BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated … 5 BNA.pdfThe Core Banking Software of the Bank is Finacle version 7.025 of Infosys maintained by Hewlett Packard India Ltd. The Delivery
Post on 17-Mar-2018
221 Views
Preview:
Transcript
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 1 of 36
REQUEST FOR PROPOSAL
SUPPLY INSTALLATION COMMISSIONING OF 5 BUNCH NOTE ACCEPTOR MACHINES
FOR DEPLOYMENT AT BRANCHES OF BANK OF INDIA Date 26/11/2012
Ref No. IT/HO/BNA/2012-13/1
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 2 of 36
Index
The services / products required, bidding procedures, and contract terms are
prescribed in this Request for Proposal (RFP) document. The RFP document
include:
(a) PART 1 - Invitation to Bid
(b) PART 2 - Disclaimer
(c) PART 3 - Eligibility Criteria
(d) PART 4 - Scope of Work
(e) PART 5 - Terms and Conditions of Contract
(g) PART 6 - Technical Specifications
(h) PART 7 - Price Bid Format
(g) PART 8 - Forms
PART 1 INITATION TO BID
The Bank of India a Public Sector Bank (hereinafter referred to as “Bank”) invites
bids from Companies who have proven experience in undertaking the activity of
supply, installation, commissioning and maintenance of Automated Teller Machines
(ATMs) and Bunch Note Acceptor Machines (BNA) for banks in India for installation
of 5 BNAs at its Metropolitan branches. The companies submitting Bid in response
to this Request for Proposal are referred to as the Bidder /s in this document and the
selected lowest vendor is referred to as the Vendor.
1.1 Existing set up of the Bank
The Bank has all its 4200 branches on Core Banking Solution (CBS) across the
country. The Bank has so far installed 1800 ATMs having presence across the
country.
The Core Banking Software of the Bank is Finacle version 7.025 of Infosys
maintained by Hewlett Packard India Ltd. The Delivery channels communicate with
CBS through interface Connect24.
The ATM Switch of the Bank is IST Switch located at Bank’s Data Centre (DC) at
CBD Belapur being managed by FIS Payment Solutions and Services India Pvt. Ltd.
(FIS). The Disaster Recovery (DR) ATM switch is installed at FIS Data Centre
located at Chennai.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 3 of 36
1.2 Schedule of RFP submission and details for Communication
Address for Communication The General Manager
Information Technology Department,
8th Floor, Star House, C-5, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051.
Contact Person and Contact No. Ms. Yashodhara Khanolkar
Senior Manager
Ph.No-022-66684861
E-Mail:
yashodhara.khanolkar@bankofindia.co.in
Mr. Anand Jamkhandi
Assistant General Manager
Ph.No-022-66684876
E-Mail: anand.jamkhandi@bankofindia.co.in
Mr. Ashutosh Mishra
Assistant General Manager
Ph.No-022-66684887
E-Mail: mishra.ashutosh@bankofindia.co.in
Last Date and Time for Receipt
at Bank of India Head office
4/12/2012 by 11.00 a.m.
RFP submitted later than the time and date
mentioned above will not be accepted.
Address:
Bank of India, Information Technology
Department, Head office, Star House, C-5,
G-Block, 8th Floor, West Wing Bandra Kurla
Complex, Bandra (East) Mumbai – 400 051.
Date and Time of Opening of
Technical Bid
4/12/2012 by 11.15 a.m.
PART 2 : DISCLAIMER
2.1 The information contained in this RFP document or any information provided
subsequently to Bidder(s) whether verbally or in documentary form by or on behalf
of the Bank, is provided to the Bidder(s) on the terms and conditions set out in this
RFP document and all other terms and conditions subject to which such information
is provided.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 4 of 36
2.2 This RFP is neither an agreement nor an offer and is only an invitation by
Bank to the interested parties for submission of bids. The purpose of this RFP is to
provide the Bidder(s) with information to assist the formulation of their proposals.
This RFP does not claim to contain all the information each bidder may require.
Each Bidder should conduct its own investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP and where
necessary obtain independent advice. Bank makes no representation or warranty
and shall incur no liability under any law, statute, rules or regulations as to the
accuracy, reliability or completeness of this RFP. Bank may in its absolute
discretion, but without being under any obligation to do so, update, amend or
supplement the information in this RFP.
2.3 This is not an offer by the Bank but only an invitation to bid in the selection
process initiated by the Bank. No contractual obligation whatsoever shall arise from
the RFP process until a formal contract is executed by the duly authorised signatory
of the Bank and the Bidder.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 5 of 36
PART 3 ELIGIBILTY CRITERIA
Sl.No. Criteria Documents to be submitted
1. Bidder should be a registered
company in India under Companies
Act 1956 and should have been in
operation for at least two years as
on date of RFP.
Copy of the Certificate of
Incorporation and Certificate
of Commencement of
Business.
2. Bidder should be Original
Equipment Manufacturer of ATMs
or their authorized representative
/distributors in India with at least
500 installations of ATMs / Cash
Dispensers / BNAs in India as on
01.12.2012.
An Authorised representative
should submit Manufacturers
Authorisation Certificate.
Supported by documentary
evidence.
Letters from the concerned
organization confirming
successful implementation of
ATM project with them to be
submitted with following
details:
Name of the 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. The OEM’s BNA proposed in the
Bid should have been installed at
least at two locations in India and
working satisfactorily.
POCs done will not be treated as
experience of the Bidder.
Supported by documentary
evidence.
Letters from the concerned
organization confirming
successful implementation of
BNA project with them to be
submitted with following
details:
Name of the client
Number of Locations
Type of Model
Scope of Project
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 6 of 36
Name of the person who can
be referred to from Clients’
side, with Name, Designation,
Postal Address, Phone and
Fax numbers, E-Mail Ids, etc.,
(Attach copies of purchase
orders)
The bank reserves the right to
inspect such installations
while evaluating the Technical
Bid.
4. Minimum annual turnover should
not be less than Rs. 50 crores in the
last two financial years as per
audited financial statements.
