REQUEST FOR PROPOSAL FOR OUTSOURCING OF
INSTALLATION AND MANAGED SERVICES FOR 3264 CASH DISPENSERS
IN THE STATE OF RAJASTHAN
Index Part 1 ‐ Request for Proposal (RFP) page 2 Part 2 ‐ Disclaimer page 3 Part 3 ‐ Eligibility Criteria page 4 Part 4 ‐ Terms and Conditions of Contract (TCC) page 6 Part 5 ‐ Scope of Work page 27 Part 6 ‐ Technical & Functional Specifications (TFS) page 43 Part 7 ‐ Price Bid (Indicative) page 47 Part 8 ‐ Other Forms and Annexure page 48 Annexure – 1 Breakup of Bank‐wise requirement page 69
PART 1: REQUEST FOR PROPOSAL This Request for Proposal (RFP) is part of an All – India tender for installation of 3264 Cash Dispensers (CDs) for the period upto 31.03.2014 on a totally outsourced model for the geographical cluster of the State of RAJASTHAN.This RFP is being issued on behalf of all public sector banks. However, Co‐operative banks etc, as may be decided by the Consortium managing the bid process in the area, will also be eligible for availing the outsourced services at the same rate subject to them fulfilling the necessary Regulatory / operational requirements. 1.2 The term “Bank” in this RFP is to be used loosely for the Consortium of Banks consisting of Bank of Baroda, IDBI Bank, and Corporation Bank, issuing this RFP. The selected vendor will have to enter into separate agreement with each of the individual banks placing orders. 1.3 The tender will remain valid for orders placed till 31.03.2015. Individual Banks may issue additional requirement of CDs by 50%, by exchange of letter with the vendor if their rollout is completed within the aforesaid validity period. 1.4 The rollout of the initial requirements, for 2012‐13, indicated by the Banks under this RFP will be phased and the vendors are expected to comply to the following schedule :‐ ‐ At least 25% in the first Quarter after the signing of the Agreement ‐ 40% in the second Quarter ‐ 25% in the third Quarter ‐ the remaining 10% positively by the end of the fourth Quarter. Any requirements for CDs after the initial order would have to be installed and made operational within a period of 3 months, from the date of the order. 1.5 Schedule
Date of release of New Request for Proposal 12.04.2012 Last Date and Time for Receipt of Bids 04.05.2012 12.00 PM Date & time for opening of Conformity to Eligibility Criteria
04.05.2012 4.00 PM
Date & Time of opening of Technical Bids 09.05.2012 12.00 PM Date & Time for Reverse Auction Will be advised in due course Contact Person Mr. P K Bhatnagar
DGM (e Business) Ph 66983071 [email protected]
12 April 2012 Page 2 of 70
1.6 Bank reserves the right to change the dates, timings mentioned above or elsewhere mentioned in the RFP, which will be communicated by placing the same as corrigendum under Tender section on Bank’s web‐site. PART 2: DISCLAIMER a) 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. b) 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. c) 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.
12 April 2012 Page 3 of 70
PART 3 ELIGIBILITY CRITERIA
12 April 2012 Page 4 of 70
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 and Certificate of Commencement of Business.
2. Original Equipment Manufacturers of ATMs / their authorized distributors/ agents in India with at least 1000 installations in India as on 31.03.2012, with firmed up arrangements with providers of Managed Services
OR Bidders or wholly owning parent company who have experience in Managed and other allied Services and have managed at least 1000 ATMs in India in the last two years.
OR Bidders who have experience of managing at least 500 ATMs in India outsourced in the last two years. (All the CDs proposed to be installed should be manufactured/assembled in India within 6 months from the date of award of tender).
Supported by documentary evidence and also copies of the Service Contracts wherever entered. (Bidders who have not firmed up arrangements with other vendors / sub‐contractors will not be considered). Letter from the concerned organization confirming successful implementation of ATM project 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.
3. Bidders or the company with whom Bidder have firmed up arrangements for Managed Services must have a Managed Services Centre operational in India and must be performing managed services of ATMs including but not limited to 24 X 7 monitoring, call escalation, FLM, SLM, replacing
Supported by documentary evidence and also copies of the Service Contracts wherever entered.
consumables, housekeeping, EJ pulling, cash forecasting and cash replacement etc. for at least 1000 ATMs as on date of this RFP.
4. Bidder or its wholly owning Parent Company should have maintained Positive Net Worth / Net Profit during the last two financial years, i.e. 2009‐10 and 2010‐11.
Audited Financial statements to be submitted. Self certified copy of financial statement for 2010‐11, if yet to be audited.
5. Minimum annual turnover should not be less than Rs. 20 crores in the last financial year as per audited financial statements.
Audited Financial statements to be submitted.
6. Bidder should have a disaster recovery centre and business continuation plan in place.
Documentary Proof with copy of Plan.
7. Bidder should also have internal control and audit measures in place. Audit report from external auditor must be submitted as a proof.
Copy of latest Audit Report.
8. Bidder should not have been blacklisted by any PSU Bank / IBA/RBI during the last five years.
Note : Consortium of bidders may participate in the tender. The leader of the Consortium and partners together should satisfy the Eligibility Criteria laid down. However, the minimum annual turnover of the lead bidder of the consortium should not be less than Rs. 20 crores in the last financial year as per audited financial statements. Only the Leader of the Consortium would enter into agreement with the bank. The liability for execution of the contract awarded will be with the leader of the Consortium.
12 April 2012 Page 5 of 70
PART 4 : TERMS AND CONDITIONS OF CONTRACT
4.1 Selection of Sites 4.1.1 The CDs are to be rolled out at Urban, Semi‐Urban and Rural locations as per the requirements of each bank. Sites may further be classified based on population. 4.1.2 Site for Off‐site CDs in areas desired by the Bank should be finalized in its entirety by the vendor. However, the vendor should seek bank’s approval of the link branch (for cash replenishment purposes), which in normal course will be advised by the bank within a week. 4.1.3 Site for On‐site CDs would be provided by the respective banks. 4.1.4 If the vendor desires to shift any off‐site CD to other location, he may do so with the prior approval of the Bank, which, in normal course, will not be withheld. However, the bank will not reimburse the shifting charges. 4.1.5 In case, Bank desires to shift the site, it will bear the cost of shifting. 4.2 Period of Contract 4.2.1 The Bidder should commit to provide the outsourced services detailed in this document for a minimum period of 7 years. A certificate to this commitment should form part of the Technical proposal.
4.2.2 The Banks may take over the CD, UPS, ACs and VSAT at an aggregate value of Rs. 1,000/‐ per site plus taxes at the end of the contract period. Taxes related to transfer of fixed assets, if any, will be paid by the Bank separately. 4.2.3 In case of the takeover a) The Vendor should maintain proper records at its office for all the assets dedicated to the Bank’s ATM network. The Bank reserves the right to audit such fixed assets register through its internal/external auditors. b) The site, for all practical purposes, belongs to the Bank. The vendor will, therefore, not transfer or sale or surrender or vacate the site or enter into any contract or order with any other bank/entity for the site without Bank’s permission. The bank will also have the first right of refusal for the site before the vendor discontinues or terminates the agreement with the Bank.
12 April 2012 Page 6 of 70
c) Upon expiry of the contract period, the Vendor should make all efforts in transferring/assigning the rights under lease/rental Agreements executed between the Vendor and the respective landlords of all off‐site CD locations. d) Upon conclusion of the contract period/termination of the contract, the Vendor will be responsible to provide a smooth transition plan including all efforts to transfer/assignment of service contracts for continuation of services of (i) caretaker (ii) cash management (iii) Maintenance of ATM, UPS, AC, VSAT and other equipments (iv) Maintenance & Upkeep of ATM Sites etc. 4.3 Bid Document Availability and Cost of Bidding 4.3.1 Bid document availability The Bidding Document may be obtained from the Bank as under or downloaded from Bank’s Website www.bankofbaroda.com and the bid should be submitted on or before the due date and time brought out in the bidding document at the address given below: The Deputy General Manager E Business Department Bank of Baroda Baroda Corporate Centre 7th Floor, Baroda Sun Tower, C- 34 G-Block Bandra Kurla Complex Mumbai 400 051 Phone 0226698 3071 Fax 022 6698 1591 Bidders should note that all the information required by the Bank in RFP needs to be provided. Incomplete information may lead to non‐selection. 4.3.2 Cost of Bidding A non refundable bid amount of Rs. 50,000/‐ to be paid by means of a demand draft / pay order favouring the Bank payable at Mumbai being cost of Bid document. The amount will not be refunded to any prospective bidder 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 the Bid Amount demand draft / pay order is not received. 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.
12 April 2012 Page 7 of 70
4.4 Format and Signing of Bid 4.4.1 Each bid shall be submitted in the following 3 (three) parts : a. Part I ‐ Conformity to Eligibility Criteria b. Part II ‐ Technical Proposal c. Part III ‐ Price Bid (Indicative) The three parts should be in three separate covers, each superscribed with the name of the Project as well as “Conformity to Eligibility Criteria”, “Technical Proposal” and “Price Bid” as the case may be. 4.4.2 The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un‐amended printed literature. 4.4.3 Any inter‐lineation, erasures or overwriting shall be valid only if they are initialled by the person signing the Bids. The Bank reserves the right to reject bids not conforming to above 4.5 Documents Comprising the Bid 4.5.1 The envelope containing the “Conformity to Eligibility Criteria” should contain the following: a. Point‐wise compliance to the requirements as mentioned in Eligibility Criteria in Part – 3 of this RFP. b. All supportive documents evidencing conformity to each eligibility criteria. c. The Demand Draft / Pay Order of Rs. 50000/‐ payable at Mumbai being cost of bid amount in terms of clause 4.3.2 of the RFP. 4.5.2 Envelope comprising the Technical Proposal should contain the following : a. Vendor Organization Details as per Format 8.3 b. Conformity to compliance of Broad Scope of Work mentioned in Part 5 (in Format 8.8 ‐ Please ensure to cover all sub‐clauses in compliance chart) c. Conformity to compliance of Eligibility Criteria mentioned in Part 3 ( in Format 8.2 ‐ Please ensure to cover all sub‐clauses in compliance chart) d. Conformity to compliance of Technical and Functional Specifications (TFS) mentioned in Part 6 (in Format 8.10 ‐ Please ensure to cover all sub‐clauses in compliance chart) e. Offer Letter as per Format 8.1 and duly signed by the Bidder. f. Non‐Disclosure Agreement as per Format 8.6
12 April 2012 Page 8 of 70
g. Bid Security deposit (refundable) of Rs. 1.00 crore (Rupees one crore only). h. Manufacturer’s Authorization form as per Format 8.9 wherever applicable i. Format 8.5 regarding Service Support Details during contract period. j. A full description of the Technical Solution and its compliance which should provide an acceptable solution as described in PART 6 Technical & Functional Specifications in the form of literature, drawing and data While submitting the Technical Bid, literature on the software / hardware if any, should be segregated and kept together in one section / lot. The other papers like Bid Security, Forms as mentioned above etc., should form the main section and should be submitted in one lot, separate from the section containing literature and annual accounts. Any Technical Proposal not containing the above will be rejected. The Technical Proposal should not contain any price information, such proposal will be rejected. 4.5.3 Documents comprising Price Bid Envelope should be prepared as per the Format in Part 7 as furnished in the Bidding documents duly signed by the Bidder and completed. Price bids containing any deviations or similar clauses will be summarily rejected. 4.5.4 The Bidder shall submit all three (Conformity to Eligibility Criteria, Technical Proposal and Price Bid) Envelopes simultaneously to the Bank at the address given above in Clause 4.3.1. Bids are liable to be rejected if only one (i.e. Technical Proposal or Price Proposal) is received. 4.5.5 Please note to submit the non refundable bid amount of Rs. 50,000/‐ by means of a demand draft/pay order in a separate envelope while submitting the Bid. Bids are liable to be rejected if the same is not received. 4.6 Content of Bidding Document 4.6.1 The products required, Bidding procedures, and contract terms are prescribed in the Bidding Documents. The Bidding Documents include: Part 1 ‐ Request for Proposal (RFP) Part 2 ‐ Disclaimer Part 3 ‐ Eligibility Criteria Part 4 ‐ Terms and Conditions of Contract (TCC) Part 5 ‐ Scope of Work for CD outsourcing services Part 6 ‐ Technical & Functional Specifications (TFS) Part 7 ‐ Price Bid (Indicative)
12 April 2012 Page 9 of 70
Part 8 ‐ Other Forms and Annexure 4.6.2 The bidder is expected to examine all instructions, forms, terms and specifications in the RFP. Failure to furnish all information required or to submit a Bid not substantially responsive to the in every respect will be at the Bidder’s risk and may result in the rejection of the Bid. 4.7 Amendment of Bidding Document 4.7.1 At any time prior to the deadline for submission of Bids, the Bank, for any reason, whether, at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Document, by amendment. 4.7.2 Notification of amendments will be put up on the Bank’s Website and will be binding on all Bidders. 4.7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids. 4.8 Bid Prices 4.8.1 The prices indicated in the Price Schedule shall be entered in the following manner: a) The total price quoted should be inclusive of applicable taxes, duties, levies, charges, Road Entry Tax, Octroi etc., as also cost of incidental services such as transportation, insurance etc. but exclusive of Service Tax payable to Government Authorities. b) Price quoted in the Price Schedule as per the Format in Part 7 shall be valid for a minimum period of Contract Period (i.e. 7 years) from the date of signing of the Contract by the Vendor for the respective Bank. 4.8.2. Prices quoted by the Bidder shall be fixed during the period of the Contract and shall not be subject to variation on any account, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid submitted with an adjustable price quotation will be treated as non‐responsive and will be rejected. In case of any new tax on the services rendered by the vendor being introduced subsequently, the cost will be borne by the Bank.
