Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
REQUEST FOR PROPOSAL
SUPPLY INSTALLATION AND MAINTENANCE of 500 CASH RECYCLER MACHINES
FOR DEPLOYMENT AT BRANCHES OF BANK OF INDIA
Ref No. HO/IT/BNA/2018/0145 dated 27/04/2018
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 2 of 63
Index
The services / products required, bidding procedures, and contract terms are
prescribed in this Request for Proposal (RFP) document. The RFP document
include:
76
(a) PART 1 - Invitation to Bid
(b) PART 2 - Disclaimer
(c) PART 3 - Eligibility Criteria
(d) PART 4 - Scope of Work
(e) PART 5 - Terms and Conditions of Contract
(g) PART 6 - Technical Specifications
(h) PART 7 - Price Bid Format
(g) PART 8 - Forms
PART 1 INIVITATION TO BID
The Bank of India a Public Sector Bank (hereinafter referred to as “Bank”) invites
bids from Companies who have proven experience in undertaking the activity of
supply, installation, commissioning and maintenance of Automated Teller Machines
(ATMs) and Bunch Note Acceptor Machines (BNA) for banks in India for installation
of 500 BNAs at its Metro, Urban, Semi-urban and Rural branches and electronic
lobbies. The companies submitting Bid in response to this Request for Proposal are
referred to as the Bidder /s in this document and the selected lowest vendor is
referred to as the Vendor.
1.1 Existing set up of the Bank
The Bank has all its 5000 plus branches on Core Banking Solution (CBS) across the
country. The Bank has so far installed 7600 ATMs, 484 BNA and 700 Cash Deposit
Kiosks having presence across the country.
The Core Banking Software of the Bank is Finacle version 7.025 of Infosys
maintained by EIT(HPE). The Delivery channels communicate with CBS through
interface Connect24.
The ATM Switch of the Bank is IST Switch located at Bank’s Data Centre (DC) at
CBD Belapur being managed by FIS Payment Solutions and Services India Pvt. Ltd.
(FIS). The Disaster Recovery (DR) ATM switch is installed at FIS Data Centre
located at Chennai.
1.2 Schedule of RFP submission and details for Communication
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 3 of 63
Address for Communication The Deputy General Manager
Information Technology Department,
8th Floor, Star House II, C-5, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051.
Contact Person and Contact No. Mr. Mayank Tandon
Senior Manager
Ph.No-022-6131 9866
E-Mail: [email protected]
Mr. Nikhil Shinde
Senior Manager
Ph.No-022-6131 9869
Mr. Mayank Sharma
Chief Manager
Ph.No-022-6131 9856
E-Mail: [email protected]
Pre – bid Meeting
Last date and time of receiving
prebid queries
04/05/2018 at 11.00 a.m.
03/05/2018 upto 5.00 p.m.
Date & Place of Reverse
Auction (if decided to be
conducted),or opening of price
bids for Technically Qualified
Bidders
Will be notified by the Bank at appropriate
time.
Last Date and Time for Receipt
at Bank of India Head office
18/05/2018 by 03.00 p.m.
RFP submitted later than the time and date
mentioned above will not be accepted.
Address:
Bank of India, Information Technology
Department, Head office, Star House, C-5,
G-Block, 8th Floor, West Wing Bandra Kurla
Complex, Bandra (East) Mumbai – 400 051.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 4 of 63
Date and Time of Opening of
Technical Bid
18/05/2018 by 03.15 p.m.
1.3 Bid Document Availability
1.3.1 The Bidding Document may be obtained from the Bank at the following
address or downloaded from Bank’s website www. bankofindia.com and the bid
should be submitted on or before the due date and time brought out in this RFP
document at the address given below:
The Deputy General Manager,
Bank of India, Head Office, Information Technology Department Star House II, C-4, G-Block, Bandra Kurla Complex,
Bandra (East), Mumbai-400051,
Fax No. 022-61319880
1.4 Cost of Bidding
1.4.1 A non refundable bid amount of Rs. 50,000/- should be paid by the Bidder by
means of a demand draft / pay order favoring the ‘Bank of India’ payable at
Mumbai being cost of Bid document. The amount will not be refunded to any of the
prospective bidders under any circumstances including cancellation of RFP or
procurement process at any stage. If bid is downloaded from website, the cost of the
bid may be paid in a separate envelope while submitting the Bid. Bids are liable to be
rejected if demand draft / pay order for cost of the Bid is not received.
1.4.2 The Bidder shall bear all costs associated with the preparation and
submission of its Bid and the Bank will in no case be responsible or liable for these
costs, regardless of the conduct or outcome of the Bidding process.
1.5 Deadline for Submission of Bids
1.5.1 Bids should be received by the Bank at the address specified, not later than
the date and time specified in the Invitation to Bid. Any Bid received after the
deadline for submission of Bids prescribed, will be rejected and returned unopened
to the Bidder.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 5 of 63
1.5.2 The Bank may, at its discretion, extend this deadline for the submission of
Bids by amending the Bid Documents, in which case, all rights and obligations of the
Bank and Bidders previously subject to the deadline will thereafter be subject to the
deadline as extended.
PART 2 : DISCLAIMER
2.1 The information contained in this RFP document or any information provided
subsequently to Bidder(s) whether verbally or in documentary form by or on behalf
of the 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.
2.2 This RFP is neither an agreement nor an offer and is only an invitation by
Bank to the interested parties for submission of bids. The purpose of this RFP is to
provide the Bidder(s) with information to assist the formulation of their proposals.
This RFP does not claim to contain all the information each bidder may require.
Each Bidder should conduct its own investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP and where
necessary obtain independent advice. 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. Bank may in its absolute
discretion, but without being under any obligation to do so, update, amend or
supplement the information in this RFP.
2.3 This is not an offer by the Bank but only an invitation to bid in the selection
process initiated by the Bank. No contractual obligation whatsoever shall arise from
the RFP process until a formal contract is executed by the duly authorised signatory
of the Bank and the Bidder.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 6 of 63
PART 3 ELIGIBILTY CRITERIA
Sl.No. Criteria Documents to be submitted
1 Bidder should be a registered
company in India under Companies
Act 1956 and should have been in
operation for at least five years as
on date of RFP.
Copy of the Certificate of
Incorporation.
2. Bidder should be Original
Equipment Manufacturer of BNA or
their authorized representative
/distributor in India with at least
2000 installations of BNAs at PSU,
Private sector banks in India as on
31.03.2018.
An Authorised representative
should submit Manufacturers
Authorisation Certificate.
Supported by documentary
evidence.
Letters from the concerned
organization confirming successful
implementation of ATM project with
them to be submitted with following
details:
Name of the Bank
Number of Locations
Model and Make
Scope of Project giving details of EJ
pulling, Monitoring, Maintenance
services.
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail
Ids, etc., (Attach copies of purchase
orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid / right
to make a reference call.
3. The OEM’s BNA model proposed in
the Bid should have been installed
at least at 500 locations in India and
working satisfactorily.
Supported by documentary
evidence.
Letters from the Banks concerned
confirming successful
implementation of number of BNA
and satisfactory performance with
them to be submitted with following
details:
Name of the client
Number of Locations
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 7 of 63
Type of Model
Scope of Project
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail
Ids, etc.,
(Attach copies of purchase orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid.
4. Bidder should have its owned Managed Service Centre operational in India and must be managed services of ATMs / Cash Acceptor Machines including but not limited to 24 X 7 monitoring, call escalation, FLM, SLM, replacing consumables, EJ pulling etc. for at least 1000 ATMs as on 31/03/2018.
Provide address/s of Managed Service Centres owned by the Bidder. Satisfactory Letter from the Banks
confirming the FLM, SLM services
performed for 1000 ATMs/ BNAs as
on 31/03/2018
5 Bidder should be performing EJ
pulling and EJ Management for at
least 1000 ATMs / Cash Acceptor
machines as on 31/03/2018
Letter from the Banks confirming the
EJ pulling services performed for
1000 ATMs/ BNAs as on
31/03/2018
6 Bidder should have registered minimum annual turnover out of ATM/ Cash Dispenser / BNA related Indian operations should not be less than Rs. 100 Crores in each of the last three financial years of 2014-15, 2015-16 and 2016-17 as per audited financial statements.
Audited Financial statements to be
submitted. In case the Turnover is
not segregated business area wise
submit certificate giving ATM, Cash
Dispenser related turnover out of
total turnover from external auditor,
the auditor firm signing the Financial
Statement
7 Bidder should have maintained net profit for each of the last three financial years that is 2014-15, 2015-16 and 2016-17
Audited Financial statements to be
submitted
8 Name of the Bill Validator OEM Certificate from the OEM of Bill validation technology to bidder / OEM of BNA assuring that the support to the Bidder for licensed technology would be provided for
Name
Enclose Certificate / letter form Bill
Validator OEM
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 8 of 63
the contract period
9 Bidders and /or their franchisees should have presence at minimum 100 cities / districts spread across all States with support offices.
List of service centers with complete
address and contact details
segregated for Bidders and
Franchisee centres to be provided
as per Format enclosed.
10 Bidder should have centralised
complaint monitoring system in
place with toll free number, email
for call logging.
Proof of having centralized
complaint monitoring system and toll
free number for call logging
11 Bidder should not have been
blacklisted by any PSU Bank /
IBA/RBI since incorporation.
Self certification in the offer letter.
12 Bidder must have satisfactorily
conducted bank accounts for last
one year.
Bidder shall furnish the undertaking,
details of his bank accounts and
certificates from his banks regarding
satisfactory conduct of bank
accounts, along with the technical
bid.
Note:- Either the BNA manufacturer or their authorized distributor in India can directly bid in the tender but both of them cannot bid for the same make. Two different group companies (both with majority shareholding from a common company) submitting separate bids representing different OEMs will be disqualified. Bidder must comply with all the above mentioned criteria. Non-compliance of any
of the criteria will entail rejection of the Bid. Copies of the relevant documents /
certificates should be submitted as proof in support of the claims made.
PART 4 Broad Scope of Work
4.1 Bank is looking for Bidders who can supply, install, commission and maintain
BNAs/Cash Recyclers for a period of 5 years. The Bank proposes to procure and
deploy 500 BNAs at its branches and / or electronic lobbies across the country. Bank
proposes to install BNA within the branch lobby or the electronic lobby attached to
the branch accessible round the clock.
4.2 The site for the BNA, conditioned power supply and networking arrangement
through Branch LAN to ATM Switch will be provided by the Bank. The Bidder shall
be responsible for delivery and installation of the BNAs at the locations across the
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 9 of 63
country irrespective of location (ground floor or any upper floor/s or mobile van) and
distance without any cost to the Bank.
4.3 Initially, the BNA will support functionality of Cardless online real time deposit
of Cash to the credit of account maintained at any branch of the Bank. The depositor
will have option of inputting the CBS account number or placing a barcoded
passbook in front of the inbuilt bar code scanner for CBS account number which will
be validated by the CBS.
The Cardless transactions should be routed through the middleware provided by the
vendor to CBS. Necessary hardware and connectivity will be provided by the bank
on virtualize environment. However, the card based transactions should be routed
through FIS switch to CBS.
4.4 Simultaneously, the Bank also proposes to provide card based transactions of
balance enquiry, card to card transfer, intrabank-interbank cash deposit, withdrawal
, fund transfer and other services provided by settlement agencies (NPCI, Master
Card, Visa) to the card-holders account without any additional cost to the bank.(on-
us and off-us transactions).