Audited Financial statements
to be submitted.
5. Bidder should have service centres
at locations across India covering
all metro and important cities.
Detailed list of authorized
service centres.
6. Bidder should not have been
blacklisted by any PSU Bank /
IBA/RBI during the last three years.
Self certification in the offer
letter.
Note:- Either the BNA manufacturer or their authorized distributor in India can directly bid in the tender but both of them cannot bid for the same make. Bidder must comply with all the above mentioned criteria. Non-compliance of
any of the criteria will entail rejection of the Bid. Copies of the relevant
documents / certificates should be submitted as proof in support of the
claims made.
PART 4 Broad Scope of Work
4.1 Bank is looking for Bidders who can supply, install, commission and maintain
BNAs. The Bank proposes to procure and deploy 5 BNAs at Metro branches in the
city of Mumbai and Navi Mumbai. The BNAs will be installed within the branch lobby.
Initially the BNA will support the functionality of Cardless online deposit of Cash to
the credit of account maintained at any branch of the Bank with ISO 8583 message
interfaced to the Core Banking Solution. Simultaneously, the Bank also proposes to
provide card based transactions of balance enquiry, deposit of cash, fund transfer
etc to the card-holders account. The requirement of functionality is given in para
4.8.2 of this document.
4.2 BNAs with technology and functionalities like touch screen, Triple DES
enabled, EMV certified, dip smart card reader, etc. have to be supplied and installed
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 7 of 36
at sites decided by the Bank. The BNAs should have capability / features for remote
monitoring of their all round health / status. Electronic journal pulling software /
agent for pulling it to a central site. The detailed technical specifications of BNA are
given in PART 6 of this document.
4.3 BNA should also verify the genuineness of the notes online while accepting
currency notes form depositing in accounts.
4.4 BNA should have the capability of impounding the counterfeit currency. 4.5. Vendor should update the software to support all new variants of currency notes
as well as new denominations, if any, issued subsequently without any extra cost to
the Bank during the period of warranty and AMC. Bidder should undertake to
upgrade the counterfeit currency detecting software minimum once in six months.
4.6. Bunch Note Acceptor should accept Bulk deposit of cash with facility to
recognize genuine currency of multiple denominations and accept at least 200 notes
at one go and prompt for more before processing the transaction.
4.7. BNA should have capacity of notes storage with four storage cassettes and
each cassette should have capacity of minimum 2000 notes.
4.8 Functional Specifications
4.8.1 The Bank initially intends to implement Cardless transactions of cash deposit
by interfacing to the Core Banking Solution using ISO 8583 message standard with
following broad functionality:-
i. Depositing Cash to the Credit of various types of customer accounts by
input of 15 digit beneficiary account number
ii. Configure interface for processing transactions as per the messages
received from Core Banking Solution.
iii. Accepting currency note of Rs. 50, 100, 500 and 1000 and verify the
genuinely of the notes before acceptance.
iv. Disabling retraction feature
v. Impounding of counterfeit currency notes, stacking the same in URJB
with appropriate JP log capture of Transaction serial number and
denominations of notes.
vi. Rejecting / returning No Bank Note without the feature of retraction
vii. Rejecting /returning soiled notes with tolerance level set by the Bank
without the feature of retraction
viii. Rejecting /returning suspicious notes without the feature of retraction
ix. Accepting real bank note
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 8 of 36
x. Allowing user to backtrack the transaction by offering confirm the deposit
menu. In case user cancels the transaction returning of the entire cash
except notes diverted for impounding
xi. Sending message to Core Banking for Crediting the account.
xii. Printing of receipt for the user (upon obtaining confirmation message from
Core Banking) with denomination details of cash credited to account, the
currency rejected, date and time stamp, transaction details and
beneficiary account number details and account name.
xiii. EoD report to be customised as per Bank’s requirement
xiv. Appropriate messages on the screen as user prompts and guidance to
user etc.
xv. Capability to track the depositor for counterfeit currency notes preferably with Recognition of the serial nos. of individual currencies Storing & passing on image data for later processing
4.8.2 During the period of Warranty and AMC the Bank would implement Card
based transactions on BNA using interface to Bank’s IST ATM Switch with following
broad functionality:-
i. Deposit of Cash to the Card holders Primary and other linked
accounts
ii. PIN change facility
iii. Updation of mobile number
iv. Tax payments
v. Remittance through IMPS/ NEFT/IMT vi. Receipt Printing for Transaction with following details:
Date and Time Location Code (Alphanumeric) Card no. Account No. Transaction SL No. Amount Description of transaction
vii. Should allow cardholder to cancel a transaction before its execution. (Appropriate message should appear guiding the customer)
viii. Should have the diagnostic tools for monitoring cash position and CD status giving comprehensive error reporting
ix. Should maintain audit trail with date and time stamp for each transaction
x. Should recognize and differentiate the cardholders of Bank and other Banks.
xi. Should function round the clock with built-in fault tolerance features xii. Should be capable of Audio guidance in all the two / three languages.
(The required WAV files to be provided by the vendor) xiii. Should support both pin based and biometric authorization of
transactions
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 9 of 36
4.9 BNA should be provisioned to add further functions easily and also to disable any of the functions as per Bank’s requirements. PART 5 TERMS AND CONDITIONS
5.1 Bid Document Availability
Bidding Document may be obtained from the Bank at the following The address or
downloaded from Bank’s website www. bankofindia.com and the bid should be
submitted on or before the due date and time brought out in this RFP document at
the address given below:
The General Manager,
Bank of India, Head Office,
Information Technology Department
Star House, C-5, G-Block,
Bandra Kurla Complex,
Bandra (East), Mumbai-400051,
Fax No. 022-66684890
5.2 Period of Contract
5.2.1 Comprehensive Warranty
Vendor should provide Comprehensive Warranty for a period of one year from the
date of acceptance of the BNA (as per para 5.9 below) and during warranty period
Bank will not pay any charges for Engineer’s visit charges and any part replacement
cost during Warranty Period except when the BNA part is physically damaged by
miscreant or otherwise.