12 April 2012 Page 10 of 70
4.9 Bid Currency Bids are to be quoted in Indian Rupees only. 4.10 Bid Security 4.10.1 The Bid Security amount is Rs. 1.00 crore (Rs. One crore only). 4.10.2 The Bidder shall furnish, as part of its Bid, a Bid security amounting to Rs. 1.00 crore (Format 8.13). The Bid security is required to protect the Bank against the risk of Bidder’s conduct, which would warrant the security’s forfeiture. 4.10.3 The Bid security shall be denominated in Indian Rupees and shall be the form of a Bank guarantee issued by another Public Sector / Private Sector Bank in India, acceptable to the Bank, in the form as per Format 8.13 provided in the Bid, valid for forty‐five (45) days beyond the validity of the Bid. 4.10.4 Any Bid not secured, as above, will be rejected by the Bank, as non‐responsive. 4.10.5 Unsuccessful bidders’ Bid Security will be discharged or returned as promptly as possible, but not later than sixty (60) days after the expiration of the period of Bid validity. 4.10.6 The successful Bidder’s Bid security will be discharged upon the Bidder signing the Contract as per Format 8.10 and furnishing the Bank Guarantee as per Format 8.11. 4.10.7 The Bid security may be forfeited: a) if a Bidder withdraws or amends its Bid during the period of Bid validity specified by the Bidder on the Bid Form; or b) if a Bidder makes any statement or encloses any form which turns out to be false/incorrect at any time prior to signing of Contract; or c) in the case of a successful Bidder, if the Bidder fails; (i) to sign the Contract; or (ii) to furnish Bank Guarantee, 4.11 Period of Validity of Bids 4.11.1 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. 4.11.2 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. The Bid security provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security.
12 April 2012 Page 11 of 70
4.12 Sealing and Marking of Bids 4.12.1 The Bidders’ shall seal one envelope each of “Conformity to Eligibility Criteria”, “Technical Bid” and “Price Bid” and the three envelopes shall be enclosed and sealed in one outer envelope. The Bidder should additionally submit soft copies of the Technical Bid documents & Specifications in the form of CD separately. The inner and outer envelopes shall bear the Project Name as under: For Conformity to Eligibility Criteria : "Installation of 3264 CDs in RAJASTHAN Eligibility Criteria Ref: RFP dated 12.04.2012” For Technical Bid : " Installation of 3264 CDs in RAJASTHAN Technical Bid Criteria Ref: RFP dated 12.04.2012” The Technical Bid should contain following (separately for each geographical area): a. Offer Letter as per Format 8.1 b. Non‐Disclosure agreement 8.6 c. BG / Demand Draft for Bid Security for amount of Rs.1.00 crore. d. Bidder Organisation details as per format 8.3 along with enclosures for the information requested therein. e. Track Record of past operations as per Format 8.4. f. Technical Specification of CDs as per Part‐ 6 of this RFP. g. Certificate of Single Point Responsibility for all Sub‐contracts for installation of CDS and Managed Services (Format 8.7). h. Undertaking of Scope of Work (Format 8.8) i. Manufacturer’s Authorisation (Form 8.9) j. Any other document for the information required as per the terms of RFP. For Price Bid : Installation of 3264 CDs in RAJASTHAN Price Bid (Indicative) Ref: RFP dated 12.04.2012” 4.12.2 If the outer envelope is not sealed and marked, the Bank will assume no responsibility for the Bid’s misplacement or premature opening. 4.13 Deadline for Submission of Bids 4.13.1 Bids should be received by the Bank at the address specified, no 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.
12 April 2012 Page 12 of 70
4.13.2 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. 4.14 Opening of Technical Bid 4.14.1 Technical Bids will be opened in the presence of authorized representatives of the bidders. 4.14.2 The Bidders’ names, withdrawals and the presence or absence of requisite Bid Security and such other details as the Bank, at its discretion, may consider appropriate, will be announced at the time of Technical Bid opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder. 4.15 Preliminary Examination 4.15.1 The Bank will examine the Bids to determine whether they are complete, required formats have been furnished, the documents have been properly signed, and the Bids are generally in order. 4.15.2 The Bank may, at its discretion, waive any minor infirmity, non‐conformity, or irregularity in a Bid, which does not constitute a material deviation. 4.15.3 The Bank will first examine whether the Bid and the Bidder is eligible in terms of Part 3 – Eligibility Criteria. 4.15.4 Prior to technical evaluation, the Bank will determine the responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security, Applicable Law, Bank Guarantee, Eligibility Criteria, Insurance, AMC and Force Majeure will be deemed to be a material deviation. 4.15.5 The Bank’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself, without recourse to extrinsic evidence. 4.15.6 If a Bid is not responsive, it will be rejected by the Bank and may not subsequently be made responsive by the Bidder by correction of the non‐conformity.
12 April 2012 Page 13 of 70
4.16 Technical Evaluation 4.16.1 Bids of only those Bidders who have been found to be in conformity of the eligibility terms and conditions during the preliminary evaluation would be taken up by the Bank for further detailed evaluation. The Bidders who do not meet the eligibility criteria and all terms during preliminary examination will not be taken up for further evaluation. 4.16.2 The Bank may use the services of external consultants for technical evaluation. 4.16.3 The Bank reserves the right to evaluate the bids on technical & functional parameters including visit to inspect live site/s of the bidder and witness demos of the system and verify functionalities, response times, etc. The technical bids will be evaluated inter alia on the basis of the following key criteria: a) Certifications for the CD from the Vendor of the Banks’ ATM Switches. b) Ability of the proposed CDs to meet functional requirements outlined in this document. c) Compliance with technical specifications laid down in the RFP. d) Bidder /subcontractor's support facilities. e) Project management capabilities of the Bidder. f) Project management capabilities of the subcontractors, agents and partners of the Bidder. g) Bidder and his subcontractor's experience / expertise with respect to the scope of work laid down in the RFP. h) Availability of Managed Services Centre with a DR setup owned by the Bidder / sub‐contractor and its capacity to take additional ATMs. 4.16.4 Bidders who fulfil all qualifications mentioned in Part 3 of Eligibility Criteria of this RFP are eligible to participate in this tender process. 4.16.5 Bank will evaluate the technical and functional specification of all the equipments quoted by the Bidder. 4.16.6 Bank reserves the right to waive any of the Technical and Functional Specification during technical evaluation if in the Bank’s Opinion it is found to be minor/deviation or acceptable deviation. 4.16.7 During evaluation of the Bids, the Bank at its discretion may ask a bidder for clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted. 4.16.8 Bidders may be called to give presentation of their solutions with its capabilities at their own cost, which will be taken into account for technical evaluation of the Bidders.
12 April 2012 Page 14 of 70
4.17 Reverse Auction 4.17.1 Price bids submitted by only those Bidders whose bids are evaluated by the Bank as technically responsive will be opened. The commercial bids of all bidders not found eligible as per the requirements of this RFP will be returned to them unopened against acknowledgement. 4.17.2 The Reverse Auction process of bidding will be followed. Only the technically qualified bidders will be asked to participate in the reverse Auction, which will be conducted for this purpose. The business rules, term and conditions of the Reverse Auction process will be provided to the selected bidders in due course. 4.17.3 The L‐1 bidder will be determined on the basis of the lowest price quoted in the Reverse Auction. 4.18 Contacting the Bank 4.18.1 No Bidder shall contact the Bank on any matter relating to its Bid, from the time of opening of Price Bid to the time the Contract is awarded. 4.18.2 Any effort by a Bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison or contract award may result in the rejection of the Bidder’s Bid, including forfeiture of the Bid Money. 4.19 Award of Contract Criteria 4.19.1 The Bank will award the Contract to the successful Bidder who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be responsive, and is the lowest price bid in the Reverse Auction. 4.19.2 No vendor can have more than 7 successful Bids across the country. 4.20 Bank’s right To Accept Any Bid and to reject any or All Bids 4.20.1 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. 4.20.2 Banks reserves the right to reject any Bid on security and other considerations without assigning any reason. 12 April 2012 Page 15 of 70
4.20.3 Bank reserves the right to cancel the entire Bidding/procurement process at any stage without assigning any reason whatsoever. 4.21 Notification of Award 4.21.1 Prior to expiration of the period of Bid validity, the Bank will notify the successful Bidder/s in writing or by e‐mail, that its Bid has been accepted. 4.21.2 The notification of award will constitute the formation of the Contract. 4.21.3 Upon notification of award to the L1 Bidder, the Bank will promptly notify each unsuccessful Bidder and will discharge its Bid security. 4.21.4 After identification of L1 Bidder / multiple Bidders, each participating Bank will follow its internal procedure for necessary approvals and thereafter proceed with notification of award to L1 / Multiple Bidders as the case may be. 4.21.5 If the bidder is already L1 vendor in 7 Bids / Geographical clusters, he will not be notified as successful in further Bids / geographical clusters. 4.22 Order The order will be placed exclusively with the L‐1 bidder. In case the Bank decides to terminate the contract (please refer to clause 4.38), the entire / unexecuted part of Purchase Order will be offered to the L‐2 bidder provided the L‐2 bidder is willing to match the L‐1 price. If, however, the L‐2 bidder is not willing to match the L‐1 price, the order will be cancelled and fresh tender floated by the Bank. 4.23 Signing of Contract 4.23.1 At the same time as the Bank notifies the successful Bidder that its’ Bid has been accepted, the Bank will send the Bidder the Contract Form as per Format 8.10. 4.23.2 Within 15 days from the date of receipt of the Form of contract, the successful Bidder shall sign and date the Contract and return it to the Bank. 4.24 Bank Guarantee 4.24.1 The selected vendor will be required to submit to each participating bank a Bank Guarantee for an amount calculated @ Rs.10000/‐ per CD for the entire contract period in the required format within 21 days from the Date of receipt of 12 April 2012 Page 16 of 70
notification of Contract. The Guarantee will be discharged by the bank on satisfactory completion of the vendor’s obligations. 4.24.2 The proceeds of the Bank Guarantee shall be payable to the Bank as compensation for any loss resulting from the Vendor’s failure to complete its obligations under the Contract. 4.24.3 The Bank Guarantee shall be denominated in Indian Rupees and shall be issued by a Scheduled Commercial Bank in India (other than the concerned bank), acceptable to the Bank in the Format 8.11. 4.24.4 Failure of the successful Bidder to sign the contract and return it to the Bank within 21 days from the date of award of contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid security. 4.25 Publicity Any publicity by the Vendor in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank. 4.26 Advertisement The Bank will have full advertising rites at all sites which shall contain publicity material of the Bank only and display important information to the customers. No third party advertising including that of Vendor shall be allowed at ATM sites. 4.27 Insurance It is the sole responsibility of the Vendor to obtaining adequate insurance cover for the CDs and accessories, UPS, AC and other infrastructure deployed, Cash in transit, Cash in the CDs and Cash held in Vault of the CMA. The Vendor is responsible to reimburse the Bank the loss of Cash in transit, cash held in Vault of CMA without waiting for settlement of Insurance claim. 4.28 Service Level Agreement The selected Vendor shall enter into Service Level Agreement, containing all the Terms and Conditions of this tender including confidentiality, non‐disclosure and penalty clauses, with the Bank for a period of 7 years from the date of signing of the Contract. 4.29 Use of Contract Documents and Information 4.29.1 The Vendor shall not, without the Bank’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern,
12 April 2012 Page 17 of 70
sample or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the Vendor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. 4.29.2 The Vendor shall not, without the Bank’s prior written consent, make use of any document or information for purposes of performing the Contract. 4.29.3 Any document, other than the Contract itself, shall remain the property of the Bank and shall be returned (in all copies) to the Bank on completion of the Vendor’s performance under the Contract, if so required by the Bank. 4.29.4 The successful Bidders shall submit a non‐disclosure agreement as per Format 8.6 on non‐judicial stamp paper of appropriate value before signing the contract. 4.30 Patent Rights In the event of any claim asserted by a third party of infringement of copyright, patent, trademark, industrial design rights, etc., arising from the use of the Goods or any part thereof in India, the Vendor shall act expeditiously to extinguish such claim. If the Vendor fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Vendor shall be responsible for the compensation to claimant including all expenses, court costs and lawyer fees. The Bank will give notice to the Vendor of such claim, if it is made, without delay. The Vendor shall indemnify the Bank against all third party claims. 4.31 Inspection 4.31.1 The Bank reserves the right to carry out inspection by a team of Bank officials, of any of the existing live installations of the Vendor referred to in the Technical Bid or demand a demonstration of the solution proposed on a representative model in bidder’s office. 4.31.2 Nothing stated hereinabove shall in any way release the Vendor any obligations under this contract. 4.32 Uptime Calculation 4.32.1 Uptime is calculated as accessibility / availability of the CDs for all types of transactions (list of transactions mentioned in technical specifications) supported on the CD. Availability should be for the end customer and the customer should be able to perform all transactions (financial & non‐financial) that are supported on the
12 April 2012 Page 18 of 70
CD including generation of the receipt on completion of transaction, dispensing of cash of all denomination for which ATM is configured. 4.32.2 Availability of ATM Delivery Channel is of critical importance to the bank and therefore, it requires uptime availability, as detailed below, for each CD for a calendar month (excluding the month in which the CD is installed): 4.32.3 The vendor will maintain a minimum uptime for CDs as detailed below:
• Urban centres (where overnight vaulting facility [OVF] is available) ‐ 97%
• Urban centres (where OVF is not available) ‐ 96%
• Semi‐urban & Rural centres ‐ 95% 4.32.4 For the purpose of calculation of Uptime, the Bank will treat CD as “Up” if successful transactions are taking place reported in ATM Switch including business declines on cash withdrawals such as insufficient balance and wrong PIN entries but excluding suspected transactions. 4.32.5 Successful Transactions i. The Transaction will be treated as Successful, in case of transaction hitting the Switch but Cash dispensation/acceptance failure causes due to the reasons attributable to the Bank. ii. The Transaction will be treated as Unsuccessful in case of transaction hitting the Switch but Cash dispensation/acceptance failure causes due to the reasons attributable to the Vendor. iii. A non financial transaction will be treated as successful only in case of hitting the transaction at Switch. 4.32.6 The following will be Standard Exclusions while calculating availability: i. A maximum of 10 hours per month for performance of Supervisory duties and Preventive Maintenance. This includes the time spend for cash loading at the ATMs.
ii. Actual downtime due to Cash Out on account of non‐supply of cash by the Bank. iii. Actual downtime on account of ATM Switch downtime iv. Force Majeure cases v. Non availability of connectivity for onsite ATMs vi. Core Banking Solution Host outages vii. Rural CDs going down between 9 pm to 7 am viii. Any other cause attributable to Bank’s infrastructure ix. Downtime during night hours for rural sites.
