To debar the- BIDDER from participating in future bidding processes of- the Bank for a minimum period of five years, which may be further extended at the discretion of the BUYER.

vii. To recover all sums paid in violation of this Pact by BIDDER[s] to any middleman or agent or broker with a view to-securing the contract.

viii. In cases where irrevocable Letters of Credit have been received in respect of any-contract signed by the BUYER with the BIDDER, the same shall not be opened.

7.2 The BUYER will be entitled to take all or any of the actions mentioned at paragraph 7.1[i] to [x] of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf [whether with or without knowledge of the BIDDER], of an offence as defined in Chapter IX of Indian Penal Code, 1860 or Prevention of Corruption Act, 1988 as amended from time to time or any other statute enacted for prevention of corruption. 7.3 The decision of the BUYER to the effect that a breach of the Provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor[s] appointed for the purposes of this Pact. Article 8: Independent External Monitors 8.1 The BUYER has appointed Independent" External Monitors [hereinafter referred to as Monitors] for this Pact in consultation with the Central Vigilance Commission. They are,

1. Prof. S. Sadagopan, Director, IIIT, Bangalore, 26/C, Electronics City, Hosur Road, Bangalore 560100 Email: [email protected]

2. Shri. K. Srinivasan,

Director General (Retd.), CPWD, C-2, Block 1, Mayfair Apartments, 2A, LIC Colony Road, Velachery, Chennai 600 042 Email: [email protected]

. 8.2 The task of theMonitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligation under this Pact. 8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

Page 87: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 87 of 89

8.4 Both the parties accept that the Monitors have the right to access all the document relating to the project/procurement, including minutes of meetings. The same is applicable to Subcontractors of the Bidder. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s) /Subcontractor(s) with confidentiality. 8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pac,he will so inform the Authority designated by the BUYER and request the Management to discontinue or take corrective action, or to take other relevant action. The Monitor can in this regard submit non - binding recommendations. 8.6 The BIDDER accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his, project documentation. The same is applicable to Subcontractors also which the BIDDER shall note. 8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings. 8.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations. 8.9 If the Monitor has reported to The designated Authority of BUYER, a substantiated suspicion of an offence under Indian Penal Code/Prevention of Corruption Act as the case may be, and the designated Authority of BUYER has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner. 8.10 The word 'Monitor' would include both singular and plural. Article 9: Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. Article 10: Law and Place of Jurisdiction

Page 88: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 88 of 89

This Pact is subject to Indian Laws. The place of performance and jurisdiction is as notified by the BUYER. Article 11: Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant laws in force relating to any civil or criminal proceedings. I Article 12: Validity 12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In such case, the parties will strive to come to an agreement to their original intentions. " Article 13: Code of Conduct Bidders are also advised to- have a Code of Conduct clearly rejecting the use of bribes and other unethical behavior and a compliance program for the implementation of the code of conduct throughout the company. Article 14: Examination of Books of Accounts In case of any allegation of, violation of any provisions of this Integrity Pact or Payment of commission, the Buyer or its agencies shall be entitled to examine the Books of Accounts of the Bidder and the Bidder shall provide necessary information of the relevant financial documents in English and shall extend all possible help for the purpose of such examination. Article 15: Legal and Prior Rights All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Pact will have precedence over the Tender/Contract documents with regard to any of the provisions covered under this Pact. Article 16: Other Provisions

Page 89: RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST … · rfp ref no. rfp/dbd/001/18-19 dated 04.07.2018 request for proposal for implementation of mobile atm services under opex

RFP Ref No. RFP/DBD/001/18-19 dated 04.07.2018 REQUEST FOR PROPOSAL FOR IMPLEMENTATION OF MOBILE ATM SERVICES UNDER OPEX MODEL

Page 89 of 89

This Pact is subject to Indian laws. The place of performance and jurisdiction is the Head Office/Head Quarters of the Division of the BUYER or as otherwise notified by the BUYER, who has floated the Tender. 16.1 Changes and supplements, if any, need to be necessarily made in writing and signed by the duly authorized representatives of the Bidder and the Buyer. It is clarified that there are no parallel/ Side agreements in this regard and that the present Agreement forms the full and complete agreement as regards the subject matter contained herein. 16.2 If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by Board resolution. 16.3 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact remains valid. In this case , the parties will strive to come to an agreement to their original intentions. 16.4 Any dispute or difference arising between the parties with regard to the terms o-f this Agreement/Pact", any action taken by the BUYER in accordance with this Agreement/Pact or interpretation thereof shall not be subject to arbitration. The parties hereby sign this Integrity pact at ………………………on ……………….. BUYER BIDDER Name of the Officer CHIEF EXECUTIVE OFFICER Designation Indian Overseas Bank Witness Witness 1. 1. 2. 2.