corrigendum dated 27.02.2020 for tender no: …...page 1 of 71 s request for proposal (rfp) for...

71
Page 1 of 71 REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D BAR CODE PRINTERS Under Rate Contract Tender No: PSB/HOIT/RFP/144/2019-20 Dated:28.01.2020 Corrigendum dated 27.02.2020 for Tender No: PSB/HOIT/RFP/144/2019-20 Dated: 28.01.2020 Head office Information Technology Department Punjab & Sind Bank, 2nd Floor, Plot Number 151, Sector 44, Gurugram, 122003

Upload: others

Post on 20-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 1 of 71

s

REQUEST FOR PROPOSAL (RFP) For

Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D BAR CODE PRINTERS

Under Rate Contract

Tender No: PSB/HOIT/RFP/144/2019-20 Dated:28.01.2020

Corrigendum dated 27.02.2020 for Tender No: PSB/HOIT/RFP/144/2019-20 Dated: 28.01.2020

Head office Information Technology Department

Punjab & Sind Bank, 2nd Floor, Plot Number 151, Sector 44, Gurugram, 122003

Page 2: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 2 of 71

INDEX

S. No. Detail Page No.

From To

1

Key Information about Tender

3 3

2

Introduction

4 4

3

Disclaimer

5 5

5

Chapter 1 – Instructions to Bidders

6 19

6

Chapter 2- Terms and Conditions

20 26

7

Chapter 3 - Scope of Work

27 33

8.

Chapter 4 – Penalties

34 35

9.

Annexures and Formats

36 71

Page 3: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 3 of 71

KEY INFORMATION

Particulars Details

Tender Number PSB / HOIT /RFP/144 /2019-20

Tender Title Request for proposal for Selection of vendor for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs) under Rate Contract.

Participation Fee (Non Refundable) * Rs. 25,000/- (Rs. Twenty Five Thousand Only) (Demand Draft / Pay Order)

Bid Security (EMD)* In the shape of Bank Guarantee for minimum 225 days from Bank excluding Cooperative Bank & RRB as per format – Annexure IX

Rs. 18,00,000/- (Rs. Eighteen Lakh only) ** ** In form of Bank guarantee

Bid Validity 180 days

Date of Publishing the tender on Bank’s Website

28.01.2020

Last Date and time for submission of Bids 06.03.2020 14:30 Hrs

Date and Time of Opening of Technical Bids 06.03.2020 15:00 Hrs

Date and Time of opening of Commercial Bids To be notified later to the qualifying bidders only.

Place of Opening of Bids Punjab & Sind Bank Head Office Second Floor IT Department Plot Number 151, Sector 44, Gurugram, 122003

Contact Persons for any clarifications/ Submission of Bids

1) Sh. Mukund Madhaw - SRM (IT) +91- 8872010219

2) Sh. Jitender Kumar – Manager (IT) +91- 8800697770

Note: All Claims made by the Bidder will have to be backed by documentary evidence. *All MSEs having registration as per provisions of the Public Procurement Policy for Micro and Small Enterprises i.e. District Industries Centre (DIC) or Khadi and Village Industries Commission (KVIC) or Khadi and Industries Board (KVIB) or Coir Board or National Small Industries Commission (NSIC) or directorate of Handicrafts and Handlooms or UdyogAadhaar Memorandum or any other body specified by Ministry of MSME and Start-ups (recognized by DIPP) are exempted from submission of Participation Fee and EMD only. Relevant certificates should be submitted by the bidder in this regard to avail exemption. If any of the dates given above happens to be Holiday in Haryana, the related activity shall be undertaken on the next working day at the same time.

Page 4: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 4 of 71

INTRODUCTION

Punjab & Sind Bank, one of the leading nationalized Banks of the country, has a national presence through a

widespread network of 1500plus branches/offices all networked under Centralized Banking Solution. It also has

a network of more than 1250 ATM(s) spread across the country including onsite and offsite ATMs as well. With

more than 111 years of customer services, the Bank has a large satisfied clientele throughout the country. For

enhancing customer convenience levels and overall inter-branch efficiency, the bank has been a frontrunner in

implementing various IT enabled products.

Punjab & Sind Bank intends to select vendor for Supply, installation, commissioning and maintenance of

Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs) under Rate Contract to meet its requirement

of various branches/offices.

Page 5: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 5 of 71

DISCLAIMER

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.

This RFP is neither an agreement nor an offer and is only an invitation by the 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 obtain independent advice,

wherever necessary. 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.

No contractual obligation whatsoever shall arise from the RFP process until a formal contract is executed

by the duly authorized signatory of the Bank and the Bidder.

Page 6: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 6 of 71

CHAPTER - 1 INSTRUCTIONS TO BIDDERS

1.1 Minimum Eligibility Criteria for the Bidders

The Minimum Eligibility Criteria for the bidder shall be as under: -

S.No.

ELIGIBILITYCRITERIA SUPPORTING DOCUMENTS TO BESUBMITTED

EC 1

The Bidder should be registered with registrar of companies in Indiaunder Companies Act,

1956 or Companies Act, 2013.

Copy of Certificate of Incorporation to be submitted

EC-2 The Bidder should have national presence and should be operating in the field of Supplying Passbook Printing Kiosks (PBKs)/Cash Deposit Kiosk/ Multifunction Kiosk/ Other Banking Kiosk/ ATM's/ Debit Card Printing Kiosk/Recyclers for at least last 3 years as on date of issue of this RFP.

The commencement of Business certificate, Memorandum of Association etc.

EC-3 The bidder should be an Original Equipment Manufacturer (OEM) of offered Passbook Printing Kiosks or their authorized representative in India. (Either the authorized representative on behalf of the original Equipment Manufacturer (OEM) or OEM itself can bid but both cannot bid simultaneously for the same item/product) In case of authorized representative/authorized dealer, the letter from the OEM to be submitted. However, both should not participate together, in which case both will be disqualified, and their offers will be rejected summarily by the Bank.

An authorization letter from manufacturer to this effect should be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer should provide the same.

EC-4 The Bidder should have annual average turnover of Rs.10.00 Crores in each of the last 3 financial years i.e. 2016-17, 2017-18 and 2018-19. It must be bidder company’s turnover and not that of the group companies.

Provide CA Certificate as per Annexure- XIV and Audited Financial statements (Balance sheet & Profit & Loss statement) for the three (3) Financial years. The CA certificate provided in this regard should be without any riders or qualification.

EC-5 The Bidder should have positive net-worth in any two out of last three Financial Yearsi.e.2016-17,2017-18and2018-19

Provide CA Certificate as per Annexure- XIV and Audited Financial statements (Balance sheet and Profit & Loss statement) for the three (3) Financial years. The CA certificate provided in this regard should be without any riders or qualification

Page 7: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 7 of 71

EC-6 The bidder/OEM should have supplied at least

100 Passbook Printing Kiosks/Cash Deposit

Kiosk/Multifunction Kiosk/Other Banking

Kiosk/ATM's/Debit Card Printing Kiosks/Recyclers to any Schedule Commercial Bank during a single year (in any year during 2016-17, 2017-18, 2018-19)

Copy of purchase Order and Banks satisfaction letter on Banks letter head.

EC-7 The bidder should have network of service centers PAN India (Metro, Urban and Semi Urban) with one centre in the city where bank’s zonal office is located (please see list at

Annexure XI)

Complete Service Centre details are

required to be submitted in Annexure–VI

with address and contact details wherever

applicable (Bank may verify the presence

and if found incorrect bid may be rejected)/

Undertaking to set up support facilities with

necessary spare parts with sufficient

manpower at all cities of the 25 Zonal Office

centers of the Bank as per the list enclosed,

within one month of awarding the contract.

EC-8 The Bidder/OEM should have successfully

installed and commissioned the offered make & Model of machine with Finacle/Other Major Core Banking Solution.

A Certificate in this regard must be provided

from concerned Bank where it was integrated with Finacle Core Banking Solution.

EC-9 The bidder should be able to provide efficient

and effective support at all location where the equipment has been supplied & installed under

this bid, so as to meet Bank's Working hours service (9 am to 6 pm)supports within maximum

24 hour resolution time.

A bidder is required to submit commitment

to this effect duly signed by the Company Secretary.

EC-10 Bidder should not have been blacklisted by the Government / Government agency / Banks / Financial Institutions in India during last 3 years.

Self-Declaration on Company's letter Head signed by authorized person.

EC-11

Bidder has to give unconditional undertaking for

providing service support / component parts / assembly/ software used in passbook printers

and bar code printer for minimum seven years from the date of installation of Passbook Printing

Kiosks and 2D Bar Code Printer.

The bidder is required to be submitted unconditional undertaking in this regard.

EC-12 Bidder should have complaint monitoring system in place with all India toll free number for call logging.

Undertaking with detail of system

EC-13 ISO 9001-2015 Certificate (OEM/Bidder). Copy of certificate should be submitted.

Photocopies of relevant documents / certificates duly stamped and signed must be submitted as proof in support of the claims made. The Bank reserves the right to verify /evaluate the claims made by the Bidder independently. The decision of the Bank in this regard shall be final, conclusive and binding upon the Bidder.

1.2 Cost of Tender The tender document is required to be downloaded from the Bank’s official website www.psbindia.com. The bidder is required to submit a non-refundable fee as mentioned in Key-Information in the form of Demand Draft or Pay Order in favour of PUNJAB & SIND BANK, payable at New Delhi, at the time of submission of the technical bid, failing which the bid of the concerned Bidder will be rejected. It may be noted that amount will

Page 8: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 8 of 71

not be refunded to any prospective bidder under any circumstances including cancellation of RFP. The softcopy will also be available at the Bank’s authorized e-Tendering website: https://psb.eproc.in .

1.3 Language of the Bid The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and The Bank shall be in English language only. 1.4 Two Bid System

a. The bidder shall submit his response to the present tender separately in two parts – “The Technical Bid” and ‘Indicative Commercial bid’. Technical Bid will contain Eligibility and product specifications whereas Commercial bid will contain the pricing information. In the first stage, only the Technical Bids shall be opened and evaluated as per the criterion determined by the Bank. Those bidders satisfying the technical requirements as determined by the Bank in its absolute discretion shall be short-listed for opening their commercial bid.

b. The Bank reserves the right to accept or not to accept any bid or to reject a particular bid at its sole discretion without assigning any reason whatsoever.

c. Bid documents shall be submitted in a Single sealed envelope, including Demand Draft/Purchase Order towards cost of RFP, Bid Security (EMD) and other required documents as mentioned in the tender and a separate sealed envelope containing commercial bid Price, duly super-scribing the envelope with the reference of this RFP, due date, name of the Bidder with contact details, Offer reference number etc. Bid document should be duly filled and all the pages of Bid including Brochures shall be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted Bid Documents should be serially numbered with the Bidder’s seal duly affixed with the Signature of the Authorized Signatory on each page. Documentary proof, wherever required, in terms of the RFP shall be enclosed.

d. The Bids containing erasures or alterations will not be considered. There shallbe no hand-written material, corrections or alterations in the Bids. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in.

1.5 Formationof Bid

The bid must be made in an organized and structured manner. The Bid should be properly sealed and marked as “Bid for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs) under Rate Contract.”, TenderReference Number, Bidder’s name and address. The Technical Bid shall contain the following documents: -

S.No. Documents

1 Tender Covering Letter as per Annexure –I

2 Compliance to technicalspecification of Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs) Annexure II“A” & “B”.

3 Compliance to Minimum Eligibility Criteria as per Annexure III (please ensure that all related documents to Minimum Eligibility criteria have been attached)

4 Bidders Information as per Annexure IV

5 Acceptance of the terms and conditions of RFP and Technical Specifications (compliance Statement as per Annexure V)

6 Service Support Centers Detail as per Annexure – VI

7 Performance Statement as per Annexure VII

8 Sealed Envelope containing commercial Bid price as per Annexure VIII duly labeled as ‘commercial Bid price’ and Tender Reference No, Name of the Bidder.

9 Duly signed and stamped Price Masked commercial bid - Annexure VIII

10 Bid Earnest Money in the form Bank Guarantee as per Annexure IX

Page 9: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 9 of 71

11 Tender Document fees of INR 25,000.00by demand draft in favour of "Punjab & Sind Bank” payable at New Delhi.

12 Power of Attorney on non-judicial stamp paper of Rs. 100/-for authorizing official for signing the Bid

13 Undertaking from bidder/ OEM’s certifying that all the components, parts, assembly etcused inside the company products /hardware are new and original.

14 Any other document indicating the feature of the product.

15 Duly signed and stamped copy of RFP & Addendum to be submitted along with Technical Bid.

16 Integrity Pact As per Annexure XV(To be stamped on Rs.100 non-judicial stamp paper).

17 MANUFACTURER’S(OEM)AUTHORIZATION FORM (MAF) As per annexure XVII for PBK and 2D Bar Code Printer.

18 UNDERTAKING FOR BEING the OEM of Computer Hardware as per Annexure XVIII.

19 Compliance for reverse Auction as per Annexure XIX

20 Undertaking of Authenticity for Passbook Printing Kiosks as per Annexure XX

21 Any other documents as specified in the RFP.

1.6 Submission of bids The Bank expects the bidders to carefully examine all instructions, terms and conditions mentioned in this RFP document before submitting its unconditional compliance as part of the RFP. Failure to furnish all information required or submission of an RFP not substantially responsive to the RFP in every respect will be at the bidder’s risk and may result in the rejection of its response. Bids duly sealed should be submitted, in person, on or before the last Date and Time for bid submission at the address mentioned below. Bidsare also required to be submitted electronically as mentioned in KEY-INFORMATION of this document Punjab & Sind Bank Information Technology Department 2nd Floor, Plot Number 151, Sector 44, Gurugram 122003. Any other mode of submission, e.g. by courier, fax, e-mail etc. and submission of bid at any other place will not be accepted/considered.

1.7 Cost of Preparation and Submission of Bid

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. Sub-contracting is not allowed.

If any information / data / particulars are found to be incorrect, bank will have the right to disqualify / blacklist the company and invoke the bank guarantee/ forfeit the EMD.

All communications, correspondence will be only to the prime bidder. Any partner has to communicate only through the prime bidder. The prime bidder will act as the single point of contact for the bank.

Page 10: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 10 of 71

Bank reserves it right to cancel the order even after placing the letter of Intent (LOI) / Purchase Order, if bank receives any directions / orders from Statutory Body / RBI/Govt. of India in a nature that binds the bank not to take the project forward.

1.8 Late bids Any bid received after the due date and time for receipts of bids as prescribed in this RFP shallbe rejected and returned unopened to the Bidder.

1.9 Earnest Money Deposit (EMD) Non-submission of Earnest Money Deposit as mentioned in Key-Information will lead to outright rejection of the Offer. The EMD is to be submitted in the shape of Financial Bank Guarantee from any scheduled commercial Bank valid for a minimum period of225 Days from the date of Bid Submission Date. EMD of unsuccessful Bidders will be returned to them on completion of the tenderprocess. The EMD of successful Bidder(s) will be returned within 30 days on submission of Performance Bank Guarantee. The Earnest Money Deposit may be forfeited under the following circumstances:

a. If the Bidder withdraws its bid during the period of bid validity (180 days from the date of opening of the technical bid).

b. If the Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or misleading at any time prior to signing of contract and/or conceals or suppresses material information;

c. In case of Technically qualified bidder, if the bidders fail:

To participate in Reverse Auction.

To accept bid after submitting the bid commercial price. d. In case of the successful Bidder, if the Bidder fails:

To accept the commercial bid price submitted during commercial bid and emerged from Reverse Auction.

To sign the contract in the form and manner to the satisfaction of the Bank.

To furnish performance Bank Guarantee in the form and manner to the satisfaction of the Bank.

1.10 Performance Bank Guarantee The successful bidder has to submit the Performance Bank Guarantee (PBG) of 10 % of contract value in the ratio of L1 bidder 60% L2 bidder 40%valid for 39 months including 3 months claim period at HO IT Department within 10 days from the letter of selection. In case vender(s) fails to perform the contract or fails to pay the due penalty, if any, as demanded by bank, Bank shall invoke the Bank Performance Guarantee to recover penalty/damages.