5.2.1.1 Vendor should guarantee that the equipment delivered to the Bank is brand
new, including all components.
5.2.1.2 The vendor should also guarantee that all the hardware and software
supplied by the vendor is licensed and legally obtained.
5.2.1.3 Vendor shall be fully responsible for the manufacturer’s warranty in respect
of proper design, quality and workmanship of all equipment, accessories etc.
covered by the offer.
5.2.1.4 Vendor must warrant all equipment, accessories, spare parts etc., against
any manufacturing defects during the warranty and AMC period.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 10 of 36
5.2.1.5 During the warranty period vendor shall maintain the equipment and
repair/replace all the defective components at the installed site, at no additional
charge to the Bank. The vendor should replace the part, in case of requirement
without any cost to Bank within maximum two days from the date of the call logged
over phone or e-mail.
5.2.2 Annual Maintenance Contract (AMC)
5.2.2.1 Vendor should provide comprehensive AMC for minimum period of four
years after the expiry of One year Warranty period at the agreed prices for
maintenance of the BNA.
5.2.2.2 During the period of warranty and subsequent AMC period for BNAs, repair
and replacement of parts on account of product malfunctioning caused by
circumstances not attributable to the Bank should be done free of cost by the vendor
within 4 hours if it affects / impacts the operation of BNA and within two working days
(if it does not impact the operation of BNA). Penalties will be levied @ Rs 500/- per
incident per day for incidents which affect the working/ operations of the BNAs. The
penalties will be recovered from any payment due to the vendor under the contract
with the Bank. The period of non-accessibility of the BNA for resolution of the issue
on account of closure of the branch in which the BNA is installed and force majeure
circumstances shall be excluded from calculation of penalty.
5.2.2.3 Maintenance under this agreement shall cover, inter alia, free provision of
such spares, parts, kits, software, including ej pulling, as and when necessary to
ensure that the Equipment function in a trouble-free manner. The Vendor will be
responsible for attending JP roll replacement, removal of JP paper jam, currency jam
at cassettes, currency jam / fault developed at deposit / dispense slots etc. Vendor
shall correct any faults and failures in the Equipment and shall repair and replace
worn out defective parts of the Equipment as and when requested by the Bank, 24
hours a day, 7 days a week. In other words, such services should be made available
to the Bank round the clock throughout the year.
5.2.2.4 Cassettes will have a one year warranty, they will not form part of the AMC.
However, if no physical damage is observed and still the cassette is non-functioning
then the cassette will be treated as faulty and should be replaced free of cost by the
vendor.
5.2.2.5 Maintenance under the agreement shall include two updates of screens, two
times IP changes / change of combination lock in a single year, de-installation and
reinstallation of entire set up activation of ej for requirement of shifting of BNA once
during the contract period. The shifting / transportation cost will be borne by the
Bank.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 11 of 36
5.2.2.6 In cases where unserviceable parts of the Equipment need replacement on
account of product malfunction caused by circumstances not attributable to the
Bank, Vendor shall repair/ replace such parts at no extra cost to the Bank.
5.2.2.7 Bidder shall provide repair and maintenance service for resolution of the
issues through its own service personnel on telephonic /email communication by the
Bank. All repairs and maintenance service described herein shall be performed by
qualified maintenance engineers totally familiar with the equipment.
5.2.3 If any particular machine is frequently becoming out of order for mechanical
reasons for more than three times in a month and such incidence occurs for three
consecutive months, the Bank may ask the vendor to replace the machine and
Vendor should replace the machine with another new machine at no extra cost to the
Bank.
5.2.4 The vendor should timely apply/load all software patches, templates of new
notes and fake notes, loading of complete new screens (note more two times in a
year) in the individual BNA during the Warranty and AMC period. This job has to be
done as part of Warranty and AMC support services, without any extra cost/visit
charges. In case BNA accepts any counterfeit note/es, the incident will be reported
to the Vendor and vendor has to make good for the loss immediately. The
configuration of the BNA should be checked immediately and rectified.
5.2.5 Functionality of Cardless transactions as mentioned in para 4 above requires
to be customised and successfully tested within one week of deployment of machine
at the branch. Functionality of Card based transactions for all types of Cards
interfacing Bank’s ATM switch as mentioned in Part 4 above should also be provided
free of cost during the Warranty and AMC period.
5.3 The required cabling and conditioned power supply to connect to the Branch
LAN / networking, Air-conditioning arrangement will be done by the Bank.
5.4 Vendor should provide necessary interface, middleware, hardware and
database, if required for seamless interfacing / connecting to Bank’s Core Banking
and ATM Switch without any additional cost.
5.5 The vendor must ensure before delivery that operating system is hardened to
block the services which are not required. The vendor should provide BNA specific
firewall to take care of intrusion detection, port scans and other common virus
attacks.
5.6 Preventive Maintenance
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 12 of 36
Bidder shall conduct preventive maintenance (including but not limited to inspection,
testing, satisfactory execution of all diagnostics, cleaning and removal of dust and
dirt from the interior and exterior of the Equipment and necessary repairing of the
Equipment at such intervals (minimum once in a quarter) as may be necessary from
time to time to ensure that the equipment is in efficient running condition so as to
ensure trouble free functioning. The Preventive maintenance should be scheduled
after the business hours of the branch in which the BNA is installed.
5.7 The Vendor shall depute it’s representative / engineer for five working days
on-site at the branch upon commissioning of the BNA for the purpose of training /
educating the branch staff and customers to use the BNA.
5.8 The Vendor shall provide operational onsite training the Bank’s staff in
performing admin job, EOD process, collecting JP roll after EOD, reading the JP
logs, replacing receipt printer roll, removing the cash deposited from the cash
cassettes, safe lock password change etc. including and at no additional cost apart
from the warranty and maintenance services covered under the contract.
5.9 Acceptance Certificates
On successful completion of acceptability test of the functionality required by the
Bank, after the Bank is satisfied with the working of the system and completion of 5
days on site support and training by Vendor’s qualified engineer, the acceptance
certificate signed by the Vendor and the representative of the Bank will be issued.
