Upload
phamtuyen
View
217
Download
3
Embed Size (px)
Citation preview
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
“Request for Proposal for Supply, Installation, Commissioning and Management of Micro ATM and
Allied Software”
Jharkhand State Cooperative Bank Limited (A Government of Jharkhand Undertaking)
3rd Floor, Marketing Board Building, Itki Road, Hehal, Ranchi - 5 Telephone No. 0651-2510283, Fax No. 0651-2510283
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
1 Introduction: ..................................................................................... 3
2 Objective: .......................................................................................... 3
1. SCHEDULE OF TENDER (SoT) ............................................................. 5
2. Background: ...................................................................................... 6
3. Eligibility Criteria ............................................................................... 7
4. Scope of Work: .................................................................................. 9
EARNEST MONEY DEPOSIT (EMD) ...................................................... 18
TENDER OPENING AND EVALUATION ..................................................... 20
1. GENERAL TERMS AND CONDITIONS ................................................ 22
2. ADDITIONAL SCOPE OF WORK ........................................................ 26
3. Hardware Specifications for MICRO ATM/POS device: ..................... 28
4. Application Software on the Micro ATM ........................................... 30
5. Annexure – IV ................................................................................. 33
6. ANNEXURE - V ................................................................................. 35
7. ANNEXURE-VI .................................................................................. 36
8. ANNEXURE-VII ................................................................................ 37
9. Annexure-VIII ................................................................................. 39
10. ANNEXURE- IX ................................................................................. 40
11. ANNEXURE-XI .................................................................................. 41
COMMERCIAL OFFER (per unit) .............................................................. 41
12. Annexure-XII .................................................................................. 42
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
1 Introduction:
The Jharkhand State cooperative bank was established vide State Cabinet Resolution No 6, dated
8.10.2002 , Its Registration No is – 4/Hqr/Dated – 18.12.2002 and BSCB Ltd transferred Assets and
Liabilities of 5 of its Branches situated in Jharkhand to the JSCB on 31.08.12. Government of Jharkhand
has taken decision to have two tier co-operative credit structures. Under this all eight co-operative banks
and their branches will merge and become branches of JSCB. There will be one Management at JSCB.
All affiliated LAMPS/PACS will act as service provider.
The objective of the bank as given in its website (www.jscb.gov.in) are given below
To cater to the credit requirement of farmer-members of the Primary Agriculture
Cooperative Societies.
To implement the Kissan Credit Card (KCC) scheme to ensure instant finance and
adequacy in credit delivery.
To step up production and productivity in agriculture through promotion of farm
mechanization and better land and water management.
1.1. Services offered –
Internet Banking
Debit Card
Online Grievance Redress
Mobile Banking
Fish Credit Card
Kisan Card
Money Transfer and Life Insurance
1.2. The activities of the bank as adopted from the same site are:
All the branches are working under CORE BANKING SOLUTION.
ATM facility: All the retail outlets and the ATMs are connected through ATM Switch.
This document provides the technical and functional requirement for of Micro ATM and Allied
Software at JSCB. Bidders are required to carry out due diligence while proposing a suitable, best
of class, scalable & cost effective solution.
2 Objective:
1 The purpose of the RFP is to solicit proposals from qualified vendors for Purchase of
Micro ATM terminals for The Jharkhand State Cooperative Bank Ltd. and The District
Cooperative Banks (DCCBS) involving supply installation maintenance of the MICRO
ATMs and its system software.
2 These MICRO ATMs will be used as field devices for carrying out Financial Inclusion
transactions (Biometric AEPS &RupayCard).
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
3 On the said MICRO ATMs bank will implement its transaction application.
4 Technical and commercial bids are invited from bidders for providing Hand Held
terminal for The Jharkhand State Cooperative Bank Ltd.
5 The Bank proposes to deploy Micro ATM in approximate 2000 (Three thousand
Villages/Locations across Jharkhand. The number of locations may increase or decrease
as per bank’s actual requirement.
6 The period of contract will be for 3 years with annual review
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
1. SCHEDULE OF TENDER (SoT)
TITLE OF WORK: RFP FOR “End-to-end Financial Inclusion System”
1 TENDER NO.
JSCB/747/2017
Date: 29.06.2017
2 Date of NIT available to parties to download 29.06.2017
3 Date of Pre Bid Meeting
11.07.2017
at 3.00 PM
5 Earnest Money Deposit
EMD of Rs. 1,00,000/- .
Exemption of EMD is for the MSME
certified company.
6 Tender Fees Rs. 5,000/-
7
Last date of submission of Tender 14.07.2017 till 2.00 PM
8 Date & Time of opening of Technical Bid. 14.07.2017 at 3.00 PM
9 Date & Time of opening of Price Bid will be duly notified.
10 Place of Opening tender offers
JSCB
3rd floor, Marketing Board building, Itki
Road hehal, Ranchi – 834005
Email:[email protected],
11 Address of Communication As above
12 Earnest Money Deposit in the form of BG / DD INR 1,00,000
13 Contact Telephone Numbers Phone : 0651 - 2510283
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
2. Background:
The Bank intends to extend banking and financial services to the under banked and unbanked areas of the
country through its program of Financial Inclusion (FI). In the context of Financial Inclusion, the Bank
envisages extension of Banking & Financial Services to under banked & unbanked (rural & urban) areas
through various channels to provide “branchless banking” and deliver financial and banking services. The
technology architecture supporting this strategy involves a combination of various technologies like
Aadhaar Enabled Payment System, RuPay Card, RFID, contact /contact‐less cards, biometric and IRIS
authentication, eKYC, cKYC, Aadhaar seeding, etc. These technologies (herein after called ICT based
financial inclusion technologies) shall support online transactions and operations as explained here below
in subsequent paragraph.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
3. Eligibility Criteria
# Criteria Compliance
(Yes/ NO) Document Required
1 The bidder should be a company/firm incorporated in India having
annual turnover of Rs. 50.00 crores (Rupees fifty crores) in last three
financial years i.e. 2014-15, 2015-16& 2016-17 as per the audited
balance sheet available at the time of submission of tender. This must be
the individual company turnover and not that of any group of companies
(letter of incorporation and audited balance sheet for the said period
should be submitted along with the proposal).
Certificate of
incorporation, Audited
Balance Sheet & Profit &
Loss statement for last
three year.
2 The bidder should have earned net profits in the last three financial
years i.e. 2014-15, 2015-16& 2016-17. A copy of last three financial
years relevant audited financial statements should be submitted with the
offer.
Audited Balance Sheet &
Profit & Loss statement
for last three year.
3 The Bidder must be a POS OEM or a reseller or an Indian Subsidiary of
the OEM/sole selling reseller. In case the bidder is a Sole-Selling
Reseller, the OEM will have to undertake that the sole selling reseller
will remain as a reseller throughout the warranty and support period
Relevant document to be
submitted
4 Bidder should have experience in deliver/implement the Micro ATM for
minimum of 10 banks of nationalized/ Private/ RRBs/ Cooperative
Banks.