4.5 The requirement of functionality is given in para 4.21 of this document.
4.6 BNAs with technology of touch screen, EPP keypad, Triple DES enabled,
EMV certified dip smart card reader, recycler ready etc. have to be supplied and
installed at sites decided by the Bank. The detailed Technical Specifications are as
per PART 6 of the document.
4.7 BNA machine should have inbuilt Cash recycling feature. The Vendor should
enable the cash recycling functionality as and when desired by the Bank, without any
extra cost to the Bank.
4.8 The BNAs should have capability of remote monitoring of their all round health
and real time transaction status. BNA should have capability of installation / updation
of patches (OS and Antivirus), installation of screens remotely.
4.9 BNA should have inbuilt bar code reader for reading the CBS account number
from bar coded passbooks.
4.10 Bidder would be responsible for EJ Management in entirety. Vendor should
provide and activate Electronic journal pulling software / agent at each BNA for
pulling the EJ to a central site. Vendor should pull the EJs to its Managed Service
Centre. The EJs pulled should be preserved by the Vendor at its Managed service
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 10 of 63
Centre for a period of six months or as per the IT Act/ Other Statutory Act. The
necessary hardware for storing the EJ at its managed service centre should be
provided by the Vendor as part of its offer without extra cost. The necessary
backhaul and supporting network equipment (IPV6 compliant) at both locations
connecting the Managed Service Centre of the Vendor to Bank’s DC should be
provided by the Vendor as part of its offer to the Bank. The Bank will not pay any
extra cost for the same. The Bidder should ensure that traffic to be end-to-end IP
Sec/3DES or higher Version encrypted between its Managed Service Centre and
Bank’s DC. One resource should be provided by bidder to manage MIS, Call
complaints/monitoring etc. at no extra cost to the Bank. Vendor is liable for a penalty
of Rs 1,500 per day on unavailability of the resource. This support is required for
contract period of 5 years. The resources will be at the disposal of the Bank.
Bank propose to outsource all the services for BNA excluding cash evacuation.
4.10.1 Cash Reconciliation/Management
The bidder should provide a portal to the bank from where bank’s team can
view/search live transaction done based on following criteria:
a. Retract cases account wise, date wise.
b. Successful cases account wise, date wise.
c. Search any transaction either based account no, date, transaction number.
The Bidder should resolve reconciliation disputes within 3 working days of
reporting the difference. If the Bidder does not respond by third working day
the difference amount will be recovered from Bidder on fourth working day.
Upon reconciliation by the bank if difference is observed, and/or related
complaints are to be resolved by the bidder in 3 working days.
Transaction level Reconciliation for Deposits and Withdrawals - 4 Way
Reconciliation comprising EJ/Switch/CBS/CBR/Settlement.
GL Reconciliation – Reconciliation of Physical Cash as per CBR (Cash
Balancing Report) and GL.
Dispute Resolution for Cash deposit transactions and Cash Withdrawal
Transaction.
4.10.2 The bidder must undertake to make all software upgradation /
modifications necessary to conform to any changes or modifications or
upgradation in Finacle or any changes or modifications required by the Bank, RBI
and any other controlling authority from time to time without any additional cost to the
bank including site visits of the engineer.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 11 of 63
4.11 The detailed technical specifications of BNA are given in PART 6 of this
document.
4.12 In case any hot fixes, bill validation modifications, software patches, Screens
etc can not be applied remotely, the Vendor is required to update the Software, OS
by sending its personnel at each location. This exercise should be done free of cost.
4.13 BNA should verify the genuineness of the notes online while accepting
currency notes before confirming the transaction of depositing in accounts.
4.14 BNA should have the capability of impounding the counterfeit currency. Bidder should undertake to upgrade the counterfeit currency detecting software minimum once in three months. 4.15 BNA should have Note number tagging and traceability to account with appropriate report generation as per Bank’s requirement. 4.16 BNA should be capable of and provide for adherence to RBI’s Note Authentication and fitness sorting parameters. 4.17 Vendor should update the software to support all new variants of currency
notes as well as new denominations, if any, issued subsequently without any extra
cost to the Bank during the period of warranty and AMC. Bidder should update the
Bill validation software to reject all genuine currency notes withdrawn from circulation
by RBI based on the guidelines and within the required time frame including
recalibration of machine without any additional cost to the bank (including site visits
of the engineer).
4.18 Bunch Note Acceptor should accept Bulk deposit of cash with facility to
recognize genuine currency of multiple denominations and accept at least 200 notes
at one go and prompt for more before processing the transaction.
4.19 BNA should have five cassettes with capacity of storage of minimum 2200
notes per cassette. Of the five cassettes, initially four storage cassettes should be
configured for deposit of currency and fifth cassette should be available for diverting
the counterfeit currency for impounding. During the contract period Vendor should
reconfigure three cassettes for Cash recycling as and when required by the Bank.
4.20 BNA should have temporary stack unit with Escrow capacity of minimum 200
notes.
4.21 Functional Specifications
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 12 of 63
4.21.1 The Bank initially intends to implement Cardless transactions of cash deposit
by interfacing to its ATM Switch of IST make for connecting to the Finacle Core
Banking Solution using NDC / DDC message standard with following broad
functionality:-
i. Depositing Cash to the Credit of various types of customer accounts by
input of CBS beneficiary account number or by reading the CBS account
number from the bar coded passbook or by debit/credit card.
ii. Configure interface for processing transactions as per the messages
received from Core Banking Solution.
iii. Accepting currency note of Rs. 50,100, 200, 500 and 2000 and verify the
genuinety of the notes before acceptance.
iv. Disabling retraction feature
v. Impounding of counterfeit currency notes, stacking the same in URJB
with appropriate EJ/ JP log capture of Transaction serial number and
denominations of notes.
vi. Rejecting / returning No Bank Note without the feature of retraction
vii. Rejecting /returning soiled notes with tolerance level set by the Bank
without the feature of retraction
viii. Rejecting /returning suspicious notes without the feature of retraction
ix. Rejecting / returning genuine currency withdrawn by RBI from circulation.
x. Accepting real bank note
xi. Allowing user to backtrack the transaction by offering confirmation of the
deposit menu. In case user cancels the transaction returning of the entire
cash except notes diverted for impounding
xii. Sending message to Core Banking for Crediting the account.
xiii. Printing of receipt for the user (upon obtaining confirmation message from
Core Banking) with denomination details of cash credited to account, the
currency rejected, date and time stamp, transaction details and
beneficiary account number details and account name.
xiv. MIS/EOD Reports on: a. All Deposit Transactions b. All Dispense Transactions c. Denomination-wise Cash Balance report d. Counterfeit Notes detected (Account wise details) e. Soiled/Non-issuable Notes f. Transactions where deposit accepted but transaction failed g. Transactions where account debited but dispense not done h. Transaction successful (account credited) but currency returned i. Reconciliation reports j. Admin function reports
xv. EoD report to be customised as per Bank’s requirement. Primarily the
EOD report should provide summary of transactions denomination wise,
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 13 of 63
log of successful transactions with tranid, account number and amount
deposited, log of un successful transactions
xvi. Other MIS of Counterfeit notes detected, soiled /non-issuable notes,
Transactions where deposit accepted but transactions failed,
reconciliation report etc.
xvii. Printing the EOD report on Receipt Printer roll and not on JP roll.
xviii. Appropriate messages on the screen as user prompts and guidance to
user etc.
xix. Capability to track the depositor for counterfeit currency notes preferably with Recognition of the serial nos. of individual currencies Storing & passing on image data for later processing
xx. Sending the message of cassette full, low on receipt printer stationery to one node on Branch LAN
xxi. Stacker getting full and low on stationery alerts should be displayed on
one node connected to Branch LAN
xxii. Customization/new report as per requirement of bank.
xxiii. The proposed BNA should not be end of sale and end of support for the
period of five years from award of contract, otherwise bank will blacklist
OEM/Bidder.
xxiv. Admin functions
xxv. Integration with Banks CRM system.
xxvi. URL based platform to be provided by the vendor for providing the
feedback/complaint related to the transaction.
4.21.2 During the period of Warranty and AMC the Bank would implement Card
based deposit/withdrawal transactions with PIN authentication on BNA using
interface to Bank’s IST ATM Switch with following broad functionality:-
i. Deposit of Cash to the Card holders Primary and other linked
accounts
ii. PIN change facility
iii. Balance Enquiry
iv. Addition/Updation of mobile number , AADHAR number
v. Tax/Utility payments
vi. Card to Card Transfer
vii. Deposit/ Withdrawal/Fund Transfer through IMPS/ NEFT/IMT/UPI//AADHAR based Biometric/Iris authentication.
viii. BAR code Enabled Cash deposit/ Withdrawal/Fund Transfer ix. QR code Enabled Cash deposit/ Withdrawal/Fund Transfer x. Support for all Card Schemes – VISA/Master/RuPay/Diners/Amex etc. xi. Receipt Printing for Transaction with following details:
Date and Time Location Code (Alphanumeric)
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 14 of 63
Card no. Account No. Transaction SL No. Amount Description of transaction
xii. Should allow cardholder to cancel a transaction before its execution. (Appropriate message should appear guiding the customer)
xiii. Videos detailing transaction steps xiv. Flashing lead-through indicators xv. Consumer guidance labels xvi. Distinguishing icons xvii. Should maintain audit trail with date and time stamp for each
transaction xviii. Deposit of Cash to the credit of account holder of another Bank.
4.22 Should have the Monitoring tools for giving comprehensive error reporting upon enabling Cash Recycler function. 4.23 Should be capable of Audio guidance in two / three languages. (The required WAV files to be provided by the vendor) 4.24 BNA should be provisioned to add further functions easily and also to disable any of the functions as per Bank’s requirements during the contract period. 4.25 The Vendor should design and load all the Screens for the functionality required to be made live by the Bank from time to time. 4.26 Consumables and Stationary
Supply and replenishment of consumables (i.e. JP Paper, RP Paper, JP Ribbon, etc) without any quantitative limit and as per the specifications of the Bank during the contract period without any additional cost to the bank.
The receipt printer paper roll shall be as per the specifications decided by Bank and will be having Bank’s advertisements in bilingual format without any extra cost to the Bank. All thermal paper prints must have a quality to be stored in good condition for a minimum of 1 year period.