1.11 Erasures or Alterations The Bid should contain no alterations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections should be duly stamped and initialed / authenticated by the person/(s) signing the Bid. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of bid not substantially/conclusively responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of the bid.

1.12 Opening of bids Technical Bid offer will be opened on the date and time mentioned in the bid ‘Key-Information’ in the presence of the Bidders who choose to attend on the said date and time. The Bank will evaluate the technical and techno functional response to the RFP of the Bidders who are found eligible as per the eligibility criteria mentioned in the RFP. There will be no scoring involved in the eligibility evaluation. 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

Page 11: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 11 of 71

Bidders who do not meet the eligibility criteria and all terms during preliminary examination will not be taken up for further evaluation. 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.

1.13 Evaluation Process of the Bids The Evaluation will be a Three-stage process: 1. Eligibility Criteria Evaluation - (Mandatory to meet by each of the prospective bidders) 2. Technical Evaluation 3. Commercial Evaluation- (through RA indicative Commercial Bid) The evaluation by the Bank will be undertaken by a Committee of internal Bank officials and may include Consultant. The decision of Banks’Committee shall be considered final.

1.13.1 Preliminary Scrutiny

a. 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.

b. The Bank may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid, which does not constitute a material deviation.

c. The Bank will first examine whether the Bid and the Bidder is eligible in terms of Eligibility Criteria. The bids not meeting the Minimum Eligibility Criteria shall not be considered for further evaluation.

d. 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, will be deemed to be a material deviation.

e. The Bank’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself, without recourse to extrinsic evidence.

f. 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.

1.13.2 Clarification of bids

To assist in the scrutiny, evaluation and comparison of offers/bids, The Bank may, at its sole discretion, ask some or all Bidders for clarification of their offer/bid. The request for such clarifications and the response will necessarily be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. Any decision of the Bank in this regard shall be final, conclusive and binding on the Bidder.

1.13.3 Technical evaluation

The technical bids shall be evaluated by Bank’sCommittee of experts for the following: -

i. Compliance of Minimum eligibility criteria

ii. Receipt of all/complete documents/information/undertakings etc.

iii. Compliance of technical specifications of the products quoted.

iv. Adherence to support set up requirements.

Bank may, if it deems necessary, ask for presentations of the bidder or site visits of their facilities to asses and satisfy itself on manufacturing/supply chain and support capabilities of the bidders.

Page 12: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 12 of 71

1.13.4 Commercial Evaluation

The commercial bid evaluation will be carried out by opening sealed indicative commercial bids. After that, based on the indicative commercial bids, reverse auction will be conducted. Post reverse auction, the bidders with the lowest commercial proposals will be designated as L1&L2 Bidders.

Reverse Auction

The Bank shall conduct the reverse auction on total cost of ownership of the project and the price so obtained after closure of Reverse Auction shall be taken into account for Commercial Evaluation. Bidders have to submit final itemized price to the Bank within 48 hours of closure of Reverse Auction process.

In case any technically qualified bidder does not take part in reverse auction, then he will not be considered for commercial evaluation.

The procedure of reverse auction will be notified to the shortlisted bidders separately. The Reverse Auction process will be conducted online through Bank’s authorized e-Tendering Service Provider M/s C1 India Pvt.Ltd through website: https://psb.eproc.in In case of any clarification/ queries regarding Reverse Auction Process, Bidders may reach out to: Email: [email protected] Ph: 0124-4302033/36/37 Business Rules for Reverse Auctions:

Applicability

Reverse auctions are carried out under the framework of rules that are called Business Rules.

1. All bidders participating in reverse auction shall understand/accept and give an undertaking for compliance with the same to the Bank in the prescribed format “Annexure XIX: Compliance for Reverse Auction”.

2. Any bidder not willing to submit such an undertaking shall be disqualified for further participation in the e-procurement process in question.

Compliance/Confirmation from Bidder

The bidders participating in reverse auction shall submit the following documents duly signed by the same Competent Authority who signs the offer document in response to the RFP:

Acceptance of Business Rules for Reverse Auction and undertaking as per format in Annexure XIX:Compliance for Reverse Auction.

Training to bidders:

1. The Bank may facilitate training for participation in reverse auction either on its own or through the service provider for the reverse auction.

2. On request where necessary, the Bank/service provider may also conduct a ‘mock reverse auction’ to familiarize the bidders with reverse auction process.

3. Any bidder not participating in training and/or ‘mock reverse auction’ shall do so at his own risk and it shall not be open for him to make any request / complaint / grievance later.

4. Each bidder shall participate in the training at his / their own cost.

5. The venue, date, time etc. for training in reverse auction shall be advised at the appropriate time.

6. No request for postponement/fixing of training date/time shall be entertained which in the sole view and discretion of the Bank might result in any avoidable delay to either the Reverse Auction or the whole process of selection of bidder.

Date/time of reverse auction

Page 13: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 13 of 71

1. The date and time of commencement of reverse auction as also duration of ‘Reverse Auction Time’ shall be communicated at least 4 working Days prior to such auction date.

2. Any force majeure or other condition leading to postponement of auction shall entitle the Bank to postponement of auction even after communication, but the Bank shall be obliged to communicate to all participating bidders the ‘postponement’ prior to commencement of such ‘Reverse Auction’.

Conduct of Reverse Auction

1. The reverse auction shall be conducted on a specific web portal meant for this purpose.

2. The reverse auction may be conducted by the bank itself or through a service provider specifically identified/appointed/empaneled by the bank.

Transparency in Bids

All bidders will be able to view during the auction time the current lowest price in portal. Bidder shall be able to view not only the lowest bid but also the last bid made by him at any point of time during the auction time.

Masking of Names

1. Names of bidders shall be masked in the Reverse Auction process and bidders will be given suitable dummy names.

2. After completion of Reverse Auction, the service provider / auctioneer shall submit a report to the Bank with all details of bid and the original names of the bidders as also the L1& L2 bidder with his / their original names.

Start Price

Reverse Auction process shall commence at and after electronically loading the “START-UP PRICE” on the basis of lowest TCO arrived at after evaluation of commercial bids or lesser than the lowest TCO arrived at as evaluated by the Bank.

Decremented Bid Value

1. The bidders shall be able to bid only at a specified decrement value or multiple thereof and not at any other fractions. The Bid decrement value for each line item or for composite value shall be decided by the Competent Authority depending upon the nature and the value of equipment being procured.

2. For the sake of convenience of bidders, the web portal shall display the next possible decremented value of bid. It is not, however, obligatory on the part of bidders to bid at the next immediate lower level only. (That is, bids can be even at 2 or 3 lower levels than the immediate lower level.)

Reverse Auction Process

1. In order to reduce the time involved in the procurement process, Bank shall be entitled to complete the entire procurement process through a single Reverse Auction or in multiple Reverse Auctions by splitting the items of bill of material in different lots.

2. The Bank shall, however, be entitled to cancel the Reverse Auction process, if in its view procurement or Reverse Auction process cannot be conducted in a fair manner and / or in the interest of the Bank.

The successful bidder shall be obliged to provide a commercial(ANNEXURE-VIII) at the last bid price at the close of auction.

Changes in Business Rules

1. Any change in Business Rules as may become emergent and based on the experience gained may be made by the Bank.

2. Any/all changes made in Business Rules shall be uploaded in the Website of the Bank https://www.psbindia.com/ immediately.

Page 14: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 14 of 71

3. If any reverse auction process has commenced and a change is made in Business Rules, it shall be informed immediately to each bidder participating in the Reverse Auction and his concurrence to/ acceptance of the change shall be obtained in writing by the Bank.

Don’ts applicable to the Bidders

1. No bidder shall involve itself or any of its representatives in any price manipulation directly or indirectly with other bidders. If any such practice comes to the notice, Bank shall disqualify the bidders concerned from the e-Procurement process.

2. Bidder shall not disclose details of bids or any other details concerning Reverse Auction process of the Bank to any other third party without specific permission in writing from the Bank.

3. Neither Bank nor service provider/ auctioneer can be held responsible for consequential damages such as no power supply, system problem, inability to use the system, Loss of electronic information, power interruptions, UPS failure, etc. at bidders’ place. (Bank shall, however, entertain any such issues of interruptions, problems with open mind and fair degree of transparency in the process before deciding to stop or extend the auction.)

Errors and omissions:

On any issue or area of material concern respecting e-Procurement not specifically dealt with in these Business Rules, the decision of the bank shall be final and binding on all concerned.

Process for placing of orders: - The Bank intends to empanel two vendors for supply of Passbook Printing Kiosk and 2D Bar Code Reader in PAN India branches. After completion of RA Process, the Bank will follow following process for placing the order. Bank will first extend option to L2 bidder to match the price quoted by L1 bidder within 2 days. The bidders have to provide their acceptance within 2 days from the receipt of such communication from the Bank. In case, L2 bidder matches the L1 prices, both the two vendors will be empanelled. In case L2 bidder refuses to match the L1 price or do not respond within 2 days, offer will be extended to the subsequent bidder (L3, L4 and so on…) in the order of their ranking in the RA, to match the L1 Prices. Distribution of Order between the final empanelled two bidders will be as follows: L1 will get 60% of the Order and L2 will get 40 % of the order. The L1 price will be arrived at on the basis of total Cost of PBK + Cost of BCP + Cost of AMC of PBK + Cost of AMC of BCP+ Cost of Integration of existing LIPI Model BK4000 with CMT softwareas per Annexure VIII. Domestically Manufactured Electronic Product: I)Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the contract for full quantity i.e 60 % of order will be awarded to L1. III) If L1 bidder is not from a local supplier, 50 % of the order quantity shall be awarded to L1. Thereafter, the lowest bidder among the local suppliers, will be invited to match the L1 price for the remaining 50% quantity subject to the local suppliers quoted price failing within the margin of purchase preference, and contract for that quantity shall be awarded to such local supplier subject to matching the L1 price. In case such lowest eligible local supplier fails to match the L1 price or accepts less than the offered quantity, the next higher local supplier within the margin of purchase preference shall be invited to match the L1 price for remaining quantity and so on, and contract shall be invited to match the L1 price for remaining quantity and so on, and contract shall be awarded accordingly. In case some quantity is still left uncovered on local suppliers, then such balance quantity may also be ordered on the L1 bidder.

Page 15: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 15 of 71

In case first eligible bidder of DMEP (Domestically Manufactured Electronic Product) fails to match L1 bid, the bidder of DMEP with next lowest bid will be invited to match L1 bid and so on.

The domestic bidder (L2, L3,…) so declared, as per the above process, should match L1 price within 2 days of receipt of offer.

While matching the price of L1 bidder, L2 bidder needs to match each line wise item price of L1 bidder.

1.14 Address for Submission of Bid and communication

The bidder is required to submit the bids electronically as mentioned in the Key-Information. Along with electronic bids, bids required to be submitted offline as mentioned in the section 1.6(Submission of bids). Offers should be addressed to the following office at the address given below: Deputy General Manager (IT) Punjab & Sind Bank

2nd Floor, Information Technology Department Plot Number 151, Sector 44, Gurugram 122003

1.15 No commitment to accept lowest or any bid

The Bank shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete. Bank reserves the right to make changes in the terms and conditions of purchase. Bank will be under no obligation to have discussions with any bidder, and/or entertain any representation.

1.16 Right to Accept Any Bid and To Reject Any or All Bids / Cancellation of Tender Process

PUNJAB & SIND BANK reserves the right to accept or reject in part or full any or all offers without assigning any reason thereof even after issuance of letter of Intent. Any decision of Punjab & Sind Bank in this regard shall be final, conclusive and binding upon the bidders. The Bank reserves the right to accept or reject any Bid in part or in full, and to annul the Bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Bank’s action. During any stage of evaluation process, if it is found that the bidder does not meet the eligibility criteria or has submitted false /incorrect information the bid will be summarily rejected by the Bank and no further correspondence would be entertained in this regard. Bank further reserves the right to amend, rescind, reissue or cancel this RFP and all amendments will be advised to the Bidder and such amendments will be binding upon them. The Bank also reserves its right to accept, reject or cancel any or all responses to this RFP without assigning any reason whatsoever. Further please note that the bank would be under no obligation to acquire any or all the items proposed. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized officials of Punjab & Sind Bank and the bidder.

1.17 Correction of Errors Bidders are advised to exercise greatest care in entering the pricing figures. No corrigenda or requests for prices to be corrected will be entertained after the bids are opened. If there are any corrections in the bid document, the authorized signatory should initial them all, failing which the figures for such item shall not be considered. Discrepancies in bids will be corrected as follows:

Page 16: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 16 of 71

Where there is a discrepancy between the amounts in figures and in words, the amount in words shall prevail

Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion of Bank, there is an obvious error such as a misplacement of a decimal point, in which case the line item total will prevail

Where there is a discrepancy between the amount mentioned in the bid and the line item total present in the schedule of prices, the amount obtained on totaling the line items in the Bill of Materials will prevail.

The amount stated in the correction form, adjusted in accordance with the above procedure, shall be considered as binding. Based on the Bank’s requirements as listed in this document, the bidder should identify and offer the best-suited solution / bill of material for the product that would meet the Bank’s requirements and quote for the same. During Tender process, if any event of conflict arises between the content of the Annexures submitted by bidders and the main body of RFP, then the content of main RFP shall prevail/ applicable.

1.18 Soft copy of tender document The soft copy of the tender document will be made available on the Bank’s website https://psbindia.com, https://psb.eproc.in& on Govt Site(e-Publishing). However, the Bank shall not be held responsible in any way, for any errors / omissions /mistakes in the downloaded copy.

1.19 Bid validity period Bids shall remain valid for 180 (one hundred eighty) days after the date of bid opening prescribed by the Bank. The Bank holds the rights to reject a bid valid for a period shorter than 180 days as non-responsive, without any correspondence. In exceptional circumstances, The Bank may solicit the Bidder’s consent to an extension of the validity period. The request and the response thereto shall be made in writing. Extension of validity period by the Bidder should be unconditional and irrevocable. The Bid Security provided shall also be suitably extended. A Bidder acceding to the request will neither be required nor be permitted to modify its bid. A Bidder may refuse the request without forfeiting its bid security. In any case the bid security of the Bidders will be returned after completion of the process.

1.20 Pre-bid meeting

For clarification of doubts of the bidders on issues related to this RFP, the Bank intends to hold a Pre-Bid Meeting on the date and time as indicated in the RFP in Key-Information. For any clarification with respect to this RFP, the bidder may send an email to [email protected] by last date of submission of queries as defined in Key-Information in this document. The format to be used for seeking clarification is mentioned in Annexure-XIII (Pre-bid Query Format). It may be noted that all queries, clarifications, questions etc., relating to this RFP, technical or otherwise, must be in writing only and should be sent to the email-id as stated earlier. Only two authorized representatives from each of the prospective bidders will be allowed to attend the meeting.

1.21 Award of contract

Page 17: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 17 of 71

Following evaluation, a contract may be awarded to the bidders whose bid meets the requirements of this RFP and provides the best values to the Bank from commercial point of view. Post Reverse Auction process, L1 & L2 concept in the ratio of 60:40 be followed for determination of the selection of the bidders. The Bank reserves the right to award the contract in whole or in part. The acceptance of the bid, subject to contract, will be communicated by way of placing purchase orders in writing at the address supplied by the bidders in the bid document. Any change of address of the bidders should therefore be notified promptly to the Deputy General Manager (IT) at the address given in this RFP.

1.22 Rate Contract Period

The Rate Contract period will be for the period of twoyearsfrom the date of issue of PO and thereafter extendable up to 6 months on mutually acceptable basis, from the date of award of the contract (acknowledgement of LOI) at the same term and conditions.