PO copies to be submitted
5 The proposed devices shall be of integrated form factor. Product details
6 The Bidders are to ensure that the Biometric components integrated or
supplied under this RFP are compliant to the UIDAI standards and
certified by STQC. (Furnish STQC certificate)
Relevant document to be
submitted
7 The biometric component used in an integrated device or proposed
separately must have supply antecedents in the Indian Market.
a. The said supplies should have been to the tune of a
minimum 5000 devices in the last 3 years. The bids
should contain documentary evidence to this effect.
b. Should have executed/ fulfilled at least one supply order
of minimum 5,000 devices in a single order.
c. The biometric OEM shall undertake to comply to the
UIDAI registered devices policy, and the devices shall
Relevant document to be
submitted
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
seamlessly work on the Operating System of the
terminals for the purposes of AEPS, Aadhaar Seeding ,
Aadhaar Pay, etc..
8 The companies or firms, bidding for the above tender, should not have
been black listed by any of Government Authority or Public Sector
Undertaking (PSUs). The bidder shall give an undertaking (on their
letter head) that they have not been black listed by any of the Govt.
Authority or PSUs, as on date of submission of the tender, otherwise the
bid will not be considered.
Undertaking from bidder
stating that they have not
been blacklisted by
authorities.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
4. Scope of Work:
1. Bidder should implement the end-to-end Financial Inclusion Solution at Bank location. End-to-
End Financial Inclusion Solution implementation (Client device & application, FI Transaction
Gateway system, Enrolment & Account Opening system, eKYC, transactions, BC Management,
online dashboard & MIS reports, AEPS & Rupay along with other Card transaction, HSM supply
and integration) and supply, installation and maintenance of MicroATM devices.
2. Bidder should integrate the End-to-End FI Gateway Solution with Bank’s Core Banking Solution
(CBS), ATM Switch, MIS IMPS server and any other services (if required) as well as with NPCI
/ UIDAI and/or any other Govt. organization as required by Bank. Bidder should also extend
necessary compatibility support in the end-to-end Financial Inclusion Solution for any version
upgradation of the above entities.
3. Bidder has to ensure that the MICRO ATM, application software functionalities and any other
components, equipments, peripherals involved in implementation of the solution must meet the
current guidelines and also to ensure future guidelines & or standards issued by IDRBT, UIDAI,
RBI, IBA, and should meet Micro ATM 1.5.1.
4. Bidder has to ensure that the Old MICRO ATM already running in JSCB shall also be integrated
with the new FI gateway system, application software for old MICROATM shall also be
maintained, developed if required shall be done without any cost.
5. Bidder has to also ensure that any upgrade / patches in terminal application and FI gateway or any
other hardware or software shall be done without any cost during the warranty period.
6. Bidder needs to upgrade the solutions or terminal / MicroATM application as per bank’s
requirement.
7. Any third party produces like insurance, mobile recharge, electricity bill payment, etc.
functionality to be added in the terminal and FI gateway.
8. Bidder shall do third party applications development, management, upgradation, etc.
9. All other third party application shall work with the same MicroATM terminal along with
financial application.
10. Bidder to ensure that the MICRO ATMs devices must be compatible with the own and if required
other FI gateway applications.
11. Micro ATM machines should be all-in-one integrated device (STQC Citified Biometric Scanner
+ Extractor (STQC Citified) + Magstripe reader + PCI-PED for POS + EMV compliance)
12. Device should be PCI-PTS v3.0 or higher with approval class as PED certified and EMV level 1
and 2 certified.
13. The MICRO ATM software should be on a scalable architecture.
14. Technology standards will have to meet specific minimum requirements of State Government,
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
GOI, recommendations of RBI etc if any.
15. Vendor shall abide by the checks and controls specified by the Bank.
16. Proposed Financial Inclusion Solution should have switching capability for processing & routing
transactions initiated at Client device to CBS, IMPS server, ATM switch and NPCI / UIDAI.
17. Bidder should supply, install/ configure and maintain all the required technology and
maintenance and operational support for the end-to-end Financial Inclusion Gateway Solution as
per requirement of Bank, at Bank’s Data Centre (DC) / Disaster Recovery (DR) locations.
18. Bidder has to train JSCB technical team to manage, maintain, upgrade FI gateway and Terminal /
MicroATM applications.
19. Bidder should specify various infrastructure requirements, which need to be provided by Bank for
commissioning and smooth functioning of the equipments. This will include site requirements,
power, ports, environmental conditions, etc.,
20. Bidder should provide warranty of 1 year for software, without any extra cost to the bank. Bidder
has to carryout patch management activity during the warranty / AMC period as per Bank's
requirement.
21. Bidder should be ready to do any/ required customization of the FI Gateway, MicroATM
application and any other application inclusive of reports / Dashboard / MIS has to be carried out
during warranty without any cost and after warranty in AMC/ ATS period, at mutual agreed cost
and a re-testing of the solution should be done before implementation.
22. Bidder has to maintain patches and upgrades for FI Gateway and Client application at centralized
location so that the same can be pushed to the client devices over air through remote terminal
management. The Bank intends to procure a TMS / Terminal Management system - which will
manage the terminals remotely for software updates /OTA and perform system Health Checks;
the bidder must be capable of providing a TMS along with the proposed device. A brief write up
of the TMS shall be included for the purpose of evaluation; the said TMS shall at the least be
capable of patch updates; remote key updation.
23. Proposed solution should be capable of handling Inter-Bank on-line transactions using Aadhaar
enabled transactions and RuPay card transactions. The solution should be capable of meeting to
NPCI/UIDAI standards for PIN based RuPay card specification and NPCI/ UIDAI standards for
Aadhaar Enabled Payment System (AEPS).
24. Reconciliation reports for day to day reconciliation of interbank transactions (AEPS, IMPS, PIN
based RuPay card) as required by Bank, should be made available by bidder as part of solution.
Bank will reconcile based on the report made available.
25. Bidder should ensure that the proposed software applications should meet the current guidelines
& /or standards issued by DFS/ RBI/ IBA/ NPCI/ UIDAI/ IDRBT etc., for implementation of
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Financial Inclusion initiatives and should continue to comply with any new initiatives/
amendments/ changes made to these standards by the above referred authorities, at mutual agreed
terms.
26. The bidder has to provide complete Solution Architecture & its functionality documents for the
proposed end-to-end Financial Inclusion Solution including hardware specifications, software
applications details, and process flows for each & every activity and diagrams. Also, Industry
standard complete project documentation should be provided.
27. Bidder should ensure functioning of all application software functionalities and related features
across Client devices. Go live date will be deemed as the date when implementation of FI
solution has been completed and integrated the end to end FI solution with Bank’s Core Banking
Solution (CBS), ATM Switch, MIS, IMPS switch, if required as well as with NPCI/UIDAI and/or
any other Govt. organization as required by Bank.
28. Bidder should enter into agreement with Bank for a minimum period of 3 years from Go Live
date with option of further extension of contract for another 2 years on mutual consent basis,
provided services of the bidder is satisfactory and at Bank’s sole discretion. Bidder has to monitor
the utilization of hardware resources on regular basis and suggest suitable upgrade/ replacement
of hardware if any required to avoid any business loss due to system performance issue.