4.27 Centralized Electronic Journal (EJ) pulling, Software & Content distribution at BNAs The Bidder should have the facility to extract the electronic journals for all the transactions in each and every BNAs to a centralized location server and Bidder should provide a portal from where required enquiry by the bank. Bidder has to ensure that the success rate of EJ pulling is at least 97% on T+1 basis and 100% on T+3 basis.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 15 of 63
Bank requires EJs to be stored in encrypted format, with a sole private key to the Bank. Successful bidder must preserve / store/ SFTP EJ in encrypted format. The successful Bidder has to take full responsibility of pulling Electronic Journals from BNAs and archival of the same at least for a period of 6 months or as decided by the Bank. The Bidder has to provide the Electronic journals to Bank on T+1 basis at the desired location as decided by Bank. The Bidder has to also provide Journal Prints (JP Rolls) to the Base Branch on daily basis or whenever requested by the Bank. The solution should be compatible & capable of working on third party software for EJ pulling services i.e. IQSD, Radia, SDMS, Infobase etc and / or any other agent that the successful Bidder may deploy and in no way should hamper the functionality of the BNA. In case of software crash, Bidder will make arrangement to copy data on daily basis to a remote folder and provide the same as and when required. If the BNA disconnects or EJ Pulling software needs to be re-installed, Bidder will take up the matter directly with the respective vendors for solution immediately but latest within 8 hours. Bank will not be responsible for the same. Centralized content distribution to all BNAs within 2 days after Bank provides creative , new/additional BNA screen sets & audio files etc and provides details of Successful and unsuccessful upload of the same in BNA. In case it is not possible to distribute the screens through centralized mode due to size of files or any other issue, the Bidder should update the same by sending engineer onsite without any cost to Bank. Screen distribution should be platform independent – should support windows 7 or any other higher Operating Systems installed on Bank BNAs. The solution should support PCX, GIF, MPEG, FLC, FLI and other image, audio, video file formats. The solution should be capable of distributing screens, audio files, antivirus software and patches at specified BNAs PAN India and also should be capable of roll back if brought to the previous state. All necessary hardware, software etc required for this purpose (if not installed on any of the BNAs) shall be provided by the Bidder without additional cost to Bank. 4.28 Helpdesk & Incident Management Centralized Helpdesk with multiple communication lines as single point of contact for BNA or any other related issues. Proactive problem resolutions round-the-clock and remote support to field operatives and Branches. The system should drive an automatic process (fault diagnosis, fault segregation, fault ticket generation, assigning owner to the ticket, and call to action,
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 16 of 63
dispatches, progress monitoring, escalation and call closure) to record any type of fault without manual intervention. The Bidder should provide a dedicated help desk that function as the single point of contact for end-to-end resolution for BNA, automated on-line real-time fault detection & trouble ticketing. The Bidder should coordinate with BNA vendor/OEM for all the activities under the scope of work of this RFP. The Bidder’s Incident Management Services should also manage the coordination and follow up till resolution of incidents that require both single and multiple third parties. Proactive and reactive review of hardware & Software performance of BNA. The Bidder shall provide BNA Uptime/ downtime / SLA report within 24 hrs as desired by Bank as and when required. Any customization required for monitoring the performance of BNA has to be done by the successful Bidder at his own cost. Detailed analysis report on performance, uptime and availability of BNAs to customers ATM wise /State wise/center wise etc on monthly basis and/or as and when required. Monthly Reports on the Bidder’s performance on call logging, call forwarding to the Third Party Vendor and escalations if required
The Bidder should provide monthly and daily detailed BNA transaction report on BNA performance.
Long pending issues and exceptional cases shall be reported in a separate format on daily basis and on weekly basis as the case may be.
Prompt Call logging within two hours in case no transactions are routed for the time period 8 AM to 8 PM by the bidder/engineer. Toll free number and email id should be provided by the bidder and such details should be attached to the machine. 4.29 Switch Feed Bidder will provide switch feed for monitoring BNA health status. Bidder should develop web based application or any other interface for monitoring BNAs at his own cost. The Bidder should also share the monitoring tool with Bank. If successful bidder is not able to monitor BNA health status efficiently or build a interface along with standard online switch feed, then successful bidder should be capable of deploying the BNA along with agent based feed monitoring system without any additional cost to bank, which should be capable of monitoring health status of BNA efficiently to his central monitoring system. 4.30 Review of Performance
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 17 of 63
Bank will review the performance of the services provided, on quarterly basis and can take the necessary action/decisions against the vendor. PART 5 TERMS AND CONDITIONS
5.1 Period of Contract
The Bidder should commit to install the BNA with Technical and Functional
Specifications contained in this RFP and provide the services detailed in this
document for the contract period of 5 years. The seven years contract period would
comprise of 1 year warranty and 4 years AMC.
5.2 Vendor shall be fully responsible for the manufacturer’s warranty in respect of
proper design, quality and workmanship of all equipment, accessories etc. covered
by the offer during contract period.
5.3 Vendor must warrant all equipment, accessories, spare parts etc., against any
manufacturing defects during the warranty and AMC period.
5. 4 Comprehensive Warranty
Vendor should provide Comprehensive onsite Warranty covering all parts and labour
for a period of one year from the date of acceptance of the BNA (as per date of
Installation Acceptance Certificate) for the BNA, accessories, Hardware and
Software. During warranty/AMC period Bank will not pay any charges for Engineer’s
visit and cost of replacement and repair of the parts except when the BNA part is
physically damaged by miscreant or otherwise.
5.5 Comprehensive Annual Maintenance Contract (AMC)
Bank will enter into an Annual Maintenance Contract (AMC) with the Vendor after the
expiry of warranty of one year. Vendor should provide comprehensive onsite AMC
covering all parts and labour for period of four years after the expiry of One year
Warranty period at annual rate of 10% of the Cost of the BNA quoted in the Price Bid
for maintenance of the BNA.
The Bidder has to enter into a comprehensive Annual Maintenance Contract of BNA,
post warranty period. Bidder has to ensure all BNAs are in operational condition for
24X7X365. During warranty and AMC period, the Bidder has to coordinate with the
respective vendors as part of the scope.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 18 of 63
No extra charges shall be paid by the Bank during the tenure of contract for any
maintenance activity, Repairs, replacement of all spares of BNAs, Connectivity
equipments, electrical, consumables Spare part etc, what so ever.
Supply, installation and replacements of original spare parts (OEM make only)
including all consumables due to any breakdowns, thefts, voltage fluctuation,
earthing related, electrical fluctuations, short circuit, rodent attacks, etc or natural
wear & tear or due to aging of BNAs, without any extra cost to Bank.
Further, the Bidder should arrange for change of password & Replacement of
electronic or mechanical lock or break opening of lock of BNAs without any
additional cost to Bank on account of any reason thereof.
Preventive maintenance for BNAs atleast once in every three months and as and
when required.
Bidder has to provide BNA camera image and external dome camera image free of
cost, whenever Bank requires the same. The storage at BNA should be holding the
images atleast for a period of 6 months.
Any financial loss on account of non-availability of the footage due to reasons
attributable to Bidder shall be borne by the Bidder.
Implementation of hardware and software level Configuration changes including
cassette configurations / IP configuration changes wherever required/ necessitated
by the Bank without any additional cost to the Bank.
Quarterly satisfactory performance certificate/ PM report to be obtained with base
branches acknowledgement and reports should be submitted at HO.
The Bidder is expected to take full fledged responsibility of the BNA (both hardware
& software). Bank shall not pay any charges for fixing/replacing any spare parts/
consumables for whatsoever reason other than Vandalism, fire and natural
calamities.
The Agents Updates, Patches (or any other software component) etc. shall be
provided by the Bidder through OEMs without any additional cost to the Bank.
Checking and resolving of BNA camera status as a part of SLM & PM activity or
otherwise.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 19 of 63
Bidder will shift the machine as per requirement of the Bank without any additional
cost to the bank.
5.6 Responsibilities of the Vendor during Warranty and AMC
5.6.1 During the period of warranty and subsequent AMC period, repair and
replacement of any of the part on account of product malfunctioning caused by
circumstances not attributable to the Bank should be done free of cost by the vendor
within one working day that is on next working day from the day on which the call
was logged at all branches (if it affects / impacts operation of BNA) and within four
working days at all locations (if it does not impact the operation of BNA).
5.6.2 Bidder shall maintain 99.5% uptime of the services throughout the contract,
calculated on monthly basis, failing which the penalties will be applied as under:
Uptime Metro Urban/Semiurban Rural
Below 99.5 5
Below 98.5 7 5
Below 97.5 10 7 5
Below 96.5 12 10 7
Below 95.5 15 12 10
Below 94.5 17 15 12
Below 93.5 19 17 15
Below 92.5 21 19 17
Below 91.5 25 21 19
Penalty will be calculated at the above percentages on the monthly/quarterly billing
payable to the vendor.
Downtime shall mean the interval between the time of failure and the
completion of repair. Penalty shall be calculated for each BNA at the end of each
month/quarter.
Bidder shall also be responsible for any penalty payable to the customer as per RBI
guidelines in case of delay in resolving customer complaints caused because
of lack of evidence or support from Bidder , subject to maximum of claim
amount plus any penalties levied by authorities.
If vendor fails to provide the EJ for any reason for which bank may suffer loss
the same will be recovered from the vendor.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 20 of 63
The obligations under the warranty expressed above shall include all costs relating
to labor, spares, maintenance (preventive & unscheduled) and transport charges
from site to manufacturer's works and back for repair/replacement at site or any part
of the equipment which under normal & proper use and maintenance proves
defective in design, material or fails to conform to the specifications. The turnaround
time for spare parts replacement must be a maximum of 8 hours for
Metro/Urban/Semi Urban locations and 24 hours for rural places.
Penalty for non-supply of consumables/ Low quality consumables:-
Penalty of Rs.500/- per day per BNA will be deducted towards non-supply of
consumables as reported by the branches/offices. In case the Bidder supplies low
quality consumables in the BNA and if it is reported that the functioning of the BNA
machine is problematic due to low-quality consumables utilized in the BNA, the bank
will impose a penalty @ Rs. 500/- for each BNA per instance per day till the
consumables are replaced.
Penalty under EJ Pulling services and EJ Reconciliation:-
Bidder has to ensure that the success rate of EJ pulling is at least 97% on T+1 basis
and 100% on T+3 basis. In case of non submission of 100% EJ on T+3 basis, Bank
will charge a penalty of Rs 500/- per day per BNA. Further, in case of any claims of
the cardholder by the Bank in the event of non availability of EJ and EJ
reconciliation, the Bank will recover the amount from bidder claimed by the
cardholder.
Penalty for delay in replacement of spare parts:-
In case the spare part replacement is required and not been replaced within
stipulated time period of 24 hours, a penalty of Rs. 500/- per day with maximum of
10% of the AMC for said month(over and above AMC penalty) will be levied.
5.6.3 Maintenance under this agreement shall cover, inter alia, free provision of
such spares, parts, kits, software, including ej pulling, as and when necessary to
ensure that the Equipment function in a trouble-free manner.
5.6.4 Bank staff will be responsible for functions like JP roll replacement,
replacement of receipt printer roll and vendor will be responsible for removal of JP
paper jam, currency jam at cassettes, currency jam / fault developed at deposit /
dispense slots, currency stuck at cassettes etc.
5.6.5 BNA should function round the clock with built-in fault tolerance features
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 21 of 63
5.6.6 Maintenance under the agreement shall include ten updates of screens in a
single year, during the contract period. The shifting / transportation cost will be borne
by the Bank.
5.6.7 If any particular machine is frequently becoming out of order for mechanical
reasons for more than three times in a month and such incidence occurs for three
consecutive months, the Bank may ask the vendor to replace the machine and
Vendor should replace the machine with another new machine at no extra cost to the
Bank.
5.6.8 In case of need the Vendor will provide the image of the depositor of particular
transaction from BNA integrated surveillance system. Bidder should provide
images/footages in case of disputed transactions/ or as and when required by the
Bank. If Bidder is unable to do so for any reason, the Bidder will be liable to pay the
disputed amount plus costs incurred by the Bank towards satisfaction of the disputed
amount. If Bidder is unable to provide images within 3 days then a penalty of Rs.500
/- will be charged.
5.6.9 The vendor will ensure that at the time of delivery of BNA the machines are not
affected by virus/malware and will ensure that the vendor’s employees attending to
the BNA during warranty/ AMC do not introduce virus/malware and in case of dispute
Bank’s decision will be final.