12 April 2012 Page 19 of 70
For example, if the month has 30 days i.e. 720 hours, 10 hours will be deducted for Supervisory Time, cash loading and Preventive Maintenance (assuming that there is zero downtime on account of non‐supply of cash and the non‐operation of Switch). Of the remaining 710 hours, the bidder has to ensure that the downtime does not exceed the limits specified in Clause 4.32.3 above. However, in case of Rural CDs, as availability may be restricted to 14 hrs per day as detailed in item 4.32.6.vii, an additional exclusion of 10 hrs per day (for 14 hrs per day, e.g. 06 am to 08 pm) will also be reckoned at the time of calculation of uptime. 4.32.7 Penalties For failure to ensure minimum availability per CD calculated on monthly basis, the penalty will be levied as under: Availability Urban with OVF Urban without OVF Semi‐Urban & Rural
below 97% 3%
below 96% 5% 3%
below 95% 7% 5% 3%
below 94% 10% 7% 5%
below 93% 12% 10% 7%
below 92% 15% 12% 10%
below 91% 17% 15% 12%
below 90% 20% 17% 15%
For example, if the monthly bill for a particular CD in an Urban area with Overnight Vaulting Facility is Rs.20,000/‐ and the availability of the machine is 92.67%, it incurs a penalty to 12%. Accordingly, 12% of Rs.20000/‐, i.e. Rs.2400/‐, will be deducted for this particular bill. 4.32.8 The vendor will be eligible for relaxation in penalty during the initial period of 6 month of installation of CD. The penalty during this period will be levied as under:
(i) For first 3 months‐ NIL (ii) From fourth to sixth month‐ 50% of the applicable penalty. (iii) Seventh month onwards‐ Full penalty. 4.32.9 Other Penalties a. The Vendor shall be charged penalty for Cash outs in any CD due to his lapse at the rate of Rs. 1,000/‐ per instance, per day. There will be no exclusions (other than standard exclusions) in this regard. However, for single currency cash out / one cassette cash out the CD may not be treated as Cash Out for the purpose of calculation of Penalty. This penalty will be concurrent with other penalties and the vendor will be required to pay only the amount which is higher.
12 April 2012 Page 20 of 70
b. Whenever the vendor is required to produce DVSS images in case of disputed transactions but is unable to do so for any reason, the vendor will be liable to pay the disputed amount. c. In case of Preventive Maintenance not being carried out once in quarter and/or Pest Control/Anti‐rodent measures not being carried out once in a year, a penalty of Rs. 500/‐ per instance per site will be levied. d. The Vendor will ensure to respond to Maintenance Service calls within the response times as set out below: i. For severe defects resulting in CD being completely non‐operational
• Within 2 hours within municipal city limit
• Within 4 hours beyond municipal city limits but upto 30 kms
• Within 6 hours beyond 30 km of the municipal limits ii. For operational defects in CDs which are still functional and usable
• Within 4 hours within municipal city limit
• Within 6 hours beyond municipal city limits but upto 30 kms
• Within 8 hours beyond 30 km of the municipal limits iii. For failures which are not critical
• Within 1 day within municipal city limit
• Within 2 days beyond municipal city limits but upto 100 kms
• Within 4 days beyond 100 kms of the municipal limits e. The Vendor will be given compensation/credit in the event of ATM Switch downtime of beyond 1 hour per month. The compensation/credit will be calculated pro rata based on the no. of daily average transactions of previous month for which invoice is raised by the Vendor. 4.32.10 For each of the downtime, there should be a base data, which captures the date and time of non‐availability (the start date and time and also end date and time for each non‐available reason). Reports should be generated automatically from the data based on scheduled tool. In cases of disputes on uptime, Bank will share its downtime details and Bank’s decision will be final. 4.32.11 The available time for CDs in Rural areas may be restricted to 14 hrs (e.g. between 6 am to 8 pm) as per geographical conditions of the cluster/ area as per requirement of the Bank. (Bank has to specify exact timings).
12 April 2012 Page 21 of 70
4.33 Operationalising the Services 4.33.1 The Vendor shall be responsible for operationalising all the services stipulated under this RFP within 2 months from the date of placement of purchase order. The Vendor shall operationalise the CDs in a phased manner in consultation with the Bank. 4.33.2 Any delay in implementation / operationalisation beyond the target date will attract a penalty of Rs. 2,000/‐ per day per CD for number of days of delay. 4.33.3 The CD will be commissioned after the successful testing of the following On‐Us/Off‐Us transactions along with successful functioning of the DVSS: (i) Cash Withdrawal, (ii) PIN change, (iii) Balance Enquiry. 4.33.4 The vendor is required to supply the CDs with the specifications as detailed in the Part 6 of this RFP. However, if all specifications are not readily available, the vendor may i. Roll out CDs with UL‐291 compliant safes, which must be UL‐291 certified within 6 months from the date of awarding the contract ii. Roll out CDs with 2 currency cassettes in rural area which must be upgraded to 4 cassettes within 6 months from the date of awarding the contract. The bank will, however, levy a penalty @ Rs.1000/‐ per month per CD for default of each of the above stipulations separately, e.g. If CDs are rolled out without these two requirements, the vendor will be liable for a penalty of Rs.2000/‐ per CD per month from the 6th month onwards for the default for (i) and (ii). There may be such vendors who fail to adhere to such stipulations beyond the stipulated period. All such vendors will be debarred from future contracts. 4.34 Termination of Contract 4.34.1 The Consortium of banks reserves the right to cancel the entire / unexecuted part of Purchase Order at any time by without assigning appropriate reasons in the event of one or more of the following conditions: a) Non‐satisfactory performance of the Vendor during implementation and operation. b) Failure to integrate / implement the project as per the requirements of the Bank. c) Serious discrepancies noted in the implementation of the project. d) Breaches in the terms and conditions of the Order.
12 April 2012 Page 22 of 70
e) The average availability in three consecutive months of all the CDs taken together is less than 90%. f) The vendor or his contractors are found to be indulging in unfair practices/committing frauds. g) The general maintenance of the sites and equipment is poor and there is no improvement despite bringing it to the notice of the vendor. h) The vendor repeatedly defaults in payments of site rent, electricity and communication bills, statutory dues, other subcontractors, etc. i) The Bank suffers a reputation loss on account of any activity of the vendor. j) The vendor becomes bankrupt / insolvent. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Bank. 4.34.2 In addition to the cancellation of purchase order, the Bank reserves its right to invoke the Bank Guarantee given by the bidder. 4.34.3 In case of breach of contract on part of the Vendor or the Bank, the affected party shall serve notice of breach on the other party. The party committing the breach shall, within 90 days of service of such notice take adequate steps to remedy the breach, failing which the affected party may enforce performance in accordance with applicable clauses of the Agreement. 4.34.4 Upon breach of contract and after the expiry of the notice period, if the Vendor fails to improve the performance and/or, does not take steps to remedy the breach, the Bank will be compelled to initiate takeover of assets. Under such circumstances following will be applicable: a) The value payable by the Bank to the Vendor will be depreciated amount of the fixed assets like CD machine, UPS, AC, VSAT, etc. as on the date of notice. The applicable rate of depreciation would be @20% p.a. for the invoice value of fixed assets inclusive of taxes, calculated on straight line method. (However, the Vendor may apply its own depreciation rate and method for maintaining its books of accounts internally). b) All other clauses (a) to (d) mentioned in 4.2.3 above are applicable in case of breach of contract also. 4.35 Review Meeting The participating banks together will hold a review meeting for each geographical cluster with the authorized representatives of the selected vendor periodically to review the project implementation and operation. In case of non satisfactory performance (refer to 4.34.1 above), the successful bidder will be given time till the next review to improve the performance. If the Consortium is not still satisfied with
12 April 2012 Page 23 of 70
the performance, bank reserves the right to terminate the contract, invoke the performance bank guarantee given by the vendor and award the remaining order to the L2 bidder provided he is willing to match the L‐1 price. Performance reviews will be conducted at District level also by the identified local coordinator. 4.36 Force Majeure 4.36.1 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. 4.36.2 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. 4.37 Jurisdiction All disputes would be subject to Indian laws and jurisdiction, and settled at courts in Mumbai. 4.38 Audit The vendor shall allow the Bank, its authorised personnel, its auditors (internal and external), authorised personnel from RBI / other regulatory & statutory authorities, and grant unrestricted right to inspect and audit the operations and records directly related to the services. In case any of the services are further outsourced/assigned/ subcontracted to other vendors, it will be the responsibility of the vendor to ensure
12 April 2012 Page 24 of 70
that the authorities / officials as mentioned above are allowed access to all the related places, including that of CMAs’ vaults, for inspection and verification.
4.39 Indemnity 4.39.1 The Vendor shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from any actions of the employees or sub‐contractors, agents of the Vendor. 4.39.2 The Vendor shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any law pertaining to patent, trademarks, copyrights etc. or such other statutory infringements in respect of all hardware and software used by them. 4.40 Compliance with Statutory and Regulatory Provisions It shall be the sole responsibility of the Vendor to comply with all statutory and regulatory provisions while delivering the services mentioned in this RFP. 4.41 Taxes and Duties 4.41.1 The Vendor shall be entirely responsible for all applicable taxes, duties, levies, charges, license fees, road permits, etc. in connection with delivery of products at site including incidental services and commissioning. 4.41.2 The vendor must also ensure that all applicable laws framed by the Central Government, State Government and Local Bodies, including payment of applicable minimum Wages and all laws pertaining to contract employees/ labour laws are complied with while providing caretaker services. The vendor may have to execute an indemnity bond in favour of the Bank in this regard. 4.41.3 Providing clarifications/particulars/documents etc. to the appropriate tax authorities for assessment of tax, compliance with labour and other laws, etc will be the responsibility of the vendor at his cost. 4.41.4 Tax deduction at Source ‐ Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Vendor. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Vendor from his responsibility to pay any tax that may be levied in India on income and profits made by the Vendor in respect of this contract.
12 April 2012 Page 25 of 70
4.42 Payment Terms and Rates 4.42.1 Payment will be made by the Bank on monthly basis in arrears on aggregated basis within 15 days for the first six month and thereafter within 7 days on submission of invoices by the Vendor along with the monthly downtime reports and muster rolls. 4.42.1 Price will be quoted for Off‐site CD. Bidders to note that 70% of the agreed price will be paid for On‐site CDs.
4.42.2 Bidders to note that for successful non‐financial transactions, per transaction payment will be made @25% of the price, applicable for both Onsite or Offsite CD as the case may be.
4.42.3 No amount will be paid for unsuccessful financial or non – financial transaction.
4.42.4 A discounted transaction rate will applicable be in the following manner:
Upto 100 transactions per day ‐ 0% (Nil discount) 101‐ 150 transactions per day ‐ 10 % discount on bid price 151‐ 200 transactions per day ‐ 20 % discount on bid price 201‐ 250 transactions per day ‐ 30 % discount on bid price Above 251 transactions per day ‐ 40 % discount on bid price
4.43 Minimum Guarantee
The bank will pay a minimum guarantee amount of Rs. 25,000/‐ per month or amount payable for 75 financial transactions per CD per day for that month, whichever is lower, for an initial period of 12 months, including the amount payable for the transactions put on the CD. 4.44 Caretaker Service Caretakers Services will be optional. Individual banks may, however, ask the vendor to provide this Service at identified sites for which they will negotiate the rate for Caretaker Services with the vendor separately. 4.45 Single Note Acceptor The requirement for Single Note Acceptor (SNA) will be optional. Banks will separately ascertain their requirement of SNA or BNA (Bunch Note Acceptor) and ask the vendor to provide this Service at identified sites for which they will negotiate the rate for deposit transactions with the vendor separately. 4.46 Solar UPS System
Solar Power UPS will be optional, as vendors have to ensure the minimum prescribed uptime.