29. Bidder shall assist the Bank in identifying potential risks in the solution, provide remedy for the
identified risks, develop strategies to measure, monitor and mitigate those risks and implement
new and appropriate controls.
30. Bidder should undertake to provide maintenance support both during warranty and post warranty
period.
2. COST OF BIDDING
The bidder shall bear all the costs associated with the preparation and submission of bid and Bank will in
no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding
process.
3. BIDDING DOCUMENT
The bidder is expected to examine all instructions, forms, terms and conditions and technical
specifications in the Bidding Document. Submission of a bid not responsive to the Bidding
Document in every respect will be at the bidder’s risk and may result in the rejection of its bid without
any further reference to the bidder.
4. LANGUAGE OF BIDS
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
The bids prepared by the bidder and all correspondence and document relating to the bids exchanged by
the bidder and JSCB, shall be written in English.
5. AUTHENTICATION OF ERASURES/OVERWRITING ETC.
Any inter-lineation, erasures, or overwriting shall be valid only if the person(s) signing the bid initial(s)
them.
6. AMENDMENTS TO BIDDING DOCUMENTS
At any time prior to the last Date and Time for submission of bids, the Bank may, for any reason, modify
the Bidding Document by amendments at the sole discretion of the Bank. All amendments shall be
uploaded on the Bank’s websites (www.jscb.gov.in) and will be binding on all who are interested in
bidding.
In order to provide, prospective bidders, reasonable time to take the amendment if any, into account in
preparing their bid, the Bank may, at its discretion, extend the deadline for submission of bids.
7. BANK’S RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS
The Purchaser reserves the right to accept or reject any bid and annul the bidding process or even reject
all bids at any time prior to award of contract, without thereby incurring any liability to the affected
bidder or bidders or without any obligation to inform the affected bidder or bidders about the grounds for
the purchaser's action. The Purchaser reserves the right to accept or reject any technology proposed by the
vendor The Purchaser reserves the right to select more than one vendor keeping in view its large
requirements.
8. MODIFICATION AND WITHDRAWAL
Bids once submitted will be treated, as final and no further correspondence will be entertained on this. No
bid will be modified after the deadline for submission of bids. No bidder shall be allowed to withdraw the
bid, if bidder happens to be successful bidder.
9. REVELATION OF PRICES
The prices in any form or by any reasons should not be disclosed in the technical or other parts of the bid
except in the commercial bid. Failure to do so will make the bid liable to be rejected.
10. TERMS AND CONDITIONS OF THE BIDDING FIRMS
The bidding firms are not allowed to impose their own terms and conditions to the bid and if submitted
will not be considered as forming part of their bids.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
The bidders are advised to clearly specify the deviations, in case terms and conditions of the contract
applicable to this invitation of tender are not acceptable to them. The bidders should also describe clearly
in what respect and up to what extent the equipment and services being offered differ/ deviate from the
specifications laid down in the specifications and requirements.
11. LOCAL CONDITIONS
The bidder must acquaint himself with the local conditions and factors, which may have any effect on the
performance of the contract and / or the cost.
12. CLARIFICATIONS
If deemed necessary JSCB may seek clarifications on any aspect from the bidder. However that would not
entitle the bidder to change or cause any change in the substance of the tender submitted or the price
quoted.
13. BID EARNEST MONEY
Bidders have to submit the Bid Earnest Money of (Rs. 1,00,000/-) for the bid in the form of Pay
Order/Demand Draft payable at Ranchi or BG favouring THE JHARKHAND STATE COOPERATIVE
BANK LTD.,
In case of unsuccessful bidder, EMD will be returned after completion of the bid process (without
interest). For successful bidders the same will be retained by the bank upto the warranty period or three
years from the date of the last purchase order whichever is later as performance bank guarantee.
14. OPENING OF BIDS
All the bids will be opened at the date, time and locations mentioned in RFP (as per tender schedule). The
technical bids will be opened in the presence of representatives of the bidders who choose to attend.
15. PERIOD OF VALIDITY
Bid shall remain valid for one year from the date of bid opening prescribed by the purchaser. A bid valid
for shorter period is liable to be rejected by JSCB as non-responsive.
16. BID CURRENCY
All the prices shall be expressed in Indian Rupees only.
17. DEADLINE FOR SUBMISSION OF BIDS
Bid must be received by the Purchaser at the address specified in Bid Document not later than the
specified date and time as specified in Bid Document. In event of the specified date for submission of
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
bids being declared a holiday for the Purchaser, the bids will be received up to appointed time on next
working day.
The purchaser may, at its discretion, extend this deadline for submission of bids by amending the
bid documents in accordance to clause “AMENDMENTS TO BIDDING DOCUMENTS”, in which
case all rights and obligations of the purchaser and bidders previously subject to the deadline will
thereafter be subject to the deadline as extended.
18. LATE BIDS
Any bid received by the Purchaser after the deadline for submission of bid will be rejected and/or
returned unopened to the Bidder.
19. BIDDING PROCESS (TWO STAGES)
For the purpose of the present job, a two-stage bidding process will be followed. The response to the
RFP will be submitted in two parts:
Technical bid Part I
Commercial bid Part II
For the purpose of the above scope of work, a two-stage bidding process will be followed. The response
to the present tender will be submitted in two parts, Technical Bid and Commercial Bid. The bidders will
have to submit the technical bid and commercial bid in physical.
The bidder will have to submit the Technical Bid in sealed envelopes , duly super scribing “Procurement
of Micro ATM Terminal devices for Financial Inclusion in JSCB” and “TECHNICAL BID”.
TECHNICAL BID will also contain all the documents mentioned under Annexure-XII. All the Annexure
should be duly signed and sealed.
TECHNICAL BID will NOT contain any pricing or commercial information at all. Technical bid
documents with any commercial information will be rejected.
In the first stage, only TECHNICAL BIDs will be opened and evaluated. Only those bidders satisfying
the technical requirements as determined by the Bank and accepting the terms and conditions of this
document shall be short-listed.
All pages of the bid except amendable printed literature shall be initiated by the person(s) signing the Bid.
The bid shall contain no interlineations, erasures or over writing except as necessary to correct errors
made by the Bidder, in which case such corrections shall be duly confirmed under signature/initials of the
person(s) signing the bid.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
In the second stage, the COMMERCIAL BID of only those bidders, whose technical bids are short listed,
will be opened.
Prices quoted by the bidder must be all inclusive, firm and final and shall not be subject to any escalation
whatsoever during the period of the contract. Any revision of the prices of any of the equipment or
services, during the period of contract shall be discussed and negotiated between the selected vendor and
the Bank. Prices should include all taxes, statutory levies except Sales tax/service tax/VAT/Octroi/Entry
tax on the final finished supplies tendered for. Octroi/Entry tax, if any payable, will be paid to the bidder
on actual, on production of original receipt.
Prices should be shown separately for each item of equipment, services and other aspects as detailed in
the bid documents. Tenders not containing item wise prices are liable to be rejected. The prices quoted
should also include all rights (if any) of patent, registered design or trademark and intellectual proprietary
rights and the bidder shall indemnify JSCB against all claims in respect of the same.