1.23 Signing of contract

The successful bidder(s) shall be required to enter into a contract with Bank and if required bidders need to enter into a separate contract with all GSTN Nodal Centers of Bank (currently Bank has 32 GSTN Nodal Centersacross PAN India) within thirty (30) days of the award of the work or within such extended period, as may be specified by Bank. This contract shall be based on this RFP document (read with addendums / Corrigendum/Clarifications), LOI, Purchase order and such other terms and conditions as may be determined by Bank to be necessary for the due performance of the work, as envisaged herein and in accordance with the bid. However, the terms and conditions of purchase order and RFP shall constitute a binding contract till such a contract is issued.

1.24 Confidentiality of the Bid Document

The Bidders, irrespective of their participation in the bidding process, shall treat the details of the documents as secret and confidential.

1.25 Obtaining Requisite Forms Like Form 32 etc.: -

Requisite form, like Form-32/Road Permit/Entry Tax etc., will be the sole responsibility of the vendor. However, Bank will sign the requisite forms as per requirement.

1.26 Preferences to domestically manufactured electronic products Bank reserves the right for providing preference to domestically manufactured electronic products in terms of

the Department of Electronics and Information Technology (DeitY) Notification No.33(3)/2013-IPHW dated

23.12.2013 read with Notification No. 33(3)/2013-IPHW dated 22.05.2014 and any other relevant Guidelines

issued thereafter. A copy of the aforesaid Notifications/Guidelines can be downloaded from MeitY website i.e.

URL www.Meity.gov.in/esdm. Purchase preference for domestic manufacturer, methodology of its

implementation, value addition to be achieved by domestic manufacturers, self-certification, and compliance

and monitoring shall be as per the aforesaid Guidelines/ Notifications. The Guidelines may be treated as an

integral part of the tender documents.

The modalities through which the preference for Domestically Manufactured Electronic Products (DMEPs) shall

be operated are as follows:

Page 18: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 18 of 71

1) The bidders who are sole selling agents/ authorized distributors/ authorized dealers/ authorized supply houses of the domestic manufacturers of electronic products are eligible to bid on behalf of the domestic manufacturers under the policy. 2) Bidders, claiming to bid in the status of domestic manufacturer, are required to give an undertaking in the format as given as Form 1. 3) The preference to DMEP shall be subject to meeting technical specifications and matching L1 price.

4) Domestic manufacturers are required to indicate the domestic value addition in terms of BOM (bill of material) / commercial bid for the quoted product, in terms of aforesaid guidelines, in their bid in the format (FORM 2):

5) Bidders, claiming to bid in the status of domestic manufacturer, are required to give an undertaking in the format as given as Form 1 of the guidelines No.33(3)/2013-IPHW dated 22.05.2014.Furnishing of false information on this account shall attract penal provisions as per Guidelines/ Notification and forfeiting of EMD /performance bank guarantee etc.

1.27 Signing of Pre- Contract Integrity Pact To ensure transparency, equity, and competitiveness and in compliance with the CVC guidelines, this tender shall be covered under the Integrity Pact (IP) policy of the Bank. The pact essentially envisages an agreement between the prospective bidders/vendors and the Bank committing the persons/officials of both the parties, not to exercise any corrupt influence on any aspect of the contract. The format of the agreement is enclosed as annexure XV. Signing of IP with Bank would be one of the preliminary qualifications for further evaluation. In other words, entering into this pact would be one of the preliminary qualifications for this tender and the pact shall be effective from the stage of invitation of bids till the complete execution of the contract. Any vendor/ bidder not signed the document or refusing to sign shall be disqualified in the bidding process. Sh.Ratan Kishore Bajaj has been appointed as IEM(Independent External Monitor) for the bank. IEM can be contacted at: - Sh. Ratan Kishore Bajaj, Email: [email protected] Mob: 918156262 1.28 Non-Disclosure Agreement/Service Level Agreement (SLA) The Successful Bidder shall be required to sign Non-Disclosure Agreement (Annexure XVI) and Service Level Agreement (SLA) covering all terms and conditions of this tender and Purchase Order confidentiality and non-disclosure clauses. 1.29 Indemnity The bidder assumes responsibility for and shall indemnify and keep the Bank harmless from all liabilities, claims, costs, expenses, taxes and assessments including penalties, punitive damages, attorney's fees and court costs which are or may be required to be paid by reasons of any breach of the bidder's obligation under these general conditions or for which the bidder has assumed responsibilities under the purchase contract including those imposed under any contract, local or national law or laws, or in respect to all salaries, wages or other compensation to all persons employed by the bidder or bidders in connection with the performance of any system covered by the purchase contract. The bidder shall execute, deliver such other further instruments to comply with all the requirements of such laws and regulations as may be necessary there under to conform and effectuate the purchase contract and to protect the Bank during the

Page 19: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 19 of 71

tenure of contract. Where any patent, trademark, registered design, copyrights and/ or intellectual property rights vest in a third party, the bidder shall be liable for settling with such third party and paying any license fee, royalty and/ or compensation thereon. In the event of any third party raising claim or bringing action against the Bank including but not limited to action for injunction in connection with any rights affecting the machine supplied by the bidder covered under the purchase contract or the use thereof, the bidder agrees and undertakes to defend and / or to assist the Bank in defending at the bidder's cost against such third party's claim and / or actions and against any law suits of any kind initiated against the Bank. 1.30 Word “Selected Vendor” or “Vendor” written in this document stands for “Selected Bidder”.

Page 20: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 20 of 71

CHAPTER - 2 TERMS AND CONDITONS

2.1 PRICES AND TAXES

Prices shall be expressed in the Indian Rupees only. The bidder must quote price inclusive of charges related to custom duty, freight, insurance, forwarding, packing, dispatch, installation etc. All taxes like GST shall be payable extra on actual basis. The cost will not depend on any variation in USD/£/€ exchange rate

2.2 PAYMENT TERMS

100% on delivery, installation and on acceptance by the Bank.

In case installation of equipment is delayed due to Bank and the delay is more than 15 days then the payment will be made as under: -

80% on delivery of equipment (after 15 days of the delivery date) 20% after 3 month of delivery Date.

2.3 PAYING AUTHORITY

Order will be placed by the Zonal Offices of the Bank. However, for certain items, orders may also be placed by the branches as well. All payments shall be made by respective Zonal Offices under whose jurisdiction the Branch falls. As a proof, vendor will provide the concerned Zonal Offices, the following documents for the machine installed: -

Invoice copy

Order Copy

Machine installation certificate

Acceptance Test Report

The documents should be duly verified by the concerned branch duly stamped and signed and PF No. of the certifying official. The Bill & Invoice will be raised on Zonal Office & Delivery shall be done at Branch Office. A copy of Invoice will also be submitted to the Branch separately for accounting purposes. 2.4 ACCEPTANCE TESTS

The system is subject to an Acceptance test. Vendor has to arrange one Engineer at the site at the date and time mentioned by the Bank for installation and to conduct the acceptance test. 2.5 DELIVERY PERIOD

The date on which the complete system is delivered will be taken as the date of delivery. The bidder shall be responsible for delivery of the systems ordered at site within 45 days from the date of order.

2.6 INSTALLATION& INTEGRATION:

Bidder shall be responsible for installation of the equipment’s ordered at site within (7 days for in Metro, Urban, Semi-Urban & Rural areas and 15 days in North East and Hilly areas from the date of delivery. Penalty will be charged @1% of total cost of equipment (order value) for the per week delay in installation subject to maximum 10% of order value.

2.7 INSURANCE

Page 21: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 21 of 71

Bidder will get the Insurance cover, for all risk, up to the delivery and Installation of the system. The cost of the same will be borne by the bidder. The vendor shall, however, arrange for an insurance of 60 days covering the period of delivery and installation of machine.

2.8 WARRANTY:

Comprehensive on-site three years warranty from the date of complete installation in the bank’s office.

The bidder shall be fully responsible for the warranty for all equipments, accessories, spare parts, software etc. against any defects arising from design, material, manufacturing, workmanship or any act or omission of the manufacturer and/or bidder any defect that may develop under normal use of supplied equipment during warranty period. The equipment includes hardware and software and all other equipments/peripherals as per orders and all parts thereof shall be free from the defects in material and workmanship under normal use of services, for a period of thirty six (36) months commencing from the date of completion of acceptance Test. The vendor shall replace / repair defective / damaged parts (excluding parts damaged by fire, Natural calamities & Due to act of God) by new parts (excluding printer ribbon, printer head, print band and stationeries) free of cost during the warranty period. The uptime guarantees as enumerated by the Bank shall be ensured by the vendor. In view of the criticality of the application, the equipment shall be kept in efficient running condition at all the time and preventive maintenance by the vendor on at least quarterly basis will be must. Vendor has to make all necessary arrangement for immediate replacement of defective parts etc.

a. The equipment should be attended within 24 hours in Metro, Urban, Semi Urban & Rural areas and

72Hrs in North East & Hilly Cities on receipt of complaint.

b. The bidder will obtain written acknowledgement from Bank after completion of warranty period for

successful sign off of warranty period.

c. In case of repetitive hardware failure (maximum three times in a quarter) it shall be replaced by

equivalent new equipment by bidder at no extra cost to Bank.

2.9 SYSTEM UP TIME

Bidder has to guarantee minimum uptime of 98% during warranty and AMC period. For calculation purpose of up time, Bank will consider business hours between 9 AM to 6 PM of Banks working days. For this purpose, total elapsed time between receiving the break down message (over telephone or otherwise) and making the system functional or providing standby machine, will be treated as down time.

2.10 ANNUAL MAINTENANCE CONTRACT (AMC)

The Bidder should also quote separately for AMC for 4 years from the date of expiry of warranty period (Post Warranty). AMC would cover all components without any exception except consumables (printer ribbon, stationery, print head and print band). Scope of AMC will be same as warranty. AMC payment will be released on quarterly basis in arrears. GST on AMC will be paid extra by the Bank as per Govt. rules on actual basis. However, Bank will not pay any other tax including levies etc. AMC would be applicable for 9 AM to 6 PM on Banking days. Support and response time should not be more than 24hrs in Metro, Urban, Semi Urban & Rural areas and 72hrs in North East & Hilly Cities on receipt of complaint.

Bidder has to inform the Branches/ZO’s about end of warranty and AMC start & end period.

2.11 DELAYS IN THE BIDDER’S PERFORMANCE

The bidder must strictly adhere to the implementation schedule, as specified in the purchase contract, executed between the Bank and the selected bidder for performance of the obligations, arising out of the purchase contract and any delay in completion of the obligations by the Bidder will enable Bank to resort to any or both of the following:

Page 22: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 22 of 71

i. Claiming Liquidated Damages ii. Termination of the purchase agreement fully or partly and claim liquidated damages.

iii. Forfeiting of Earnest Money Deposit / Invoking Performance Bank Guarantee 2.12 PREVENTIVE MAINTENANCE CHECKS

During the warranty period as well as during the annual maintenance contract the vendor in addition to attending to calls for repairs/maintenance shall conduct the preventive maintenance checks on quarterly basis and report is to be submitted to respective Branch within 7 days of quarter ended.

2.13 LIQUIDATED DAMAGES

If supplier fails to deliver any or all goods within stipulated time schedule, the Bank shall, without prejudice to its other remedies under the rate contract, deduct from the ordered price, as liquidated damages, a sum equivalent to 1% of the order value for each week of delay subject to the maximum of 10%. The penalty will be charged on order value for the items for which delivery is delayed. The Bank is entitled to deduct the penalty from the purchase price or any other amount, which is due to supplier from this contract, or any other contract or by invoking the Bank Guarantee.

2.14 ORDER CANCELLATION

The Bank reserves the right to cancel the contract/order placed on the selected Bidder and recover expenditure incurred by The Bank under the following circumstances: -

a. The selected Bidder commits a breach of any of the terms and conditions of the bid and fails to meet agreed uptime.

b. The Bidder goes into liquidation, voluntarily or otherwise. c. An attachment order by competent Authority is levied or continues to be levied for a period of seven

days upon effects of the bid. d. If the selected Bidder fails to complete the assignment as per the timelines prescribed in the RFP

and the extension if any allowed, it will be a breach of contract. The Bank reserves its right to cancel the order in the event of delay and forfeit the bid security as liquidated damages for the delay.

e. If deductions on account of liquidated damages exceeds more than 10% of the total contract price. f. In case the selected Bidder fails to deliver the quantity as stipulated in the delivery schedule, The

Bank reserves the right to procure the same or similar product from alternate sources at the risk, cost and responsibility of the selected Bidder.

g. The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected Bidder, including the pending bills and/or invoking the Bank guarantee under this contract.

2.15 CONSEQUENCES OF TERMINATION

In the event of termination of the Contract due to any cause whatsoever, [whether consequent to the stipulated term of the Contract or otherwise], The Bank shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the Service(s) which the Bidder shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow the next successor Bidder to take over the obligations of the erstwhile Bidder in relation to the execution/continued execution of the scope of the Contract. In the event that the termination of the Contract is due to the expiry of the term of the Contract, a decision not to grant any (further) extension by The Bank, the Bidder herein shall be obliged to provide all such assistance to the next successor Bidder or any other person as may be required and as The Bank may specify including training, where the successor(s) is a representative/personnel of The Bank to enable the successor to adequately provide the Service(s) hereunder, even where such assistance is

Page 23: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 23 of 71

required to be rendered for a reasonable period that may extend beyond the term/earlier termination hereof. Nothing herein shall restrict the right of the Bank to invoke the Performance Bank Guarantee and other guarantees, securities furnished, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to The Bank under law or otherwise. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after such termination.

2.16 DISPUTE RESOLUTION MECHANISM ANDGOVERNING LAW

The Bidder and Bank shall endeavor their best to amicably settle all disputes arising out of or in connection with the Contract in the following manner: -

I. The Party raising a dispute shall address to the other Party a notice requesting an amicable settlement of the dispute within seven (7) days of receipt of the notice.

II. The matter will be referred for negotiation between DeputyGeneral Manager(IT) of The Bank / Purchaser and the Authorized Official of the Bidder. The matter shall then be resolved between them and the agreed course of actionbedocumented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above, the same may be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in New Delhi and conducted in accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the two arbitrators shall jointly appoint the third or the presiding arbitrator. The “Arbitration Notice” shall accurately set out the disputes between the parties, the intention of the aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from receipt of the notice. All notices by one party to the other in connection with the arbitration shall be in writing and be made as provided in this tender document. The arbitrators shall hold their sittings at New Delhi. The arbitration proceedings shall be conducted in English language. Subject to the above, the courts of law at New Delhi alone shall have the jurisdiction in respect of all matters connected with the Contract/Agreement. The arbitration award shall be final, conclusive and binding upon the Parties and judgment may be entered thereon, upon the application of either party to a court of competent jurisdiction. Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration, including fees and expenses of the arbitrators, shall be shared equally by the Parties unless the award otherwise provides. The Bidder shall not be entitled to suspend the Service/s or the completion of the job, pending resolution of any dispute between the Parties and shall continue to render the Service/s in accordance with the provisions of the Contract/Agreement notwithstanding the existence of any dispute between the Parties or the subsistence of any arbitration or other proceedings. Notwithstanding the above, the Bank shall have the right to initiate appropriate proceedings before any court of appropriate jurisdiction, should it find it expedient to do so.

The contract shall be governed by and interpreted in accordance with Indian law. 2.17 JURISDICTION

Page 24: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 24 of 71

All disputes are subject to the exclusive jurisdiction of the Court at New Delhi.