12 April 2012 Page 26 of 70
PART 5 : SCOPE OF WORK FOR CD OUTSOURCING SERVICES 5.1 Cash Dispenser (CD) procurement, installation and maintenance a) Bidder is responsible for procurement, installation and maintenance of CDs as per the Technical Specifications mentioned Part 6 of this RFP document. b) Bidder should provide all new CDs (not refurbished) with biometric functionality. c) The CDs should be maintained by the Bidder / Vendor for the contract period of not less than 7 years. The AMC shall be carried out by OEM or its authorized dealers for a period not less than 7 years. d) CDs deployed should comply with RBI, IBA, EMV, NPCI/NFS guidelines. If any new guidelines are issued by these organisations, the bidder/vendor shall arrange for its compliance / upgradation and bear the cost for the same. 5.2 Centralized Electronic Journal (EJ) Pulling / software distribution 5.2.1 Electronic Journal (EJ) a) The ATMs / CDs deployed should be compatible with the EJ pulling software agents such as Tranxit/SDMS/Radia/Infobase etc.and /or with any other EJ pulling agent that may be deployed from time to time. Agent installation on ATMs / CDs as may be required from time to time will be the responsibility of the bidder / vendor and will be done free of cost i.e. without any cost to the Bank. b) The Vendor should have the facility to extract the Electronic Journals of all the transactions in each of the ATMs, to a centralized location /Server. c) The vendor has to provide EJ on T+1 basis for reconciliation purposes to bank in the format desired by reconciliation software of the bank. d) ATM‐wise EJs should be stored in the EJ server of the Vendor at a centralized location for minimum period of 6 months. Bidder to ensure EJ pulling from the ATM at specified time as per Bank/vendor's specifications. ATM‐Wise EJs pulled are to be spooled separately and pushed to the designated server on daily basis. ATM‐wise EJ data should be made available for a minimum period of twelve months. The EJ data may be purged by the Bidder after seeking confirmation of the Bank, after taking necessary Backup and handing over this backup to Bank’s Team. e) EJ pulling should be done on daily basis and sent to banks’ designated servers on T+1 basis. f) The Vendor should provide EJ viewer facility to the Bank. g) In case of settlement of any claim of the Cardholder by the Bank in the event of non‐availability of EJ for the same, the Bank reserves the right to recover the amount of transaction claim from the Vendor. h) The process of extracting and sending EJ to Bank’s DC:
12 April 2012 Page 27 of 70
i. The EJ’s will be pulled each day between 00:00 Hrs and 07:00 Hrs. for the previous day through automated schedules configured for daily EJ pulling at the server.
ii. The EJ’s which cannot be retrieved through the automated schedules shall be retrieved & delivered to the Bank on next day before 1.00 pm.
iii. Customer transactions will take precedence over the EJ pulling process and if a transaction occurs while EJ is being pulled the EJ process will be stopped to complete the transaction. The remaining part of the EJ will be pulled after the transaction is completed. 5.2.2 Content Management a) Vendor should provide Software and Screen distribution from central location to different CDs rolled out under the tender to facilitate individual configuration and screen displays. b) Facility for remote loading of CD screens and Software distribution should be available including provision of software for such facilities and the activity should be carried out by the bidder/vendor free of cost. The Bank will not provide any software/agent for the same nor pay for these agents separately. c) The CD screen will only be used for display of publicity material of Bank or financial institutions which are approved and regulated by entities like RBI, SEBI, IRDA, PFRDA etc. (Subject to compliance with regulatory guidelines). However, the Bank can utilise the ATM screens for displaying its own products (to the extent of 33% of the available time). d) The screen distribution should be platform independent – should support Windows XP operating system normally installed on Banks CDs. e) The system adopted should be capable of distributing screens at CDs running on VSATs, leased lines, CDMA, RF, Wifi etc. f) The solution should support PCX, GIF, MPEG, FLC, FLI and other audio / video file formats. g) The solution should be capable of centralized distribution of screen at scheduled and ad hoc basis. h) The solution should be capable of centralized distribution of software upgrades and patches to the CDs. i) The solution should be capable of centralized distribution of antivirus patches to the CDs. j) The solution should be capable of distributing screens at specified number of CDs. k) The solution should be capable of performing rollback if the ATM needs to be brought to the previous state. l) All necessary hardware / software etc. shall be provided by the bidder for screen distribution.
12 April 2012 Page 28 of 70
m) The connectivity with back up arrangement between the managed center of the bidder and Bank’s Data Center and DR Site shall be provided by the Bidder at no extra cost to the Bank. n) The bidder shall provide the MIS/Reports confirming the download. 5.3 Networking for connectivity of CDs 5.3.1 Switching Switching of ATMs will be the responsibility of respective Banks. 5.3.2 On‐site CDs Networking of On‐site ATMs to ATM Switch at Bank’s DC and DR site will be provided by the Bank through branch LAN Switch and router. The necessary LAN Cabling for the purpose will be done by the Bank. 5.3.3 Off‐site CDs a. All the Off‐site CDs should be networked by the bidder / vendor to Banks ATM Switch hosted at participating banks’ Data Centre DR locations. b. The vendor should provide reliable and uninterrupted connectivity for offsite CDs. Using leased line / CDMA / VSAT. Newer technologies like WiMax, 3G etc. will also be acceptable subject to the clearance from Bank’s Information Security Department. The sizing of bandwidth of leased line, VSAT, CDMA should be adequate to provide reliable and uninterrupted connectivity for Off‐site CDs. Vendor should ensure that all the transactions carried on the CD are processed seamlessly. c. Bidder should also arrange for VSAT backhaul (Bharti Airtel, HECL, HCL Comnet, etc.), 3G, Wimax, CDMA backhauls for connecting to the Bank’s ATM Switch and DR. d. Leased circuits for backhaul links shall not be shared with any other customer. e. The backhaul link each between Networks service provider’s Hub/NOC, to banks’ Data Centres and Disaster Recovery Centres should be configured with end to end IP Sec, 3DES. Managed Services center of the Bidder also need to be connected to banks’ Data Centres and Disaster Recovery Centres for monitoring purpose. Backhaul Link can be given on MPLS VPN. However, the end to end IPSec 3DES need to be ensured. f. A backup link of 2 mbps or higher to the Primary Backhaul links from a different service provider with end‐to‐end IP Sec/3DES or any higher version should also be provided by the Service Provider. The Backhaul infrastructure for a particular Bank can be shared for various clusters (if tenders won by the same bidder for
12 April 2012 Page 29 of 70
different clusters). However, the backhaul infrastructure will not be shared amongst Banks. Each Bank will provide dedicated backhaul infrastructure. g. Bidder should provide, install and maintain routers and/or other network equipments at Bank’s banks’ Data Centres and Disaster Recovery Centres and at the vendor’s Hub/NOC. This should be done in consultation with banks’ Networking Departments. h. The Vendor should allocate dedicated IP addressing scheme in co‐ordination with Bank’s Networking Department/ System integrator of the Bank. i. The proposed networking plan with all technology details should be enclosed to the Technical Bid. j. The Vendor is required to undertake all the up‐gradation / installation of Operating System patches as and when required. The Vendor should ensure that their network equipments installed at Bank’s DC and DRC are on dual power supply. k. The Network should adhere to the following security aspects: i. Strong Authentication( authentication ) ii. IPSec tunnel for the traffic from CD to banks’ Data Centres and Disaster Recovery Centres, as advised by the bank to ensure data confidentiality.
iii. Segregation of proposed network from other customers. If total physical segregation is not feasible, network level access controls including firewalls and router based access control should be implemented to ensure that there is adequate logical separation between the different systems/networks at the Hub/NOC. l. The Bank reserves the right to conduct post‐implementation audits of the Network to ensure that the security controls are in place. m. The Vendor should carry out necessary configuration changes in their network, if in future the Bank decides to carry out design modification and/or application modification to the Banks’ ATM network, including modification for the security policy implementation. The cost of such configuration modifications should be entirely borne by the Vendor. n. Bidder should have clear Disaster Recovery and Business Continuity Plan and the details of the same should be furnished. 5.4 Site Implementation Services (SIS) 5.4.1 The On‐site CDs will be installed at the Bank’s branch locations. The Bank will provide the following: a) Site will be provided by the Bank i.e. room with shutter. b) The electricity connection upto the ATM room. c) Payment of site rental d) Separate sub‐meter for electricity supply e) Networking arrangements including LAN Cabling. f) Expenses for On‐site CD relocation (if desired by the Bank). 5.4.2 In case of any specific site, where the bank wants to set up a CD but the
12 April 2012 Page 30 of 70
vendor is reluctant on account of very high rental (i.e. above Rs.5000/‐ for Rural centres, above Rs. 8000/‐ for Semi‐Urban centres and above Rs.12000/‐ for other centres), the rental for such site will be paid by the bank and payment to the vendor will be as per the per transaction rates for on‐site CDs. 5.4.3 Site Work Specifications Bidder would be responsible for Site preparation and electric work as per the following specifications (the colour scheme will, however, be bank‐specific):
Item Description
1. FLOORING
Providing and fixing of 2' x 2’’ Vitrified ……… colour anti‐skid tiles for flooring (only).
Laying of Tiles for steps and Raisers depending on the site conditions.
2. FALSE CEILING
Providing and fixing exposed 'T' section suspended from the ceiling, including
necessary framework for the Armstrong type False ceiling.
5. PAINTING
Providing & applying 2 coats of enamel paint to the existing Rolling Shutters.
4. FIXED GLAZING
Providing and fixing external fixed glazing comprising of 10 mm Modifloat, Saint
Gobain, Asahi make clear glass covered with 100 mm x 50 mm aluminum sections
and clip with ……… colour mat finish powder coated (need transparent froster film
on glass).
5. MAIN DOOR
Providing and fixing polycarbonate door comprising of 2" x 2" vertical member and
top member, 50 mm x 150 mm top & bottom member, aluminum of Jindal make,
black powder coated, floor spring of Indus, Everite, Opel make, clip sections, 8mm
clear Modifloat/ Saint Gobain glass. Aluminium sections with groove for vertical, top
and bottom members to house wool/ rubber weather strip.
6. PANELLING
Panelling at entrance and walls to 7ft. / 8 ft. height made of 2" x 2" Aluminum box
section with 5mm ISO Aluminum Composite Panel.
Exterior Panelling of shutter with 4 mm Aluminum Composite Sheet with trap door
and all accessories.
7. PARTITION
Providing and fixing of 2"x2" Aluminum Box Section partition with 5 mm Aluminum
Composite panel / sheet lapped on front side and back side (only where backroom is
available) with 8 MM thick plywood finished with ……….. colour enamel paint.
12 April 2012 Page 31 of 70
Providing and fixing of flush Door with teak wood louvers, and necessary accessories
8. EXTERNAL CCTV CAMERA
All sites must be provided with a high resolution external CCTV camera capable of
capturing identifiable images. It should be located at a secure, hidden spot to
record all events within the site but should not be positioned so as cover the Pin
Pad. It should be capable of providing Time Stamp.
9. GROUTING
Drilling 10”‐12” holes in the flooring and hammering metal sleeves in these holes. Putting in Anchor fasteners ‐ min. 8” long anchor fasteners, preferably of Fischer make. Applying resin adhesive (Araldite) over the finished bolt positions for improved bonding.
Note : Colour schemes will be bank‐specific.
Electrical work specification
Item Description
8. ELECTRICALS
Flame Retardant Low Smoke (FRLS) wires of (Finolex/R.R.Kablr/Anchor/Havell’s
/Polycab) make are to be used.
4.0 sq. mm wires are to be provided from main supply and air‐conditioner
(wherever installed) power supply, with earth wires of size 2.5 sq mm. 2 Nos Metal
clad with 20A MCB for Aircons
2.5 sq mm wires are to be provided for UPS supply circuits, lighting circuits and
board light supply with 1.50sq. mm. earth wire. 20 Amps metal clad plug and socket
DB is to be provided for input and output supply of UPS
15A Cable tops, cables for input and output to and from UPS Unit.2 Nos. Metal clad
with 20A MCB for UPS input and Output,
Providing and fixing modular type switches/ sockets of make Legard, Mossaic/ M.K
India wrap around/ Schneider Electric Cllpsal/ Anchor – Ave, Woods / Havell’s –
Crab Tree. 6 Nos light points comprising of 6A Single switch for CFL and LED lights,
9. MAIN CABLING
Providing & laying of 10 Sq. mm. UG cable from ATM main DB to panel board.
10. EARTHING
Supply & installation of 500x500x5mm copper plate earthing with 2.5 m long
12 April 2012 Page 32 of 70
500mm dia 'B' class G.I. Pipe with No. 8 copper wire from the bottom of pipe to top
clamp and perforated holes, cast iron funnel with wire gaize on top of watering
arrangement, electrode buried alternative layers of Salt/Charcoal providing double
clamp arrangement on top using fastened to the earth electrode with suitable brass
bolt & nut as required including masonry chamber construction. P/f of 6 Sq mm PVC
insulated copper wire with proper conducting from earth pit to UPS.
11. DATA CABLING
Finolex 4 pair Cat ‐ 6 Cable wiring with I / O socket in PVC pipe with proper
conduiting. Additional Cat 6 cable is required on same root as backup.