Bidders are advised to go through payment terms as mentioned in General Terms and Conditions.
20. SUBMISSION OF BIDS.
20.1 All the Technical supporting documents should be submitted manually before the final date & time
of bid submission at the following address. Bank will not be responsible for any postal delay
The Chief Executive Officer
The Jharkhand State Cooperative Bank Ltd.,
Ranchi.
21. CONTENTS OF DOCUMENTS TO BE SUBMITTED
Documents required in Technical Bid (Sealed Cover)
1. Check List as per Annexure XII
2. Supporting documents in respect of eligibility criteria.
3. Bidders Information as per Annexure VIII
4. Acceptance of the General terms and conditions as contained in Annexure-I including scope of work
Annexure II
5. Acceptance of Compliance Statement-Annexure VI.
6. Document indicating the feature of the product.
7. ISO Certification/ STQC certification/other relevant certifications, if any.
8. Audited balance sheet and profit & loss account statement for 2014-15, 2015-16 & 2016-17. For the
year 2016-17 bidder may submit final CA certified provisional balance sheet in case audit is pending,
but has to submit the audited certificate as and when required by Bank.
9. Bid Earnest Money in the form of Demand Draft/Bank Guarantee. Please mention the tender name
with year and company name at the back of DD/Pay order.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
10. Service Support set up details as per Annexure IX.
11. Letter of Authorization for granting the person the right to sign the bid and binding the bidder as the
constituted attorney of the company. Annexure VII
12. Additional Functionalities as per Annexure V
13. Signed copy of the RFP document (each page signed with seal).
22. PRELIMINARY EXAMINATION
The bids will be examined by JSCB to determine whether they are complete, contain any computational
errors, whether required bid security has been furnished, etc. and whether the bids are generally in order.
Bids from agents without proper authorization from the manufacture will not be accepted. 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 quantities, the unit price shall prevail and total
price shall be corrected. If the bidder does not accept the correction of the errors, his bid will be rejected.
If there is a discrepancy between words and figures, the amount in words will prevail.
A bid determined as not substantially responsive will be rejected by JSCB and may not subsequently
be made responsive by the bidder by correction of non conformity. JSCB may, at its discretion waive any
minor non conformity or irregularity in a bid which does not constitute a material deviation, provided
such waiver does not prejudice or affect the relative ranking of any bidder.
23. EVALUATION AND AWARD CRITERIA
After opening of the technical bids, all the documents and annexure (except commercial documents/offer)
will be evaluated first by the bank.
JSCB will determine to its satisfaction whether the bidder selected as having submitted the best evaluated
responsive bid is qualified to satisfactorily perform the contract. The decision of JSCB will be final in this
regard.
The determination will take into account bidder’s financial, technical and support capabilities, based on
an examination of documentary evidence submitted by bidders.
Technical Evaluation:
a) Bank will examine the bids to determine whether they are complete, whether required
information have been provided as underlined in the bid document, whether the documents have
been properly signed, and whether bid documents are generally in order.
b) Compliance to Bidders‟ Qualification Criteria stipulated in Annexure A of the RFP.
c) Compliance to Technical Requirement stipulated in the “Hardware Specifications for MICRO
ATM/device”,duly supported by documentary evidence will be evaluated in detail.
d) Review of written reply, if any, submitted in response to the clarification sought by the Bank
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
e) Technical skill set available, availability of customer support personnel etc., would be
considered.
f) Bank may interact with the Customer references submitted by bidder, if required.
g) Bidders may be called to make presentation of the product offered by them as per the schedule
decided by JSCB.
The MICRO ATMs will be used as field devices both in online modes and offline modes and supporting
smart card based solution. The MICRO ATMs should be compatible with Bank’s FI Gateway Solutions
and shall be able to host and run bank’s owned customer enrolment application and transaction
application.
AUTHORITY IN SIGNING TENDER DOCUMENTS
a) The tender, if submitted on behalf of a Partnership Firm should be signed either by all the
partners or some of the partners or other person/s holding a valid “Power of Attorney” from other
partners or all the partners constituting the firm. Such Power of Attorney shall be submitted in
original.
b) In case of a Company, the tender should be signed by a person holding a valid Power of Attorney
executed in his favour in accordance with the constitution of the Company.
BIDDER TO INFORM HIMSELF FULLY
a) The Bidder is expected to examine carefully the contents of all the documents provided like
instructions to the Bidders, General Conditions, Scope of work etc. Failure to comply with the
requirements of the tender will be at the Bidders own risk. The Bidder to ensure to make a
complete and careful examination of requirements and other information set out in the tender
document. The Bidder shall be deemed to have, visited the site and surroundings and have
obtained all necessary information in all the matters whatsoever that might influence while
carrying out the Works as per the conditions of the tender and to satisfy himself to sufficiency of
his tender etc.
b) The Bidder is advised to acquaint himself with the job involved at the site, like communication
facilities, laws and bye laws in force from Government of Karnataka and Govt. of India and any
other Statutory bodies as well as CISF regulation for the issue of passes and collect all
information that may be necessary for preparing and submitting the tender and entering into
Contract with bank.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
c) Bidder shall bear all costs associated with the preparation and submission of his tender and bank
will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the
tendering process.
EARNEST MONEY DEPOSIT (EMD)
2. Earnest money in the form of Bank Draft for Rs. 1,00,000/- (Rs. One Lacs only)from any
Nationalized/Scheduled Bank drawn in favour of JSCB in the form of DD / BG thereof should be
attached along with the tender bid.
3. Tender not accompanied with prescribed earnest money deposit receipt will be rejected.
4. The EMD of the unsuccessful Bidder shall be refunded after final acceptance of the tender and within
reasonable time not exceeding six months from the date of opening of the tender. The EMD will carry
no interest.
5. EMD retention period 6 months. EMD will be refund after submission of Contract Performance
Guarantee.
6. The EMD will be forfeited if a Bidder withdraws his offer before finalization of the tender.
7. The EMD of the successful Bidder shall also be forfeited if the Bidder fails to sign the prescribed
agreement within the specified period.
The benefits of Exemption of EMD is for the MSME certified company.
TENDER VALIDITY:
The tender shall remain valid for acceptance for a period of 180 days from the date of opening of
Technical Bid. BANK reserves the right to extend the period of validity for a specific time. The request
and the response, there to, shall be made in writing by post or by Fax. However, in the event of the Bidder
agreeing to the request, he shall not be permitted to modify his tender.
PRE-BID MEETING:
a) The bidder is invited to attend the pre-bid meeting
b) The purpose of the meeting will be to clarify issues and to answer question on any matter that
may be raised at that stage.
c) The bidder is requested to submit any questions in writing by mail.
d) Minutes of the meeting, including the text of the questions raised (without identifying the source
of enquiry) and the responses given will be transmitted without delay to all Bidders and also
published in BANK. Any modification of the bidding documents which may become necessary
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
as a result of the pre-bid meeting shall be made by the BANK exclusively through the issue of
an Addendum and not through the minutes of the pre-bid meeting.
e) Non - attendance at the pre - bid meeting will not be a cause for disqualification of a Bidder. But
the Bidder will be disqualified who is not making site Survey.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
TENDER OPENING AND EVALUATION
Evaluation Matrix
S. No. Criteria % of
Marks
Max.