The date on which such certificate is signed shall be deemed to be the date of
Acceptance / successful commissioning of the systems
5.10 Bidders should note that all the information required by the Bank as per RFP
needs to be provided. Incomplete information may lead to non-selection.
5.11 Period of Validity of Bids
Bids shall remain valid for 180 days from the date of opening of the Bid. A Bid valid
for a shorter period may be rejected by the Bank as non-responsive. In exceptional
circumstances, the Bank may seek the Bidders’ consent for extension of the period
of validity. The request and the responses thereto shall be made in writing.
5.12 Award of Contract
5.12.1 The order of 5 BNAs will be equally distributed among all Bidders if 5
Bidders are evaluated as eligible after opening of Price Bids at the Price quoted by
L1 Bidder.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 13 of 36
In case of more than 5 Bidders eligible after opening of Price Bids the above
distribution will be done amongst L1 to L5 (total five) bidders. Further, one or more
of the next lowest Bidders i.e L2, L3, L4 and L5 do not agree to match the L1 price
then contract for such BNAs would be awarded to the L1 Bidder.
5.12.2 Out of the 5 BNAs proposed to be procured by the Bank under the RFP,
contract for two BNAs will be awarded to the lowest (L1) Bidder and one BNA each
will be awarded to the next lowest that is L2, L3 and L4 Bidders provided the L2, L3
and L4 Bidders agree to match price quoted by L1 Bidder. If any or all of the next
lowest Bidders i.e L2, L3 and L4 do not agree to match the L1 price then contract for
such BNAs would be awarded to the L1 Bidder.
5.12.3 In the event of only three Bidders submitting the Bids in response to the
RFP, contract for three BNAs will be awarded to the lowest (L1) Bidder and one
BNA each will be awarded to the next lowest that is L2, L3 Bidders provided the L2
and L3 Bidders agree to match price quoted by L1 Bidder. If any or all of the next
lowest Bidders i.e L2 and L3 do not agree to match the L1 price then contract for
such BNAs would be awarded to the L1 Bidder.
5.12.4 In the event of only two Bidders submitting the Bids in response to the RFP,
contract for four BNAs will be awarded to the lowest (L1) Bidder and one BNA will be
awarded to the next lowest that is L2 Bidder provided the L2 Bidder agree to match
price quoted by L1 Bidder. If L2 Bidder does not agree to match the L1 price then
contract for such BNAs would be awarded to the L1 Bidder.
5.12.5 Upon issuance of Letter of Intent by the Bank the Vendor should execute
Contract Form as per Form 4 of the document.
5.13 Deployment of BNA
5.13.1 The Bidder shall within fifteen days of awarding of the contract deploy the
model of proposed BNA for the purpose of testing the interface to Core Banking
Solution (if not already tested the same with our Bank). The customisation and
successful testing of the interface to Bank’s Core Banking Solution through ISO 8583
message should be completed within 5 working days.
5.13.2 The Vendor should deploy and commission the BNA at the respective
branch /es within six weeks of receipt of purchase order. The purchase order will be
issued before the testing process completes.
5.14 Order Cancellation
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 14 of 36
5.14.1 If the Vendor fails to install and commission the BNA equipment within the
stipulated time schedule or the extended date if communicated by the Bank, it will be
treated as breach of contract. The Bank reserves its right to cancel the order in the
event of delay in customisation / testing of the interface and/or installation /
commissioning of BNA by giving a notice of 7 days to the Vendor.
5.14.2 Upon cancellation of the order the Bank reserves the right to place order for
such number of BNA with next lowest Vendor if L1 price is matched. If the next
lowest Vendor does not accept the order for such BNAs, Bank reserves the right to
award the contract for such BNAs to another Bidder who has been awarded contract
under the RFP and successfully installed the BNA at L1 price.
5.15 Vendors shall indemnify, protect the Bank against all claims, losses, costs,
damages, expenses, action suits and other proceedings, resulting from infringement
of any Patent, trademarks, copyrights, agency/dealership etc., or such other
statutory infringements in respect of the entire software and hardware supplied by
the Vendor.
5.16 At any time prior to the deadline for submission of Bids, the Bank may
modify the RFP Document, by issuing Corrigendum to RFP. Notification of
amendments will be put up on the Bank’s Website and will be binding on all Bidders.
5.17 The Bank shall be under no obligation to accept the lowest or any other bid
received in response to this RFP and shall be entitled to reject any or all offers
without assigning any reason whatsoever.
5.18 Submission of Bids
5.18.1 It is a two staged bidding process. The Bidders’ shall seal one envelope each
of “Technical Bid” and “Price Bid” and both these envelopes shall be enclosed and
sealed in one outer envelope. The Outer envelope should bear the Project Name as
BOI 5 BNA RFP dated 26/11/2012.
The inner envelopes shall bear the Project Name as under:
BOI 5 BNA RFP dated 26/11/2012 Technical Bid or Price Bid as the case may be.
5.18.2 The Technical Bid envelop should contain the following documents:-
a) Form 1 Proposal Form (Price Proposal)
b) Form 3 Conformity to Eligibility Criteria and General details of the Bidder
c) Form 5 Manufactures’ Authorisation Form
d) Form 6 List of Service Centres
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 15 of 36
5.18.3 The Price Bid envelope should contain the Price Bid Form as per PART 7 of
the RFP document and Proposal Form 2 (Price Proposal).
5.18.4 Bids should be received by the Bank at the address specified, no later than
the date and time specified in the Invitation to Bid. The Bank may, at its discretion,
extend this deadline for the submission of Bids by issuing corrigendum amending the
RFP. Any Bid received after the deadline for submission of Bids prescribed, will be
rejected and returned unopened to the Bidder.