VSAT Cable Conduiting :‐ Cable to be conduit in flexible pipe with proper clamping
from ODU to IDU
12. SIGNAGE & LOLLIPOP
Vinyl made of appropriate size for the site
13 .ACCESSORIES
Chair‐1 No good quality / branded plastic chairs with handles for Security guard,;
Ready make light blue colour plastic Dust Bin ‐1 No for waste papers
Soft Board for displaying notices‐ 1 no, 12 mm thick soft board covered with 25 mm
X 25 mm teakwood frame covered with blue coloured carpet cloth
Writing Glass ‐1 No, Brochure Holder ‐1 No.
Fire Extinguisher‐1 No.,2 kg. ABC type
Burglar Alarm‐ 1 No,
Door Matt 1 nos.
a. The vendor is required to install and maintain UPS with minimum 4 hours battery backup. At all locations or where electricity availability is erratic, battery backup should be 8 hours is required. However, it is responsibility of the Vendor to arrange for uninterrupted power supply for ATM functioning. In areas where there is load shedding, the Vendor should arrange for alternate Power supply arrangements like Diesel Generator set, solar power, etc. to maintain the prescribed uptime per CD. UPS units should be SNMP enabled for Centralized Monitoring and control purpose. b. The vendor must ensure ambient environment for the machines. c. At least 33% of the CDs (to be decided by each bank) have to be enabled for the visually challenged and the physically challenged as per RBI instructions. The CD must be suitable for wheel chair based operation / for the visually challenged and a ramp should be made at as part of SIS at sites identified by banks.
12 April 2012 Page 33 of 70
d. The bank may undertake a quality test check of not more than 10% randomly selected sites by its own or external auditors of its choice to ascertain adherence to the technical specifications (both civil and electrical) at its own cost. In case of non‐adherence in a few cases, the vendor will be required to regularize the position within a period of 90 days. In case of failure to do so or in case of general non‐adherence of the technical specifications, bank may consider termination of the agreement as detailed in Clause 4.34 of this RFP. 5.4.4 Off‐ Site CDs Bidder/Vendor shall conduct site identification exercise and offer suitable site in the vicinity of locations desired by the Bank. Bidder/ Vendor would be responsible for the following: a. The site should be at the ground floor and on the main road at the prominent locations like corporate outlets, market places, malls, etc. b. The area of site shall be 70 ‐ 100 sq ft. suitable for installation of CD c. Site should be accessible round the clock. However, exceptions would be made in case of certain establishments where public access is prohibited after certain time only with prior permission of the Bank. d. Bank will indicate broad area of the centre, name of District, etc. The Bank’s prior approval is not required to be obtained by the Vendor. e. The Vendor will, however, seek confirmation about the bank’s link branch for Cash Replenishment which, in normal course, will be advised within one week by the concerned Regional Office. f. The Vendor should enter into lease agreement/ownership for the site, roof rights in case of VSAT installation/solar panel installation where new ATMs /CDs are proposed to be installed. g. Vendor is responsible for timely payment of Rent, electricity bills, all applicable taxes, lease deed expenses and any other expenses. h. Obtaining all statutory approvals from the landlords and municipal and concerned authorities. i. Installation and maintenance of UPS with minimum 4 hours battery backup. At locations or where electricity availability is erratic, battery backup should be 8 hours is required. However, it is responsibility of the Vendor to arrange for uninterrupted power supply for ATM functioning. In areas where there is load shedding, the Vendor should arrange for alternate Power supply arrangements like DG set, solar power, etc. j. Site preparation as per the specifications given in 5.4.3 above. k. Bank’s prior approval is required to be obtained, in case the Vendor desires to relocate any of the CDs for reasons other than request from the Bank at his own cost. l. Any licenses/authorizations required for installation of ATM at selected site shall be arranged by Bank in the name of the Bank.
12 April 2012 Page 34 of 70
m. The vendor must ensure ambient environment for the machines. 5.4 Site Maintenance and Cleaning services a) The Vendor should ensure maintenance of ambience of ATM site. The site should be stain free, dust free. Vendor should undertake the following site maintenance activities: i. Cleaning and mopping the entire site twice in a day. ii. Cleaning includes flooring, glass door, laminates, ceiling, ATM machine, AC fins, dusting the other fixtures in ATM room.
iii. Electrical and lighting maintenance like replacing lights, tubes, bulbs, holders, electrical switches, starters, chokes, etc. as and when required. The problems with the lights including replacements are rectified within 4 hours.
iv. All lights within the CD room and outside like Backlit signage, Glow sign boards and all other lights are functioning at all times.
v. Conducting earthing checks vi. General maintenance of UPS, AC units, flooring, ceiling, Leakage / Seepage, Signage repairs/replacements, replacement & maintenance of Door closures, lights, etc..
vii. Preventive Maintenance at least once in a quarter under advice to the bank. viii. Pest control services at least once in a year ix. Replenishing posters, stickers as and when required as when required by the Bank and provided the Bank. b) Bank officials will inspect the site a least once in a month. The vendor should repair / replace the defective / non‐functioning furniture, fittings and equipment within two days of the official communication to the Vendor. c) The Vendor and/or his equipment suppliers/agents/partners should have presence in major cities/district headquarters with support offices and spare part supply depots. d) The Vendor and/or his equipment suppliers/agents/partners should have adequate number of engineers and trained personnel to ensure quick resolutions and minimum downtime. 5.5 Caretaker Services (Optional) In case, Caretaker Services are opted for by any bank, the vendor must ensure that a) smartly uniformed, alert and attentive personnel is present 24x7x365 at the site. b) The caretaker engaged should be able to provide minimum guidance to the Cardholders. c) a policy is in place for engaging caretakers including background check. d) all applicable laws framed by the Central Government, State Government and Local Bodies, including payment of applicable minimum wages and all laws pertaining
12 April 2012 Page 35 of 70
to contract employees/ labour laws are complied with while providing caretaker services. The vendor may have to execute an indemnity bond in favour of the Bank in this regard. If the Vendor proposes to engage services of other agencies, full details of all contractors parties to be enclosed. 5.7 Incident Management (IM) Services 5.7.1 Bank will be responsible for providing Switch Data Feed to the Bidder for the purpose of managing the CDs deployed by the Vendor. Existing Switch Vendor will drive the ATMs. The Switch feed will be given to the selected Vendor within 4 weeks of the signing the Contract form in the format required by the selected Vendor along with the required documentation at the cost of the Bank. If the Bank changes the Switch during the 7 years of the contract period, the Switch Feed will be given in the same format at the Bank’s cost. 5.7.2 Bidder should provide connection between the Managed Services Centre and ATM switch with high level security standards like network connectivity through IPSEC / 3DES dedicated servers located at Bidder’s end to remotely run special commands, firewall / De Militarized Zone (DMZ) and other IP security methods 5.8 Central Help Desk for ATM fault reporting and queries Bidder should provide a help desk that provides single point of contact manned by expert personnel for all service teams / managing multiple parties involved in resolving ATM uptime related problems. a) The Central help desk should be customized to cater to the Bank’s requirements, which eliminates any process duplication. In addition the successful bidder would be expected to have a service centre with dedicated telephone number in each of the districts in the geography for which they are implementing the contract. b) Bidder should install a dedicated telephone number with multiple lines to support the load of incoming calls without rejection and receive all service requests via that number. c) Bidder should ensure the highest level of availability of each CD terminal and entire ATM Network through Help Desk Services. d) Single, integrated view of the network of the ATMs should be provided by Bidder to know the status of each ATM. Any discrepancy noticed must be rectified immediately in coordination with switch vendor and any third party vendor involved e) A web‐based application with reporting tool should be made available to the Bank’s ATM Dept. for monitoring performance of the ATM network.
12 April 2012 Page 36 of 70
f) The Vendor should maintain complete confidentiality in the matters related to CD as they deal with the financial / customer data pertaining to the Bank. 5.9 FLM Services 5.9.1 The Vendor should attend to the following matters as are standard FLM Services calls: a) Clearing Paper Jam of JP roll and Receipt Printer roll b) Removal or clearing of currency jams and captured cards. c) Supply and Replenishment of consumables such as JP Paper, Receipt paper, etc. without any quantitative limit. d) Site maintenance, maintaining environmental conditions and Cleaning work as mentioned above in para 5.6 of Scope of Work e) Machine resets, CIT caused errors and other reasonable requests. f) Replacement of defective LAN cables g) Taking backup of camera images (of all three camera mentioned in Technical Specifications) on monthly basis on a suitable backup media and handing over the same to the controlling office. h) Maintaining proper register of the backup taken for DVSS with acknowledgement from Controlling Office and handover of backup to Controlling Office. i) Bidder under FLM services should replenish the consumable like paper for receipt printer and Journal Print and printer ribbon without any quantitative limit. j) If Thermal Paper used for Receipt / JP, it should have the quality to retain the print at least for one year period. 5.9.2 Vendor should provide FLM services on 24 X 7 X 365 basis. 5.9.3 Preventive Maintenance should be conducted once in a quarter to ensure that the ATM is maintained in good operating condition and the report should be submitted to the Controlling Office concerned. Preventive Maintenance may be scheduled at a time convenient Bank i.e. it should not affect the customer service. 5.10 Cash Replenishment Services (CRS) 5.10.1 Under this service, the Bidder should undertake replenishment of adequate cash as often as necessary to ensure that the service at the ATM is not disrupted on account of cash outage etc. The replenishment process, inter alia, would include
• receiving cash from a designated Currency Chest/cash branch of the Bank,
• conducting the ADMIN transaction at ATM,
• performing End of Day (EOD) and
12 April 2012 Page 37 of 70
• furnishing detailed MIS as required by the Bank and
• any other activity related to the process. 5.10.2 Cash Management Services include monitoring and managing the availability of Cash in the network of ATMs. The Vendor may undertake Cash Management Services or authorize a third party Cash Management Agency (CMA) for the same. Vendor should obtain prior approval of the Bank before appointing any agency as CMA. Copies of the agreements entered into by the Service Provider with their CMA agencies shall be made available with the bank. The Vendor will, however, act as single point of contact for cash collection even if the cash related activities are outsourced to third party i.e. CMA. 5.10.3 Online Cash Balances shall be provided by the Bank to Vendor regularly through switch feed. a) Vendor should conduct Cash forecasting exercise for CDs rolled out under this tender of the Bank, based on analysis of the Cash dispensation pattern of ATMs and suggesting limits for replenishment and its periodicity to the Bank and managing special events and seasonal requirements. b) Bidder should send cash Indent to the cash branch by Day “0” (Day prior to the cash is required to be supplied by the Bank to the CMA) for Vaulting of Cash and Replenishment of cash. 5.10.4 Cash Replenishment and related Services a) Bank is responsible for providing ATM FIT cash for replenishing the CDs. b) The Bank will designate Braches called as Link Branch for providing Cash for replenishing the CDs. c) Vendor / CMA should pick up Cash from branches designated by the Bank. d) Cash issues by the Bank should be used only for replenishment of bank’s CDs. e) The Vendor shall be fully responsible for the actions and integrity of the persons employed to carry out the function of cash replenishment. f) The CMA should have Cash Vaulting facility and use secure armored cash vehicles for pickup and delivery g) The amount of cash picked up and replenished during a day must be squared off during the next working day in the absence of vaulting facility, and residual amount if any, must be deposited with the bank. h) Bidder / Vendor should submit duly attested photo list, signatures of the custodians and signatures of the authorized signatories to the cash issuing Branch under its covering letter to the Cash Branch i) CMA should perform End of Day (EOD) operation and generate Cash Balance Report (CBR) which should be submitted to the Bank on T+1 basis. The CBR should contain the following:
12 April 2012 Page 38 of 70
• Opening Cash
• Cash replenished
• Cash Dispensed
• Overage
• Shortage
• Cash in the Vaults of Service Provider or their agents.