5.6.10 The BNA machine should be energy efficient.
5.7 The Vendor shall design the Screens required for enabling the functionality.
Any modifications / additions to the Screens should be done free of Cost. The
background design of Screen would be provided by the Bank. If required the Vendor
should send its personnel at each branch for installation and updation of the Screens
without any additional cost to the bank.
5.8 Bidder should guarantee that the equipment delivered to the Bank is brand new,
including all genuine components.
5.9 The Application Software should be configured to print the JP log on Receipt
Printer that is Summary sheet denomination wise and log of transactions on EOD
should be printed on receipt printer.
5.10 The vendor should also guarantee that all the hardware and software supplied
is licensed and legally obtained.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 22 of 63
5.11 The vendor should timely apply/load all software patches, templates of new
notes and fake notes, loading of complete new screens (as per banks requirement
and maximum 10 screens per year) in the individual BNA during the Warranty and
AMC period. This job has to be done as part of Warranty and AMC support services,
without any extra cost/visit charges. In case BNA accepts any counterfeit note/s, the
incident will be reported to the Vendor and vendor has to make good for the loss
immediately. The configuration of the BNA should be checked immediately and
rectified.
5.12 Vendor should provide necessary interface, hardware and database, if
required for seamless interfacing / connecting to Bank’s ATM Switch without any
additional cost. In the event of upgradation of the ATM Switch Software version
during the contract period, the Vendor should ensure working of the existing full
functionality. For the purpose, if necessary modifications / enhancement are required
to be done by the Vendor in BNA Application it should be done without any additional
cost.
5.13 Functionality of Cardless transactions as mentioned in PART 4 above
requires to be customised and successfully tested within one month of issuance of
Letter of Intent. Functionality of Card based transactions for all types of Cards
interfacing Bank’s ATM switch as mentioned in Part 4 above should also be provided
free of cost during the Warranty and AMC period.
5.14 The required cabling and conditioned power supply to connect to the Branch
LAN / networking, Air-conditioning arrangement will be done by the Bank.
5.15 The vendor must ensure before delivery that operating system is hardened to
block the services which are not required.
5.16 The vendor should provide BNA specific firewall to take care of intrusion
detection, port scans and other common virus attacks.
5.17 Submission of Bids
5.17.1 It is a two staged bidding process. The Bidders’ shall seal one envelope each
of “Technical Bid” and “Indicative Price Bid” and both these envelopes shall be
enclosed and sealed in one outer envelope. The Outer envelope should bear the
Project Name as BOI BNA RFP Ref No. HO/IT/BNA/2018/0145 dated 27/04/2018.
The inner envelopes shall bear the Project Name as under:
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 23 of 63
BOI BNA RFP Ref No. HO/IT/BNA/2018/0145 dated 27/04/2018 Technical Bid or
Price Bid as the case may be.
5.17.2 The Technical Bid envelope should contain the following documents:-
a) Form 8.1 Offer Letter
b) Form 8.2 Non-Disclosure Agreement
c) Form 8.4 Manufactures’ Authorisation Form
d) Form 8.6 List of owned Service Centres and Franchisee Service Centres
e) Form 8.7 Bank Guarantee for Earnest Money
f) Form 8.9 Conformity to Eligibility Criteria and General details of the Bidder
g) Form 8.10 Track Record of operations
h) Form 8.11 Undertaking for Scope of Work
i) Form 8. List of Service Centres
j) PART 6 Technical Specification response in the RFP format
k) Pay order fvg. Bank of India of Rs. 50,000/- being cost of Bid.
l) Bill validator OEM certificate
5.17.3 The Price Bid envelope should contain the following
Price Bid Form as per PART 7 of the RFP document
5.17.4 Bids should be received by the Bank at the address specified, no later than
the date and time specified in the Invitation to Bid. The Bank may, at its discretion,
extend this deadline for the submission of Bids by issuing corrigendum amending the
RFP. Any Bid received after the deadline for submission of Bids prescribed, will be
rejected and returned unopened to the Bidder.
5.18 Preventive Maintenance
Bidder shall conduct preventive maintenance including but not limited to inspection,
testing, satisfactory execution of all diagnostics, cleaning and removal of dust and
dirt using vacuum cleaner from Cash Acceptor Slot, Cassette the interior and exterior
of the Equipment and necessary repairing of the Equipment minimum once in a
three months to ensure that the equipment is in efficient running condition so as to
ensure trouble free functioning. The Preventive maintenance should be scheduled
after the business hours of the branch in which the BNA is installed. Branch will
maintain a register of preventive maintenance attendance by the vendor personnel.
AMC payment will be released on submission of preventive maintenance report only.
5.19 The Vendor shall depute it’s representative / engineer for 15 working days on-
site at the branch upon commissioning of the BNA for the purpose of training /
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 24 of 63
educating the branch staff and initiating customers to use the BNA. The operational
onsite training to the Bank’s staff in performing admin job, EOD process, reconciling
the Cash with summary report, replacing receipt printer roll, removing the cash
deposited from the cash cassettes, safe lock PIN change etc. should be provided
during the 15 days of hand holding period. The representative of the Vendor should
remain present throughout the day for these 15 days. Thereafter once in half year if
required by the Bank at any particular branch site, such training for one day should
be provided at no additional cost to the bank. The payment will be released by the
zones after satisfactory report from the branches and completion of necessary
training.
5.20 Installation Acceptance Certificates
a. On successful commissioning of the BNA and completion of 15 working days
on site support and training by Vendor’s qualified engineer, the Installation
acceptance certificate (Form 8.5) should be jointly signed by the Vendor and
the representative of the Branch. The date on which such certificate is signed
shall be deemed to be the date of Acceptance of the BNA system.
b. Acceptance Tests
Bank may ask the Bidder to arrange demonstration of the features,
quality and capabilities of the BNA as per model committed in the bid
and as agreed upon to be supplied and installed. Bank will accept the
model on successful completion of the demonstration as above.
Unsatisfactory performance of the BNA may result in Bank rejection of
the entire offer.
The Bidder must submit pre-shipment quality inspection certificate
along with the invoices to Bank. However, Bank reserves the right to
conduct preshipment inspection by its own employee or approved third
party. The Bidder has to offer the items for inspection in such a manner
that it does not affect the delivery schedule. Factory inspection of the
BNAs to be supplied to Bank will be carried out at Bidder’s
factory/site/center. There shall not be any additional charges for such
inspection. However, Bank will have the discretion to recover the costs
related to travel and stay of its staff/consultants from the Bidder if the
BNAs offered for inspection are not as per Bank’s order or the Bidder
does not comply with the test and inspection procedure.
If any inspected BNA fail to conform to the specifications, Bank may
reject the same and the Bidder shall either replace the rejected BNA or
make all alterations necessary to meet specification requirements free
of costs to Bank.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 25 of 63
Bank right to inspect, test and where necessary reject the BNA after its
arrival at the destination shall in no way be limited or waived by reason
of the same being previously inspected, tested and passed by Bank or
its representative.
5.21 Bidders should note that all the information required by the Bank as per RFP
needs to be provided. Incomplete information may lead to non-selection.
5.22 Period of Validity of Bids
5.22.1 Bids shall remain valid for 180 days from the date of opening of the Bid. A Bid
valid for a shorter period may be rejected by the Bank as non-responsive. In
exceptional circumstances, the Bank may seek the Bidders’ consent for extension of
the period of validity. The request and the responses thereto shall be made in
writing.
5.22.2 No Bid may be withdrawn in the interval between the deadline for submission
of Bids and the expiration of the period of Bid validity. Withdrawal of a Bid during this
interval may result in the Bidder’s forfeiture of its Bid security
5.23 Evaluation of Bids
5.23.1 Technical Bids will be opened in the presence of the authorized
representatives of the bidders and Bank’s Tender committee. No bid will be rejected
at the time of opening of the Bid.
5.23.2 Preliminary Examination
5.23.2.1 The Bank will examine the Bids to determine whether they are complete,
required forms, documents, financial statements, reference letters, make model of
BNA offered etc. have been furnished, the documents have been properly signed,
and the Bids are generally in order. The Bank may, at its discretion, waive any minor
infirmity, non-conformity, or irregularity in a Bid, which does not constitute a material
deviation.
5.23.2.2 The Bank will examine whether the Bid and whether the Bidder is eligible
in terms of Part 3 – Eligibility Criteria. During evaluation of the Bids, the Bank at its
discretion may ask a bidder for clarification of its bid. The may visit the reference
sites to ascertain the eligibility of the Bidder in terms of the PART 3 Eligibility Criteria.
5.23.2.3 The request for clarification and the response shall be in writing, and
no change in the substance of the bid shall be sought, offered or permitted.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 26 of 63
5.23.3 Technical Evaluation
5.23.3.1 The Bank reserves the right to evaluate the bids on technical & functional parameters including visit to inspect live site/s of the bidder, interact with the banks whose reference letters are submitted. The technical bids will be evaluated inter alia on the basis of the following key criteria:
a) Ability of the proposed BNA to meet functional (transactional) requirements outlined in this document.
b) Compliance of the Make and Model of BNA proposed with technical specifications laid down in the RFP
c) Bidder’s owned and its subcontractor's support facilities d) Project management capabilities of the Bidder e) Bidder’s experience / expertise with respect to the delivery of Scope of
work laid down in the RFP f) Availability of Managed Services Centre and EJ Management
credentials g) Any other relevant feature
5.23.3.2 The Technical response with respect to the make and model quoted and
requirements of technical and functional specifications mentioned in the RFP will be
evaluated. The Bank may cross check with other banks whose reference is
submitted by the Bidder in its Bid and any other external source as deemed fit. The
Bank’s decision on satisfactory level for technical shortlisting of Bid will be binding on
all bidders.
5.23.4 Evaluation of Price Bids
5.23.4.1 The Indicative Price Bids of only those Bidders who are evaluated as
eligible as per Eligibility Criteria contained in PART 3 and responsive to Technical
and Functional Specifications will be opened. The date and time of opening of
Indicative Price Bids will be communicated to such shortlisted Bidders.
5.23.4.2 Only those Bidders who qualify in Technical evaluation would be
shortlisted for commercial evaluation via Reverse Auction conducted by the Bank’s
authorized eProcurement service provider
5.23.4.3 The L1 Bidder will be selected on the basis of total of the price
evaluation of BNA only as quoted in Reverse Auction.
5.23.4.4 The successful bidder of Reverse Auction is required to provide price
breakup / confirmation within 48 hours of conclusion of the Reverse Auction.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 27 of 63
5.23.4.5 Arithmetic errors, if any, in the price breakup format will be rectified as
under :
(a) If there is a discrepancy between the unit price and total price which is
obtained by multiplying the unit price with quantity, the unit price shall prevail and the
total price shall be corrected unless it is a lower figure. If the bidder does not accept
the correction of errors, the bid will be rejected.
(b) If there is a discrepancy in the unit price quoted in figures and words, the unit
price in figures or in words, as the case may be, which corresponds to the total bid
price for the bid shall be taken as correct.
(c) If the vendor has not worked out the total bid price or the total bid price does
not correspond to the unit price quoted either in words or figures, the unit price
quoted in words shall be taken as correct.
(d) Bank may waive off any minor infirmity or non-conformity or irregularity in a
bid, which does not constitute a material deviation, provided such a waiving does not
prejudice or affect the relative ranking of any bidder.