2.18 NOTICES

Notice or other communications given or required to be given under the contract shall be in writing and shall be faxed/e-mailed followed by hand-delivery with acknowledgement thereof or transmitted by pre-paid registered post or courier. Any notice or other communication shall be deemed to have been validly given on date of delivery if hand delivered& if sent by registered post than on expiry of seven days from the date of posting. 2.19 AUTHORIZED SIGNATORY

The selected Bidder shall indicate the authorized signatories who can discuss and correspond with the bank with regard to the obligations under the contract. The selected Bidder shall submit at the time of signing the contract a certified copy of the resolution of their board, authenticated by the company secretary, authorizing an official or officials of the Bidder to discuss, sign agreements/contracts with The Bank , raise invoice and accept payments and also to correspond. The Bidder shall provide proof of signature identification for the above purposes as required by the bank. 2.20 FORCE MAJEURE

Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or The Bank as the case may be which they could not foresee or with a reasonable amount of diligence could not have beenforeseen and which substantially affect the performance of the contract, such as: -

Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics

Acts of any government, including but not limited to war, declared or undeclared priorities, quarantines and embargos

Terrorist attack, public unrest in work area

Provided either party shall within 10 days from occurrence of such a cause, notify the other in writing of such causes. The Bidder or The Bank shall not be liable for delay in performing his/her obligations resulting from any force Majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of contract by parties and all obligations expressed quantitatively shall be calculated as on date of termination. Notwithstanding this, provisions related to indemnity, confidentiality survive termination of the contract. 2.21 CONFIDENTIALITY

The selected vendor acknowledges that all material information which has or will come into its possession or knowledge in connection with this agreement or the performance hereof, consists of confidential and proprietary data, whose disclosure to or use by third parties will be damaging or cause loss to PUNJAB & SIND BANK. The vendor agrees to hold such material and information in strictest confidence and not to make use thereof other than for the performance of this agreement to release it only to employees requiring such information and not to release or disclose it to any other party. The vendor agrees to take appropriate action with respect to its employees to ensure that the obligations of non-use and non- disclosure of confidential information under this agreement can be fully satisfied. 2.22 OWNERSHIP AND RETENTION OF DOCUMENTS

The Bank shall own the documents, prepared by or for the selected Bidder arising out of or in connection with the Contract. Forthwith upon expiry or earlier termination of the Contract and at any other time on demand by The Bank, the Bidder shall deliver to The Bank all documents provided by or originating from The Bank / Purchaser and all documents produced by or from or for the Bidder in the course of performing the Service(s), unless otherwise directed in writing by The Bank at no additional cost.

Page 25: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 25 of 71

The selected Bidder shall not, without the prior written consent of The Bank/ Purchaser, store, copy, distribute or retain any such Documents. The selected Bidder shall preserve all documents provided by or originating from The Bank / Purchaser and all documents produced by or from or for the Bidder in the course of performing the Service(s) in accordance with the legal, statutory, regulatory obligations of The Bank /Purchaser in this regard. 2.23 INTELLECTUALPROPERTY 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, theselected vendors 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. 2.24 COMPLIANCE WITH STATUTORY AND REGULATORY PROVISIONS

It shall be the sole responsibility of the selected vendors to comply with all statutory, regulatory & Law of Land and provisions while delivering the services mentioned in this RFP. 2.25 INTELLECTUAL PROPERTY INDEMNITY & INDEMNITY AGAINST MISUSE OF LICENSE

The selected vendors have to undertake to indemnify Punjab & Sind Bank and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any Indian or foreign patent, trademark or copyright, arising out of the performance of this contract. The selected vendor shall have to undertake to indemnify Punjab & Sind Bank and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement or misuse by vendor of, any license issues arising out of the execution of this contract.

2.26 LEGAL COMPLIANCE

The successful bidders hereto agree that it shall comply with all applicable union, state and local laws, ordinances, regulations and codes in performing its obligations hereunder, including the procurement of licenses, permits and certificates and payment of taxes where required. If at any time during the term of this agreement, the Bank is informed or information comes to the Bank's attention that the Successful bidder is or may be in violation of any law, ordinance, regulation, or code (or if it is so decreed or adjudged by any court, tribunal or other authority), the Bank shall be entitled to terminate this agreement with immediate effect. The Successful bidder shall maintain all proper records, particularly but without limitation accounting records, required by any law, code, practice or corporate policy applicable to it from time to time including records, returns and applicable documents under the Labour Legislation. The Successful bidder shall ensure payment of minimum wages to persons engaged by it as fixed from time to time under the Minimum Wages Act, 1948. In case the same is not paid, the liability under the act shall solely rest with the successful bidder.

2.27 CONFLICT OF INTEREST

The Bidder shall disclose to the Bank in writing all actual and potential conflicts of interest that exist, arise or may arise (either for the Bidder or the Bidder’s team) in the course of performing the Service(s)as soon as practical after it becomes aware of that conflict.

2.28 PUBLICITY

Any publicity by either party in which the name of the other party is to be used shall be done only with the explicit written permission of such party.

Page 26: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 26 of 71

2.29 LIMITATION OF LIABILITY

Vendor‘s aggregate liability under the contract shall be limited to a maximum of the contract value. This limit shall not apply to third party claims for IP Infringement indemnity Bodily injury (including Death) and damage to real and tangible property caused by vendor/s’ gross negligence. For the purpose for the section, contract value at any given point of time, means the aggregate value of the purchase orders placed by bank on the vendor that gave rise to claim, under this tender. Vendor shallnot be liable for any indirect, consequential, incidental or special damages under the agreement/ purchase order. 2.30 TERM OF THESERVICE AGREEMENT The selected Bidder shall execute service agreement with the Bank for a period of Seven years. Though the Rates of the Passbook Printing Kiosks and 2D Bar Code Printer will be applicable fortwo year i.e. Rate Contract Period, but the bidder has to make arrangement for providing services to the Bank for seven years covering three years warranty and four years of AMC of the Passbook Printing Kiosks and 2D Bar Code Printer.

Page 27: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 27 of 71

CHAPTER - 3 SCOPE OF WORK

3.1 Supply, installation and maintenance of Passbook Printing kiosks and 2D Bar Code Printers with technical specifications as per Annexure II-A and II-B respectively.

The above includes peripherals (Software, adapter, cables, etc.) along with their installation maintenance. The installation shall include: -

a. POC of Passbook Kiosk with the banks existing setup within 30 days of award of contract. b. Physical delivery and installation of PBK and 2D BCP at the site along with required

software, adaptor, cables, manual etc. c. Integration of PBK with the Bank’s Core Banking Solution presently Finacle 7.0.25 with

interface support ISO8583 version and on migration to Finacle 10 with API based integration without any extra cost to the Bank.

d. Testing of PBKs and 2D BCP operations and conducting Acceptance Test. e. Providing training to the branch staff / PBK custodians

3.2 The vendor will enter into a rate contract with the bank for supply of equipments as per specifications

approved by the bank. 3.3 Bank will have periodic review of technology. In case the model becomes obsolete, then Bank will

consider the alternate model in consultation with the OEM. The Vendor will also provide the latest model available, if there is upward revision in the model offered, at no extra cost to Bank.

3.4 The Bank reserves the right to shift the equipment to a suitable location depending upon the need. The Bidder will arrange to shift the equipment, install and commission the same at the shifted location. However, cost of transportation for shifting outside the premises shall be borne by the Bank.

3.5 Bidder should provide comprehensive on-site three-year warranty for Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs).

3.6 All the parts of items would be covered under comprehensive warranty mentioned above except consumables (i.e. excluding printer ribbon, printer head, print band and stationeries) and excluding parts damaged by fire, Natural calamities and Due to act of God. If there is any gap between Bank's requirement and OEM warranty, then it will be the responsibility of bidder to fill up the gap.

3.7 Bidder should undertake to provide maintenance support to equipment and arrange for spare parts for a minimum period of4years after the expiry of warranty period of three years.

3.8 Bidder has to guarantee minimum uptime of 98% and shall execute service level agreement for the same.

3.9 The vendor will generate the configuration / specification report/ Test report from the Kiosk & Bar Code printer and present the printout of same along with installation report to the branch/office for their verification & signatures.

3.10 Vendor has to undertake BIOS upgrade whenever required. Warranty/AMC would cover maintenance patches/bug fixes (available from the original hardware/software vendor) for system software & firmware patches/bug fixes, if any, for hardware & software.

3.11 The successful bidder has to co-ordinate and co-operate with all Hardware/ Software vendors of Bank to resolve the problem, whenever occurs without any cost.

3.12 Obtaining of the Road permits, form 32, other security forms, etc. will be the sole responsibility of the successful bidder. However, Bank will sign the necessary forms as purchaser, as per the requirements.

3.13 The bidder will be required to have/ to set up support facilities either directly or through their authorized service providers/partners with necessary spare parts with sufficient manpower at all cities of the 25 Zonal Office centers of the Bank as per the list enclosed (Annexure-XI).

3.14 The bidder, during the entire Rate contract period to liaison with Bank’s zonal offices /Head offices /branches with regard to supply, support, delivery and payments and shall submit the Status Reports to the Bank.

3.15 TIME PERIOD FOR DELIVERY & COMMISSIONING: The entire in-scoped activities including delivery and complete commissioning of PBK & 2D BCR is to be completed within 60 days from the date of receipt

Page 28: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 28 of 71

of order (45 days for delivery and 7 days for installation/integration in Metro, Urban, Semi-Urban & Rural areas, 15 days in North East and Hilly areas). The Delay beyond 60 Days shall attract penalty as defined in Clause 4.1-Penalities.

3.16 Successful bidder will provide software solution (Central Monitoring Tool) to provide MIS reports at machine level as well as from centralized location. Solution should be capable of generating suitable MIS reports customized as per Bank’s requirement in respect of activity, uptime, and fault event etc. (At present Bank has 24 KIOSKs (Make & Model of PBK: LIPI BK4000. Make and model of BCP: TSC TTP-245 C) installed at various offices. The successful bidders L1 & L2 have to integrate the same in 60:40 ratios (i.e. 14 & 10 Kiosks respectively) with CMT. Bidders have to quote price for integration of the old PBPKs with their Central Monitoring Tool. File format and other details will be provided to selected bidder.

3.17 The Bidder should provide user level training or demo video/Manuals and operational guidelines to

designated bank personnel. The checklist and user manual for proper maintenance of Self-Service

Passbook printing Kiosks and 2DBar Code Printers are to be provided to each branch

3.18 General terms

a) The Bidder should provide Bar Code/QR code based Self Service Passbook printing Kiosks and 2D Bar Code

Printers, including but not limited to providing of the required Hardware, Software, Databases, Middleware,

Third Party Utilities, if any, and installation, testing, commissioning, warranty, annual maintenance,

required/guaranteed uptime, etc. Bank will provide Database Server, OS & Database Licenses. The Kiosk will

have to be integrated with the existing and future Core Banking System of the Bank and Server at Bank Base

Location. The Bidder should liaison and implement necessary configuration with the network and other

hardware Vendors of the Bank. Every Kiosk should be integrated as a single unit and it should be installed at a

level convenient for the customers to stand and operate.

b) A solution should be provided to print the Bar code/QR code from the individual terminals at branches.

Backend integration is required to link Bar-Code/QR-Code with Customer's Bank Account Number.

c) At the time of installation of Kiosks, bidder will be responsible for calibrating the alignments of Passbook with

Passbook Printer in the Kiosk. This will be done at no cost to Bank. The scope of the services is to be provided

for a period of 7 years from the date of project Sign off by the bank.

d) For each site, the Bidder is expected to provide Self Service Passbook printing Kiosks and 2D Bar Code Printers

with the related hardware, all subsystems, operating systems, system software, software drivers and manuals

etc. The software version installed on the Self Service Passbook printing Kiosks provided by the Bidder should

be uniform across all Self Service Passbook printing Kiosks of that type.

e) The Bidder should specify various infrastructure requirements which need to be provided for commissioning

and smooth functioning of the equipment. This will include site requirements, power, cables, connectors,

network cards, ports, environmental conditions, illumination, earthing etc.

f) Earthing is provided by the Bank. The Bidder is to check and confirm the precision, record the same and then

only proceed further for installation of the kiosk. Earthing should be checked before installation &during the

preventive maintenance in warranty and AMC period.

g) The Bidder has to obtain transit insurance cover for the Self Service Passbook printing Kiosks and 2D Bar

Code Printers from their factory/go-down to the site and such insurance cover should be available till

installation of Self Service Passbook printing Kiosks and Bar Code Printers i.e. for 60 days including

transportation period & installation period.

Page 29: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 29 of 71

h) No visit /service charges will be borne by the Bank for upgradation of the software/replacement of hardware

component pertaining to Self Service Passbook Printing Kiosks and Bar Code Printers for the purpose of

enhancing their functionality to meet mandatory compliance from concerned authorities. Any upgradation

should be completed within 15 days from the date of request from the Bank.

i) Vendor will have 60 day time to integrate with the banks CBS server after acceptance of purchase order and

will have to bring the first 50 machines live at the locations desired by the bank with Central Monitoring Tool

(CMT), integration with Bank’s CBS system at central location within 60days from the date of acceptance of

purchase order. Unsatisfactory experience of bank, non-accomplishment of fulfilling the criteria for integration

within the said time period or any other Banks feedback against the vendor or products will lead to

disqualification of the offer and annulment of the contract/agreement.

j) Bank will provide Server, Operating System, Database License, Switch,firewall & LB as required for PBPK for

DC/DR. The Central Monitoring Tool on the server should be capable of supporting atleast 1,000 Passbook

Printing Kiosk. The server configuration is to be given by the vendor as part of the technical bid. The vendor is

required to provide interface for integration of PBPK with CBS as well as Central Monitoring Tool. Bank has

discretionary power to use the application/tool at DC/DR site or both. The RPO/RTO ratio will be as per latest

industry standards. Bank will provide bandwidth for DC/DR replication.

k) Vendor will have to provide Central Monitoring Tool (CMT) which will provide MIS reports like number of

Passbooks printed in a day, number of hits per day, uptime/downtime etc. for all the SSPBP installed, as per the

Bank’s existing requirement. Bank should be able to know the down status of SSPBP kiosks installed on remote

location. The MIS reports will be generated at the Central Server for SSPBP. The MIS can be in simple report

formats like PDF or Excel.

l) Vendor will provide toll free number and email ID for issue reporting and call escalation to enable branches

/controlling offices to lodge complaints for breakdowns etc.

3.19 Integration with Core banking system

Bank would only provide network access required for the above kiosks. Bidder should integrate the solution with the CBS. For doing so, if required the Bidder shall have to coordinate with the CBS vendor. The Bidder should do necessary modifications or changes to integrate the SelfService Passbook printing Kiosks and Bar Code Printers with Bank’s Core Banking System without any additional cost to the Bank

3.20 Version of kiosk Application

a) After installation of the kiosks in branches, bank will take feedback from branches and customers and will request bidder to make required changes in kiosk application. b) The bidder has to provide modified kiosk application without any additional charges to bank and deliver it within timeline as given in the tender. c) If there are major changes in application, bidder has to change it. Further during warranty and AMC period, this process will continue, and bidder has to provide solution without any charges.

3.21 OS hardening and white listing of Kiosk Machine

Page 30: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 30 of 71

a) Operating system of all kiosks should be hardened and white listed by bidder at the time of installation of kiosks. b) Bidder has to ensure that the OS hardening is done according to Bank’s/RBI’s guidelines and bidder has to prepare OS hardening document which needs to be approved by bank. c) Bidder has to ensure that all unwanted programs and services are disabled from servers and systems which are not required as per OS hardening document. d) Bidder has to white list the operating system before commencement of the operation. e) Bidder is required to complete the OS hardening and white listing of OS without any additional charges to bank. f) If due to hardening or white listing there is a need for modification in Kiosk application, bidder has to provide the same without any additional cost to the bank.

3.22 Loading of antivirus and updation of definition files

All kiosks will be required to be loaded with Antivirus program. Bidder is required to do the following: a) Bank will provide the required Antivirus software which is to be loaded in kiosks at the time of installation of kiosk. b) Bidder is required to ensure that the kiosk application runs smoothly without any problem after loading of antivirus program. c) Since the antivirus program blocks all unwanted ports, bidder has to inform the bank about the port numbers which are required for kiosk application. d) Bank is having provision for online updating the Antivirus, the bidder has to provide an interface to update the antivirus through server at banks base location. e) If any new version of anti-virus application or new type of antivirus application is to be loaded, bidder has to provide the required support for uninstallation of old program and installation of new program during preventive maintenance without any additional cost to the bank. f) If there is any issue in kiosk application due to loading of antivirus, same has to be rectified by bidder and under no circumstances it should be informed that kiosks are coming down or not working due to antivirus.