5.19 Only one Model / Make strictly conforming to the specifications as mentioned in the RFP should be quoted. When the configuration/ feature required is not available in a particular model, the next available higher configuration model shall be offered. The Models proposed/ marked for withdrawal from the market and the models under quality testing should not be offered. The model offered should be supported for a minimum period of 4 years after expiry of warranty period. 5.20 Evaluation of Bids
5.20.1 Technical Bids will be opened in the presence of authorized representatives
of the bidders. No bid will be rejected at the time of opening of the Bid.
5.20.2 The Bank will examine the Bids to determine whether they are complete,
required forms, financial statements, reference letters, make model of BNA offered
etc. have been furnished, the documents have been properly signed, and the Bids
are generally in order. The Bank may, at its discretion, waive any minor infirmity,
non-conformity, or irregularity in a Bid, which does not constitute a material
deviation.
5.20.3 The Bank will examine whether the Bid and the Bidder is eligible in terms of
Part 3 – Eligibility Criteria. During evaluation of the Bids, the Bank at its discretion
may ask a bidder for clarification of its bid. The request for clarification and the
response shall be in writing, and no change in the substance of the bid shall be
sought, offered or permitted.
5.20.4 The Technical response with respect to the make and model quoted and
requirements of technical and functional specifications mentioned in the RFP will be
evaluated. The Bank may cross check with other banks whose reference is
submitted by the Bidder in its Bid and any other external source as deemed fit. The
Bank’s decision on satisfactory level for technical shortlisting of Bid will be binding on
all bidders.
5.20.5 The Price Bids of only those Bidders who are evaluated as eligible /
responsive during Technical evaluation will be opened. The Price Bids will be
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 16 of 36
opened in presence of the representatives of the Bidders. The Total price quoted by
the Bidders will be declared at the time of opening. The date and time of opening of
Price Bids will be communicated to such shortlisted Bidders.
5.21 Bid Currency
Bids are to be quoted in Indian Rupees only.
5.22 Bid Prices
5.22.1 Bid price should be quoted as per format given in Part 7 of the RFP.
5.22.2 The per unit quoted price should be all-inclusive price (i.e., including
Technical Service Charges, if any, Excise Duty, Sales Tax/VAT, any other applicable
duties and taxes, packing, Freight and Forwarding, Transit Insurance, Local
transportation, Hamali Charges, completing the Road permit formalities, if required,
installation charges etc. The vendor shall coordinate with the concerned agencies to
complete the road permit formalities, if any, and there shall not be overhead costs to
the Bank for obtaining such road permits. However, Octroi/ Entry Tax if applicable
will be reimbursed at actual, subject to production of original receipts.
5.22.3 The amount of AMC per unit quoted for four years period should be
exclusive of Service tax. The Service tax as applicable from time to time on the AMC
payable will be borne / paid by the Bank. In case of any new tax on the fees payable
for AMC services rendered by the vendor being introduced subsequently, the same
will be borne by the Bank.
5.22.4 Prices quoted by the Bidder shall be fixed during the Contract Period of 5
years comprising of One year Warranty and four years AMC. The price quoted shall
not be subject to variation on any account, including exchange rate fluctuations. A
Bid submitted with an adjustable price quotation will be treated as non-responsive
and will be rejected.
5.23 Payment Terms
5.23.1 Upon delivery of the BNA at the branch site 50% of the unit cost will be paid.
The payment will be made against production of delivery challan and invoices. The
balance 50% will be paid upon acceptance of the BNA and submission of
Performance Bank Guarantee. The TDS will be deducted at the applicable rate as
per provisions of the applicable law. This payment will be made centrally by the
respective Zonal Office controlling the respective branch. This payment will be made
on site by site basis.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 17 of 36
5.23.2 Upon completion of the warranty period, the AMC charges will be paid on half
yearly arrears basis after ensuring renewal of Performance Guarantee. The AMC
charges quoted for four years will be divides equally to arrive at the portion charges
for 6 months. The applicable service tax will be paid separately. The AMC charges
will be released centrally by the respective Zonal Office. This payment will be made
on site by site basis. The TDS will be deducted at the applicable rate as per
provisions of the applicable law.
5.24 Performance Bank Guarantee
5.24.1 The selected Vendor shall provide on an annual basis a Performance Bank
Guarantee from a reputed public sector or private sector bank for an amount of
2,00,000/- per BNA for the total no. of BNAs installed at the branches under one
Zone of the Bank. Performance Bank Guarantee will be annually renewable through
the period of contract with a claim period of 3 (three) months.
5.24.2 In the event of non-performance of obligations the Bank shall be entitled to
cancel the contract and invoke the Performance Bank Guarantee without notice or
right of demur to the Vendor apart from the other provisions of cancelling the order in
terms of the.
5.25 Resolution of Disputes
5.25.1 The Bank and the Supplier shall make every effort to resolve amicably by
direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract.
5.25.2 If, after thirty (30) days from the commencement of such informal
negotiations, the Bank and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party, adjudication in an agreed national forum.
5.25.3 The dispute resolution mechanism to be applied shall be as follows:
a) In case of Dispute or difference arising between the Bank and a Supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. Where the value of the contract is above Rs. 1 Crore, the arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Bank and the Supplier. The third Arbitrator shall be chosen by mutual discussion between the Bank and the Supplier.
b) Arbitration proceedings shall be held at Mumbai, India, and the
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 18 of 36
language of the arbitration proceedings and that of all documents and communications between the parties shall be English;
c) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself; and
d) Where the value of the contract is Rs. 1 Crore and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties.
5.26 Jurisdiction
All disputes would be subject to Indian laws and jurisdiction, and settled at courts in
Mumbai.
5.27 Indemnity
The Vendor shall indemnify, protect and save the Bank against all third party claims,
losses, costs, damages, expenses, action suits and other proceedings, resulting
from infringement of any law pertaining to patent, trademarks, copyrights, licensing
etc. or such other statutory infringements in respect of all the hardware and software
used by them.
5.28 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.
Bank reserves the right to cancel the entire Bidding process at any stage without
assigning any reason whatsoever.