Marks
1
Size of the Company: The bidder's average annual turnover in the last three
consecutive financial years i.e. 2014–15, 2015–16 and 2016–17.
10 - 75 Crores to 200 Crores 50%
- More than 200 Crores 100%
2
Service Capability: The bidder must have at least 50 sites providing
technical support engineers, trained to support the POS supplied under this
RFP as on the date of publication of this RFP. In case the technical support
is outsourced, the details of the personnel deployed by the outsourced
agency and its personnel has to be submitted
10
- 50 locations 50%
50 to 100 locations 75%
- More than 100 locations 100%
3
Bidder’s Experience: The biometric component used in an integrated
device / proposed separately must have supply antecedents’ in the in the
Indian Market.
The said supplies should have been to the tune of a minimum 5,000 in the
last 3 years.
10
- Manufacturing & supply of 5000 to 10000 devices 50%
- Manufacturing & supply of more than 10000 devices 100%
4
Technical capability: The device should be an integrated POS (single form
factor) – Pin pad/MSR/EMV/Biometry/SIM/Screen all in a single integrated
device.
40
- Yes 100%
- No 0%
5
Technical capability: The biometric module of the device should be
capable of Firm Ware Level Encryption
10 - Yes 100%
- No 00%
6 POS’ experience in the EMV/Rupay transaction: The manufacturer’s
similar POS device should have been supplied in the Merchant business of
20
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Indian Banks for carrying out Magstripe+Pin, EMV &Rupay based
transaction & should be in operation for minimum last 3 financial years
- Yes 100%
- No 00%
Total Marks 100
Commercial Evaluation:
Overall Evaluation Marks: The combined marks of both the technical and financial proposals
as per Weight age stated will determine the final, overall attained marks. Based on the total marks
obtained, the following is the methodology for calculating the total marks.
S = (C_low / C) * 0.3 + (T / T_high)* 0.7
Final Marks (F) = 100 * S
C_low: Lowest Price quoted
C: Bid Price as quoted by the bidder
T-high: Highest Technical Score Obtained
T Technical: Technical Score obtained by the bidder
The Bidder scoring the maximum final Marks (F) shall be declared as the successful Bidder.
25. CONTACTING JSCB OR PUTTING OUTSIDE INFLUENCE
Bidders are forbidden to contact JSCB or its Consultants on any matter relating to this bid from the time
of submission of commercial bid to the time the contract is awarded. Any effort on the part of the bidder
to influence bid evaluation process, or contract award decision may result in the rejection of the bid.
26. CANCELLATION OF BID/ BIDDING PROCESS
JSCB reserves the right to accept or reject any bid and annul the bidding process and reject all bids at any
time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or
any obligation to inform the affected bidder or bidders of the ground for its action.
27. SIGNING OF CONTRACT
The successful bidder(s) shall be required to enter into a rate contract with JSCB, within 30 days of
declaration of F-1 vendor.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Annexure I
1. GENERAL TERMS AND CONDITIONS
1. ACCEPTANCE OF ORDER
The bidder shall give acceptance within 7 days from the date of order. However, Bank has a right to
cancel the order, if the same is not accepted within the stipulated period from the date of the order.
2. DELIVERY PERIOD
The solution should be delivered within 8 weeks from date of placing the Purchase Order.
3. TAXES
The Unit Cost should be inclusive of all Taxes, statutory levies except Sales tax/service
tax/VAT/Octroi/Entry tax. Octroi/Entry tax, if any payable, will be paid to the bidder on actual on
production of original receipt.
4. PAYMENT
Payment will be made as per the following schedule: -
1. 80% of the total order amount against supply within 30 days of delivery.
2. 10 % of the total order amount against successful installation at site or within 60 days from
the date of supply (whichever is earlier).
3. 10% after expiry of warranty period or against submission of performance bank guarantee of
equal amount valid up to end of warranty period
In case of delayed delivery or incorrect delivery or partial delivery, then date of receipt of the correct
and final component shall be treated as delivery date for penalty and other calculation.
5. WARRANTY
The MICRO ATM should have a warranty of one years which shall be applicable from the date of
installation of MICRO ATMs. In case warranty period is beyond the expiry date of performance bank
guarantee, the performance bank guarantee should be suitably extended to cover the warranty
6. ANNUAL MAINTENANCE CONTRACT (AMC)
For terminals, Vendor should undertake to provide maintenance support to equipment and arrange
for spare parts for a minimum period of 3 years (1 Years Warranty + 2 Years AMC). Comprehensive
annual maintenance contract has to be entered separately with the bank, for this purpose.
The bidder shall provide support services for 7x24 hrs with 24 hrs response time unless specified
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
otherwise and also have to execute Master AMC Agreement with the Purchaser without any
exception. In case of repair or replacement of any part of the equipment, Bank will pay on the basis
of actual cost.
7. INSURANCE
The Handheld terminals supplied under the contract shall be fully insured till delivery at designated
places by the bidder against loss or damage incidental to manufacture or acquisition, transportation,
storage and delivery. Bank will not be responsible for any loss to bidder on account of non-insurance to
any equipment or services
8. GOVERNING LAWS AND DISPUTES
All disputes or differences whatsoever arising between the parties out of or in relation to the construction,
meaning and operation or effect of these Tender Documents or breach thereof shall be settled amicably.
If, however, the parties are not able to solve them amicably, the same shall be settled by arbitration in
accordance with the applicable Indian Laws, and the award made in pursuance thereof shall be binding on
the parties. The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be subject to the
exclusive jurisdiction of courts at Ranchi.
The vendor shall continue work under the Contract during the arbitration proceedings unless otherwise
directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued
until the decision of the arbitrator or the umpire, as the case may be, is obtained.
The venue of the arbitration shall be Ranchi. The scope for arbitration is available only for successful
bidders.
9. LIQUIDATED DAMAGES
If supplier fails to deliver any or all goods or perform services within stipulated time schedule, the
purchaser shall, without prejudice to its other remedies under the rate contract, deduct from the ordered
price, as liquidated damages, a sum equivalent to 1% of the order value for each week of delay subject to
the maximum of 10%. The penalty will be charged on order value for the items for which delivery is
delayed.
10. USE OF CONTRACT DOCUMENTS AND INFORMATION
The supplier shall not, without the Bank’s prior written consent, make use of any document or
information provided by Purchaser in Bid document or otherwise except for purposes of performing
contract.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
11. PATENT RIGHTS
The supplier shall indemnify the Purchaser against all third party claims of infringement of patent,
trademark or industrial design rights arising from use of the Goods, or any part thereof in India.
The supplier shall, at their own expense, defend and indemnify the Bank against all third
party claims or infringement of intellectual Property Right, including Patent, trademark,
copyright, trade secret or industrial design rights arising from use of the products or any part
thereof in India or abroad.