3.23 Multilingual Support–Screens/Messages

The bidder has to provide the kiosk system in English, Hindi and regional languages (as per Annexure XXI) and should be having following: a) The Main page or home page or welcome page of KIOSK website should have option for selection of any of languages. b) Customers will be given an option for selecting the language of their choice after which the KIOSK application should be made available in that language.

Page 31: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 31 of 71

c) All static information should be provided in that language or in that language along with English. The input part should be in English but if RBI or GOI directs bank to implement the same, the bidder has to provide the same without any additional cost to bank. d) The Bank will approve the script (display material/error messages) in English language and bidder is required to get the same translated and verified in Hindi and other regional languages by persons who are having working knowledge of that language. e) The list of regional languagesis as per Annexure XXI required for script to be displayed on the PBPK. Bank will only verify the translated script in Regional languages (to be decided by Bank) and bidder is required to provide error free script in all Regional Languages, English and Hindi. Google translator should not be used in translation for any sentence from English to any other regional language. f) It is the responsibility of bidder that correct sentences /words are used in menus in regional languages(to be decided by Bank) and if during AMC or warranty, it is found that something is wrongly translated or wrongly printed, the same has to be corrected by bidder without any additional cost to bank. g) All Menus/ options which are available in English should be provided in Hindi and Regional languages(to be decided by Bank). For the menus/options which are introduced after go live, the bidder has to provide the same in Hindi and Regional languages(to be decided by Bank) without additional cost to bank. h) Bidder has to provide the messages display facility by using XML based message display facility. Image based message display should be avoided so that whenever there is change is message/script same can be done easily and uploaded in kiosks without any network issue using CMT through Central Server.

3.24 Voice Guidance support in English, Hindi and other regional languages

Voice guidance support should be provided in English, Hindi and regional languages(as per Annexure XXI) and kiosk application provided by bidder should have following: a) Audio quality should be good and clear and all audio files should have voice of one individual preferably female voice.

b) Audio files are to be configured in such way that if a customer has selected English language for passbook printing, system should play relevant audio in English. Further if a customer has selected Punjabi language for passbook printing, system should play audio files in Punjabi. The bidder also has to provide audio files in regional languages as per Bank’s requirement without any additional cost to bank.

3.25 Changes in Kiosks Application Modification

a) During warranty and AMC period, if RBI or Government of India or IBA or any Regulatory authority issues new guidelines or amendments or changes related to passbook printing for which there is need of modification/changes in program/s related to kiosk application or there is need to develop new module or any change which is required to be done in kiosk application, the bidder is bound to provide solution software and implement the same without any additional cost to bank. The solution is to be provided according to the nature of requirement and if it is critical same to be provided within reasonable time but not more than 15 days from the date of intimation given to bidder.

b) During warranty and AMC period, if bank finds that existing kiosks application or logs are not written properly or any known or unknown issues related to kiosk application, is not working satisfactory and for the same some changes are required in kiosk application or customization or enhancement or modification or development are required, bidder has to provide the same without any additional cost to the bank.

c) During AMC and warranty period, bank will not pay any charges to bidder for carrying out of modification, changes, developing of menus/queries/reports related to kiosk application, so bidders are requested to

Page 32: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 32 of 71

consider these points while preparing commercial for bids and there will not be any separate commercial bid for the same so bidders are requested to prepare their bid accordingly.

3.26 Support during warranty and AMC period

The Bidder should maintain the system during warranty period of 3 years and post-warranty AMC for minimum 4 years. During the warranty and AMC period, the Bidder is bound to do all hardware spares replacement in order to maintain the required uptime, without extra cost to Bank covering all parts &labour from the date of acceptance of the systems by the Bank at the respective locations i.e. on-site comprehensive warranty. Under Annual Maintenance Contract all parts &labour should be covered for on-site support. The Bank, however, reserves the right to enter into Annual Maintenance Contract (AMC) agreement either location-wise / Circle-wise or from a single centralized location. 3.27 Others

The Bidder should provide user level training or demo and operational guidelines to designated bank personnel. The checklist and user manual for proper maintenance of Self Service Passbook printing Kiosks and Bar Code Printers are to be provided to each branch. The Bidder should note that Self Service Passbook Printing Kiosks and Bar Code Printers being procured will be deployed on various locations as per requirements of business of bank and the Bidder will be required to support all such installations. The Bidder shall ensure that the solution should develop interface, if any, to have hand shake / interface / integration with Bank’s existing hardware / software. The configuration as per the technical and other specifications of the Self Service Passbook printing Kiosks and Bar Code Printers must be functional and installed from the day one of the Self Service Passbook printing Kiosks and Bar Code Printers operationalization. The bar code scanner should be inbuilt in KIOSK and not to be exposed to outside. All changes related to printing and other alignments should be done in the kiosk application without affecting the CBS application. The kiosk application should not store any data related to customer and only the logs are to be stored. The Bidder shall provide proof of concept within 15 days after the installation & integration of the Kiosk with the CBS. The Bidder shall customize the Kiosk with Bank logo and stickers along with installation. Bidder to supply 2D Bar Code Printer as per the specification given by the Bank. Bar code Printer should print details on label / sticker which are to be pasted on the Passbook. Barcode/QR code should be printed by the Bar Code Printer (Ribbon Based Thermal Printer) provided by the Bidder. Bar Code printing should not affect the existing settings of the printer and it should not affect the CBS options available to the Teller. Further, both the options of Printing the Passbook and Printing Bar Code should work without affecting the functioning of the Passbook Printer/Teller PC Without bringing down the System or without changing the settings of the printer or without any human intervention and without teller intervention like re-start the printer etc. Detailed Log report for the activities in the Kiosk is to be generated and stored locally in the Kiosk. This log file should be in a normal readable format and to be accessible by the Bank in case of need. The data should be available for a minimum of 3 months period. Solution should be capable of generating suitable MIS reports customized to the Bank’s requirement in respect of activity, uptime, and fault event. Typical fields in this MIS: No. of passbooks printed, No. of passbooks rejected, Reasons for rejection like Network failure, Power failure, 1st time printing, Barcode authentication failure, 'Nothing to print' etc. The penalties will be applied based on this report. 2D Bar Code printer Offered/supplied by the Bidder should be compatible with the Bank’s existing System/ environment. Bidder shall impart user level demo at each location for printing the Bar Code/QR code and pasting it on the top of the Passbook without any extra cost to the Bank. Bidder shall deliver, install, maintain and ensure that Bar code/QR code is compatible with the existing Self Service Passbook Printing Kiosks being used by the Bank apart from being procured under scope of this tender.

Page 33: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 33 of 71

Bidder has to provide user instruction for operating the KIOSK machine. The same has to be pasted as sticker on the body and below the screen of the KIOSK in vernacular languages of the state.

The above is the broad scope of work. The bidders are required to go through the complete document thoroughly. The obligation / responsibilities mentioned elsewhere in the document, if any, shall be the integral part of the scope.

Page 34: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 34 of 71

CHAPTER - 4 PENALTIES

4.1 Penalty for installation

Penalty will be charged @1% + GST per week delay in installation, subject to maximum 10%+GST of total cost of uninstalled items (out of total order value).

4.2 Penalty for Delivery& Installation

The system is to be delivered & installed within stipulated time from the date of order:-

i. For this purpose, delivery& Installation means delivery & installation of all the ordered equipment at the site along with the set of document/CDs/DVDs on operational use of the equipment, Printer Ribbons/CD/DVD ROM containing the original system software and all the relevant documentation of the system add on utilities as specified in the orders.

ii. If the bidder fails to deliver & install any or all goods or perform services within stipulated time schedule, the purchaser shall, without prejudice to its other remedies under the rate contract, deduct penalty at the rate of 1%+GST of the order value of undelivered or Uninstalled equipment / system for per week of delay, as late delivery charges until actual delivery of the equipment subject to a maximum of 10%+GST of the order value. The Penalty will be charged on order value for the items for which delivery/installation is delayed.

iii. The Bank is entitled to withhold (deduct) from the purchase price or any other amount, which is due to bidder/supplier from the contract.

iv. The Bank reserves the right to cancel the order in case complete installation/services are not affected within the stipulated time.

4.3 Penalty for Downtime

Bidder has to guarantee minimum uptime of 98% quarterly during services period (warranty & AMC). For calculation purpose of up time, Bank will consider business hours 9 AM to 6 PM of Banks working days. For this purpose, total elapsed time between receiving the break down message (over telephone or otherwise) and making the system functional or providing standby machine, will be treated as down time. It will be calculated on quarterly basis per equipment. Bank will charge penalty in case of not meeting the uptime requirements. During the warranty period, for every fall of 1% up-time (after minimum uptime 98%), charges will be deducted @ 1%+GST of the cost of item subject to maximum 10%+GST of the price of each item. In case of AMC, for every fall of 1% up-time (after minimum uptime 98%) charges will be deducted @ 10%+GST of the AMC subject to a maximum of 50%+GST of AMC amount of the item. For this purpose, total elapsed time between receiving the breakdown message (through central server or over telephone or otherwise) and making the system functional will be treated as downtime.

Recovery of Penalty:

(I) During warranty Period:Amount of penalty will be recovered from vendor, on demand from Bank. The vendor undertakes to pay the penalty amount as prescribed by the Bank. Bank reserve the right to invoke the Bank Guarantee for recovering the penalty amount.

Page 35: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 35 of 71

(II) During AMC Period: Amount of penalty as per above clauses will be recovered/adjusted while making payment of the next renewal of AMC for Pass Book Printing Kiosk & Bar Code Reader covered under the maintenance contract. In case of non-renewal of AMC, vendor will submit an unconditional undertaking to pay the pending penalty amount of damages immediately after demand from PSB.

4.4 PREVENTIVE MAINTENANCE CHECKS

Penalty in case of failure in scheduled PMA: If Preventive maintenance is not done in a quarter, then penalty will be at 2%+GST of ordered cost of Pass Book Printing Kiosk & Bar Code Reader during 7 years i.e. warranty & AMC period. Preventive Maintenance report shall be made available through CMT at central server. The Bank reserves the right to recover the penalty amount by any mode such as adjusting from any payments to be made by the Bank to the Bidder or by invoking PBG.

4.5 RATE CONTRACT PERIOD

The rate contract period shall be for Two Years. Bank reserves the right to review the rates of KIOSK, if the bank is of the opinion that there are reductions of rates in the market for comparable equipment, compared to the initially agreed rates. The Bank reserves the right to negotiate the initial agreed rates and it shall be mutually decided between vendor and the Bank for the subsequent period. However the bank may consider an exit option if no reasonable solution is obtained. Further Bank reserves the right to extend the contract after the expiry of the initial term and conditions for further six months.

Page 36: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 36 of 71

ANNEXURE -I Tender Covering Letter The Deputy General Manager - IT Punjab & Sind Bank, HO IT Department, 2nd floor, Plot No.151, Sector 44, Gurugram 122003. Dear Sir, Sub: RFP for “Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract.” Tender Ref No.________________________________ dated _________________ With reference to the above RFP, having examined and understood the instructions including all annexure, terms and conditions forming part of the Bid, we hereby enclose our offer for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs) under Rate Contract forming Technical as well as Commercial Bids being parts of the above referred Bid. Further we agree to abide by the terms and conditions of this tender and our offer shall remain valid for 180 days from the date of commercial bid opening and our offer shall remain binding upon us which may be accepted by the Bank any time before expiry of 180 days.

Until a formal contract is executed, this tender offer (RFP and subsequent addendums / corrigendum’s), together with the Bank’s written acceptance thereof and Bank’s notification of award, shall constitute a binding contract between us. We understand that The Bank is not bound to accept the lowest or any offer the Bank may receive. We also certify that we are not blacklisted / banned by any Public sector Bank/PSU/GOI Department at the time of bid submission. Dated this ____day of __________, 2020 Signature: (In the Capacity of)

Page 37: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 37 of 71

ANNEXURE –II (A)

TECHNICAL SPECIFICATION OF PASSBOOK PRINTING KIOSK

CONFIGURATION DETAIL Compliance (Yes/No)

Details

Processing Platform

• Intel-based system running on Windows 10,IOT or above with Kiosk which must support all software applications required to be installed. • Intel core i3 or above Processor, 6th Gen or above, 3.3 GHz or higher 2 MB Cache, 4 GB DDR4 RAM upgradable to 8 GB, 1 TB HDD, Gigabit Network Interface, min 4 USB Ports, 10/100 mbps Ethernet card and audio port. OS hardening (with Firewall) by vendor, Multimedia speakersof good sound quality & of reputed brand. Keyboard and mouse for maintenance purpose to be placed inside the kiosk.

All the hardware should be IPV4 and IPV6 compliant.

The Operation System with Kiosk should be GUI based and must support all software applications required to be installed in view of present and future requirements without any upgradation cost to Bank.

Touch Screen

• Size:15” minimum • Type: Capacitive/SAW • Material: Pure Glass • Touch-Screen Resolution: 4096 touch points per axis within the calibrated area or higher. • Antiglare Surface : 6:1 minimum • Light Transmission :>90% • Accuracy: Less than +1% error within the active area. • Response time : < 16 ms • Endurance: Scratch resistant. {must withstand more than 50,000,000 touches in one location without failure} • Impact Resistant: meets GB9633-1988 and UL-60950-1 steel ball test or equivalent • Operating Temperature: -20 to 50 degree C

Pass Book Printer

• Print speeds up to 480 cps or higher • Print Head Life of minimum 400 million characters • Print method 24 pin, impact dot matrix • Print direction: Bi-direction with logic seeking • Columns : 94 (10cpi) • Integrated Barcode Scanner: It should be capable to read barcode label pasted /printed anywhere on the passbook.

BAR CODE

• 2D Barcode Scanner to be provided for automatic capture of data from the Barcode/QR Code pasted anywhere on the pass book cover presented by the user. • Should be capable of operating in Auto Trigger Mode for hands free operation and reads barcodes of all popular symbologies, QR Code, including Code 128, with up to 36 Characters

Cabinet

• The cabinet must house all the components of the kiosk and must be ergonomically designed. Preferred Exterior dimension: Height - 5.0 to 5.5 feet Max., Width - Max 2.25 feet & Breadth - 2.25 feet Max.

Page 38: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 38 of 71

Sheet Metal: IS513 Draw Material or equivalent to 1.6mm powder quoted. Bank will Prefer compact, Sleek & Edgeless design. • All devices must be optimally located and secured, with easy serviceability.

Strong mechanical key lock.

Voice Enabled The kiosk should be voice enabled and it should be capable of giving instructions through speakers so as to enable the customers to update passbooks. It should support Hindi, English & Regional Languages(as per Annexure XXI).

Networking

• Corporate Net of Punjab & Sind Bank.

Application Software

• The Application Software and Central Monitoring Tool must be developed capable of generating ISO 8583:93 format for integration with CBS. • Desired Work Flow: Kiosk terminal -> Finacle Connect24 ->Finacle Core • Should be a communication tool and should maintain log for all transactions between kiosks and Finacle. • Capable of remotely managing the kiosk transactions. • Component level health monitoring like Printer • Remote loading of Patch as and when needed like anti-virus updates • Web based Central Office application with admin, supervisor rights. • Encryption at network communication level: Encryption in Barcoding,Application of Kiosk should provide encryption in specified ISO format.

Kiosk Properties

Floor mounted, Provision to bolt the kiosk with floor, Strong mechanical lock

Messaging Display of messages / instructions to customer’s in multilingual capacity (Hindi, English& Regional Languages).

Other Requirement

The Kiosk should have provision to get connected to a central server. The Kiosk shall also be capable of connecting to the central Sever through CMT for remote management and Health Monitoring of the KIOSK.