5.29 Force Majeure
5.29.1 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,
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 19 of 36
trade embargos, declared general strikes in relevant industries, satellite failure, act of
Govt. of India, events not foreseeable but does not include any fault or negligence or
carelessness on the part of the parties, resulting in such a situation. In the event of
any such intervening Force Majeure, either party shall notify the other in writing of
such circumstances and the cause thereof immediately within five calendar days.
Unless otherwise directed by the Bank, the Vendor shall continue to
perform/render/discharge other obligations as far as they can reasonably be
attended/fulfilled and shall seek all reasonable alternative means for performance
affected by the Event of Force Majeure.
5.29.2 In such a case, the time for performance shall be extended by a period(s)
not less than the duration of such delay. If the duration of delay continues beyond a
period of 180 days, the Bank and the Vendor shall hold consultations with each other
in an endeavor to find a solution to the problem. Notwithstanding above, the decision
of the Bank shall be final and binding on the Vendor.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 20 of 36
PART 6 TECHNICAL SPECIFICATIONS
FRONT ACCESS BUNCH NOTE ACCEPTOR
Name of the Manufacturer:
Make and Model:
Sl No
Features Yes / No
Remarks
1. Processor
1.1 Intel® Core2Duo Processor min 2.2GHz or above
1.2 2 GB DDR2 RAM or higher
1.3 2x 160 GB IDE/SATA HDD
1.4 USB ports in front for front access BNAs
1.5 DVD Writer
1.6 101Keys Keyboard
1.7 Microsoft Windows XP with SP3 or higher, with roadmap to Windows 7 Support. H/W should support Win 7 without any additional upgrade
1.8 Software with CEN 3.0 complaint XFS and cross-vendor support
1.9 OS hardening (with firewall). BNA should be adequately hardened and only white listed / essential services. No malware including viruses, worms, Trojans should enter the BNA and affect the system.
2. Currency Chest
2.1 UL 291 Level1 certified secured chest
2.2 S&G / MAS Hamilton (KABAMAS-CENCON) dual electronic combination lock of 6+6 digits with capability having One time combination (OTC) option and audit trail without any hardware change
2.3 Alarm sensors for temperature status, vibration status and chest open status while sending signal/messages to Switch/Management Centre
3. Hybrid Dip Card Reader
3.1 Dip Smart Card Reader with capability to read track 1 & 2
3.2 EMV Level 1 Version 4.0 or later, as certified
3.3 BNA should be ready for using EMV chip cards
3.4 Software, firmware, license for using smart card on BNA
4. Customer Interface on BNA
4.1 15” LCD
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 21 of 36
Sl No
Features Yes / No
Remarks
4.2 Vandal Screen with Privacy Filter
4.3 Rugged spill proof Triple DES enabled keyboard with polycarbonate tactile / stainless steel EPP pin pad keys, EPP pin pad to be PCI Compliant with sealed metal keypad
4.4 Touch screen with support for visually handicapped through Function Defined Keys 4 + 4
4.5 Braille stickers on all devices as per requirements to support the visually challenged
4.6 Voice guidance support with internal speakers & headphone jack
5. Bunch Note Acceptor
5.1 Bunch Note Accepting with capacity upto 200 notes accepting all denominations Rs.50, Rs.100, Rs.500 & Rs.1000
5.2 BNA should have template for all new variants of Rs.50, Rs.100, Rs.500 & Rs.1000. Vendor to provide details. Vendor should update the software to support all new variants currency notes as well as new denominations, if any, issued subsequently without any extra cost to the Bank.
5.3 Minimum of 4 Deposit cassettes
5.4 Each Cassette should have capability to hold notes of any denominations
5.5 Denomination-wise sorting of the deposited currency notes
5.6 Cassettes capacity of minimum 2000 notes
5.7 Reject Bin with capability to hold Reject /Retracted notes
5.8 Four orientation bill validation for good and bad currencies
5.9 Notes deposited should be categorized and put into individual bins once they are accepted by the machine
5.10 Should support cardless transactions for account based transactions
5.11 Should support cardbased transactions for all types of cards issued by the Bank
5.12 Appropriate treatment for various categories of Bank Notes,viz. 1. No Currency Note (Reject) 2. Counterfeit Currency Note (Impound) 3. Suspicious Currency Note (Reject) 4. Real Currency Note (Accept) 5. Soiled Currency Note (Reject)
5.13 Capability to track the depositor for counterfeit
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 22 of 36
Sl No
Features Yes / No
Remarks
currency notes preferably with - Recognition of the serial nos. of individual
currencies - Storing & passing on image data for later
processing
5.14 Foreign object detection in the input tray
5.15 Should support both pin based and biometric authorization of transactions
6. DES chip / Security
6.1 Capable of supporting Remote key Management – DES/RSA
6.2 Triple DES chip with encryption / verification / validation software. Should support AES without any additional hardware.
7. Integrated BNA Surveillance Solution
7.1 Solution must be able to capture image of the customer approaching and performing transactions at the ATM. This solution should be an Integrated with the machine and capture images based on motion
7.2 Solution should be able to store the images/video in a digital format for minimum 3 months at an average of 300 transactions per day.
7.3 Solution must provide an interface to browse, search and archive the stored video / images on hard disk or external media.
7.4 Solution must be able to capture & stamp the transaction information on the images.
7.5 Superimpose date, time and transaction data on to the recorded images.
7.6 The solution must not degrade the performance of BNA, e.g. speed of normal transaction
7.7 The hardware should be integrated within the BNA
7.8 Solution must be capable to take necessary backup of stored image and retrieval the same at any point of time.
7.9 Machine should support second camera if required which should be deployed in BNA lobby
8. Software Agent
8.1 Vendor should have their own software agent for EJ pulling and Remote Monitoring Software support for the BNA to monitor its functions from a Central site. The BNA should be capable of supporting a third party software agent such as SDMS/Infobase/Radia, etc. The vendor also
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 23 of 36
agrees to install any software selected by the Bank at no cost to the Bank.