The supplier shall expeditiously extinguish any such claims and shall have full rights to
defend it there from. If the Bank is required to pay compensation to a third party resulting
from such infringement, the supplier shall be fully responsible therefore, including all
expenses and court and legal fees.
The Bank will give notice to the Supplier of any such claim without delay, provide
reasonable assistance to the Supplier in disposing of the claim, and shall at no time admit to
any liability for or express any intent to settle the claim.
The Supplier shall grant to the bank a fully paid-up, irrevocable, non-exclusive license
throughout the territory of India or abroad to access, replicate and use software (and other
software items) provided by the supplier, including-all inventions, designs and marks
embodied therein in perpetuity.
12. ASSIGNMENT
The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except
with the Purchaser’s prior written consent. Bank will split the order for MICRO ATMs among the two
successful bidders in the ration 60:40.
Bank reserves the right to award contract to more than one bidder, if the bank so desires.
13. PREDISPATCH INSPECTION
Bank shall be free to carry out pre-dispatch inspection as and when required by the Bank. The bidder shall
make all necessary arrangement for this purpose. Bank will also conduct the random acceptance testing of
select MICRO ATMs and peripherals etc. to ascertain their configuration and quality.
14. DELAYS IN THE SUPPLIER’S PERFORMANCE
Delivery of the goods and performance of the Services shall be made by the supplier in accordance with
the time schedule specified by purchaser. Any delay in performing the obligation by the supplier will
result in imposition of liquidated damages and/or termination of rate contract for default.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
15. CONTRACT BETWEEN BANK AND SHORTLISTED BIDDER
The shortlist bidder shall be required to execute Agreement cum SLA (Service Level Agreement) and
NDA (Non Disclosure Agreement) with the Bank.
16. TERMINATION OF CONTRACT
The quality of services given by the bidder will be reviewed every six months and if the services are not
found satisfactory, the Bank reserves the right to cancel the rate contract by giving one month notice to
the bidder. The decision of the Bank regarding quality of services shall be final and binding on the bidder.
Other conditions:
1. The entire activity under this facility would be guided by and conform to guidelines of JSCB,
government agencies, legal provisions etc if any.
2. No right to employment in the Bank shall accrue or arise, at any point of time under this project to
any of the bidder or its personnel or agents.
3. In the event of exit of the Vendor from the project, all the records & confidential information as
would be required by the bank shall be handed over to the bank in form (as prescribed by the
Bank at the time of exit).
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Annexure II
2. ADDITIONAL SCOPE OF WORK
The successful bidder will be responsible for apart from Scope of work:-
a) Supply, Installation, Configuration and Maintenance of MICRO ATMs and as per technical
specifications.
b) The MICRO ATMs should be provided along with required software applications related to the same.
c) Bidder has to ensure that the MICRO ATM, application software functionalities and any other
components, equipments, peripherals involved in implementation of the solution should meet the
current guidelines & or standards issued by IDRBT, UIDAI, RBI, IBA, and should meet Micro ATM
1.5..1
d) Bidder to ensure that the MICRO ATMs devices should be compatible with the bank’s FI gateway
applications.
e) Micro ATM machines should be all-in-one integrated device (Biometric Scanner (STQC Citified) +
Extractor (STQC Citified) + Magstripe reader + PCI-PED for POS + EMV compliance)
f) Device should be PCI-PTS v3.0 or higher with approval class as PED certified and EMV level 1 and 2
certified.
g) The MICRO ATM software should be on a scalable architecture.
h) Technology standards will have to meet specific minimum requirements of State Government, GOI,
recommendations of RBI etc if any.
i) Vendor shall abide by the checks and controls specified by the Bank / RBI.
l) Vendor will take due care of the support infrastructure so as not to cause disruptions to services to the
customers. The vendor should either repair defective MICRO ATM or any part or replace within 48
hours from the day he receives such MICRO ATM. The vendor has to maintain a buffer stock of 5%
of the total purchased MICRO ATMs free of cost at bank’s head office and Circle Offices so that
replacement of the defective MICRO ATM can be done immediately to meet the emergent
requirements in the field and to continue the bank’s business.
m) Vendor has to build support centers at each location having min 50 or more MICRO ATM
installations/ in use. The bidder/OEM should be having/ establish support offices/ Support Centers/
Support 50 locations. Locations with necessary support infrastructure for maintenance of MICRO
ATMs and Peripherals items at bank’s Head Office and Circe Office locations including state capitals.
n) Vendor will be required to provide the verified credentials of each and every person deployed in the
project.
o) Selected vendor will be responsible for managing the actions and activities of its personnel or the
personnel of its subcontractors, etc involved in the project and will be accountable for all the
personnel deployed/engaged in the project.
p) Vendor will be responsible to deliver MICRO ATMs to the locations specified by the Bank. Bank will
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
not bear the cost of delivery of MICRO ATMs and other components .
q) All the related activities related to maintenance of the MICRO ATM will be done by selected vendor.
r) MICRO ATM should be delivered with necessary literature and technical specifications.
s) The bank may provide the transaction application to the bidder at a central location for pre
configuration of MICRO ATM. The bidder will deliver the MICRO ATMs with bank’s applications
and other utilities, if any , preloaded ex-factory. Subsequently these may be taken care at bank’s head
offices and circle office locations by the bidder.
t) Patches and upgrades
o For MICRO ATM and its system software the bidder has to manage the relevant patches.
o Additionally the bidder has to provide the system software patches to the bank’s central FI
gateway server so that the same can be pushed to the MICRO ATMs connected to FI gateway
server.
Other Conditions:
a) The entire activity under this facility would be guided by and conform to guidelines of JSCB, Reserve
Bank of India, UIDAI, IBA, NPCI, State and Central Governments, legal provisions etc. if any issued
from time to time.
b) End-to-end solution (inclusive of technology and support services) would be outsourced to one or more
eligible Vendor initially or for a defined period as decided by the Bank as per terms mentioned in the
RFP.
c) No right to employment in the Bank shall accrue or arise, at any point of time under this project to any
of the bidder or its personnel or agents.
d) In the event of exit of the Vendor from the project, all the records & confidential information as would
be required by the bank shall be handed over to the bank in form (as prescribed by the Bank at the
time of exit).
e) Bank reserves the right to change the Vendor with one month’s notice to the concerned person.
f) A detailed agreement with SLA (service level agreement) will be done with the vendorspecifying roles
and responsibilities. This will include Non-Disclosure clauses also.
g) The bidder also has to provide the adequate no of connectors/convectors and extension cables for the
devices.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
3. Hardware Specifications for MICRO ATM/POS device:
The Micro ATM Devices (POS Machines) should be a single integrated product. Device should be strictly according to
the Micro ATM standards 1.5.1 & the biometric sensor should be STQC certified.
Component Minimum Requirement
Biometric
scanner
All Micro ATM devices should use the STQC certified Scanner+ Extractor to meet the
technical specifications as defined by UIDAI. (Level 0 Registered device)
Connectivity The device must provide for two channels (of service provider’s choice) of network
connectivity. (No external dongle to be used)
Security 2048-bit PKI, 256-bit AES, Base64, SHA-256 for full compliance with Aadhaar
Authentication API specifications (9).