5.24 Award of Contract Criteria
The Bank will award the Contract to the successful Bidder who would be determined to be eligible to qualify to perform the Contract satisfactorily, whose credentials are evaluated as conforming to the eligibility criteria and product offered is evaluated as responsive to the Technical and Functional Specification and quoted the lowest commercial Bid.
5.25 Letter of Intent
5.25.1 Upon issuance of Letter of Intent by the Bank the Vendor should
execute Contract Form as per Form 8.3 of the document.
5.25.2 Failure of the successful Bidder to sign the contract and return it to the
Bank within 15 days from the date of award of contract shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid security.
5.26 Such selected lowest bidder would be required to successfully complete the
interface to Bank’s ATM Switch for integration to CBS for card/cardless transaction
processing and conduct POC (Proof of Concept) for the complete functionality
required by the Bank within one month from the date of issuance of Letter of Intent.
The test BNA required for the purpose should be deployed by the Vendor at location
required by the Bank without any additional cost.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 28 of 63
5.27 Deployment of BNA
5.27.1 The Bank will issue Purchase Order/s for 500 locations upon successful
completion of POC as and when required by the bank within timeframe of 6 months.
5.27.2 The Vendor should deploy the BNA at the respective branch /es within four
weeks of receipt of purchase order.
5.27.3 The Vendor should commission the BNA within 10 days of the Branch site
getting ready.
5.28 Repeat Order
The Bank reserves the right to place repeat order with the selected Vendor for 20%
of the RFP quantity.
5.29 Order Cancellation 5.29.1 If the Vendor fails to install and commission the BNA equipment within the
stipulated time schedule or the extended date if communicated by the Bank, it will be
treated as breach of contract. The Bank reserves its right to cancel the order in the
event of delay in customisation / testing of the interface and/or installation /
commissioning of BNA by giving a notice of 15 days to the Vendor.
5.30 Vendors shall indemnify, protect the Bank against all claims, losses, costs,
damages, expenses, action suits and other proceedings, resulting from infringement
of any Patent, trademarks, copyrights, agency/dealership etc., or such other
statutory infringements in respect of the entire software and hardware supplied by
the Vendor.
5.31 At any time prior to the deadline for submission of Bids, the Bank may
modify the RFP Document, by issuing Corrigendum to RFP. Notification of
amendments will be put up on the Bank’s Website and will be binding on all Bidders.
5.32 The Bank shall be under no obligation to accept the lowest or any other bid
received in response to this RFP and shall be entitled to reject any or all offers
without assigning any reason whatsoever.
5.33 Only one Model / Make strictly conforming to the specifications as mentioned
in the RFP should be quoted. When the configuration/ feature required is not
available in a particular model, the next available higher configuration model shall be
offered. The Models proposed/ marked for withdrawal from the market and the
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 29 of 63
models under quality testing should not be offered. The model offered should be
supported for a minimum period of 6 years after expiry of warranty period.
5.34 Bid Currency
Bids are to be quoted in Indian Rupees.
5.35 Bid Prices
5.35.1 Bid price should be quoted as per format given in Part 7 of the RFP.
5.35.2 The per unit quoted price should be inclusive of customs and import duty, all
Service Charges, any other applicable duties and taxes, packing, Freight and
Forwarding, Transit Insurance, Local transportation, Hamali Charges, completing the
Road permit formalities, if required, installation charges etc. but exclusive of GST.
The vendor shall coordinate with the concerned agencies to complete the road
permit formalities, if any, and there shall not be overhead costs to the Bank for
obtaining such road permits.
5.35.3 The amount of AMC per unit quoted for four years period should be
exclusive of GST. The GST as applicable from time to time on the AMC payable, will
be borne / paid by the Bank quarterly in arrears. In case of any new tax on the fees
payable for AMC services rendered by the vendor being introduced subsequently,
the same will be borne by the Bank.
5.35.4 Prices quoted by the Bidder shall be fixed during the Contract Period of 5
years comprising of One year Warranty and four years AMC. The price quoted shall
not be subject to variation on any account, including exchange rate fluctuations. A
Bid submitted with an adjustable price quotation will be treated as non-responsive
and will be rejected.
5.35.5 Termination for Convenience:
The Bank, by written notice sent to the Vendor, may terminate the Contract, in whole
or in part, at any time for its convenience. The notice of termination shall specify that
termination is for the Bank’s convenience, the extent to which performance of the
Vendor under the Contract is terminated, and the date upon which such termination
becomes effective.
5.35.6 Limitation of liability
The liability under this Agreement, to the extent allowed by Indian laws, shall be
limited to the total contract value and neither party shall be liable for indirect and
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 30 of 63
remote loss and damages. However the liability under no circumstances shall be
capped for any claims, losses, damages relating to the following (i, ii, iii and iv)
(i) Violation of the confidentiality obligations, and
(ii) Violation/infringement of IPR, patents, copy rights, trade marks etc, and
(iii) Claim against the bank by the vendor’s agent/employees, and
(iv) Willful/deliberate act or omission on the part of vendor or its employees or
agents and/or fraud.
5.36 Payment Terms
5.36.1 All Payments will be released by the respective Zonal Offices for the BNAs
installed at branches under its jurisdiction.
5.36.2 Upon delivery of the BNA at the branch site 50% of the unit cost will be
paid. The payment will be made against production of delivery challan and invoices.
The balance 40% will be paid upon submission of the Installation acceptance
certificate, proof of successful EJ pulling (by providing Text file of EJ and
Reconciliation report for one day transactions of the BNA) and remaining 10%
against submission of Performance Bank Guarantee. This payment can be released
on site by site basis.
5.36.3 Upon completion of the warranty period, the AMC charges will be paid on
quarterly in arrears basis after ensuring renewal of Performance Guarantee. The
AMC charges per year fixed for four years will be paid quarterly in arrears. The
applicable GST will be paid separately. The AMC charges will be released centrally
by the respective Zonal Office per site basis.
5.36.4 The TDS will be deducted at the applicable rate as per provisions of the
applicable law.
5.36.5 Liquidated Damages
If there is a delay by the bidder in the delivery of the software as will be mentioned in
the purchase order, the bidder will be liable to pay a sum of 1% (one percent) of
theorder value per week or part thereof (If the delay period is more than 3 days, it will
be treated as one full week) to the maximum of total order value for that site of delay
beyond the scheduled delivery date by way of liquidated damages. The liquidated
damages are pre-estimates of the loss or damage that may be sustained by Bank. In
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 31 of 63
case the complete delivery is delayed beyond the scheduled delivery date, Bank
reserves the right to cancel the contract and return the partially delivered equipment,
if any, at the cost of the bidder and the entire amount received by the bidder by way
of advance will be returned immediately together with interest thereon @ 2% per
month from the date of receipt of advance till the date of refund. In case the bidder
fails to deliver all the deliverables as specified in the order, the liquidated damages
will be charged on the entire contract value.
5.37 Performance Bank Guarantee
5.37.1 The selected Vendor shall provide on an annual basis a Performance Bank
Guarantee from a reputed public sector or private sector bank for an amount of 10%
of the Total Cost of Ownership per BNA for the total no. of BNAs installed at the
branches under one Zone of the Bank. Performance Bank Guarantee will be
annually renewable through the period of contract with a claim period of 3 (three)
months.
5.37.2 In the event of non-performance of obligations, the Bank shall be entitled to
cancel the contract and invoke the Performance Bank Guarantee without notice or
right of demur to the Vendor apart from the other provisions of cancelling the order in
terms of the.
5.38 Resolution of Disputes
5.38.1 The Bank and the Supplier shall make every effort to resolve amicably by
direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract.
5.38.2 If, after thirty (30) days from the commencement of such informal
negotiations, the Bank and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party, adjudication in an agreed national forum.
5.38.3 The dispute resolution mechanism to be applied shall be as follows:
a) In case of Dispute or difference arising between the Bank and a Supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. Where the value of the contract is above Rs. 1 Crore, the arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Bank and the Supplier. The third Arbitrator shall be chosen by mutual discussion between the Bank and the Supplier.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 32 of 63
b) Arbitration proceedings shall be held at Mumbai, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English;
c) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself; and
d) Where the value of the contract is Rs. 1 Crore and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties.
5.39 Jurisdiction
All disputes would be subject to Indian laws and jurisdiction, and settled at courts in
Mumbai.
5.40 Indemnity
The Vendor shall indemnify, protect and save the Bank against all third party claims,
losses, costs, damages, expenses, action suits and other proceedings, resulting
from infringement of any law pertaining to patent, trademarks, copyrights, licensing
etc. or such other statutory infringements in respect of all the hardware and software
used by them.
5.41 The Bank reserves the right to accept or reject any Bid /offer received in part
or in full, and to cancel the Bidding process and reject all Bids at any time prior to
contract of award, without thereby incurring any liability to the affected or Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for
the Bank’s action.
5.42 Bank reserves the right to cancel the entire Bidding process at any stage
without assigning any reason whatsoever.
5.43 Bids submitted with counter condition / assumption will be rejected by the Bank.
5.44 Force Majeure
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 33 of 63
5.44.1 The Vendor or the Bank shall not be liable for default or non-performance of
the obligations under the contract, if such default or non-performance of the
obligations under this contract is caused by any reason or circumstances or
occurrences beyond the control of the Vendor or the bank, i.e. Force Majeure. For
the purpose of this clause, “Force Majeure” shall mean an event beyond the control
of the parties, due to or as a result of or caused by act of God, wars, insurrections,
riots, earth quake and fire, revolutions, floods, epidemics, quarantine restrictions,
trade embargos, declared general strikes in relevant industries, satellite failure, act of
Govt. of India, events not foreseeable but does not include any fault or negligence or
carelessness on the part of the parties, resulting in such a situation. In the event of
any such intervening Force Majeure, either party shall notify the other in writing of
such circumstances and the cause thereof immediately within five calendar days.
Unless otherwise directed by the Bank, the Vendor shall continue to
perform/render/discharge other obligations as far as they can reasonably be
attended/fulfilled and shall seek all reasonable alternative means for performance
affected by the Event of Force Majeure.
5.44.2 In such a case, the time for performance shall be extended by a period(s)
not less than the duration of such delay. If the duration of delay continues beyond a
period of 180 days, the Bank and the Vendor shall hold consultations with each other
in an endeavor to find a solution to the problem. Notwithstanding above, the decision
of the Bank shall be final and binding on the Vendor.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 34 of 63
PART 6 TECHNICAL SPECIFICATIONS
FRONT ACCESS BUNCH NOTE ACCEPTOR WITH RECYCLING CAPABLE /
RECYCLING READY HARDWARE
Name of the OEM / Manufacturer:
Make and Model:
Type : Capex/Opex
Deviations in technical specifications should be clearly indicated in the remark
column.
Sl No
Features Yes / No
Remarks
1. Processor and Hardware
1.1 Intel® i3 Processor with minimum 2.8Ghz or above
1.2 4 GB DDR3 RAM or higher
1.3 2x 500 GB IDE/SATA HDD
1.4 4 or more USB ports in front for front access BNAs
1.5 DVD Writer
1.6 101Keys Keyboard with mouse operation
1.7 Microsoft Windows 7 or higher with latest Service pack
1.8 Software with CEN 3.0 complaint XFS and cross-vendor support
1.9 OS hardening (with firewall). BNA should be adequately hardened and only essential services should be activated. No malware including viruses, worms, Trojans should enter the BNA and affect the system. All BNA should PA-DSS compliant.