8.2 Should be capable of interface with the Bank’s IST ATM Switch
8.3 Should be capable of interface using ISO message standard with Bank’s Core banking solution
9. Connectivity
9.1 Should have Network Interface Card 10/100
9.2 Should be capable of connecting to the Bank’s Switch IST using existing device handlers (NDC/D912) at no additional cost to the Bank
9.3 BNA must support TCP/IP
10. Others
10.1 Minimum 40 Column 80 mm Graphic Thermal Receipt Printer
10.2 DMP/Graphic Thermal Journal Printer to print audit trail
10.3 Electronic journal to be also written on BNA hard disk and replicated on the second hard disk which records images. The solution should include a EJ viewer.
10.4 Support centralized EJ Pulling
10.5 Low media warning for all items viz. bills, journal roll, consumer printer roll etc.
10.6 In-built SMPS to work on 230V 50 Hz power supply.
10.7 Support input voltage of 230V AC /50 Hz with +/- 5%variation.
10.8 Should provide hardware and software for the day-to-day operations required by the custodian
10.9 BNA should have pin pad shield covering all three sides.
11. Transactions to be made available at the BNA with Interface / connectivity to Bank’s ATM Switch and Core Banking Software
11.1 Card less transactions to be made available as per functionality detailed in Part 4 of the RFP
11.2 Card based transactions to be made available as per functionality detailed in Part 4 of the RFP
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 24 of 36
PART 7 : PRICE BID
Name of the OEM: Name of Make and Model:
Bidders should quote prices in the following manner:
Sr. No Particulars Quantity Total Unit cost
(all inclusive
price)
INR
1 Bunch Note Acceptor inclusive of one
year warranty
(inclusive of all duties, taxes levies,
charges except octroi/entry tax which
will be reimbursed Bank at actuals).
1
2 AMC for 4 years
(exclusive of Service tax)
1
3 Total Cost of ownership (1+2)
Total cost of ownership in words- Rupees
Total Cost of Ownership to the Bank will not change due to exchange fluctuation,
change taxes etc. Any Price Bid not in conformity with the above format or
incomplete in any respect will be rejected / disqualified by the Bank.
We accept the above commercial quoted and all the Terms and Conditions of the
Contract contained in RFP dated 26/11/2012 for Supply Installation Commissioning
of 5 Bunch Note Acceptor Machines are acceptable to us.
.
Dated this ....... day of ............................ 2012
_________________________________
________________________________
(Signature) (Name) (In the capacity of)
Duly authorised to sign Bid for and on behalf of
_________________________________
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 25 of 36
PART 8- FORMS
FORM 1
PROPOSAL FORM (TECHNICAL PROPOSAL) Procurement of Bunch Note Acceptors
(To be kept in the Technical Proposal Envelope)
Date : To: Bank of India, Information Technology Department, Star House, Bandra-Kurla Complex, Plot No.C-5, G-Block, 8th Floor West Wing, Bandra (E), Mumbai 400 051.
Re: Request for Proposal dated 26/11/2012
for supply installation commissioning of 5 Bunch Note Acceptors
Having examined the captioned RFP Document, the receipt of which is hereby duly acknowledged, we, the undersigned, submit our Bid offering to supply, install and commission Hardware/Software, in conformity with the said RFP document. We undertake, if our Bid / Proposal is accepted, to deliver, install and commission the system in accordance with the delivery schedule with functionality and payment terms specified in the captioned RFP document. If our Bid / Proposal is accepted, we will obtain the guarantee of a bank for a sum equivalent to Rs. 2 lakh per Bunch Note Acceptor for the due performance of the Contract, in the form prescribed by the Bank. We agree to abide by the our Bid / Proposal and the rates quoted therein. Until a formal contract is prepared and executed, this Proposal, together with your written acceptance thereof and your notification of award, 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 you are not bound to accept the lowest or any Proposal you may receive.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 26 of 36
Dated this ....... day of ............................ 20….. ________________________________ ________________________________ (Signature) (In the capacity of) Duly authorized to sign Proposal for and on behalf of
_________________________________
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 27 of 36
FORM 2
PROPOSAL FORM (PRICE PROPOSAL) Procurement of Bunch Note Acceptors
(To be kept in the Price Proposal Envelope) Date: To: Bank of India, Information Technology Department, Star House, Bandra-Kurla Complex, Plot No.C-5, G-Block, 8th Floor West Wing, Bandra (E), Mumbai 400 051.
Re: Request for Proposal dated 26/11/2012
for supply installation commissioning of 5 Bunch Note Acceptors Having examined the captioned RFP Document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply, install and commission Bunch Note Acceptor with Hardware/Software, in conformity with the said RFP document for the sum of unit price inclusive of one year warranty and four years AMC at Rs. ---------------------- (Total Proposal amount in words and figures) or such other sums as may be ascertained in accordance with the Price Bid attached herewith and made part of this Bid / Proposal. We undertake, if our Bid / Proposal is accepted, to deliver, install and commission the system in accordance with the delivery schedule with functionality and on payment and other terms specified in the RFP document. If our Bid / Proposal is accepted, we will obtain the guarantee of a bank for a sum equivalent to Rs. 2 lakh per Bunch Note Acceptor for the due performance of the Contract, in the form prescribed by the Bank. We agree to abide by the our Bid / Proposal and the rates quoted therein. Until a formal contract is prepared and executed, this Proposal, together with your written acceptance thereof and your notification of award, 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 you are not bound to accept the lowest or any Proposal you may receive. Dated this ....... day of ............................ 20….
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 28 of 36
_________________________________ ________________________________ (Signature) (In the capacity of)
Duly authorized to sign Proposal for and on behalf of
___________________________
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 29 of 36
Form 3
Conformity To Eligibility Criteria and General Details of the Bidder
(Please attach documentary evidence of compliance)
Sl.No. Criteria Yes / No
If Yes list of documents
enclosed
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.
2. Bidder should be Original
Equipment Manufacturer of ATMs
or their authorized representative
/distributors in India with at least
500 installations of ATMs / Cash
Dispensers / BNAs in India as on
01.12.2012.