• Cash in the Divert Bin,
• Closing Cash
• EOD Time j) In case of CD locations where cash replenishment is not required to be carried out on daily basis, EOD should be performed on the day on which cash replenishment is done. Cash Balance Reports (CBR) should also be generated on the same day and for such locations, the comprehensive CBR submitted every day must be indicative that EOD is not performed and cash replenishment is not done on that particular day. However, the vendor should ensure that no CD is left without EOD for more than 4 consecutive days. k) CMA should perform physical ATM Cash Balancing on each occasion of Cash Replenishment l) Cash replenishment details should sent to ATM cell at Bank’s DC on T basis i.e immediately upon loading the cash in ATM and consolidated CBR report needs to be submitted on T+ 1 Basis to the Bank. m) These Reports shall be submitted on a daily basis in respect of each CD. The Service Provider would also be required to submit a Comprehensive Cash Reconciliation CBR on a daily basis. n) Upon reconciliation, if any difference is observed, the Bank’s reconciliation team will intimate the same to the Vendor. o) The Vendor should attend the same within 3 working days of reporting the difference. If the service provider does not respond by the 3rd working day, the difference amount will be recovered from the Service Provider on 4th working day. p) The Vendor should submit any other report that may be required by the Bank from time to time. q) CMA should undertake updating of Transaction Journal through Admin Cards. r) CMA should handover JP rolls to the respective Cash Branch s) CMA should collect captured cards from the ATM locations (wherever applicable) and delivering them to the respective Cash branches of the Bank for which a register shall be maintained by the Bank t) CMA clear Reject bin / divert bin u) Cash Indent will be prepared by Vendor & sent to the CMA Agency as well as to Bank v) Forecasting of Cash requirement for ATM should be based on past dispense and average dispense of that ATM. However Cash indent/ replenishment at an ATM 12 April 2012 Page 39 of 70
should not exceed the quantum of cash envisaged to be required for maximum upto 2 days and holidays. w) Cash indent will be raised by Vendor on Day “0” by 4:00pm via e‐mail on daily basis except Sundays/Public/National Holidays. (Day “0” is a day on which the indent is sent to Bank, Day “1” is a next working day of cash collection and replenishment). Subsequently, cash will be given by Bank on day “01”during the banking hours as agreed upon between the cash branch and the CMA. x) Vaulting facility is mandatory at all locations where ten or more ATMs/CDs are functioning. At all other centres, vaulting facility is not mandatory if not available already. At all such centres, cash should be indented, collected, replenished in CDs and surplus cash deposited back on the dame day. y) Bidder should ensure that the Overnight Vaulting limits are not breached and a daily monitoring is done as per the cash limit set by the Bank. z) Bidder should to produce detail indent hard copy while obtaining cash from Bank. Subsequently Vendor will provide Cash withdrawal Slip / Cheque to Bank for posting necessary entries. aa) Vendor/CMA should count the Cash and also flip through the bundles before accepting the Cash from Cash Branch. bb) The Vendor shall be liable for any shortage of cash and counterfeit notes found in the CD. Any such shortage must be made good by the Vendor within 4 working days. cc) Vendor should provide Vault Declaration to the Bank on regular basis. Whenever a new vault is added the same will be inspected and approved by the Bank. dd) Bank reserves the right to conduct surprise inspection .of the Cash in Vault of the Vendor/ CMA. ee) In case counterfeit currency is dispensed from CD, the responsibility will be of the vendor and penalty of RS. 10000/‐ per instance would be levied. 5.10.5 Takeover of existing ATMs The prospective bidders would be under obligation to take over the operation and maintenance services of ATMs which are now owned and operated by the Banks at 60% of the cost per transaction subject to the ATMs being in operation for less than seven years with the same terms and conditions. Vendors are required to take over the ATM, peripherals, networking and other equipment in ATM room owned by the Bank which support functioning of the ATM. 5.11 Security The vendor will be primarily responsible of security of CDs and should use the latest tools and gadgets to curb potential frauds.
12 April 2012 Page 40 of 70
5.12 Insurance a) The Vendor should ensure that the entire cash of the Bank handled by it in the vault/in transit/in CD is adequately insured with the bank as beneficiary. b) Insurance value should be as per the actual value of cash being handled at each Vault location and or in Transit or in CD. c) Vendor should submit a copy of Cash insurance cover to the Bank. d) In case of any cash Loss, the Vendor should reimburse the loss amount to the Bank immediately, without waiting for settlement of Insurance claim. 5.13 Compliance of Statutory and other responsibility a) The Vendor should ensure that statutory, regulatory and all other guidelines are complied with respect to the cash in transit and held in vaulting and loaded in ATM /CD. b) It shall be the sole responsibility of the Vendor to obtain required licences, permissions etc from local or any other authority for cash transit or vaulting. c) Any penalty charged to the Bank for non compliance with any guideline or for non obtainment of required permissions, licenses by the Vendor will be reimbursed by the Vendor to the bank. d) In the event of seizure of Bank’s cash for non compliance of any guidelines or non obtainment of required licenses, permissions etc by the Vendor, all costs incurred for release of bank’s cash will be borne by the Vendor. 5.14 MIS Report The vendor is required to submit the following MIS Reports: Sl.No. Report Description Daily 1. Cash Out Report CDs down due to cash out situation 2. cash indent for all CDs for cash
replenishment To be submitted to Link branches
3. Consolidated correct & certified CBR To be submitted to Link branches 4. EJ Report Status of CD‐wise EJ pulled Monthly 4. Consolidated Exception Report Consolidated list of CDs which were
out‐of‐service for more than 4 hours with downtime break up and reasons
5. Network Performance Report Performance of Managed Services with stress on call logging and
12 April 2012 Page 41 of 70
escalations 6. Availability Report Availability trend analysis, causes of
downtime, chronic CDs, action plan for improving availability
7. Consolidated Cash Out Report with cause and TAT(Turn‐around‐time) analysis
Monthly with ATM ID, Date and reasons
8. Any other report As and when required
12 April 2012 Page 42 of 70
PART 6 : TECHNICAL & FUNCTIONAL SPECIFICATIONS (TFS) The vendor is required to supply the CDs with the specifications detailed below. However, if all specifications are not readily available in the various models on offer, the vendor may roll out CDs with different specifications for a period of first 6 months by which time the vendor should have the upgrades available. After the expiry of the first 6 months, the vendor is expected to fulfill the specifications in all the machines supplied earlier as well.
Sl.No. Features
1 Processor
1.1 Low power processor – Equivalent to Atom or Celeron
1.2 RAM: 512 MB DDR2
1.3 2 x160 GB HDD providing data redundancy
1.4 Linux/Windows OS
1.5 Voice guidance support with internal speakers and head phone jack
1.6 OS hardening
2 Currency Chest
2.1 UL 291 Certified (or Vendor to Get Certificate within 6 months from date of awarding the contract failing which Bank will levy a penalty of Rs. 1000/‐ per month per CD) Secure Chest to be chosen by banks based on whether they would deploy outside or not.
2.2 Dual combination Electronic lock (Optional – Dynamic combination lock)
2.3 Alarm sensors for chest open status while sending signal/messages to Switch/Management Centre
3 Dispenser
3.1 Friction / Vacuum pick technology
3.2 Dispense up to 40 notes per transactions
3.3 Dispense ATM fit notes
3.4 Indication of proper insertion of cassettes, if cassettes are removable
3.5 Four‐Pick Module with 4 cassettes configuration (For Rural CDs, vendor may deploy machines with 2 cassettes also but the machine must be upgraded to 4 cassettes within 6 months, failing which banks will levy a penalty of Rs. 1000/‐ per month
12 April 2012 Page 43 of 70
Sl.No. Features
per CD)
3.6 Divert cassette bin
3.7 Cassettes in ATM should hold minimum of 2500 new notes each
3.8 Capable of dispensing Rs.50/‐, Rs./100/‐, Rs.500/‐ and Rs.1000/‐ notes. All cassettes should be capable of dispensing all Notes.
3.9 Dispense 4 or more notes per second
4 CASH ACCEPTOR (Optional)
4.1 Single‐note acceptor, to accept denominations Rs. 50 to Rs. 1000, of teller grade
4.2 Traceability of currency pieces to specific transactions
4.3 Deposit cassette capacity (Divert cassette bin can be used for it): 1000 pieces
4.4 The note acceptor should be capable of detecting fake/counterfeit notes (Fake / counterfeit currency notes detected should be dealt with as per the extant RBI guidelines)
5 Hybrid Dip Reader for Smart Card and Magnetic Stripe
5.1 Dip Smart Card Reader with capability to read track 1 & 2
5.2 EMV Version 4.0 or later, as certified for Smart Card
5.3 Software /firmware/license for using smart card on ATM
6 Customer Interface on ATM
6.1 Colour LCD 7” or higher
6.2 Rugged spill proof Triple DES enabled keyboard with polycarbonate tactile /stainless Steel (EPP pin pads) keys. EPP Keypad to be PCI version 1.3 or later compliant. Braille keys
6.3 Function keys support.
6.4 Trilingual Screen Support
6.5 Vandal screen with Privacy filter (optional‐to be decided by banks)
6.6 PIN and finger print authentication (UIDAI compliant) as and when it comes
7 Security
7.1 Capable of supporting Remote key Management – DES
7.2 Triple DES chip with encryption / verification / validation software. Should support AES without any additional hardware
8 Integrated ATM Surveillance Solution
8.1 Solution must be capable of capturing image of the person The
12 April 2012 Page 44 of 70
Sl.No. Features
camera should be internal to ATM
8.2 Solution should be able to store the images in a digital format for minimum 3 months at an average of 300 transactions per day.
8.3 Solution must be able to capture & stamp the transaction information on the images.
8.4 The solution must have a search facility to locate an image/event by date & time, card no., transaction reference no. and ATM ID
8.5 The solution must be capable of being monitored from a central location
8.6 The solution must not degrade the performance of ATM, e.g. speed of normal transaction
8.7 The hardware should be integrated within the ATM
9 Software Agent
9.1 The ATM should be capable of supporting third party software for eJ pulling services and provide software upgradation/ distribution.
10 Connectivity
10.1 Should have Network Interface Card 10/100 Mbps
10.2 Should connect to the existing Switches using NDC or DDC device handler. As and when BIS comes up with an alternate Indian standard device handler, the vendor must provide upgrade to this standard free of charge for banks and switch providers.
10.3 ATM must support TCP/IP
11 Others
Journal Printer
11.1 36/40 column Graphic Thermal printer to print audit trail as per Bank’s requirement
11.2 Electronic journal to be also written on ATM hard disk. The solution should include a EJ viewer.
11.3 Support centralized EJ Pulling
11.4 Low media warning for all items viz. bills, journal roll, consumer printer roll etc.
Receipt Printer
11.5 Minimum 40 column Graphic Thermal Receipt printer.
11.6 Low media warning for all items viz. bills, consumer printer roll
12 April 2012 Page 45 of 70
Sl.No. Features
etc.
11.7 Printing of Receipt should be in Local language also(Trilingual)
12 Transactions to be made available
12.1 Cash withdrawal‐ both inter and intra bank
12.2 PIN Change
12.3 Balance enquiry
13 Optional Transactions (other value‐added services may evolve)
13.1 Mobile top‐up
13.2 Bill payments (Utility, fees, insurance premium etc.) (Intra‐bank)
13.3 Mini statement for last 10 transactions
13.4 Fund transfer
13.5 Register for mobile banking
13.6 Request for cheque books
13.7 Request for statement
13.8 Mobile based money withdrawal
14 Other features
14.1 Should be operational in a wide range of 10 to 45o C temperature and humidity conditions from 10 to 90 RH.
14.2 Energy saving features. ATM should consume under 100W peak power. (Vendor to Pay Electricity Charges at On‐site ATM also)
15 SOLAR UPS SYSTEM (Optional)
15.1 Should be able to work 325 days a year supporting 300 transactions (including all kinds of transactions) a day and work for at least 16 hours in a day using solar power alone without grid power.
Note : There should be no restrictive tool/software which would prevent the Bank from maintaining the machine through any service provider of its choice.
12 April 2012 Page 46 of 70
PART 7 : PRICE BID (Indicative) Bidders should quote prices in the following manner:
Particulars Rate per transaction (Rs.) Successful Cash Transaction for an Off site CD
Note: i. Please note that L‐1 bidder will be determined on the basis of Reverse Auction. ii. The price quoted should be inclusive of all applicable taxes/cess (except Service Tax which will be paid by the Bank) and will not change due to exchange fluctuations, inflation, market conditions, etc. iii. The rate quoted should be for entire contract period of 7 years. iv. Bidders to note that 70% of the contracted rate will be paid for On‐site CDs as mentioned under Clause 5.4.1 of this RFP. v. Bidders to note that for successful non‐financial transactions, per transaction payment will be made @25% of the price, applicable for Onsite or Offsite CD as the case may be. vi. NO amount will be paid for unsuccessful financial or non – financial transaction. vii. A discounted transaction rate per CD will applicable be in the following manner: Upto 100 transactions per day ‐ 0% (Nil discount) 101‐ 150 transactions per day ‐ 10 % discount on bid price 151‐ 200 transactions per day ‐ 20 % discount on bid price 201‐ 250 transactions per day ‐ 30 % discount on bid price Above 251 transactions per day ‐ 40 % discount on bid price viii. Financial Transactions mean transactions involving Cash, i.e. both withdrawals by Cardholder(s). ix. All transactions other than cash withdrawal such as balance enquiry, PIN change, mini statement, utility bill payment, tax payment, etc. would be treated as Non‐financial transactions. x. The Bank will pay for actual number of successful financial transactions (per ATM) reported in ATM Switch including business declines on cash withdrawals such as insufficient balance and wrong PIN entries but excluding suspected transactions. xi. Bids submitted with counter‐conditions/assumptions will be rejected. xii. Bidder must submit Price Bid for all CDs irrespective of the proposed (population group‐wise) locations. xiii. Any Price Bid not in conformity with the above format or incomplete in any respect will be rejected / disqualified by the Bank.
12 April 2012 Page 47 of 70
PART 8 ‐ FORMS AND ANNEXURES
Format 8.1 OFFER LETTER
(to be included in Technical Bid Envelope)
Date : …………………………… To, …………………………………………………………. …………………………………………………………. …………………………………………………………. …………………………………………………………. Sir / Madam, Outsourcing of CD installation and Managed Services for CDs Ref: Your RFP dated: . Having examined the captioned tender document Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide CD installation and ATM Managed services in conformity with the captioned RFP and at the prices offered as per the Price bid and is made part of the bid / this offer. While submitting this bid, we certify that: Prices in its bid have been arrived without agreement with any other bidder of this RFP for the purpose of restricting competition. The prices in the bid have not been disclosed and will not be disclosed to any other bidder of this RFP. We have not induced nor attempted to induce any other bidder to submit or not submit a bid for restricting competition. We undertake to provide CDs and ATM Managed services solution in accordance with the scope, specifications and delivery schedule specified in the RFP document including participation in the Reverse Auction. If our Bid is accepted, we will obtain the guarantee of a reputed Bank for the due performance of the Contract, for an amount calculated @ Rs.10000/‐ per CD for the entire contract period in the form prescribed by the Bank.
