ict division 68 purana paltan, rangs tower (8th … · ict division rangs tower, 68 purana paltan...

35
ICT Division Rangs Tower, 68 Purana Paltan (8 th Floor) Dhaka-1000. BID SCHEDULE FOR PROCURING VARIOUS ICT PRODUCTS OF BANK ASIA LOT-C Two Factor Authentication (2FA) System RFP SCHEDULE & TECHNICAL SPECIFICATION ICT DIVISION 68 Purana Paltan, Rangs Tower (8th Floor) Dhaka-1000.

Upload: nguyenhanh

Post on 24-Aug-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000.

BID SCHEDULE FOR

PROCURING VARIOUS ICT PRODUCTS OF BANK ASIA

LOT-CTwo Factor Authentication (2FA) System

RFP SCHEDULE&

TECHNICAL SPECIFICATION

ICT DIVISION68 Purana Paltan, Rangs Tower (8th Floor)

Dhaka-1000.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

BID SCHEDULE

FOR

TWO FACTOR (2FA) AUTHENTICATION SYSTEM

INVITATION TO BID

Bank Asia Limited invites tender from bona-fide bidders, proposals to offer Two-FactorAuthentication (2FA) System. The bidder should be well experienced to complete the task/tasks.The last date for submission of Tender in August 09, 2017 and Tender should be dropped BankAsia Limited, Logistic Support & Service Department (LSSD), Corporate Office, RANGS Tower, (6th

floor), 68, Purana Paltan, Dhaka-1000 by 3:30pm. This Bids will be opened on same day at4:00pm. The bidder may depute their representative at the time of opening of Tender.

Invitation for Tender Offers

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

2

TABLE OF CONTENTS

1. Executive Summary .............................................................................................................................. 02

2. Background ......................................................................................................................................... 03

3. Scope of BID ........................................................................................................................................ 04

4. Terms & Conditions .............................................................................................................................. 17

5. Technical Requirement ................................................................................................................... …...22

6. Financial Proposal .............................................................................................................................. ...29

7. Bid Form & BG Others……………….………………………………………………………………………………………………….30

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

3

1 EXECUTIVE SUMMARY

Bank Asia started its journey on November 27, 1999 with an aim to be fully customer focused through

rendering technology driven innovative products and services. The Bank obtained Certificate of

Incorporation and Certificate on September 28, 1999.Subsequently the bank was listed with Dhaka Stock

Exchange (DSE) and Chittagong Stock Exchange (CSE) on January 06, 2004. Since inception Bank Asia is

working efficiently and achieving a strong prominent position in banking sector. By this time Bank Asia

has consolidated its strength manifold through extending its business rapidly while ensuring sustainable

growth. Bank Asia started its most cherished Islamic banking operation in 2008 for providing strict

Shariah based products. Another subsidiary company “BA Exchange Company (UK) Limited” in United

Kingdom in the same year. Now the Bank is rendering services through its 116 Branches including Agent

Banking 1211 outlets along with SME Service Centers and two Subsidiary companies.

Bank Asia's vision is to have a poverty free Bangladesh in course of a generation in the new millennium,

reflecting the national dream. Our vision is to build a society where human dignity and human rights

receive the highest consideration along with reduction of poverty.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

4

2 BACKGROUND

Bank Asia wishes to receive bids from the bona fide firms for “2FA System” at Bank Asia, Rangs Towerlocated at 68 Purana Paltan, Dhaka. The bid must be included, delivery schedule, installation,configuration, implementation etc. cost, VAT, Taxes & all other duties, fees/charges as applicable as perprescribed sheet attached in the financial part . If require bidder shall provide break-down price inseparate sheet along with the above mentioned bundle pricing format as mentioned in Section-3 of thisdocument.

The successful Bidder must be supply all the products and services offered and be fully responsible forthe overall project management and co-ordination of the supply, installation, integration, testing,training and commissioning for the “2FA System”.