An Authorised representative
should submit Manufacturers
Authorisation Certificate.
3. The OEM’s BNA proposed in the
Bid should have been installed at
least at two locations in India and
working satisfactorily.
POCs done will not be treated as
experience of the Bidder.
4. Minimum annual turnover should
not be less than Rs. 50 crores in the
last two financial years as per
audited financial statements.
5. Bidder should have service centres
at locations across India covering
all metro and important cities.
6. Bidder should not have been
blacklisted by any PSU Bank /
IBA/RBI during the last three years.
Self certification in the offer
letter.
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 30 of 36
Sr Item Details
1. General Details
1.1 Name of Company
1.2 Postal Address
1.3 Telephone, mobile, Website address and Fax
numbers
1.4 Constitution of the Company
1.5 Nature of main activity and other activities
1.6 Details of ownership
1.7 Holding company or parent company
1.8 Key persons with contact details
1.9 Name and designation of the person authorized to
make commitments to the Bank
1.10 Email Address
1.11 Date of Incorporation in India, commencement of
Business & number of Years in the line of Business
Enclose Copy of
Certificate of
Incorporation
1.12 Sales Tax/VAT Number Enclose Sales
Tax / VAT
registration copy
1.13 Income Tax Number Enclose
Company’s PAN
Card copy and
the latest
Income-tax
Clearance letter
1.14 Brief description of facilities of the organization for
undertaking the services
2. Financial Details
2.1 Annual Total Turnover (2010-11)
2.2 Annual Total Turnover (2011-12)
2.3 Net Profit (2010-11)
2.4 Net Profit (2011-12)
2.5 Net Worth (2010-11)
2.6 Net Worth (2011-12)
BOI BNA RFP BOI/HO/IT/BNA/2012-13/1 dated 26/11/2012
Page 31 of 36
Form-4
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 Bank of India (the Bank) invited Bids vide Request for Proposal
(RFP) dated 26/11/2012 for Supply, Installation and Commissioning of Bunch
Note Acceptors. The Bid submitted by the Vendor in response the said RFP
has been accepted by the Bank.
One of the terms of the said RFP is that the Vendor shall sign the Contract
Form with the Bank. The parties are accordingly desirous of signing the said
Contract Form.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same
meanings as are respectively assigned to them in the RFP dated 29/10/2012
2. The following documents of RFP dated 26/11/2012 shall be deemed to
form and be read and construed as part of this Agreement, viz.:
a) Invitation to Bid
b) Scope of Work
c) Eligibility Criteria
d) Terms and Conditions of Contract
e) Price Bid
f) Forms
BOI BNA RFP BOI?HO/IT/BNA/2012-13/1 dated 26/11/2012
BOI RFP 5 BNAs Page 32 of 36
Notification of Award of Contract dated issued by the Bank.
3. In consideration of Supply, installation and Commissioning of the Bunch
Note Acceptors with Functionality and services required by the Bank rendering in
terms of the RFP dated 26/11/2012, the Vendor proposed to supply BNA of -------
------------------(make) -----------------(model) the Vendor, the Bank shall pay the
Price as stated below:-
Sr. No Particulars Quantity Total Unit cost
(all inclusive
price)
INR
1 Bunch Note Acceptor inclusive of one
year warranty
(inclusive of all duties, taxes levies,
charges except octroi/entry tax which
will be reimbursed Bank at actuals).
1
2 AMC for 4 years
(exclusive of Service tax)
1
3 Total (1+2)
Total in words- Rupees
4 Neither party shall disclose the confidential information to a third party. The parties will, at all times, maintain confidentiality regarding the contents of this Agreement and proprietary information including any business, technical or financial information. 5 In consideration of the payments to be made by the Bank to the Vendor as hereinafter mentioned, the Vendor hereby covenants with the Bank to provide the equipment of BNA, functionality and services and to remedy defects therein, in conformity in all respects in terms of the RFP.
IN WITNESS whereof the parties hereto have caused this Agreement to be
executed in accordance with the respective laws the day and year first above
written.
BOI BNA RFP BOI?HO/IT/BNA/2012-13/1 dated 26/11/2012
BOI RFP 5 BNAs Page 33 of 36
Signed, Sealed and Delivered by the
said ..................................................... (For the Bank)
in the presence of:.......................................
Signed, Sealed and Delivered by the
said ..................................................... (For the Vendor)
in the presence of:.......................................
BOI BNA RFP BOI?HO/IT/BNA/2012-13/1 dated 26/11/2012
BOI RFP 5 BNAs Page 34 of 36
FORM 5
MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM No. Date: To: Bank of India IT Department HO Dear Sir:
Ref: Your RFP IT/HO/BNA/2012-13/1 dated 26.11.2011
We who are established and reputable manufacturers / producers of ______________________Description, Make and Model having factories / development facilities at (address of factory / facility) do hereby authorise M/s ___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation. We hereby extend our full guarantee and warranty for the Products / Equipment and services offered by the above firm against the captioned RFP requirement.
We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Supplier :
(a) Such Products / Equipment as the Bank may opt to purchase from the Supplier, provided, that this option shall not relieve the Supplier of any warranty obligations under the Contract; and
(b) in the event of termination of production of Products quoted by the
Bidder:
i. advance notification to the Bank of the pending termination, in sufficient time to permit the Bank to procure needed requirements; and
ii. following such termination, furnishing at no cost to the Bank, the
blueprints, design documents, operations manuals, standards, source codes and specifications of the Products, if requested.
BOI BNA RFP BOI?HO/IT/BNA/2012-13/1 dated 26/11/2012
BOI RFP 5 BNAs Page 35 of 36
We duly authorise the said Bidder / firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract. Yours faithfully, (Name)
(Name of Producers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should include it.
BOI BNA RFP BOI?HO/IT/BNA/2012-13/1 dated 26/11/2012
BOI RFP 5 BNAs Page 36 of 36
Form 6 List of Service Centres
City Address of the Location with phone numbers
Area Serviced Number of engineers and other support personnel
top related