Non-volatile
storage Must be capable of storing audit trails of at least 1000 transactions.
Display
Color Display readable under sunlight. Must be capable of displaying last 10
transactions without scrolling horizontally. Each transaction must display at least the
date, type, and amount.
Printer
Must be able to print out transaction status and a mini-statement of at least the last 10
transactions. Receipts and other printed items must be legible for at least two months
from the date of printing.
Battery Rechargeable battery, with minimum 8 hours battery life.
Power
Adaptor AC/DC Adaptor with surge protection.
Environment Operating temp: 0°C to 50°C.
Storage not including battery: 0°C to 55°C.
Magstripe
reader
and PIN pad
As per specifications in Section 4.3 (2) (3). The payment application on
MicroATMs for processing card and PIN transactions should be certified with
PA-DSS certification.
The payment application on Micro ATMs for processing card and PIN transactions
should be certified with PA-DSS certification (2) (3)..
Component Specifications
Magstripe reader ISO triple-track 1/2/3, bi- directional, high-Coercivity
Security
1. 3DES encryption
2. TMK/TPK support with all keys remote download capability
3. UKPT/ DUKPT capability
PCI- PED for POS PCI (Payment Card Industry) PED (Pin Entry Device)
for POS PCI PTS 3.1 or above
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Speaker A facility should be provided for voice confirmation of the transaction.
Location
The terminal should have the capability to communicate its location (Industry
standard 16 channel NMEA Compliant GPS support or Cell Tower Location or any
other dynamic method for approximate Lat-Long location)
EMV
capability
EMV Level 1 and Level 2 certification
*The bidder shall be required to submit documentary proof of all requisite certifications for proposed POS device.
Warrantee and Tech
Support period
1 year warranty after commissioning and successful UAT
2 years Post warranty Support / AMC
The Bidder will also provide a guaranty that all the major functions (Secured OS, Connectivity options, Interfaces,
Security features and Terminal Management System shall be performing all the times)
Bio-Metric Scanner Specification - S.N
o Parameters Specifications
1
Fingerprint template Compliance for minutiae
data ISO 19794(2)
2
Fingerprint template Compliance for image
resolution ISO 19794(4)
3 Scan resolution pixels/centimetre (ppcm) 197ppcm
4 Scan resolution pixels/inch (ppi) 500
5 Pixel depth (bits) 8bit
6 Dynamic range (gray levels) 256 levels
7 Certification FBI -PIV
8 Impression type Optical Platten
9 Visual Indicator Ready to capture/ Captured
10 Light source dependability No
11 High Resistance
To shock, abrasion and water. Minimum IP 54
rating.
12 Algorithm should include
Image Quality Determination and Feature
Generalization
13 Encryption of fingerprint template Using unique foreign key
14 USB connectivity Yes
15 USB Types
USB 2.0 Standard Interface and Micro USB
interface
16 Capture mode Plain live scan capture
17 Capture mode
Auto capture with built-in quality check
(incorporates NIST quality considerations)
18 Power Through USB
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
19 Software API
Interface API and Data Dictionary to be shared with
the bank and documentation to enable seamless
integration with CBS or any other system.
20 Sensor Type Optical –CMOS Sensor
21 Ambient Light
Ambient light rejection : no external light-source
dependability
22 Latent Images Latent fingerprint rejection
23 Capture Type Auto capture
24
Firmware Level Encryption / Onboard template
encryption
The device should be capable of performing
firmware level encryption of captured biometric
data (image and biometric template) before it leaves
the device; this is critical to prevent MIM (Man in
middle attack)
25 Fake/counterfeit fingerprint
The biometric devices should be able to reject
fake/counterfeit fingerprint including those made
with latex, Plasticine, Paper, Rubber.
26 Aadhaar registered Devices
Devices should be Level 0 compliant to Aadhaar
register device concept
27 Template extractor
Minex compliant, STQC certified sensor+extractor
combination
28 Supported Operating System
Linux ( RedHat 6.0),
Windows7 , Windows 8 (Both 32bit and 64bit)
29 STQC Certification Valid STQC Certification
30 Extractor & Image Template Standard
ISO 19794‐2 for fingerprint minutiae template And
ISO 19794‐4 for Fingerprint Image Template
31 FRR <2%
4. Application Software on the Micro ATM
1. Micro ATM device application
Micro ATM application installed on the micro ATM devices is used by Banks employees / business
correspondents of the bank to provide financial inclusion services to Bank’s customers. Following are the major
type of transactions should be performed application
AEPS Transactions through this
The Terminal should perform AEPS which allows online financial inclusion transaction at POS (Micro
ATM) through the user of any bank using the Aadhaar authentication. The Micro ATM should be capable
of performing the following banking transactions:-
o Cash deposit
o Cash withdrawal
o Balance enquiry
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
o Fund Transfer
o Aadhaar based fund transfer
o Mini Statement
Card Transactions
o Cash withdrawal
o Balance enquiry
o Fund Transfer (only ONUS)
o Cash deposit(only ONUS)
o Mini-statement (only ONUS)
EKYC account opening
Aadhaar Seeding
Mobile number seeding
Third part services
Following are the transactions that are required to be performed on micro ATM devices to enable it
perform above transactions.