Bidder/ OEM should make arrangements to ensure that rodents should not be able to damage the internal parts of the System. The configuration as per the technical and other specifications of the Pass Book Printing Kiosk machine must be functional and installed from the day one of the Kiosk operationalization. Bank will require complete Proof of Concept (POC) of the complete functionality before placement of order begins. We undertake to supply the self-service passbook printing system conforming to above specifications. Date: _______ Signature of Authorized Signatory Place: ______ Name of Signatory: Designation: Seal of Company

Page 39: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 39 of 71

ANNEXURE – II (B)

TECHNICAL SPECIFICATION OF 2D BAR CODE PRINTER

We undertake to supply the Bar code Printers conforming to above specifications. Date: _______ Place: ______ Signature of Authorized Signatory Name of Signatory: Designation: Seal of Company

1

MAKE & MODEL

Complied (yes/No)

2 Minimum Requirement

The printer should be able to print barcodes of all popular symbologies, QR Code, including Code 128, with up to 36 Characters

3 Resolution

Minimum 203 DPI(dots per inch)

4 Print method

Thermal transfer

5 Processor

32 bit RISC

6 Print Speed

Min. 4 IPS(inches per second)or more

7 Print length

990 mm or higher

8 Print Width

Maximum 104 mm

9 Label roll Size

Maximum Diameter-130 mm

10 Label Size

60 mm(L) x 25 mm (W)

11 Memory

Min.8MB DRAM or more Min.2MB Flash ROM or more

12 Interface

Parallel/USB/Ethernet along with necessary software

13 Other requirements

Bar Code printer must be compatible with the offered Pass Book Printing Kiosks.

14 Sensors Ribbon end sensor, Head open sensor, Black Mark Reflective sensor (position adjustable) etc.

Page 40: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 40 of 71

ANNEXURE-III

Compliance to Minimum Eligibility Criteria

S. No.

ELIGIBILITYCRITERIA SUPPORTING DOCUMENTS TO BESUBMITTED

Compliance (Yes/No)

EC-1

The Bidder should be registered with

registrar of companies in India under

Companies Act, 1956 or Companies Act,

2013.

Copy of Certificate of Incorporation to be submitted

EC-2 The Bidder should have national presence and should be operating in the field of Supplying Passbook Printing Kiosks (PBKs)/Cash Deposit Kiosk/ Multifunction Kiosk/ Other Banking Kiosk/ ATM's/ Debit Card Printing Kiosk/Recyclers for at least last 3 years as on date of issue of this RFP.

The commencement of Business certificate, Memorandum of Association etc.

EC-3 The bidder should be an Original Equipment Manufacturer (OEM) of offered Passbook Printing Kiosks or their authorized representative in India. (Either the authorized representative on behalf of the original Equipment Manufacturer (OEM) or OEM itself can bid but both cannot bid simultaneously for the same item/product) In case of authorized representative/ authorized dealer, the letter from the OEM to be submitted. However, both should not participate together, in which case both will be disqualified, and their offers will be rejected summarily by the Bank.

An authorization letter from manufacturer to this effect should be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer should provide the same.

EC-4 The Bidder should have annual average turnover of Rs. 10.00 Crores in each of the last 3 financial years i.e. 2016-17, 2017-18 and 2018-19. It must be bidder company’s turnover and not that of the group companies.

Provide CA Certificate as per Annexure- XIV and Audited Financial statements (Balance sheet & Profit & Loss statement) for the three (3) Financial years. The CA certificate provided in this regard should be without any riders or qualification.

EC-5 The Bidder should have positive net-worth in any two out of last three Financial Yearsi.e.2016-17, 2017-18 and2018-19

Provide CA Certificate as per Annexure- XIV and Audited Financial statements (Balance sheet and Profit & Loss statement) for the three (3) Financial years. The CA certificate provided in this regard should be without any riders or qualification

EC-6 The bidder/OEM should have supplied at least 100 Passbook Printing Kiosks/Cash

Copy of purchase Order and Banks satisfaction letter on Banks letter

Page 41: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 41 of 71

Deposit Kiosk/Multifunction Kiosk/Other

Banking Kiosk/ATM's/Debit Card Printing

Kiosks/Recyclers to any Schedule

Commercial Bank during a single year (in any year during 2016-17, 2017-18, 2018-19)

head.

EC-7 The bidder should have network of service centers PAN India (Metro, Urban and Semi Urban) with one centre in the city where bank’s zonal office is located (please see list at Annexure XI)

Complete Service Centre details are required to be submitted in Annexure–VI with address and contact details wherever applicable (Bank may verify the presence and if found incorrect bid may be rejected)/ Undertaking to set up support facilities with necessary spare parts with sufficient manpower at all cities of the 25 Zonal Office centers of the Bank as per the list enclosed, within one month of awarding the contract.

EC-8 The Bidder/OEM should have successfully installed and commissioned the offered make & Model of machine with Finacle/Other Major Core Banking Solution.

A Certificate in this regard must be provided from concerned Bank where it was integrated with Finacle Core Banking Solution.

EC-9 The bidder should be able to provide efficient and effective support at all location where the equipment has been supplied & installed under this bid, so as to meet Bank's Working hours service (9 am to 6 pm)supports within maximum 24 hour resolution time.

A bidder is required to submit commitment to this effect duly signed by the Company Secretary.

EC-10 Bidder should not have been blacklisted by the Government / Government agency / Banks / Financial Institutions in India during last 3 years.

Self-Declaration on Company's letter Head signed by authorized person.

EC-11

Bidder has to give unconditional undertaking for providing service support / component parts / assembly/ software used in passbook printers and bar code printer for minimum seven years from the date of installation of Passbook Printing Kiosks and 2D Bar Code Printer.

The bidder is required to be submitted unconditional undertaking in this regard.

EC-12 Bidder should have complaint monitoring system in place with all India toll free number for call logging.

Undertaking with detail of system

EC-13 ISO 9001-2015 Certificate (OEM/Bidder). Copy of certificate should be submitted.

Signature Seal of Company

Page 42: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 42 of 71

Annexure-IV

Bidder’s information

The Deputy General Manager (IT) Punjab & Sind Bank, HO Information Technology Department, 2nd floor, Plot No.151, Sector 44, Gurugram 122003. Reg: Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract. With reference to your RFP No._________________________________dated ________________(Read with its Addendums/Corrigendum/Amendments), we submit necessary information hereunder:-

1. Name & address of the Company with direct phone numbers

2. Name of the company

3. Registration No. and date of establishment

4. Website Address

5. Email Address

6 Present strength of the firm (a) Is Company ISO Certified (b) No. of i)Passbook Printing Kiosk ii)Bar Code and QR CodeReader sold (c) No. of sites handled presently (d) Nos. of Staff Members

7 Total Service Support centers in India

8. Detail of Tender Fee and Earnest Money Deposited.

9. Figures for last 3 years (in Crores with two decimal): - Annual Turnover Profit Revenue earned from Passbook Printer and Bar code reader Business

2016-17 2017-18 2018-19 __________ ___________ ___________ __________ ___________ ____________ __________ ___________ ____________

10 GSTN Number

11 Income Tax PAN

12 Previous Assignmentswith the Punjab & Sind Bank, if any, during the last five years

Assignment Year ________________________ ________________________ _______________________ _____________

Page 43: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 43 of 71

13 If Assignments done (as per Column 12) with Punjab & Sind Bank, whether Satisfactory Performance Letter is attached with the Bid

Yes / No

DECLARATION

I/We hereby declare that the terms and conditions of the tender stated herein and as may be modified/mutually agreed upon are acceptable and biding to me/us. We understand and agree that: -

1. The Bank is not bound to accept the lowest bid or may reject all or any bid.

2. If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when

called upon by the Bank to do so, a contract in the prescribed form. Unless and until a formal

contract is prepared and executed, this bid together with your written acceptance thereof shall

constitute a binding contract between us.

3. If our bid is accepted, we are to be jointly and severally responsible for the due performance of

the contract.

4. The Bank may accept or entrust the entire work to one Bidder or divide the work to more than

one bidder without assigning any reason or giving any explanation whatsoever and the Bank’s

decision in this regard shall be final and binding on us. Bidder means the vendor who is decided

and declared so after examination of commercial bids.

5. We assure to comply with the hardware configuration, that will be original, no duplicate or

old/used parts will be supplied

6. We understand that during Tender process, if any event of conflict arises between the content

of the Annexures submitted by bidders and the main body of RFP, then the content of main RFP

shall prevail/ applicable.

7. We undertake to give a service commitment along with availability of spare parts for at least five

years.

8. We undertake that Components will have to be installed at respective sites/branches. Proper

service/support centre(s) will be provided by our qualified service engineers and wherever found

necessary service/support will be set-up in close proximity to these branches.

9. In view of the critically of the application, the equipment(s) at any time will be kept by us in

efficient running condition. Immediate replacement of defective parts will be done with a view

to ensuring 98% uptime of the entire computer systems.

10. Quarterly preventive maintenance (QPM) will be carried out during the currency of three-year

warranty and such QPM Report shall be delivered to the branch.

Name of person Authorized to sign

Mobile No.

Email

Date: Place: Official Stamp: SIGNATURE OF AUTHORISED SIGNATORY

Page 44: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 44 of 71

ANNEXURE –V

ACCEPTANCE/COMPLIANCE CERTIFICATE

All Terms and Conditions including scope of work with respect to “Request for proposal for Selection of vendor for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract”.

We here by undertake and agree to abide by all the terms and conditions stipulated by the Bank in this RFP including all addendum, corrigendum etc. Any deviation may result in disqualification of bids. Duly signed and stamped copy of RFP & Addendum is attached as desired. Signature: Seal of company

Page 45: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 45 of 71

ANNEXURE-VI

SERVICE SUPPORT CENTERS DETAILS

Sr.No. Location Status of Office Workingdays&hours

No. of Maintenance Engineers

Volume of min. stock of spares available at all time

Address Office Tele /fax Number

Name of contact Person with contact number

Signature and Seal of Bidder

Page 46: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 46 of 71

ANNEXURE-VII

DETAIL OF PERFORMANCE DURING LAST 2 YEARS

NAME OF BIDDER: _______________________________

Order Placed by (Full Address of Purchaser)

Order No. and Date

Description and Quantity of ordered Equipment

Value of Order

Date of Completion

Remarks (reason for late delivery)

Performance of equipment (Attach certificate from customer)

As per contract

Actual

Signature and Seal of Bidder

Page 47: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 47 of 71

ANNEXURE-VIII

Format for Indicative Commercial Bid:

1. COST OF PASSBOOK PRINTING KIOSKS & BAR CODE PRINTERS

S.No Items Unit Rate (In

Rupees)

Multiplication Factor

Amount (in Rupees)

1. Cost of PBK as per specifications given in Annexure–II-A (with three years warranty)

500

2. Cost of BCP as per specifications given in Annexure–II-B (with three years warranty)

500

3. Cost of AMC of PBK & BCP for 4 years as per Table-2 below 500

4. Cost of Integration of existing LIPI Model BK4000 with CMT software 24

TOTAL COST (In figures) FOR DETERMINATION OF L1 BIDDER (TCO)

TOTAL COST (In words):

2. ANNUAL MAINTENANCE CHARGES (After Warranty period of three years)

Item Year-4 Year-5 Year-6 Year-7 Amount (in Rs.)

FOR PBK

FOR BCP

TOTAL COST OF AMC FOR PBK AND BCP FOR 4 YEARS

3. RATES FOR CONSUMABLE PBK/BCP (PER UNIT COST)

S.No. Items Unit Rate

1. Ribbon for Passbook Printer

2. Ribbon for Bar Code Printer

3. Bar Code label/Sticker

Note:-

1. Quantity mentioned above is indicative only and may vary depending upon the actual requirement at the time of placing order.

2. Price quoted for self-service passbook printing system and bar code printer should be inclusive of Excise Duty and all other Charges but Exclusive of GST.

3. Applicable taxes would be deducted at source, if any, as per prevailing rates. 4. The Bidder shall provide the AMC services at a cost not exceeding 8% of the purchase value of

the items and to be maintained for at least next 4 years (after expiry of 3 years warranty).

5. The Printers are equipped with original cartridges.

Signature and Seal of Company

Page 48: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 48 of 71

ANNEXURE - IX

Performa for the Bank Guarantee for Earnest Money Deposit (To be stamped in accordance with stamp act)

Ref: Bank Guarantee # Date :__________ Punjab & Sind Bank Information Technology Department 2nd floor, Plot No.151, Sector 44, Gurugram 122003. Dear Sir, In accordance with your bid reference No.______________________Dated _______________M/s______________________________________ having its registered office at ______________________________________________herein after Called „bidder‟) wishes to participate in the said bid for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract. An irrevocable Financial Bank Guarantee (issued by a nationalized /scheduled commercial Bank) against Earnest Money Deposit amounting to Rs.____________(Rs._____________________________) valid up to ___________ is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the bid document. M/s_________________________________ having its registered office at __________________________ has undertaken in pursuance of their offer to Punjab & Sind Bank (hereinafter called as the beneficiary) dated __________ has expressed its intention to participate in the said bid and in terms thereof has approached us and requested us___________________________ (Name of Bank) ________________________ (Address of Bank) to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit (EMD) amounting to Rs ___________(Rupees_______________________) valid up to__________. We, the ___________________________ (Name of Bank)________________________ (Address of Bank) having our Head office at ______________________ therefore Guarantee and undertake to pay immediately on first written demand by Punjab & Sind, the amount Rs. ________________(Rupees__________________________) without any reservation, protest, demur and recourse in case the bidder fails to Comply with any condition of the bid or any violation against the terms of the bid, Without the beneficiary needing to prove or demonstrate reasons for its such demand. Any Such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to ____________. If any further extension of this Guarantee is required, the same shall be extended to such required period on receiving instructions in writing, from Punjab & Sind Bank, on whose behalf guarantee is issued. "Not withstanding anything contained herein above Our liability under this bank guarantee shall not exceed Rs.____________(Rupees__________________________).

This bank guarantee shall be valid up to ___________________. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only if you serve upon us a written claim or demand, on or before _____________ before 14.30 hours (Indian Standard Time) where after it ceases to be in effect in all respects whether or not the original bank guarantee is returned to us." In witness whereof the Bank, through its authorized officer has set its hand stamped on this _____________ Day of ______________2020 at __________________ Name of signatory Designation Bank Common Seal

Page 49: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 49 of 71

ANNEXURE X CHECK – LIST FOR BID SUBMISSION

S.No. Document Attached withBid (Y/N)

Page Numbers

From To

1 Tender Covering Letter as per Annexure –I

2 Compliance to technicalspecification of Passbook Printing Kiosks (PBKs) and 2D Bar Code Printers (BCPs) Annexure II “A” & “B”.

3 Compliance to Minimum Eligibility Criteria as per Annexure III (please ensure that all related documents to Minimum Eligibility criteria have been attached)

4 Bidders Information as per Annexure IV

5 Acceptance of the terms and conditions of RFP and Technical Specifications (compliance Statement as per Annexure V)

6 Service Support Centers Detail as per Annexure – VI

7 Performance Statement as per Annexure VII

8 Sealed Envelope containing commercial Bid price as per Annexure VIII duly labeled as ‘commercial Bid price’ and Tender Reference No, Name of the Bidder.

9 Duly signed and stamped Price Masked commercial bid - Annexure VIII

10 Bid Earnest Money in the form Bank Guarantee as per Annexure IX

11 Tender Document fees of INR 25,000.00 by demand draft in favour of "Punjab & Sind Bank” payable at New Delhi.

12 Power of Attorney on non-judicial stamp paper of Rs. 100/-for

authorizing official for signing the Bid

13 Undertaking from bidder/ OEM’s certifying that all the components, parts, assembly etcused inside the company products /hardware are new and original.