12 April 2012 Page 48 of 70
We agree to abide by the Bid and the rates quoted for the contract / order awarded by the Bank up to 7 (seven) years period from date of contract / Service Level Agreement, which shall remain binding upon us. We agree that the rates will remain valid for the period of the contract during which individual banks may issue additional requirement by exchange of letter if their rollout is completed within the aforesaid validity period. Until a formal contract is prepared and executed, this 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 is made to us, in executing) the above 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 ............................ 2011 _________________________________ ________________________________ (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of _________________________________
12 April 2012 Page 49 of 70
Format 8.2 Conformity To Eligibility Criteria (Part – I)
(Please attach documentary evidence of compliance)
Sl. No.
Eligibility Criteria Compliance (Y/N)
1. Bidder should be a registered company in India under Companies Act 1956 and should have been in operation for a period at least two years as on date of RFP.
2 Original Equipment Manufacturers of ATMs / their authorized distributors/ agents in India with at least 1000 installations in India as on 31.03.2012, with firmed up arrangements with providers of Managed Services
OR Bidders or wholly owning parent company who have experience in Managed and other allied Services and have managed at least 1000 ATMs in India in the last two years.
OR Bidders who have experience of managing at least 500 ATMs in India outsourced in the last two years.
3 Bidders or the company with whom Bidder have firmed up arrangements for Managed Services must have a Managed Services Centre operational in India and must be performing managed services of ATMs including but not limited to 24 X 7 monitoring, call escalation, FLM, SLM, replacing consumables, housekeeping, EJ pulling, cash forecasting and cash replacement etc. for at least 1000 ATMs as on date of this RFP.
4 Bidder or its wholly owned parent company should have maintained Positive Net Worth / Net Profit during the last two financial years, i.e. 2009‐10 & 2010‐11.
5 Minimum annual turnover should not be less than Rs. 20 crores in the last financial year as per audited financial statements.
6 Bidder should have a disaster recovery centre and business continuation plan in place.
7 Bidder should also have internal control and audit measures in place. Audit report from external auditor must be submitted as a proof.
8 Bidder should not have been blacklisted by any PSU Bank / IBA/RBI during the last five years.
12 April 2012 Page 50 of 70
Format 8.3 Bidder Organization Details
Details filled in this form must be accompanied by sufficient documentary evidence, in order to facilitate the Bank to verify the correctness of the information.
12 April 2012 Page 51 of 70
Sl.No 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 activity 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 & Years in the line of Business Enclose Copy of Certificate of 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 No. of Engineer on roll who are familiar with offering ATM managed services
1.14 Brief description of facilities of the organization for undertaking the services
2. Financial Details 2.1 Annual Turnover (2009‐10) Total Turnover
Out of which: ATM Outsourced Services Of which: ATM Managed Services
Copy of Audited Balance Sheet/ Annual report
2.2 Annual Turnover (2010‐11) Total Turnover Out Of which: ATM Outsourced Services Of which: ATM Managed Services
Copy of Audited Balance Sheet/ Annual report
3. Operational Details 3.1 Names of the Banks to whom the Bidder provides
ATM Outsourced Services with Number of ATMs
Enclose reference letters from the Banks concerned with details of no. of years the Service is provided by the Bidder, Nature of the
Service and no. of ATMs managed.
3.2 Place of Managed Services Centre: Owned or sourced: Operational since: How many ATMs being handled: How many no. of ATMs capable of handling:
3.3 Details of Managed Services Disaster Recovery Site
3.4 Number of Service Centres: No. of owned support Centres If not owned, what are the arrangements for providing support
3.5 Whether blacklisted for deficiency in services by any Public Sector Bank in the past and if so, the year:
3.6 Locations of Financial Transaction Switch Managed in in India (owned or resourced, please specify with Switch Vendor’s name)
3.7 Place of Call Centre/Help Desk managed How many seats proposed for the Bank If Call Centre not available, what is the alternate arrangement
3.8 Whether certification is obtained for IST Switch for the make and model of Cash Dispensers
Enclose copy of the certificate
3.9 Names of sub‐ contractors for Site Implementation Service (SIS) with whom agreement is in place
3.10 No. of sites these SIS subcontracts have prepared
3.11 Names of Cash Management agencies undertaking Cash Replenishment with whom agreement is in place
3.12 No. of UPS Vendors who have supplied UPS and with whom AMC agreements are in place Names of Make of UPS deployed at ATMs Names of UPS Vendors who have supplied UPS and with whom AMC agreements are in place and Make and details of models of UPS deployed at ATMs
12 April 2012 Page 52 of 70
Format 8.4 Track Record of Past Operations
Name of the Vendor ___________________________________________
Period of service (in years)
Service Offered Sl.
Name of the Client No of ATMs being
serviced
From To
Contact person of
the Client with Name, Tel. No., Fax No., Address
1 2
ATM Supply, Installation and Commissioning 3
1 2
Site Implementation
Services 3 1 2
ATM Cash Monitoring and Forecasting 3
1 2
ATM Cash Replenishment
Services 3 1 2
FLM Services
3 1 2
ATM Network Monitoring
3 1 2
Consumable Management
3 1 2
Software Distribution
3 1 2
EJ Pulling
3 1 2
SLM Services
3
12 April 2012 Page 53 of 70
Format 8.5
Service Support Details
City / District Location
Postal Address, Telephone, Fax, E‐Mail and Contact Details of Support Personnel
Number of Hardware/ Software Engineers capable of supporting the Solution being offered
Own Franchisee/ Support Centres
12 April 2012 Page 54 of 70
Format 8.6 NON‐DISCLOSURE AGREEMENT
WHEREAS, we, ___________________________________, having Registered Office at __________________________________, hereinafter referred to as the COMPANY, are agreeable to execute Outsourcing of CD installation and Managed Services for ………………… Cash Dispensers for ……………………………., having its registered office ………………………………………., hereinafter referred to as the BANK and, WHEREAS, the COMPANY understands that the information regarding the Bank’s ATM Network 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 Outsourcing of ATM installation and ATM Managed Services for ……. Cash Dispensers 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 Outsourcing of ATM installation and ATM Managed Services for …… Cash Dispensers, 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:
12 April 2012 Page 55 of 70
Format 8.7
Certificate of Single Point Responsibility for all Sub‐contracts To: …………………………………………………………… …………………………………………………………… ………………………………………………………….. ………………………………………………………….. Sir / Madam, Outsourcing of ATM installation and ATM Managed Services for CDs Ref: Your RFP dated: .
We hereby certify that: 1. The systems offered and/or other services or solution of another service provider or subcontractor and the solution proposed by us will operate effectively on the system proposed by us. 2. We further confirm that we accept full responsibility for its successful operation. 3. We further undertake that we will be only single point of contact for any/all purpose. 4. We further submit that we do have a back to back agreement with all the vendors / subcontractors. We further submit that required uptime, agreement to provide necessary support (including contract period for a minimum period of 7 years) is available. We enclose documentary proof copy of agreement with the subcontractors or service providers. Dated this ....... day of ............................ 20__ _________________________________ ________________________________ (signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of __________________________ Note: The certificate is applicable if bidder offers the products / services through other service provider / subcontractor.
12 April 2012 Page 56 of 70
Format 8.8 Undertaking for Scope of Work
Date : ……………………………
To, …………………………………………………………. …………………………………………………………. …………………………………………………………. Sir / Madam, Outsourcing of ATM installation and ATM Managed Services for CDs Ref: Your RFP dated: . 1. We certify that we have carefully examined the Scope of Work stipulated in Part 5 of the captioned RFP floated by you 2. We commit to provide services of installation and managed services for ………. Cash Dispensers for a minimum period of 7 years. 3. We hereby undertake to deliver services in its entirety as per the Scope stipulated inter‐alia under following descriptions:‐ a) CD procurement, installation and maintenance b) Centralised Electronic Journal pulling c) Centralised Software and screen distribution d) Networking for connectivity of Off‐site CDs e) Site Implementation Services f) Site maintenanace and cleaning services g) Caretaker Services (optional) h) Incident Management Services and Monitoring of ATMs i) Centralised Help Desk j) First Level Maintenance k) Second Level Maintenance l) Cash Replenishment and related services m) MIS Report generation 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 __________________________
12 April 2012 Page 57 of 70
Format 8.9
MANUFACTURERS' AUTHORIZATION FORM No. Date: ………………… To: Dear Sir, Ref: Your RFP Dated: .
We who are established and reputable manufacturers of ________________________ 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 Solution, Products and services offered by the above firm against this Bid Invitation. 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 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 such Products: 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 firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract. Yours faithfully, (Name) (Name of Manufacturer) 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.
12 April 2012 Page 58 of 70
Format 8.10
CONTRACT FORM THIS AGREEMENT made the .......day of.................................., 2012 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 the …………….. (Bank), incorporated under the Companies Act, 1956 and having its Head Office at …………………………………………………………… …………………………………………………………….., for itself and on behalf of the Public Sector Banks listed in Annexure A hereto invited Bids vide Request for Proposal (RFP) dated 15/03/2012 for Outsourcing of Installation and Managed Services of Cash Dispensers (CDs) in the State of …………………………………. The Vendor submitted the Bid in response to it and participated in the Reverse Auction process held on / /2012. The Bid submitted by the Vendor has been accepted by the Bank. One of the terms of the said RFP is that the Vendor shall sign the Contract Form with each Bank mentioned in Annexure A hereto and shall also execute a detailed Service Level Agreement subsequently. 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 ……………….. 2. The following documents of RFP dated …………… shall be deemed to form and be read and construed as part of this Agreement, viz.: a) Request for Proposal b) Eligibility Criteria c) Terms and Conditions of Contract
12 April 2012 Page 59 of 70
d) Scope of Work e) Technical & Functional Specifications (TFS) f) Forms and Annexures g) Price Bid h) Corrigendum dated ………………. (if any) i) Bank's Notification of Award 3. In consideration of the deliverables and services in terms of the RFP dated ……………. being provided by the Vendor, the Bank shall pay consideration / fees as stated in Annexure B hereto. 4. The Vendor shall enter into the detailed Service Level Agreement stating the terms and conditions of the contract as per the RFP dated ………….. on or before / /2012 . IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. 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:.......................................
12 April 2012 Page 60 of 70
ANNEXURE A
Names of the Banks
1. ALLAHABAD BANK 2. PUNJAB & SIND 3. UNITED BANK 4. BANK OF BARODA 5. BANK OF MAHARASHTRA 6. BANK OF INDIA 7. CANARA BANK 8. CENTRAL BANK OF INDIA 9. CORPORATION BANK 10. DENA BANK 11. IDBI BANK 12. PUNJAB NATIONAL BANK 13. INDIAN BANK 14. INDIAN OVERSEAS BANK 15. ORIENTAL BANK OF COMMERCE 16. UCO BANK 17. UNION BANK OF INDIA 18. VIJAYA BANK 19. SYNDICATE BANK 20. ANDHRA BANK 21. STATE BANK OF INDIA 22. STATE BANK OF BIKANER AND JAIPUR 23. STATE BANK OF HYDERABAD 24. STATE BANK OF MYSORE 25. STATE BANK OF TRAVANCORE 26. STATE BANK OF PATIALA
12 April 2012 Page 61 of 70
ANNEXURE B
Particulars Rate per transaction (Rs.) Successful Financial Transaction for an Off‐Site CD Successful Non‐ Financial Transaction for an Off‐Site CD Successful Financial Transaction for an On‐Site CD Successful Non‐ Financial Transaction for an On‐Site CD Notes:‐
I. The above price is inclusive of all applicable taxes/cess (except Service Tax which will be paid by the Bank) and will not change due to exchange fluctuations, inflation, market conditions, etc.
II. The above price is valid for entire contract period of 7 years.
III. The above price is applicable for all the CDs installed under the Contract.
IV. No amount will be paid for unsuccessful financial or non – financial transaction.
V. A discounted transaction rate per CD will applicable be in the following manner: Upto 100 transactions per day ‐ 0% (Nil discount) 101‐ 150 transactions per day ‐ 10 % discount on above price 151‐ 200 transactions per day ‐ 20 % discount on above price 201‐ 250 transactions per day ‐ 30 % discount on above price Above 251 transactions per day ‐ 40 % discount on above price
VI. Financial Transaction means transactions involving Cash i.e. withdrawal of cash by cardholder(s).
VII. All transactions other than cash withdrawal such as balance enquiry, PIN change, mini statement etc. would be treated as Non‐financial transactions.
VIII. The Bank will pay for actual number of successful financial transactions per CD reported in ATM Switch including business declines on cash withdrawals such as insufficient balance and wrong PIN entries but excluding suspected transactions.