Key Exchange
Beginning of Day to be taken automatically from CBS
End of Day to be taken automatically from CBS
Operator Login (through Aadhaar authentication) (optional)
2. FI Gateway
Functional Group Category Feature - Available
Customer identification for Account opening/SIM issuance/PDS
Aadhaar e-KYC –Operator
Aadhaar e-KYC using Fingerprint (POS Client)
Display of customer basic details including request eKYC enrolment (POS Client)
Print Receipt (POS Client)
Payments using Aadhaar and Biometric (Fingerprint)
AEPS – Operator
Admin Module: EOD/BOD and URL settings (POS Client)
Withdrawal (POS Client)
Deposit (POS Client)
Fund Transfer (POS Client)
Balance Enquiry (POS Client)
BFD (POS Client)
Reversal (POS Client)
Print Receipt (POS Client)
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Payments using PIN based magnetic swipe card
Rupay – Operator
Withdrawal and Deposit (POS Client)
Fund Transfer (Onus only) (POS Client)
Balance Enquiry (POS Client)
Mini Statement (Onus only) (POS Client)
Reversal (POS Client)
Print Receipt (POS Client)
Key Exchange: Request and Response (FIG - App)
FI Transactions
Financial Inclusion – Operator
Withdrawal and Deposit (POS Client)
Fund Transfer (Onus only) (POS Client)
Balance Enquiry (POS Client)
Mini Statement (Onus only) (POS Client)
Reversal (POS Client)
Print Receipt (POS Client)
Payments reconciliation (Aadhaar & Card based)
Reconciliation – Operator
Reconciliation for Cards based transaction (POS Client)
Batch transaction upload for AEPS (POS Client)
Customer identification for Account opening
Account opening - Aadhaar e-KYC
Integration with Bank e-KYC link, and POS request, response, and report (FIG - App)
Payments using Aadhaar and Biometric (Fingerprint)
AEPS Interface (For) POS Application
Transaction interface with SWITCH and POS for: (FIG - App)
Deposit: Onus ,Offus,Ronus interface for request, response and reversal (FIG - App)
Withdrawal: Onus ,Offus,Ronus interface for request, response and reversal (FIG - App)
Fund Transfer: Onus ,Offus,Ronus interface for request, response and reversal (FIG - App)
Balance Enquiry : Onus ,Offus,Ronus interface for request and response (FIG - App)
BFD: interface for BFD request, response (FIG - App)
Payments using PIN based Magnetic swipe card
Rupay Interface (For) POS Application
Withdrawal and deposits : Onus ,Offus,Ronus interface for request, response and reversal (FIG - App)
Fund Transfer: Onus interface for request, response and reversal (FIG - App)
Balance Enquiry : Onus ,Offus,Ronus interface for request, response and reversal (FIG - App)
Mini Statement: Onus interface for request, response (FIG - App)
Key Exchange: Request and Response (FIG - App)
BOD ,EOD & Login Setting BOD and EOD -
POS Application Gateway BOD and EOD will be done with the POS (FIG - App)
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
FI Transactions FI Interface (For) POS Application
Withdrawal and Deposit: Onus ,Offus, Ronus interface for request, response and reversal (FIG - App)
Fund Transfer: Onus interface for request, response and reversal (FIG - App)
Balance Enquiry : Onus ,Offus, Ronus interface for request, response and reversal (FIG - App)
Mini Statement: Onus interface for request, response (FIG - App)
System Configurations
Server Configuration (web interface)
Interface for update configuration like BIN list, transaction limits, time outs, validation configurations(transaction type supported ,merchant hot listing, sever notification…) (FIG - App)
Admin User Management (creation and login)
User Login (web interface) User name and password based login (FIG)
Admin User Management (creation and login)
User Management (web interface)
Manage the deferent roles for server access (FIG - App)
Device Management POS device Management (web interface) Device management(Add, remove, update, link) (FIG
- App)
Business Correspondent Management
BC Management (web interface)
BC management(Add, remove, update, link) (FIG - App)
POS application patch update
Communication channel (web interface) Patch Updation module (FIG - App)
HSM Integration (web interface) Integration of FIG with HSM for key management
functionalities.
5. Annexure – IV
Responsibility Matrix
Facility Activity Description Bank Technology
Service
Provider
MICRO ATMs MICRO ATM related software applications –
Update/ customization in MICRO ATM applications
Integration with other components of the
Bank’s FI gateway solution.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Training to Business Correspondent Agents
Training to bank’s technical team on SDK
MICRO ATM Central Management / Inventory
Management Management tool / software having following
Activities Features
Re-issuing of lost/stolen MICRO ATMs
Information update
MICRO ATM Tracking
Other related MIS
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
6. ANNEXURE - V
List of Additional Functionalities offered as part of the Solution, without any Additional cost module
wise.
S. Module Functionality
No.
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
7. ANNEXURE-VI
COMPLIANCE STATEMENT
DECLARATION
We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in the RFP
including all annexure(s), addendum(s) and corrigendum(s)
Signature and Seal of Bidder
We certify that the systems/services offered by us for tender conforms to the Technical specifications
stipulated by you with the following deviations
List of deviations
1) 2) 3) 4)
(If left blank it will be construed that there is no deviation from the specifications given above)
Signature and Seal of Bidder
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
8. ANNEXURE-VII
LETTER OF AUTHORIZATION
Chief Executive Officer, THE JHARKHAND STATE COOPERATIVE BANK LTD.
DATE:
DEAR SIR,
WITH REFERENCE TO YOUR TENDER NO __________________; I HEREBY AUTHORIZE
________________ (NAME), ________________ (DESGINATION) TO SIGN THE BID ON BEHALF
OF _______________________.
HIS/HER SIGNATURE IS ATTESTED BELOW.
THANKING YOU. YOURS SINCERELY,
__________________
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
9. Annexure-VIII
BIDDER’S INFORMATION
Name: Constitution: Address: Names & Addresses of the Partners if applicable Contact Person(s) ______________________________________ Telephone, Fax, e-mail _________________________________
Number of years of experience in implementation and manufacturing of MICRO ATMs devices and MICRO ATM Solution _________
Please give brief financial particulars of your firm for the last 2 financial years along with the volume of business handled. (The information will be kept confidential)
Year 20014-15 2015-16 2016-17
Net Profit
Total Turnover
Is company ISO Certified? If yes, provide information along with true copy of certificate. ________________________________________________
Signature:
Seal of company
Request for Proposal for End to End FI system
Jharkhand State Cooperative Bank Limited
10. ANNEXURE- IX
SERVICE SUPPORT DETAILS
Sr. Location Status of No. of
No. Address Office Fax No. Name of Office Maintenance Telephone contact working Engineers Number Person days &
With hours
contact
number
Signature and Seal of Bidder
RFP for End-to-End Financial Inclusion Solution
Page 41 of 43
11. ANNEXURE-XI
COMMERCIAL OFFER (per unit)
PART-A: Mandatory Items (Prices in INR)
S No Particulars Make &
Model
Unit cost in
Figure
Unit Cost in word
1 MICRO ATM as per generic
configuration as per annexure – 1
2 Application Software as per the
functionalities mention
3 Annual Maintenance charges after
warranty period of 1 year for Micro ATM
4 Annual Maintenance charges after
warranty period of 1 year for Software
5 Integration charges with FI Gateway
6 Certified HSM for banking
(The quoted price should include All the taxes and transit insurance except VAT, Entry tax)
RFP for End-to-End Financial Inclusion Solution
Page 42 of 43
12. Annexure-XII
Technical Bid
Sl. Documents Submitted in Bid
No.
Soft Copy Physical
Bid
1 Supporting documents in respect of eligibility criteria. x ✓
2 Bidders Information as per format as per Annexure ✓ ✓
VIII
3 Acceptance of the General terms and conditions as x ✓
contained in Annexure-I including scope of work
4 Acceptance of Compliance Statement-Annexure VI ✓ ✓
5 Document indicating the feature of the product. x ✓
6 ISO Certification/ STQC certification/other relevant x ✓
certifications, if any.
7 Audited balance sheet and profit & loss account x ✓
statement for 2014-15, 2015-16 & 2016-17.
8 Bid Earnest Money in the form of Demand Draft/Bank ✓ ✓
Guarantee. Please mention the tender name with year
and company name at the back of DD/Pay order.
9 Service Support set up details as per Annexure IX. ✓ ✓
10 Performance Statement as per Annexure X. ✓ ✓
RFP for End-to-End Financial Inclusion Solution
Page 43 of 43
11 Letter of Authorization for granting the person the right ✓ ✓
to sign the bid and binding the bidder as the
constituted attorney of the company Annexure VII
12 Additional Functionalities as per Annexure V ✓ ✓
13 Signed copy of the RFP document (each page signed x ✓
with seal).