14 Any other document indicating the feature of the product.

15 Duly signed and stamped copy of RFP & Addendum to be submitted along with Technical Bid.

16 Integrity Pact As per Annexure XV (To be stamped on Rs.100 non-judicial stamp paper).

17 MANUFACTURER’S (OEM) AUTHORIZATION FORM (MAF) As per annexure XVII.

18 UNDERTAKING FOR BEING the OEM of Computer Hardware as per Annexure XVIII.

19 Compliance for reverse Auction as per Annexure XIX

20 Undertaking of Authenticity for Passbook Printing Kiosks as per Annexure XX

21 Any other documents as specified in the RFP.

Signature (Seal of Company)

Page 50: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 50 of 71

ANNEXURE XI

LIST OF ZONAL OFFICES

S.No Zone Address

1 Amritsar Hall Bazar ,ChowkPhawara, Amritsar

2 Bareilly Gagandeep Complex, 148 Civil Lines, Bareilly

3 Bhatinda 7, Bhagoo Road, Bhatinda

4 Bhopal 186, Zone 2, MP Nagar, Bhopal 462011

5 Chandigarh SCO 79-81, Bank Square, Sec-17B, Chandigarh

6 Chennai Ist Floor, 770A, Anna Salai, Chennai

7 Dehradun I & S Building, 30 Mohabbewala Industrial Area, Dehradun 248002.

8 Faridkot Red Cross Bhanwan, Faridkot

9 Gurdaspur 435/7,Civil Lines, Gurdaspur

10 Guwahati 42, MG Road, Uzan Bazar, Guwahati

11 Gurgaon Plot No-151,Sector-44,Gurgaon-122003

12 Panchkula SCO 76, Sector 5 urban Estate Panchkula, Haryana 134204

13 Jaipur 30-31, Mohan Tower, Prince Road, Vidyut Nagar, Ajmer Road, Jaipur, Rajasthan- 302021

14 Jalandhar Model Town, Jalandhar

15 Kolkata 14/15, Old Court House Street, Kolkata

16 Lucknow 8,JwaladeviBuilding,Lalbagh, Lucknow

17 Ludhiana Bhai BalaChowk, 5th floor, Noble Enclave, Ludhiana

18 Mumbai 27/29 Ambalal Doshi Marg, Fort Mumbai, 400001.

19 Delhi - I SidharthaEnclave ,AshramCkowk, New Delhi - 110014

20 Delhi - II Second floor, 38 / 39 Industrial Area, Naraina- Phase - I New Delhi 110028

21 Patiala Passey Road, Patiala

22 Hoshiarpur SCO-231st&2ndfloor, SantHarchand Singh Longowal Nagar , Chandigarh Road, Hoshiarpur, Punjab – 146 001

23 Noida First floor, C-1A,Sector-63, Noida, Uttar Pradesh-201307

24 ZO Gandhi Nagar Gujrat

Z.O.GandhiNagar,Unit No.4, 3rd Floor, Gift Tower One, Gift City, Gandhinagar, Gujarat 382355

25 ZO Vijayawada H No. 54-15-4C 4th Floor RK Galleria, Ring Road Sirinivasanagar, Bank colony near Health university Vijayawada 520010.

Page 51: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 51 of 71

ANNEXURE-XII Format of Performance Bank Guarantee

(issued by a nationalized /scheduled commercial Bank) Tender Reference No: ______________________Date _________________ The Deputy General Manager -IT Punjab & Sind Bank, HO IT Department, 2nd floor, Plot No.151, Sector 44, Gurugram 122003. Bank Guarantee No. Bank Guarantee Amount Expiry Date Claim Period Account Dear Sir,

GUARANTEE FOR PERFORMANCE OF CONTRACT/AGREEMENT

THIS GUARANTEE AGREEMENT executed at ________ day of_____________ Two Thousand ___________ BY : ______________________ Bank, a body corporate constituted under _______________, having its Registered Office/ Head Office at ______________, and a Branch Office at_____________________________________________________ (Hereinafter referred to as “the Guarantor”, which expression shall, unless it be repugnant to the subject, meaning or context thereof, be deemed to mean and include its successors and assigns)

IN FAVOUR OF: Punjab & Sind Bank, a body corporate, established under the Banking Companies (Acquisition and Transfer of Undertakings) Act 1970 and having its Registered Office at 21, Rajendra Place, New Delhi 110008 (hereinafter referred to as “Bank” which expression shall unless it be repugnant to the subject, meaning or context thereof, be deemed to mean and include its successors and assigns), WHEREAS Bank had called for the bids for engagement of service provider forSupply, installation,

commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs)

under Rate Contract and for the purposes M/s……………………… have been appointed as the Vendor

(hereinafter referred to as "Vendor") and accordingly has entered into Contract / Agreement on

……….. (Agreement) with Bank subject to the terms and conditions contained in the said documents

and the Vendor has duly confirmed the same.

AND WHEREAS pursuant to the Bid Documents, the Agreement, and the other related documents (hereinafter collectively referred to as “the said documents”, the Bank has agreed to avail from M/s……………………. and M/s……………… has agreed to provide to the Bank, the Services / Systems for providing Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contractand other required applications, more particularly described in the Schedule/Annexure to the said documents, subject to payment of the contract price

Page 52: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 52 of 71

as stated in the said documents and also subject to the terms, conditions, covenants, provisions and stipulations contained the said documents. AND WHEREAS the Vendor has duly signed the said documents.

AND WHEREAS in terms of the said documents, inter alia, the Vendor is required to procure an unconditional and irrevocable performance Bank guarantee, in favour of the Bank, from a Bank acceptable to the Bank for a sum of Rs………………… (Rupees…………………………………………………….. Only) being 10% of the total contract value for the faithful observance and performance by the Vendor of the terms, conditions, covenants, stipulations, provisions of the Agreement /the said documents.

AND WHEREAS at the request of the Vendor, the Guarantor has agreed to issue the Guarantee in favour of the Bank for a sum of Rs. ………… (Rupees………………………………………………..Only) being the 10% of the total Contract value

AND WHEREAS at the request of the Vendor, the Guarantor has agreed to guarantee the Bank that the Vendor shall faithfully observed and performed of the terms of the said documents. NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS:

In consideration of the above premises, the Guarantor hereby unconditionally, absolutely and irrevocably guarantees to the Bank as follows: (1) The guarantor hereby agree and guarantee that the Vendor shall faithfully observed and

performed all the terms and conditions stipulated in the Contract/Agreement and the said documents.

(2) The Guarantor hereby guarantees and undertakes to pay, on demand and without demur,

reservation, contest, recourse or protest or without any reference to the Vendor, to the Bank at its office at New Delhi forthwith, and all monies payable by the Vendor to the extent of

Rs.………………………………………. against any loss, costs, damages, etc. suffered by the Bank on account of

default of the Vendor in the faithful observance and performance of the terms, conditions, covenants,

stipulations, provisions of the Agreement / said documents, without any demur, reservation, contest,

recourse or protest or without any reference to the Vendor. Any such demand or claim made by the Bank,

on the Guarantor shall be final, conclusive and binding notwithstanding any difference or any dispute

between the Bank and the Vendor or any dispute between the Bank and the Vendor pending before any

Court, Tribunal, Arbitrator, or any other authority.

(3) The Guarantor agrees and undertakes not to revoke this Guarantee during the currency of these

presents, without the previous written consent of the Bank and further agrees that the Guarantee herein

contained shall continue to be enforceable until and unless it is discharged earlier by the Bank, in writing.

(4) The Bank shall be the sole judge to decide whether the Vendor has failed to perform the terms of the Agreement / said documents for providing the Services by the Vendor to the Bank, and on account of

the said failure what amount has become payable by the Vendor to the Bank under this Guarantee. The

decision of the Bank in this behalf shall be final, conclusive and binding on the Guarantor and the

Guarantor shall not be entitled to demand the Bank to establish its claim under this Guarantee but shall

pay the sums demanded without any objection, whatsoever.

(5) To give effect to this guarantee, the Guarantor will be deemed to be the Principal Debtor to the Bank.

(6) The liability of the Guarantor, under this Guarantee shall not be affected by

(a) any change in the constitution or winding up of the Vendor or any absorption, merger or

(b) amalgamation of the Vendor with any other company, corporation or concern; or

Page 53: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 53 of 71

(c) any change in the management of the Vendor or takeover of the management of the Vendor by

the Government or by any other authority; or

(a) acquisition or rationalization of the Vendor and/or of any of its undertaking(s) pursuant to any law;

or

(b) any change in the constitution of Bank / Vendor; or

(c) any change in the setup of the Guarantor which may be by way of change in the constitution,

(d) winding up, voluntary or otherwise, absorption, merger or amalgamation or otherwise; or the

absence or deficiency of powers on the part of the Guarantor to give Guarantees and/or

Indemnities or any irregularity in the exercise of such powers.

(7) This guarantee will remain in force up to 39 months from the date of signing the contract.

(8) Notwithstanding anything contained in this Guarantee, the Guarantor hereby agrees and undertakes

to extend the validity period of this guarantee for a further period as may be requested by the Bank,

from time to time.

(9) This guarantee shall be binding upon us and successors -in -interest and shall be irrevocable.

(10) For all purposes connected with this Guarantee and in respect of all disputes and differences under

or in respect of these presents or arising there from the courts of New Delhi where the Bank has its Head Office shall alone have jurisdiction to the exclusion of all other courts.

(11) Notwithstanding anything contained herein above

I. Our liability under this Bank Guarantee shall not exceed Rs ……………. (Rupees ……………………….. only)

II. This Bank Guarantee shall be valid up to…………….

III. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve on us a written claim or demand on or before ………………… (mention validity

period + claim period)

IN WITNESS WHEREOF the Guarantor has caused these presents to be executed on the day, month and year first herein above written as hereinafter appearing.

SIGNED SEALED AND DELIVERED BY the within named Guarantor (Vendor Bank), ______________________,

by the hand of Shri. __________, its authorised official.

Page 54: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 54 of 71

Annexure-XIII Pre-bid query format (to be submitted in MS- excel format)

Sr. no Page No. Clause Number RFP clause Bidders remark

Page 55: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 55 of 71

Annexure XIV

AUDITED FINANCIAL RESULTS CERTIFICATE

(To be provided byCharteredAccountant/Statutory Auditor) This is to certify that M/s, a company incorporated under the companies act,1956 with its headquarters at is having more than Rs.10 CroreAnnualTurnover during the last three years and is having Positive Net Worth in the two out oflast three Financial Years.

Sr.No.

Year Turnover (in Cr)

Net Profit/Loss (in Cr.)

NetWorth (in Cr)

1 FY2016-17 2 FY2017-18 3 FY2018-19

Date: Signature of CA/Statutory Auditor Name of CA/Statutory Auditor: Designation: Seal of Company

Page 56: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 56 of 71

ANNEXURE – XV

PRE CONTRACT INTEGRITY PACT Between Punjab & Sind Bank (PSB) hereinafter referred to as "The Principal", And ________________________________ hereinafter referred to as "The Bidder/ Contractor" Preamble The Principal intends to award, under laid down organizational procedures, contract/ s for ____________ ________________________. The Principal values full compliance with all relevant laws of the land, rules, and regulations, economic use of resources and of fairness I transparency in its relations with its Bidder(s) and I or Contractor(s). In order to achieve these goals, the Principal has appointed Sh. Rattan Kishore Bajaj as Independent External Monitors (IEMs) who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 - Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles: - a. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

b. The Principal will, during the tender process treat all Bidder(s) with equity and reason. The

Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential I additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions Section 2 - Commitments of the Bidder(s)/ Contractor(s) (1) The Bidder(s)/ Contractor(s) commit themselves to take all measures necessary to prevent corruption. The Bidder(s)/ Contractor(s) commit themselves to observe the following principles during participation in the tender process and during the contract execution.

a. The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he / she is not legally entitled to, in order to obtain in exchange any advantage of an kind whatsoever during the tender process or during the execution of the contract.

b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications,

Page 57: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 57 of 71

certifications, subsidiary contract submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process. c. The Bidder(s)/ Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d. The Bidder(s)/Contractors(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any, similarly the Bidder(s)/Contractors(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any. Further details as mentioned in the "Guidelines on Indian Agents of Foreign Suppliers" shall be disclosed by the Bidder(s)/Contractor(s).Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have to be in Indian Rupees only. Copy of the "Guidelines on Indian Agents of Foreign Suppliers" is placed at (page nos. 6-7)

e. The Bidder(s)/ Contractor(s) will, when presenting their bid, disclose any and all payments made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

f. Bidder(s) /Contractor(s) who have signed the Integrity Pact shall not approach the Courts while representing the matter to IEMs and shall wait for their decision in the matter. (2) The Bidder(s)/ Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences. Section 3 - Disqualification from tender process and exclusion from future contracts If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put their reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the procedure mentioned in the "Guidelines on Banning of business dealings". Section 4 - Compensation for Damages (1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security. (2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee. Section 5 - Previous transgression (1) The Bidder declares that no previous transgressions occurred in the last three years with any other Company in any country conforming to the anti-corruption approach or with any Public Sector Enterprise in India that could justify his exclusion from the tender process.

Page 58: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 58 of 71

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in "Guidelines on Banning of business dealings". Section 6 - Equal treatment of all Bidders / Contractors / Subcontractors (1) The Principal will enter into agreements with identical conditions as this one with all Bidders and Contractors. (2) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions. Section 7 - Criminal charges against violating Bidder(s) / Contractor(s) / Subcontractor(s) If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer. Section 8 - Independent External Monitor (1) The Principal appoints competent and credible Independent External Monitor for this Pact after approval by Central Vigilance Commission. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instructions by the representatives of the parties and performs his/her functions neutrally and independently. The Monitor would have access to all Contract documents, whenever required. It will be obligatory for him / her to treat the information and documents of the Bidders/Contractors as confidential. He/ she reports to the MD & CEO of Punjab & Sind Bank. (3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his/her request and demonstration of a valid interest, unrestricted and unconditional access to their project documentation. (4) The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s) with confidentiality. The Monitor has also signed declarations on 'Non-Disclosure of Confidential Information' and of 'Absence of Conflict of Interest'. In case of any conflict of interest arising at a later date, the IEM shall inform MD & CEO of Punjab & Sind Bank and recuse himself / herself from that case. (5) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings. (6) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he/she will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

Page 59: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 59 of 71

(7) The Monitor will submit a written report to the MD & CEO of Punjab & Sind Bank, within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations. (8) If the Monitor has reported to the MD & CEO of Punjab & Sind Bank, a substantiated suspicion of an offence under relevant IPC/ PC Act, and the MD & CEO of Punjab & Sind Bank has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner. (9) The word 'Monitor' would include both singular and plural Section 9 - Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the contract, and for all other Bidders 6 months after the contract has been awarded. Any violation of the same would entail disqualification of the bidders and exclusion from future business dealings. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by MD & CEO of Punjab & Sind Bank. Section 10 - Other provisions (1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi. (2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members. (4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions. (5) Issues like Warranty / Guarantee etc. shall be outside the purview of IEMs. (6) In the event of any contradiction between the Integrity Pact and its Annexure, the Clause in the Integrity Pact will prevail. __________________________ _______________________________ (For & On behalf of the Principal) (For & On behalf of Bidder / Contractor) (Office Seal) (Office Seal) Place -------------- Witness 1 Witness 2 Date -------------- (Name & Address) (Name & Address)

Annexure XVI

Page 60: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 60 of 71

NON-DISCLOSUREEEMENT AGREEMENT (Non-Judicial Stamp Paper of appropriate value)

This Non-Disclosure Agreement made and entered into at…………………. This …………………..day of…………..20 BY AND BETWEEN

………………………………… …………………….., a company incorporated under the Companies Act, 1956 having its registered office at ….………. (Hereinafter referred to as the Vendor which expression unless repugnant to the context or meaning thereof be deemed to include its permitted successors) of the ONE PART; AND Punjab & Sind Bank, a body corporate, established under the Banking Companies (Acquisition and Transfer of Undertakings) Act 1970 and having its Head Office at 21, Rajendra Place, New Delhi 110008 (hereinafter referred to as “Bank” which expression shall unless it be repugnant to the subject, meaning or context thereof, be deemed to mean and include its successors and assigns) of the OTHER PART.

The Vendor and Punjab & Sind Bank are hereinafter collectively referred to as “the Parties” and individually as “the Party” WHEREAS:

1. Punjab & Sind Bank is engaged in the business of providing financial services to its customers and

intends to engage service provider for Supply, installation, commissioning and maintenance of

Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract.