12 April 2012 Page 62 of 70
Format 8.11
BANK GUARANTEE
This Guarantee is made at ………………. on this ………………………, 2011 by …………………, having its Registered / Head Office at ………………………………… (hereinafter called the “Bank”, which expression shall, unless repugnant to the context or meaning thereof, shall mean and include, its successors and assigns) in favour of ………………………….. a body corporate constituted under ………………………………. having its Corporate Center at ………………………………………… (hereinafter called “the Bank”, which expression shall, unless repugnant to the context or meaning thereof, shall include its successors and assigns) WHEREAS ………………………………, a company registered under the Companies Act, 1956, having its Registered Office at …………………………………………… (hereinafter called ……………., which expression shall, unless repugnant to the context or meaning thereof, shall mean and include its successors and assigns) has accepted Purchase Order No…………………………. dated ………………………, issued by the Bank (“Order”) pursuant to an offer made by ………………………. dated ………………….. to deploy ……….. CDs, SIS, Managed and Other Services” and whereas ……………………. has agreed to make provision of ……….. CDs, SIS, Managed Services and Other Services to …………….. as set out in the Agreement dated ……… entered between the Bank and ………………………. AND WHEREAS, the Bank has agreed to avail the services of ………… CDs which are to be installed by …………… . AND WHEREAS, in accordance with terms and conditions of the Order and Agreement dated ………………….. (hereinafter referred to as “Agreement”), ………………. is required to furnish a Bank Guarantee for a sum of Rs. ……………………………………. only) for due performance of their obligations as regard to provision of ………. CD, SIS, Managed and Other Services to the Bank, guaranteeing payment of the said amount of Rs. ……………………………… only to the Bank, if ……………….. fails to fulfill its obligations under the Order and Agreement in respect of such services. Such Bank Guarantee is required to be valid for a total period of 60 months plus 3 months claim period. In the event of failure, on the part of …………………………, to fulfill its commitments / obligations in respect of availing the services of …………. CDs, SIS, Managed Services and Other Services under the Order and Agreement the Bank shall be entitled to invoke the Guarantee. AND WHEREAS, the Bank, at the request of ……………………….. , agreed to issue on behalf of …………………… , Guarantee as above, for Rs. ……………………………… only).
12 April 2012 Page 63 of 70
NOW THIS GUARANTEE WISTNESSETH THAT l. (a) In consideration of the Bank having agreed to entrust …………………….. for availing the ATM services through ………….. CDs, SIS, Managed and Other Services, we, the ……………….……., hereby unconditionally and irrevocably guarantee that ………………. shall fulfill its commitments and obligations in respect of such Services under the Order and Agreement and in the event of ………………… failing to perform / fulfill its commitments / obligations in respect of such Services under the Order and Agreement, we, the ……………………………………, shall on demand(s), from time to time from the Bank, without protest or demur or without reference to …………………… and not withstanding any contestation or existence of any dispute whatsoever between …………………… and the Bank, pay the Bank forthwith the sums so demanded by the Bank in each of the demands, subject to a cumulative maximum amount of Rs. …………………………………. only) (b) Any notice / communication / demand from …………….. to the effect that …………………. has failed to fulfill its commitments / obligations in respect of such Services under the Order and Agreement shall be conclusive, final & binding on the Bank and shall not be questioned by the Bank in or outside the court, tribunal, authority or arbitration as the case may be. 2. We, ………., HEREBY FURTHER AGREE & DECLARE THAT: (a) Any neglect or forbearance on the part of the Bank to ……………… or any indulgence of any kind shown by the Bank to ………………. or any change in the terms and conditions of the said Order and Agreement shall not, in any way, release or discharge the Bank from its liabilities under this guarantee. (b) This Guarantee herein contained shall be distinct and independent and shall be enforceable against the Bank, not withstanding any Guarantee or Security now or hereinafter held by the Bank at its discretion. (c) This Guarantee shall not be affected by any infirmity or absence or irregularity in the exercise of this Guaranteeing by and / or on behalf of the Bank or by merger or amalgamation or any change in the Constitution or name of the Bank. (d) This guarantee shall not be affected by any change in the constitution of the Bank or …………………. or winding up / liquidation of ……………., whether voluntary or otherwise.
12 April 2012 Page 64 of 70
(e) This guarantee shall be a continuing guarantee during its validity period to the extent of cumulative maximum amount mentioned herein. (f) Notwithstanding anything contained herein above: (i) The Bank’s overall liability under this Bank Guarantee shall not exceed Rs. ………………………………………. only); (ii) This Bank Guarantee shall be valid for a total period of 36 months (i.e. upto …………………………………) plus 3 months claim period (i.e. upto ………………………; (iii) The Bank is liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if BANK OF BARODA serves the Bank claim or demand on or before ………………... (iv) The Bank has, under its constitution, powers to give this guarantee and Shri …………………………………. (signatories) Official(s) / Manager(s) of the Bank who has / have signed this guarantee has / have powers to do so. IN WITNESS WHEREOF the Bank has caused these presents to be signed at the place and on the date, month and year first hereinabove written through its duly authorised official. Signed and Delivered ) __________________ )
12 April 2012 Page 65 of 70
Format 8.12
(BANK GUARANTEE FOR CASH REPLENISHMENT SERVICES) This Guarantee is made at Mumbai on this ……….. Day of …………………………….. 2012 by ……………………. Bank having its registered / head office at …………………………………, India (hereinafter called the “XXX” which expression shall unless repugnant to the context or meaning thereof shall mean and include its successors & assigns) in favour of ..............................., a body corporate constituted under .................................. and having its Corporate Centre at .............................................. (hereinafter called the “Bank” which expression shall unless repugnant to the context or meaning thereof shall mean and includes its successors and assigns) having its Central Office at Mumbai.
WHEREAS ……………….. having its registered office at ………………………………….. and its corporate office at …………………………………………….. (hereinafter called the “………….” which expression shall unless repugnant to the context or meaning thereof shall mean and include its successors, subcontractors and assigns) has entered into Agreement for ATM Services dated ………………………… with the Bank (hereinafter referred to as the Agreement) whereby ……….. has agreed to provide ATMs services pursuant to Agreement dated ……………………….
AND WHEREAS under the Agreement, ………………… has, inter‐alia, agreed to provide Cash Replenishment Services upon the terms and conditions stated in the Agreement titled as “Cash Replenishment ”.
AND WHEREAS in accordance with the Agreement, ……………. is required to furnish a Bank Guarantee for the sum of Rs. ………………………… (Rupees ……………………………….) securing its obligations in respect of vault loss and transit loss while providing the Cash Replenishment Services in accordance with the terms of the Agreement. Such Bank Guarantee is required to be valid till the validity of Agreement i.e. till ………………. In the event of failure on the part of ………………. to pay for cash losses as per the terms and conditions, the Bank shall be entitled to invoke the guarantee.
AND WHEREAS the Bank at the request of …………………… agreed to issue in favour of BANK OF BARODA this guarantee for Rs. ……………………………. (Rupees …………………………………………. only).
IN CONSIDERATION OF THE ABOVE PREMISES
1. (a) We ……XXX……. Bank shall on written demand(s) from time to time from the Bank stating that the amount claimed is due by way of cash loss suffered by the Bank without protest or demur or without reference to ………. and notwithstanding any contestation or existence of any dispute whatsoever between ……………….. and the Bank, pay to the Bank forthwith the sums so demanded by BANK OF BARODA in each of its demands, not exceeding an aggregate amount of Rs. ………………………….. (Rupees …………………………………….. only).
12 April 2012 Page 66 of 70
(b) Any notice / communication / demand from the Bank to the effect that there has been failure on the part of ….……………… to fulfill its obligations to pay for the Cash Loss under the Appendix ‐ G of the Agreement shall be conclusive, final and binding on the Bank and shall not be questioned by the Bank, in or outside the court, tribunal, authority or arbitration as the case may be.
(c) This guarantee shall be a continuing guarantee valid till ……………………………
2. We, ………XXX…….. Bank , HEREBY FURTHER AGREE & DECLARE THAT:
(a) Any neglect or forbearance on the part of the Bank to ………………… or any indulgence of any kind shown by BANK OF BARODA or any change in the terms & conditions of the said Agreement shall not in any way release or discharge the Bank from its liabilities under this guarantee.
(b) This guarantee herein contained shall be distinct and independent and shall be enforceable against the Bank, notwithstanding any other Guarantee or Security now or hereinafter held by BANK OF BARODA at its discretion.
(c) This guarantee shall not be affected by any infirmity or absence or irregularity in the exercise of the guaranteeing powers by or on behalf of the Bank or by merger or amalgamation or any change in the constitution or name of the Bank or ………………..
(d) This guarantee shall not be affected by any change in the constitution of the Bank or …………………. or winding up / liquidation of ……………….., whether voluntary or otherwise. (e) This guarantee shall be a continuing guarantee during its validity period to the extent of cumulative maximum amount mentioned herein.
(f) Notwithstanding anything contained herein:
(i) Bank’s liability under this Bank Guarantee shall not exceed Rs. ……………………… (Rupees …………………………………………………. only)
(ii) This Bank Guarantee shall be valid upto ………………………………………plus 3 months claim period.(i.e. up to………); and
(iii) The Bank is liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if the Bank serves upon the Bank a written claim or demand on or before ………………………………….;
(iv) The Bank has under its constitution, powers to give this guarantee and Shri ………………………………………. (signatories) officials/managers of the Bank who has/have signed this guarantee has/have powers to do so.
IN WITNESS WHEREOF THE BANK has caused these presents to be signed at the place & on the date, month & year first herein above written through its duly authorised official.
Signed and Delivered
Bank , Mumbai
12 April 2012 Page 67 of 70
Format 8.13 BID SECURITY FORM
Whereas........................... (hereinafter called “the Bidder”) has submitted its Bid dated...................... (date of submission of Bid) for the supply of................................. (name and/or description of the Products/system) (hereinafter called “the Bid”). KNOW ALL PEOPLE by these presents that WE..................... (name of bank) of.................. (name of country), having our registered office at.................. (address of bank) (hereinafter called “the Bank”), are bound unto ………………. (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 by the Bidder on the Bid Form; or 2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of Bid validity: (a) fails or refuses to execute the Contract Form if required; or (b) fails or refuses to furnish the performance guarantee, in accordance with the Instruction to Bidders. 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 forty five (45) 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) 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.
12 April 2012 Page 68 of 70
ANNEXURE – 1
BANK‐WISE REQUIREMENTS ATMs Reqd. During 2012-
2013 ATMs Reqd. During 2013-
2014 BANK State / UT
Urban Semi-Urban Rural Urban Semi-
Urban Rural
Grand Total
Rajasthan 32 5 2 35 5 2 81 ALLAHABAD BANK TOTAL 32 5 2 35 5 2 81
Rajasthan 9 2 1 12 5 1 30 P&S Bank
TOTAL 9 2 1 12 5 1 30
Rajasthan 3 1 0 4 2 0 10 UNITED Bank
TOTAL 3 1 0 4 2 0 10
Rajasthan 40 37 88 42 28 75 310 BOB
TOTAL 40 37 88 42 28 75 310
Rajasthan 20 4 0 15 4 0 43 BOM
TOTAL 20 4 0 15 4 0 43
Rajasthan 30 35 15 45 45 35 205 BOI
TOTAL 30 35 15 45 45 35 205
Rajasthan 8 13 5 8 13 4 51 CANARA Bank
TOTAL 8 13 5 8 13 4 51
Rajasthan 70 20 10 70 20 10 200 CENTRAL Bank
TOTAL 70 20 10 70 20 10 200
Rajasthan 61 18 5 12 4 1 101 CORPORATION Bank TOTAL 61 18 5 12 4 1 101
Rajasthan 6 4 3 5 4 1 23 DENA Bank
TOTAL 6 4 3 5 4 1 23
Rajasthan 38 24 1 30 17 2 112 IDBI Bank
TOTAL 38 24 1 30 17 2 112
Rajasthan 6 6 131 5 5 130 283 PNB
TOTAL 6 6 131 5 5 130 283
Rajasthan 4 2 0 6 2 0 14 INDIAN Bank
TOTAL 4 2 0 6 2 0 14
Rajasthan 13 10 0 3 4 3 33 IOB
TOTAL 13 10 0 3 4 3 33
Rajasthan 5 2 0 5 2 1 15 OBC
TOTAL 5 2 0 5 2 1 15
Rajasthan 29 31 34 21 23 23 161 UCO Bank
TOTAL 29 31 34 21 23 23 161
Rajasthan 13 7 2 14 8 3 47 UNION Bank
TOTAL 13 7 2 14 8 3 47
Rajasthan 11 4 0 19 6 0 40 VIJAYA Bank
TOTAL 11 4 0 19 6 0 40
Rajasthan 15 12 3 20 20 5 75 SYNDICATE Bank TOTAL 15 12 3 20 20 5 75
12 April 2012 Page 69 of 70
Rajasthan 1 0 0 1 0 0 2 ANDHRA Bank
TOTAL 1 0 0 1 0 0 2
Rajasthan 165 148 26 182 163 29 712 SBI
TOTAL 165 148 26 182 163 29 712
Rajasthan 45 67 52 45 69 83 361 SBBJ
TOTAL 45 67 52 45 69 83 361
Rajasthan 1 0 0 0 0 0 1 SBH
TOTAL 1 0 0 0 0 0 1
Rajasthan 0 0 0 1 0 0 1 SBM
TOTAL 0 0 0 1 0 0 1
Rajasthan 3 2 1 3 2 1 12 SBP
TOTAL 3 2 1 3 2 1 12
Grand Total 628 454 379 603 451 409 2923
RRBs
BOB Rajasthan 10 30 15 2 30 13 100
CBI Rajasthan 2 4 0 2 4 4 16
PNB Rajasthan 8 32 10 4 22 149 225
Grand Total 648 520 404 611 507 575 3264
12 April 2012 Page 70 of 70