1.10 BNA should be accessible to physically Challenged, Wheel Chair Access and Visually Challenged as per ADA/AFA & RBI guidelines
1.11 Application interface required for Admin, reconciliation & MIS function.
1.12 BNA should be accessible to physically Challenged, Wheel Chair Access and Visually Challenged as per ADA/AFA & RBI guidelines
1.13 Trace Features (Provide log file for all Messages received and sent by cash dispenser. Especially
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 35 of 63
Sl No
Features Yes / No
Remarks
in networked conditions, log should provide information from where the message is received and to which the message sent on their IP addresses)
1.14 Remote login facility for such utilities like Remote load of screens, to shutdown, start cash dispenser clear fitness etc.
2. Currency Chest
2.1 UL 291 Level1 certified secured chest / CEN1 Certified Secure Chest
2.2 S&G / MAS Hamilton (KABAMAS-CENCON) dual electronic combination lock of 6+6 digits with capability having One time combination (OTC) option and audit trail without any hardware change
2.3 Alarm sensors for temperature status, vibration status and chest open status while sending signal/messages to Switch/Management Centre
2.4 Machine should be IBNS compliant.
3. Hybrid Dip Card Reader
3.1 Dip Smart Card Reader with capability to read track 1 & 2
3.2 EMV/Smart Card Version 4.0 or later, as certified
3.3 BNA should be ready for using EMV chip cards
3.4 Software, firmware, license for using smart card on BNA
3.5 EMV software on Chip Card access that Bank can implement on the machine upon enabling interbank deposit and /or cash withdrawal by activating Cash recycler
3.6 Conformance to Rupay, Mastercard, VISA standards etc.
3.7 Contactless Card integration capability
3.8 Dip card reader should have anti skimming device with the capability to prevent further transaction/shutdown/offline the machine with generation of alerts to central monitoring system after the detection of skimming.
3.9 Cash Recycler must also have biometric authentication functionality with finger-print reader as per Aadhaar 2.0 or higher specifications or any other regulatory specified database and same is required from the initial stage. The Cash recycler should support Bio-metric functions and integrated with the Bank’s
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 36 of 63
Sl No
Features Yes / No
Remarks
Biometric solution and UIDAI certified solution (Aadhar) without any additional cost to Bank
3.10 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 Level 0 certified and compatible with AEPS & Aadhaar specifications. Bidder to furnish the STQC/ Aadhaar certificate in this regards. Biometric Finger printer reader with Software (UIDAI Approved Standard), registered/whitelisted with UIDAI
3.11 BNA should have the readiness to start QR code based transactions.
4. Customer Interface on BNA
4.1 15” LCD
4.2 Vandal Screen with Privacy Filter
4.3 Rugged spill proof Triple DES enabled keyboard with polycarbonate tactile / stainless steel EPP pin pad keys, EPP pin pad to be PCI Compliant with sealed metal keypad. BNA should also be capable for providing alphanumeric virtual keyboard.
4.4 Touch screen with support for visually handicapped through Function Defined Keys 4 + 4 AND EPP
4.5 Braille stickers on all devices as per requirements to support the visually challenged
4.6 Voice guidance support with internal speakers & headphone jack
4.7 Trilingual Screens Support (Screen Text will be provided by the Bank)
4.8 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 camera.
5. Bunch Note Acceptor, Recycler ready Cash Deposit Module
5.1 Bunch Note Accepting and Dispensing with capacity minimum 200 notes.
5.2 BNA should accept all denominations Rs.50, Rs.100, Rs.200, Rs.500 & Rs.2000 BNA should have template for all new variants of
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 37 of 63
Sl No
Features Yes / No
Remarks
Rs.50, Rs.100, Rs. 200, Rs.500 & Rs.2000. 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.
5.3 Minimum of 5 Deposit cassettes and 1 Reject cassette (4 Recycler Cassettes each for different denominations, 1 Deposit Cassette for deposit of mixed denominations and minimum 1 Cassette for rejected notes, impounded / counterfeit notes and retracted notes having at least one separate compartment for counterfeit notes. Initially, all cassettes of BNA should be configured for accepting deposit. Minimum three cassettes should be able to reconfigure at no extra cost in case Bank decides to implement recycler feature
5.4 Each Cassette should have capability to hold notes of any denominations with key based lock feature.
5.5 Denomination-wise sorting of the deposited currency notes.
5.6 Cassettes capacity of minimum 2200 notes
5.7 Reject Bin with capability to hold Reject /Retracted notes with dual locking mechanism
5.8 Four orientation bill validation for good and bad currencies
5.9 Notes deposited should be categorized and put into individual bins once they are accepted by the machine
5.10 Should support cardless transactions for account based transactions
5.11 Should support cardbased transactions for all types of cards issued by the Bank/s
5.12 Appropriate treatment for various categories of Bank Notes,viz. 1. No Currency Note (Reject) 2. Counterfeit Currency Note (Impound)
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 38 of 63
Sl No
Features Yes / No
Remarks
3. Suspicious Currency Note (Reject) 4. Real Currency Note (Accept) 5. Soiled Currency Note (Reject /Accept) 6. Cut/Mutilated Note (Reject)
5.13 Capability to track the depositor for counterfeit currency notes preferably with
- Recognition of the serial nos. of individual currencies
(Serial number of counterfeit currency retracted for impounding to be captured in EJ / MIS report of notes retracted)
5.14 Foreign object detection in the input tray
5.15 Temporary stack unit – escrow capacity of 200 notes
5.16 Should support pin based authorization of transactions
5.17 Capability to react and request the customer to insert the bundle correctly
5.18 Capable of both side scanning of Bills
5.19 Full Bill validation time required should not exceed 8 to 10 seconds
5.20 Compliance to RBI’s Note Authentication and fitness sorting parameters.
5.21 Cash once deposited by the user should remain inside the safe. It should not be accessible without opening the safe in any condition like power failure or cash jam
5.22 BNA offered must pass Counterfeit Retention & Tracing Test with 100% accuracy
5.23 BNA must pass the test to identify the year of issue of the Indian Currency Note with 100% accuracy in single test.
5.24 BNA should have capability to handle plastic currency also, as and when introduced in India.
6. DES chip / Security
6.1 Capable of supporting Remote key Management – DES/RSA
6.2 Triple DES chip with encryption / verification / validation software. Should support AES without any additional hardware.
7. Integrated BNA Surveillance Solution
7.1 Solution must be able to capture image of the customer approaching and performing transactions at the BNA. This solution should be an Integrated with the machine and capture
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 39 of 63
images based on motion
7.2 Solution should be able to store the images/video in a digital format for minimum 6 months at an average of 300 transactions per day.
7.3 Solution must provide an interface to browse, search and archive the stored video / images on hard disk or external media.
7.4 Solution must be able to capture & stamp the transaction information on the images.
7.5 Superimpose date, time and transaction data on to the recorded images.
7.6 The solution must not degrade the performance of BNA, e.g. speed of normal transaction
7.7 The hardware should be integrated within the BNA
7.8 Solution must be capable to take necessary backup of stored image and retrieval the same at any point of time by date and time/ account no/ card no./, transaction no./BNA ID
7.9 Machine should support second camera if required which would be deployed by the Bank in BNA lobby.
7.10 The solution must be capable of real time monitoring from a central location.
8. Software Agent
8.1 The BNA should be capable of supporting a third party software agent such as SDMS/Infobase/Radia, etc. Vendor should provide software agent for EJ pulling and Remote Monitoring Software support for the BNA to monitor its functions from a Central site. Vendor should install EJ software on all BNAs and pull the EJs on daily basis to its Managed service Centre.
8.2 Should be capable of interface using ISO message standard with Bank’s Core banking solution if required by the Bank
9. Connectivity
9.1 Should have Network Interface Card 10/100 Ethernet Card
9.2 Should be capable of interfacing Bank’s Switch IST using existing device handlers (NDC/D912) at no additional cost to the Bank
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 40 of 63
9.3 BNA must support TCP/IP
9.4 The BNA should deactivate immediately when an skimming or cloning device has been installed on the machine.
10. Others
10.1 Minimum 40 Column 80 mm Graphic Thermal Receipt Printer
10.2 DMP/Graphic Thermal Journal Printer to print audit trail
10.3 Low media warning for all items viz. bills, journal roll, consumer printer roll etc.
10.4 In-built SMPS to work on 230V 50 Hz power supply.
10.5 Support input voltage of 230V AC /50 Hz with +/- 5%variation.
10.6 Should provide hardware and software for the day-to-day operations required by the custodian
10.7 BNA should have pin pad shield covering all three sides.
10.8 Kiosk should have inbuilt Bar Code Reader to
read and identify the 15 digit account number from
the Bar Coded passbooks
10.9 Machine should be capable to operate in all Indian
conditions with/without air-conditioner and should
be able to integrate solar power UPS.
10.10 Machine should be print customers slip in HINDI,
ENGLISH and Regional Language.
10.11 Customer receipt should mention serial no and
denomination of impounded notes if any.
10.12 Support centralized EJ pulling. Serial no of all
notes should be available with EJ or stored
separately and made available as and when
required.
10.13 EJ 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
11. Transactions to be made available at the BNA with Interface / connectivity to Bank’s ATM Switch and Core Banking Software
Kiosk should have inbuilt Bar Code Reader to read and identify the 15 digit account number from the Bar Coded passbooks
11.1 Card less transactions to be made available as per functionality detailed in Part 4 of the RFP
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 41 of 63
11.2 Card based transactions to be made available as per functionality detailed in Part 4 of the RFP
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 42 of 63
PART 7 : PRICE BID (Indicative)
Bidders should submit the Price Bid in the following format :- To, The General Manager,
Bank of India, Head Office, Information Technology Department, Star House, C-5, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051,
Dear Sir
Your RFP dated 27/04/2018 for Supply, Installation and Maintenance of 500 BNA
---------------------------------------------------------------------------------------- We refer to our offer letter dated -------- in response to your captioned RFP. We offer --------------- make and model of BNA of which we are the manufacturers / we are the authorized distributors. 7.1 Price quoted per unit of BNA is as under:-
Sr. No Particulars Total Unit cost
INR
1 Bunch Note Acceptor with Cash recycler ready
feature, with Managed services inclusive of one
year comprehensive warranty per unit
(inclusive of all customs and import duty but
exclusive GST)
A Cost of BNA
B Comprehensive Annual Maintenance Cost will
be applicable upon completion of one year
Warranty Period.
2 Add:- AMC at 10% of Cost of BNA for 1st year
(exclusive of GST) per unit
3 Add:- AMC at 10% of Cost of BNA for 2nd year
(exclusive of GST)
4 Add:- AMC at 10% of Cost of BNA for 3rd year
(exclusive of GST)
5 Add:- AMC at 10% of Cost of BNA for 4th year
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 43 of 63
(exclusive of GST)
B Total Cost of Comprehensive AMC for contract
period (2+3+4+5)
8 Total Cost of ownership (A+B)
Total cost of ownership in words- Rupees
7.2 Total Cost of Ownership to the Bank will not change due to exchange
fluctuation, and import duty etc. during contract period of 5 years.
7.3 The AMC percentage of 10% of cost of the BNA (Item A of 7.1 above) per
year will not change during the contract period of 5 years. The GST on AMC will be
paid by the Bank at applicable rate from time to time
7.4 Any Price Bid not in conformity with the above format or incomplete in any
respect will be rejected / disqualified by the Bank.
7.5 The BNAs will be installed by us at the branches located across the country
as per directive of the Bank.