2. In the course of such assignment, it is anticipated that Punjab & Sind Bank or any of its officers,

employees, officials, representatives or agents may disclose, or deliver, to the Vendor some

Confidential Information (as hereinafter defined), to enable the Vendor to carry out the aforesaid

Implementation assignment ( hereinafter referred to as " the Purpose").

3. The Vendor is aware and confirms that all information, data and other documents made available in

the RFP/Bid Documents/Agreement /Contract or in connection with the Services rendered by the

Vendor are confidential information and are privileged and strictly confidential and or proprietary of Punjab & Sind Bank. The Vendor undertakes to safeguard and protect such confidential information

as may be received from Punjab & Sind Bank.

NOW, THEREFORE THIS AGREEMENT WITNESSED THAT in consideration of the above premises and the Punjab & Sind Bank granting the Vendor and or his agents, representatives to have specific access to Punjab & Sind Bank property / information and other data it is hereby agreed by and between the parties hereto as follows: 1. Confidential Information:

(i) “Confidential Information” means all information disclosed/furnished by Punjab & Sind Bank to

the Vendor whether orally, in writing or in electronic, magnetic or other form for the limited purpose of

enabling the Vendor to carry out the proposed Implementation assignment, and shall mean and include

data, documents and information or any copy, abstract, extract, sample, note or module thereof, explicitly designated as "Confidential"; Provided the oral information is set forth in writing and marked

"Confidential" within seven (7) days of such oral disclosure.

(ii) The Vendor may use the Confidential Information solely for and in connection with the Purpose and shall not use the Confidential Information or any part thereof for any reason other than the Purpose

stated above.

Page 61: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 61 of 71

Confidential Information in oral form must be identified as confidential at the time of disclosure and confirmed as such in writing within seven (7) days of such disclosure. Confidential Information does not include information which:

(a) is or subsequently becomes legally and publicly available without breach of this Agreement by either

party,

(b) was rightfully in the possession of the Vendor without any obligation of confidentiality prior to receiving it from Punjab & Sind Bank,

(c) was rightfully obtained by the Vendor from a source other than Punjab & Sind Bank without any obligation of confidentiality,

(d) was developed by for the Vendor independently and without reference to any Confidential

Information and such independent development can be shown by documentary evidence, or is/was

disclosed pursuant to an order of a court or governmental agency as so required by such order,

provided that the Vendor shall, unless prohibited by law or regulation, promptly notify Punjab & Sind

Bank of such order and afford Punjab & Sind Bank the opportunity to seek appropriate protective order relating to such disclosure.

(e) the recipient knew or had in its possession, prior to disclosure, without limitation on its

confidentiality;

(f) is released from confidentiality with the prior written consent of the other party.

The recipient shall have the burden of proving hereinabove are applicable to the information in the possession of the recipient. Confidential Information shall at all times remain the sole and exclusive property of the disclosing party. Upon termination of this Agreement, Confidential Information shall be returned to the disclosing party or destroyed, if incapable of return. The destruction shall be witnessed and so recorded, in writing, by an authorized representative of each of the parties. Nothing contained herein shall in any manner impair or affect rights of Punjab & Sind Bank in respect

of the Confidential Information.

In the event that any of the Parties hereto becomes legally compelled to disclose any Confidential

Information, such Party shall give sufficient notice to the other party to enable the other Party to

prevent or minimize to the extent possible, such disclosure. Neither party shall disclose to a third

party any Confidential Information or the contents of this Agreement without the prior written

consent of the other party. The obligations of this Clause shall be satisfied by handling Confidential

Information with the same degree of care, which the receiving party applies to its own similar

confidential information but in no event less than reasonable care.

The obligations of this clause shall survive the expiration, cancellation or termination of this Agreement 2. Non-disclosure: The Vendor shall not commercially use or disclose any Confidential Information or any materials derived there from to any other person or entity other than persons in the direct employment of the Vendor who have a need to have access to and knowledge of the Confidential Information solely for the Purpose authorized above. The Vendor shall take appropriate measures by instruction and written agreement prior to disclosure to such employees to assure against unauthorized use or disclosure. The Vendor may disclose Confidential Information to others only if the Vendor has executed a Non-Disclosure Agreement with the other party to whom it is disclosed that contains terms and conditions that are no less restrictive than these presents and the Vendor agrees to notify Punjab & Sind Bank immediately if it learns of any use or disclosure of the Confidential Information in violation of terms of this Agreement.

Page 62: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 62 of 71

Notwithstanding the marking and identification requirements above, the following categories of

information shall be treated as Confidential Information under this Agreement irrespective of

whether it is marked or identified as confidential:

a) Information regarding Punjab & Sind Bank and any of its Affiliates, customers and their accounts

(“Customer Information”). For purposes of this Agreement, Affiliate means a business entity now or

hereafter controlled by, controlling or under common control. Control exists when an entity owns or

controls more than 10% of the outstanding shares or securities representing the right to vote for the

election of directors or other managing authority of another entity; or

b) any aspect of Punjab & Sind Bank's business that is protected by patent, copyright, trademark, trade

secret or other similar intellectual property right; or

c) business processes and procedures; or

d) current and future business plans; or

e) personnel information; or

f) Financial information.

3. Publications: The Vendor shall not make news releases, public announcements, give interviews,

issue or publish advertisements or publicize in any other manner whatsoever in connection with this Agreement, the contents / provisions thereof, other information relating to this Agreement, the Purpose,

the Confidential Information or other matter of this Agreement, without the prior written approval of

Punjab & Sind Bank.

4. Term: This Agreement shall be effective from the date hereof and shall continue till expiration of

the Purpose or termination of this Agreement by Punjab & Sind Bank, whichever is earlier. The Vendor

hereby agrees and undertakes to Punjab & Sind Bank that immediately on termination of this Agreement

it would forthwith cease using the Confidential Information and further promptly return or destroy, under

information to Punjab & Sind Bank, all information received by it from Punjab & Sind Bank for the Purpose, whether marked Confidential or otherwise, and whether in written, graphic or other tangible form and all

copies, abstracts, extracts, samples, notes or modules thereof. The Vendor further agree and undertake

to Punjab & Sind Bank to certify in writing upon request of Punjab & Sind Bank that the obligations set

forth in this Agreement have been complied with.

Any provisions of this Agreement which by their nature extend beyond its termination shall continue to be binding and applicable without limit in point in time except and until such information enters the public domain

5. Title and Proprietary Rights: Notwithstanding the disclosure of any Confidential Information by

Punjab & Sind Bank to the Vendor, the title and all intellectual property and proprietary rights in the

Confidential Information shall remain with Punjab & Sind Bank.

6. Remedies: The Vendor acknowledges the confidential nature of Confidential Information and that

damage could result to Punjab & Sind Bank if the Vendor breaches any provision of this Agreement and

agrees that, if it or any of its directors, officers or employees should engage or cause or permit any other person to engage in any act in violation of any provision hereof, Punjab & Sind Bank may suffer immediate

irreparable loss for which monetary compensation may not be adequate. Punjab & Sind Bank shall be entitled, in addition to other remedies for damages & relief as may be available to it, to an injunction or

similar relief prohibiting the

Page 63: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 63 of 71

Vendor, its directors, officers etc. from engaging in any such act which constitutes or results in breach of any of the covenants of this Agreement.

Any claim for relief to Punjab & Sind Bank shall include Punjab & Sind Bank's costs and expenses of enforcement (including the attorney's fees).

7. Entire Agreement, Amendment and Assignment: This Agreement constitutes the entire

agreement between the Parties relating to the matters discussed herein and supersedes any and all prior oral discussions and / or written correspondence or agreements between the Parties. This Agreement

may be amended or modified only with the mutual written consent of the Parties. Neither this Agreement

nor any right granted hereunder shall be assignable or otherwise transferable.

8. Governing Law: The provisions of this Agreement shall be governed by the laws of India and the

competent court at Delhi shall have exclusive jurisdiction in relation thereto even though other Courts in India may also have similar jurisdictions.

9. Indemnity: The Vendor shall defend, indemnify and hold harmless Punjab & Sind Bank, its

affiliates, subsidiaries, successors, assigns, and their respective officers, directors and employees, at all times, from and against any and all claims, demands, damages, assertions of liability whether civil,

criminal, tortuous or of any nature whatsoever, arising out of or pertaining to or resulting from any breach

of representations and warranties made by the Vendor. and/or breach of any provisions of this Agreement, including but not limited to any claim from third party pursuant to any act or omission of the

Vendor, in the course of discharge of its obligations under this Agreement.

10. General: The Vendor shall not reverse - engineer, decompile, disassemble or otherwise interfere

with any software disclosed hereunder.

All Confidential Information is provided “as is”. In no event shall the Punjab & Sind Bank be liable for

the inaccuracy or incompleteness of the Confidential Information. None of the Confidential

Information disclosed by Punjab & Sind Bank constitutes any representation, warranty, assurance,

guarantee or inducement with respect to the fitness of such Confidential Information for any

particular purpose.

Punjab & Sind Bank discloses the Confidential Information without any representation or warranty,

whether express, implied or otherwise, on truthfulness, accuracy, completeness, lawfulness,

merchantability, fitness for a particular purpose, title, non-infringement, or anything else.

11. Waiver: A waiver (whether express or implied) by Punjab & Sind Bank of any of the provisions of

this Agreement, or of any breach or default by the Vendor in performing any of the provisions hereof,

shall not constitute a continuing waiver and such waiver shall not prevent Punjab & Sind Bank from

subsequently enforcing any of the subsequent breach or default by the Vendor under any of the provisions of this Agreement.

In witness whereof, the Parties hereto have executed these presents the day, month and year first

herein above written.

For and on behalf of ------------- Ltd. For and on behalf of Punjab & Sind Bank

(Designation) (Designation)

Page 64: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 64 of 71

ANNEXURE-XVII

MANUFACTURER’S(OEM)AUTHORIZATION FORM (MAF)

The Deputy General Manager -IT Punjab & Sind Bank, HO IT Department, 2nd floor, Plot No.151, Sector 44, Gurugram 122003.

Sir,

Reg.: RFP for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract. We hereby submit the following: -

We are the OEMofthe make ____________________________,do

hereby authorize____________________(Bidders Name with address)to submit Bid to Punjab Sind Bank,

in response to their Request for Proposal for supply, installation, configuration, testing, commissioning

and Maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs)

Our full support is extended to Bidder namein respect of supply, installation, configuration, testing,

commissioning and Maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs)

In case Bidder Name is not able to perform the obligations as per contract during the period of contract, being the Original Equipment Manufacturer, either we will provide the support services directly or through our other authorized service provider acceptable to Punjab & Sind Bank at no extra cost to Punjab & Sind Bank.

Date:

Place: Yoursfaithfully

Signature of Authorized Signatory Name of Signatory:

Designation: Seal of Company

Page 65: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 65 of 71

ANNEXURE-XVIII

UNDERTAKING FOR BEING the OEM of Passbook Printing Kiosks (PBKs)

The Deputy General Manager -IT Punjab & Sind Bank, HO IT Department, 2nd floor, Plot No.151, Sector 44, Gurugram 122003.

Sir,

Reg: RFP for Supply, installation, commissioning and maintenance of Passbook Printing Kiosks (PBKs) and Bar Code Printers (BCPs) under Rate Contract. We hereby submit the following: -

1. We,M/s arethe OEM of--------------

(NameoftheAppliance/hardware), being offered to Punjab & Sind Bank.

2. We have the IP rights for the offered Product/Appliance offered through thisRFP.

Yours faithfully

Signature of Authorized Signatory

Name of Signatory:

Designation:

Seal of Company:

Page 66: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 66 of 71

Annexure XIX

Compliance for Reverse Auction RFP No: PSB/HOIT/RFP/xxx/2019-20Date: Punjab & Sind Bank, 2nd floor, Information Technology Department, Plot No. 151, Sector 44, Gurugram – PIN 122003 Dear Sir, We ______________________ (name of the company) hereby confirm having submitted our bid for participating in Bank’s RFP dated _________ for procurement of ____________. 1 We also confirm having read the terms of RFP as well as the Business Rules relating to the Reverse Auction for this RFP process. 2 We hereby undertake and agree to abide by all the terms and conditions stipulated by Punjab & Sind Bank in the RFP document including all annexures and the Business Rules for Reverse Auction. 3 We shall participate in the on-line auction conducted by ……………….. (Auctioneer Company) and submit our commercial bid. We shall also abide by the procedures prescribed for online auction by the auctioneer company. 4 We, hereby confirm that we will honour the Bids placed by us during the auction process, failing which we shall forfeit the Earnest Money Deposit. We also understand that the bank may debar us from participating in future tenders. 5 We confirm having nominated Mr. ________________, designated as ______________ of our company to participate in the Reverse Auction on behalf of the company. We undertake that the company shall be bound by the bids made by him in Reverse Auction. 6 We accordingly authorize Bank and/ or the reverse auction company to issue user ID and password to the above named official of the company. 7 Both Bank and the auction company shall contact the above named official for any and all matters relating to the Reverse Auction. 8 We, hereby confirm that we will honour the Bids placed by Mr. __________ on behalf of the company in the auction process, failing which we will forfeit the EMD. We agree and understand that the bank may debar us from participating in future tenders for any such failure on our part. 9 We undertake to submit the confirmation of last bid price by us to the auction company/Bank within 48 working hours of the completion of event. We also undertake to submit the Bill of Materials for the TCO (Total Cost of Ownership) in terms of RFP. Name of Authorized Representative: _______________________ Signature of Authorized Representative: ____________________ Verified above signature Date: Seal and signature of the bidder

Page 67: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 67 of 71

Annexure XX

Undertaking of Authenticity for Passbook Printing Kiosks Sub: Supply of Pass Book printing Kiosks & Bar Code Printers With reference to the Kiosks being supplied /quoted under Rate Contract: - We hereby undertake that all the components/parts/ assembly /software used in the Kiosk(s) under the above like hard disk, Monitors, Memory, scanning assembly, sensors etc. shall be original new components / parts/ assembly/ software only, from respective OEMs of the products and that no refurbished /duplicate/ second hand components/parts / assembly/ software are being used or shall be used. We also undertake that in respect of licensed operating system, if asked for by you in the purchase order, the same shall be supplied along with the authorized license certificate (e.g. Product Keys on Certification of Authenticity in case of Microsoft windows Operating System) and also that it shall be sourced from the authorized source (e.g. Authorized Microsoft Channel in case of Microsoft Operating System). Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of above undertaking at the time of delivery/installation. It will be our responsibility to produce such letters from our OEM Supplier’s at the time of delivery or within a reasonable time. In case of default and we are unable to comply with above at the time of delivery or during installation, for the IT Hardware/Software already billed, we agree to take back the Cash Deposit and/or Pass Book Printing Kiosks without demur, if already supplied and return the money if any paid to us by you in this regard. We (system OEM name) also take full responsibility of both Parts & Service SLA as per the content even if there is any defect by our authorized Service Centre/ Reseller/ SI etc. Place: Date: Signature of Authorized Signatory Name of Signatory: Designation: Seal of Company

Page 68: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 68 of 71

Annexure XXI List of Languages:

1. Malayalam

2. Punjabi

3. Gujarati

4. Tamil

5. Bengali

6. Telugu

7. Oriya

8. Marathi

9. Konkani

10. Kannada

11. Assamese

Page 69: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 69 of 71

Page 70: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 70 of 71

Page 71: Corrigendum dated 27.02.2020 for Tender No: …...Page 1 of 71 s REQUEST FOR PROPOSAL (RFP) For Supply, installation Commissioning and maintenance of PASSBOOK PRINTING KIOSKS AND 2D

Page 71 of 71

FORM -2

Format for Domestic Value Addition in terms of Guidelines issued for procurement of notified electronic products by Government

Name of Bidder______________________________________________ Dated:

Item No. Item Description Manufacturer/ Supplier Country of Origin Value Domestic

Value

Addition in

Percentage

Signature and Seal of Bidder