7.6 The Bank may issue order/s for additional requirement of 20% of the RFP
quantity at the above rates.
7.7 Payment will be released by the respective Zonal Offices for the BNAs
installed at branches under its jurisdiction as under:-
7.7.1 Upon delivery of the BNA at the branch site 50% of the unit cost will be
paid. The payment will be made against production of delivery challan and
invoices. The balance 40% will be paid upon submission of the Installation
acceptance certificate, proof of successful EJ pulling (by providing Text file of EJ
and Reconciliation report for one day transactions of the BNA) and remaining
10% against submission of Performance Bank Guarantee. This payment can be
released on site by site basis.
7.7.2 Upon completion of the warranty period, the AMC charges will be paid on
quarterly in arrears basis after ensuring renewal of Performance Guarantee. The
AMC charges per year fixed for four years will be paid quarterly in arrears. The
applicable GST will be paid separately. The AMC charges will be released
centrally by the respective Zonal Office per site basis.
7.8 The TDS on all payments will be deducted at the applicable rate as per
provisions of the applicable law.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 44 of 63
7.9 Bids submitted with counter condition / assumption will be rejected by the
Bank.
7.10 Bank reserves the right to reject all or any of the Bids submitted without assigning reason to the Bidders.
7.11 We confirm that above commercials quoted and all the Terms and Conditions
of the Contract contained in RFP dated 27/04/2018 for Supply Installation
Commissioning of 500 Bunch Note Acceptor Machines are acceptable to us.
.
Dated this ....... day of ............................ 2018
_________________________________
________________________________
(Signature) (Name) (In the capacity of)
Duly authorised to sign Bid for and on behalf of
_________________________________
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 45 of 63
PART 8 - FORMS FORM 8.1
OFFER LETTER
(to be included in Technical Bid Envelope)
Date : ……………………………
To,
Bank of India, Information Technology Department, 8th Floor , Star House, C-5, G-Block, Bandra Kurla Complex Bandra (East), Mumbai-400 051.
Sir / Madam,
Ref: Your RFP dated: 27/04/2018 for Supply, Installation and Maintenance of
500 BNA
Having examined the captioned RFP Document dated 27/04/2018, we, the
undersigned, offer to Supply, install, commission with integration to Bank’s ATM
Switch / Core Banking Solution 500 Bunch Note Acceptor machines as per the
Technical and Functional Specification contained in the RFP and maintain them for
contract period of 5 years in conformity with the scope, terms and conditions of the
captioned RFP.
While submitting this bid, we certify that we have not induced nor attempted to induce
any other bidder to submit or not submit a bid for restricting competition and the references
submitted are genuine.
We agree that the per unit cost quoted in the Commercial Bid and the AMC rate
stipulated by the Bank will remain valid for the period of the contract. The
commercials quoted for the optional items of spares and accessories quoted shall
remain valid for a period of the contract.
We certify that we are manufacturers/ authorized distributor of
____________ (Name of brand) BNA having factories at
____________________________. The make and model of BNA has__________
number of BNAs deployed for various banks in India.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 46 of 63
If our Bid is accepted, we will obtain the guarantee of a reputed Bank for the due
performance of the Contract, for an amount of 10% of the Contract value / Total Cost
of Ownership to the Bank.
Until formal contract form is executed, this Offer letter / Proposal, together with your
written acceptance thereof and your notification, shall constitute a binding contract
between us.
We undertake that, in competing for (and, if the award of Contract is made to us, in
executing) the said contract, we will strictly observe the laws against fraud and
corruption in force in India namely “Prevention of Corruption Act 1988”.
We understand that Bank is not bound to accept the lowest or any Bid that may be
received.
We also certify that we have not been blacklisted by any PSU Bank/IBA/RBI during
the last five years.
Dated this ....... day of ............................ 2018 _________________________________ ________________________________ (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of _________________________________
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 47 of 63
FORMAT 8.2
NON-DISCLOSURE AGREEMENT
WHEREAS, we, ________________________________________, having Registered Office at __________________________________, hereinafter referred to as the COMPANY, are agreeable to Supply, install, commission, with integration to Bank’s ATM Switch / Core Banking Solution, 500 Bunch Note Acceptor machines for Bank of India, having its registered office at Star House, C-5, G Block, Bandra Kurla Complex, Mumbai – 400 051, hereinafter referred to as the BANK and, WHEREAS, the COMPANY understands that the information shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and WHEREAS, the COMPANY understands that in the course of submission of the offer for the said Supply, install, commission, with integration to Bank’s ATM Switch / Core Banking Solution, 500 Bunch Note Acceptor machines and/or in the aftermath thereof, it may be necessary that the COMPANY may perform certain jobs/duties on the Bank’s properties and/or have access to certain plans, documents, approvals or information of the BANK; NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following conditions, in order to induce the BANK to grant the COMPANY specific access to the BANK’s property/information The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs for others, any confidential or proprietary information belonging to the BANK, unless the COMPANY has first obtained the BANK’s written authorisation to do so; The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the COMPANY for the purpose of submitting the offer to the BANK for the said Supply, install, commission, with integration to Bank’s ATM Switch / Core Banking Solution, 500 Bunch Note Acceptor machines, will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK The COMPANY shall not, without the BANK’s written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the COMPANY for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance.
Authorised Signatory Name: Designation: Office Seal: Place Date:
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 48 of 63
FORMAT 8.3
CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 2018
Between .......................... (Name of Bank) (hereinafter called "the Bank") a body
corporate constituted under the Banking Companies (Acquisition and Transfer of
Undertakings) Act, 1970 and having its Head Office at ---------------------------------------
------------- (hereinafter referred to as the “Bank” which term shall, unless repugnant
to the context or meaning hereof, be deemed to mean and include its successors
and assigns)of the one part:
and ..................... (Name of Vendor) incorporated under the Companies Act, 1956
and having its registered office at ---------------------------------------- (hereinafter called
“the Vendor”) which term shall, unless repugnant to the context or meaning hereof,
be deemed to mean and include its successors and permitted assigns ) of the other
part :
(“Bank”, and “the Vendor” shall, wherever the context requires, be referred
collectively as “Parties” and individually as “Party” also)
WHEREAS Bank of India (the Bank) invited Bids vide Request for Proposal (RFP)
dated 27/04/2018 for Supply, Installation and Commissioning of Bunch Note
Acceptors. The Bid submitted by the Vendor in response the said RFP has been
accepted by the Bank.
One of the terms of the said RFP is that the Vendor shall sign the Contract Form with
the Bank. The parties are accordingly desirous of signing the said Contract Form.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the RFP dated 27/04/2018.
2. The following documents of RFP dated 27/04/2018 shall be deemed to form
and be read and construed as part of this Agreement, viz.:
a) Invitation to Bid
b) Scope of Work
c) Eligibility Criteria
d) Terms and Conditions of Contract
e) Price Bid
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 49 of 63
f) Forms
g) Notification of Award of Contract dated issued by the Bank.
3. In consideration of Supply, installation and Commissioning of the Bunch Note
Acceptors with Functionality and services required by the Bank rendering in terms of
the RFP HO/IT/BNA/2018/0145 DATED 27/04/2018, the Vendor proposed to supply
BNA of -------------------------(make) -----------------(model) the Vendor, the Bank shall pay
the Price as stated below:-
Sr. No Particulars Total Unit cost
INR
1 Bunch Note Acceptor with Cash recycler ready
feature with managed services inclusive of one
year comprehensive warranty per unit
(inclusive of all customs and import duty but
exclusive of GST)
Cost of BNA
2 Add:- Comprehensive AMC at 8% of Cost of BNA
for 1st year (exclusive of Service tax) per unit
3 Add:- Comprehensive AMC at 8% of Cost of BNA
for 2nd year (exclusive of Service tax)
4 Add:- Comprehensive AMC at 8% of Cost of BNA
for 3rd year (exclusive of Service tax)
5 Add:- Comprehensive AMC at 8% of Cost of BNA
for 4th year (exclusive of Service tax)
8 Total Cost of ownership (1+2+3+4+5)
Total cost of ownership in words- Rupees
4 Neither party shall disclose the confidential information to a third party. The parties will, at all times, maintain confidentiality regarding the contents of this Agreement and proprietary information including any business, technical or financial information. 5 In consideration of the payments to be made by the Bank to the Vendor as hereinafter mentioned, the Vendor hereby covenants with the Bank to provide the equipment of BNA, functionality and services and to remedy defects therein, in conformity in all respects in terms of the RFP.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the respective laws the day and year first above written.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 50 of 63
Signed, Sealed and Delivered by the
said ..................................................... (For the Bank)
in the presence of:.......................................
Signed, Sealed and Delivered by the
said ..................................................... (For the Vendor)
in the presence of:.......................................
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 51 of 63
FORMAT 8.4
MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM
No. Date: To: Bank of India IT Department HO Dear Sir:
Ref: Your RFP HO/IT/BNA/2018/0145 dated 27/04/2018
We who are established and reputable manufacturers / producers of ______________________Description, Make and Model having factories / development facilities at (address of factory / facility) do hereby authorise M/s ___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation. We hereby extend our full guarantee and warranty for the Product / Equipment and services offered by the above firm against the captioned RFP requirement.
We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Supplier :
(a) Such Products / Equipment as the Bank may opt to purchase from the Supplier, provided, that this option shall not relieve the Supplier of any warranty obligations under the Contract; and
(b) in the event of termination of production of Products quoted by the
Bidder:
i. advance notification to the Bank of the pending termination, in sufficient time to permit the Bank to procure needed requirements; and
ii. following such termination, furnishing at no cost to the Bank, the
blueprints, design documents, operations manuals, standards, source codes and specifications of the Products, if requested.
We duly authorise the said Bidder / firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 52 of 63
We confirm that in case the authorized distributor is not able to perform technical and maintenance obligations as per the RFP terms during contract period we would provide the same to the Bank. Yours faithfully, (Name)
(Name of Producers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should include it.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 53 of 63
FORM 8.5
BUNCH NOTE ACCEPTOR INSTALLATION ACCEPTANCE REPORT
TERMINAL ID : Solid+BNA
From, To, M/s Bank of India Manager/ Sr.Manager/ Chief Manager The Project Manager …………………………………… Branch M/s .................................................... Zone ------------------------------------------------------------------------------------------------------- 1. BNA Installation Date : 2. BNA installed at our Branch is processing Cash deposit transactions on online real time basis that is instant Credit to Customer account. 3. M/s have delivered following Services:-
i. Deployed engineer at the branch for 15 days ii. Trained Branch staff on Administrative Functions of EOD process
iii Trained Branch Staff to generate and read JP and Summary Report of
transactions iv. Trained the Branch staff in replacing JP and Receipt Paper roll v. Trained Branch staff for reconciliation of Cash and transactions v. Delivered 10 Receipt Printer rolls / JP rolls
...................................................................... ............................................................... (Signature of Bank Official with Seal) (Signature of the Vendor representative with Seal)
Name: Name: Designation: Designation: Date: Date:
Note:-
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 54 of 63
This report is required to be handed over to Vendor for onward submission to Zonal Office. FORMAT 8.6 List of Owned Service Centers
Sr City Address of the Location with phone numbers
Area Serviced Number of engineers and other support personnel
List of Franchisee Owned Service Centers
Sr. City Address of the Location with phone numbers
Area Serviced Number of engineers and other support personnel
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 55 of 63
FORMAT 8.7
BANK GUARANTEE FOR EARNEST MONEY
Whereas........................... (hereinafter called “the Bidder”) has submitted its Bid dated...................... (date of submission of Bid) for Supply, Installation, commissioning and Maintenance of 500 Bunch Note Acceptor Machines in terms of RFP dated 27/04/2018 issued by Bank of India (hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE..................... (name of bank) having our
registered office at.................. (address of bank) (hereinafter called “the Bank”), are bound
unto Bank of India (hereinafter called “the Purchaser”) in the sum of
_______________________for which payment well and truly to be made to the said
Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with
the Common Seal of the said Bank this ____ day of _________ .
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of Bid validity specified in the RFP.
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the
period of Bid validity:
(i) fails or refuses to sign the Contract Form; or
(ii) fails or refuses to furnish Performance Bank Guarantee
(iii) fails or refuses to confirm the Price quoted in Reverse Auction
(iv) fails to successfully complete Proof of Concept in terms of RFP
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including sixty (60) days after the period of the
Bid validity, i.e. up to ________, and any demand in respect thereof should reach the Bank
not later than the above date.
...................................
(Signature of the Bidder’s Bank)
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 56 of 63
Note: Presence of restrictive clauses in the Bid Security Form such as suit filed
clause/clause requiring the Bank to initiate action to enforce the claim etc. will render the Bid
non-responsive.
FORMAT 8.8
PERFORMANCE BANK GUARANTEE
We, ______________________________ a body corporate constituted under the……………………….. having its head office at……………….. and a Branch office at…………………….(hereinafter referred to as the “Bank") at the request of M/s.----------------------------------, a company incorporated under the Companies Act,1956, having its registered office at ----------------------------------------------, ( hereinafter referred to as the “Company/Supplier” which expression shall deemed to mean and include its successors and assign) issue this Guarantee favouring Bank of India, a nationalized Bank having its head
office at Star House, C-5, ‘G’ Block, Bandra Kurla Complex, Bandra East, Mumbai - 400 051 and do hereby undertake to pay to Bank of India an amount not exceeding Rs. ----
---------- ( Rupees ---------only) i.e. Rs. --------------- per Bunch Note Acceptor Machine installed at --- Branches, against any loss or damage caused to or suffered by or would be caused to or suffered by the Bank of India by reason of any breach by the said Company (s) of any of the terms or conditions in connection with the Supplier’s performance obligations for the purposes of carrying out its obligations under Warranty / Annual Maintenance Contract for the ___ Nos. of Bunch Note Acceptor Machines supplied in pursuance to the Purchase Order no. dated (hereinafter referred to as the “PO”) issued in response to Request for Proposal dated 27/04/2018 floated by the purchaser, Bank of India to supply 500 nos. of Bunch Note Acceptor machines. 2. We, _________________________, do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from Bank of India stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by Bank of India by reason of breach by the said Company(s) of any of the terms or conditions contained in the said PO or by reason of the Company(s) failure to perform the said PO. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ---------- ( Rupees ------------). 4. We, _______________________, further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said PO and that it shall continue to be enforceable till all the dues of Bank of India under or by virtue of the said PO have been fully paid and its claims satisfied or discharged or till Bank of India certifies that the terms and conditions of the said PO have been fully and properly carried-out by the said Company and accordingly, discharges this guarantee.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 57 of 63
5. We, ___________________, further agree with Bank of India that Bank of India shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said PO or to extend time of performance by the said Company from time to time or to postpone for any time or from time to time any of the powers exercisable by Bank of India against the said Company and to forbear or enforce any of the terms and conditions relating to the said PO and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Company or for any forbearance, act or omission on the part of Bank of India or any indulgence by Bank of India to the said Company or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to change in the constitution of the Bank or the Company. 7. Notwithstanding anything contained herein;
i) our liability under this Bank Guarantee shall not exceed Rs. ----------- ( Rupees ----------only);
ii) this Bank Guarantee shall be valid upto _____; and iii) we are liable to pay the guaranteed amount or any part thereof under this
Bank Guarantee if, and only, if you serve upon us a written claim or demand on or before___________.
8. We, ______________________, lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Bank of India in writing. Dated the ___________day of__________________ 2018
For
1. SIGNATURE …………………. ……………………. 2. Name …………………. ……………………. 3. Designation ………………. ……………………. 4. Sign Code No. …………………. …………………….
Guarantee Bond No.
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 58 of 63
FORMAT 8.9
Conformity To Eligibility Criteria and General Details of the Bidder
(In reference to Part 3 Eligibility Criteria)
(Please attach documentary evidence of compliance)
Sl.No. Criteria Documents to be submitted
1. Bidder should be a registered
company in India under Companies
Act 1956 and should have been in
operation for at least two years as
on date of RFP.
Copy of the Certificate of
Incorporation.
2. Bidder should be Original
Equipment Manufacturer of BNA
or their authorized
representative /distributor in
India with at least 2000
installations of BNAs at PSU,
Private sector banks in India as
on 31.03.2018.
An Authorised representative
should submit Manufacturers
Authorisation Certificate.
Supported by documentary
evidence.
Letters from the concerned
organization confirming successful
implementation of ATM project with
them to be submitted with following
details:
Name of the Bank
Number of Locations
Model and Make
Scope of Project giving details of EJ
pulling, Monitoring, Maintenance
services.
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail Ids,
etc., (Attach copies of purchase
orders)
The bank reserves the right to
inspect such installations while
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 59 of 63
evaluating the Technical Bid / right
to make a reference call.
3. The OEM’s BNA proposed in the
Bid should have been installed at
least at 500 locations in India and
working satisfactorily.
Supported by documentary
evidence.
Letters from the Banks concerned
confirming successful
implementation of number of BNA
and satisfactory performance with
them to be submitted with following
details:
Name of the client
Number of Locations
Type of Model
Scope of Project
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail Ids,
etc.,
(Attach copies of purchase orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid.
4. Bidder should have its owned Managed Service Centre operational in India and must manage services of ATMs / Cash Acceptor Machines including but not limited to 24 x 7 monitoring, call escalation, FLM, SLM, replacing consumables, EJ pulling etc. for at least 1000 ATMs as on 31/03/2018.
Provide address/s of Managed
Service Centres owned by the
Bidder.
Satisfactory Letter from the Banks
confirming the FLM, SLM services
performed for 1000 ATMs / BNAs as
on 31/03/2018.
5. Bidder should be performing EJ pulling and EJ management for at least 1000 ATMs / Cash Acceptor Machines as on 31/03/2018.
Letter from the Banks confirming the
EJ pulling services performed for
1000 ATMs / BNAs as on
31/03/2018.
6. Bidder should have registered minimum annual turnover out of ATM/ Cash Dispenser / BNA related Indian operations should not be less than Rs. 100 Crores in each of the last three financial years of 2014-15, 2015-16 and 2016-17 as per audited financial statements.
Audited Financial statements to be
submitted. In case the Turnover is
not segregated business area wise
submit certificate giving ATM, Cash
Dispenser related turnover out of
total turnover from external auditor,
the auditor firm signing the Financial
Statement
7 Bidder should have maintained Audited Financial statements to be
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 60 of 63
net profit for each of the last three financial years that is 2014-15, 2015-16 and 2016-17
submitted.
8. Name of the Bill Validator OEM Certificate from the OEM of Bill validation technology to bidder / OEM of BNA assuring that the support to the Bidder for licensed technology would be provided for the contract period
Name
Enclose Certificate / letter form Bill
Validator OEM
9. Bidders and /or their franchisees should have presence at minimum 100 cities / districts spread across all States with support offices.
List of service centers with complete
address and contact details
segregated for Bidders and
Franchisee centres to be provided
as per Format enclosed.
10 Bidder should have centralised
complaint monitoring system in
place with toll free number for
call logging.
Proof of having centralized call
logging and complaint monitoring
system and toll free number for
call logging
11. Bidder should not have been
blacklisted by any PSU Bank /
IBA/RBI since incorporation.
Self certification in the offer letter.
12. Bidder must have satisfactorily
conducted bank accounts for last
one year.
Bidder shall furnish the
undertaking, details of his bank
accounts and certificates from his
banks regarding satisfactory
conduct of bank accounts, along
with the technical bid.
Sr Item Details
1. General Details
1.1 Name of Company
1.2 Postal Address
1.3 Telephone, mobile, Website address and Fax numbers
1.4 Constitution of the Company
1.5 Nature of main activity and other activities
1.6 Details of ownership
1.7 Holding company or parent company
1.8 Key persons with contact details
1.9 Name and designation of the person authorized to
make commitments to the Bank
1.10 Email Address
1.11 Date of Incorporation in India, commencement of
Business & number of Years in the line of Business
Enclose Copy of
Certificate of
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 61 of 63
Incorporation
1.12 Sales Tax/VAT Number Enclose Sales Tax
/ VAT registration
copy
1.13 Income Tax Number Enclose
Company’s PAN
Card copy and the
latest Income-tax
Clearance letter
1.14 Brief description of facilities of the organization for
undertaking the services
2. Financial Details
2.1 Annual Total Turnover (2015-16)
2.2 Annual Total Turnover (2016-17)
2.3 Net Profit (2015-16)
2.4 Net Profit (2016-17)
2.5 Net Worth (2015-16)
2.6 Net Worth (2016-17)
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 62 of 63
FORMAT 8.10
Track Record of Operations
Name of the Vendor ___________________________________________
Service Offered Sl. Name of the Client No of Period of Contact person
of
No BNAs service the Client
being (in years) -Name
installed -Tel. No.
-Fax No.
-Address
From To
Supply,
Installation and
Maintenance of
Bunch Note
Acceptors
1
2
3
4
EJ pulling and
EJ
management
for ATMs
1
2
3
4
EJ pulling and
EJ
management
for Bunch Note
Acceptor
Machines
1
2
3
4
BOI BNA RFP HO/IT/BNA/2018/0145 dated 27/04/2018
Page 63 of 63
Format 8.11 Undertaking for Scope of Work
Ref Date:
The Deputy General Manager Bank of India, Information Technology Department, 8th Floor , Star House, C-5, G-Block, Bandra Kurla Complex Bandra (East), Mumbai-400 051
Sir / Madam
Supply, Installation and Maintenance of 500 Bunch Note Acceptor Machines (BNA) Ref: Your RFP Ref: HO/IT/BNA/2018/0145 Dated: 27/04/2018
Undertaking of Vendors’ Obligation ---------------------------------------------------------------------------------------------
1 We certify that we have carefully examined the Scope of Work stipulated in Part 4 and Terms and Conditions of contract in Part 5 of the captioned RFP floated by you 2. We commit to provide services of Supply, installation and Maintenance of 500 Bunch Note Acceptor Machines for a minimum period of 5 years. 3. We hereby undertake to deliver services in its entirety as per the Scope and Terms and Conditions of contract stipulated inter-alia under following descriptions:-
a) Supply of Bunch Note Acceptor Machines b) Commissioning of Bunch Note Acceptor Machines c) Maintenance of Bunch Note Acceptor Machines d) EJ pulling e) Cardless functionality f) Cardbased functionality as and when desired by the Bank g) Activation of Recycler as and when desired by the Bank h) Successful integration with Bank’s ATM Switch for cardless functionality
within one month of LOI.
4. However the above undertaking is with following exceptions (Please specify the area of scope which the Bidder will not be able deliver as per RFP requirement)
(signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of _________________________________