Bidders are required to propose solution as specified in the design, bill of quantity / material for the“2FA System” at Bank Asia Datacenter, Rangs Tower. Bidders are required to propose all items asmentioned in the schedule and are wholly responsible for the products and services offered unlessotherwise specified and as specified in the terms and conditions. The scope will also include thesuccessful bidder to provide standard operating procedure (SOP) for the “2FA System”.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

5

3 SCOPE OF BID Section-I

INSTRUCITON TO BIDDERS

3.1 Scope of Bid

Bank Asia wishes to receive bids from the bona-fide firms for procuring “2FA System”. The bid includes

supply, installation, testing, commissioning, and maintenance of the required products.

Bidders are required to propose solutions as specified in the technical and financial proposal for

implementing “2FA System” at Bank Asia is required to propose their solutions under two envelop

system, one for technical proposal and other for financial proposal with additional a set of documents

excluding financial. Bidders are required to quote for all items and are fully responsible for offered

products and implementation of the same as specified in the terms and conditions.

The successful Bidder shall be the Contractor for services that is offered by him and is responsible for

the project management and co-ordination of the supply, installation, testing, commissioning, and

maintenance for the implementation of the project. The scope of the bid includes design, specification,

bill of quantity, and prices of the items as detailed in this document and any other items that deem

necessary but not mentioned in this document. The scope will also include the successful bidder to

provide standard operating procedure (SOP). The successful bidder has to complete the project as turn-

key basis.

3.2 Bidder’s qualification

Bidders must have the following qualifications to bid:

1. The bidder should be an Authorized Partner of the proposed products.

2. The bidder as a registered company should have a legal entity to enter into contracts with atleast 3 years’ experience in the relevant business including IT based profession.

3. The bidder should have own/representative office and all time presence in Dhaka with wellequipped service/support/ system up-gradation cell manned with adequate minimum threetrained and certified qualified technical personnel for installation, maintenance and support tothe proposed products/ systems.

4. The bidder must be regular tax payer.

5. The bidder must have past performance on installation, commissioning, and maintenance ofthe relevant products for at least in 3 (Three) organizations preferably in the banking sector.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

6

6. Details of experience and past performance of the bidder are to be submitted along with thebid in support of proof.

7. The bidder must hold manufacturer’s authorization on this bid for the items those are notproduced by the bidder itself but offered in the bid

3.3 Deliverables

The deliverables of this project includes the followings:

Two-Factor Authentication (2FA) System: Supply, installation, commissioning, testing, and maintenance

of 2FA System.

Other deliverables: The other deliverables of the project are as follows:

To prove overall project implementation plan including Gantt chart;

To provide procedures for testing and commissioning of products installed in the DC and DR;

To provide standard operating procedure (SOP) of 2FA for the operation in DC;

To provide suitable program management plan to ensure successful implementation of the

project;

Schedule of authorized principle training of 3 persons on the operation and maintenance of the

supplied, installed, and commissioned systems and sub systems using Contractor’s arranged

state of the art training facilities;

To provide product brochures, documentation, operation manuals, and required CD media kit of

all software systems;

To perform verification test to ensure all system components are functioning as desired;

To provide acceptance checklist for the project;

To propose additional items with price that deem necessary but not mentioned in this tender with logic

supporting necessity of the items.

3.4 Contents of bidding documents

The bidding documents are those stated below and should be read in conjunction with any addenda

issued in accordance with clause.

Invitation for BidInstructions to bidders (Section-I)

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

7

Terms and conditions (Section-II)Eligibility Requirements for the bidder (Section-III)Prescribed form for bidder’s profile (Section-IV)Format of the Technical and Financial (Section-V)Bid form for Technical proposal (Appendix-A)Bid form for Financial proposal (Appendix-B)Bid form for Bank Guarantee (Appendix-C)Bid form for Bank Guarantee for advance payment (Appendix-D)Bid form for on demand Bank Guarantee (Appendix-E)

The bidder is expected to examine carefully the contents of the bidding documents. Failure to comply

with requirements of bid submission will be at bidder’s own risk. Pursuant to Clause-1.19, bids which are

not substantially responsive to the requirements of the bidding documents will be rejected.

3.5 Documents comprising the bid

The bid submitted by the bidder shall comprise two envelopes submitted simultaneously, one

containing only the "Technical Proposal" and the other the "Financial Proposal".

The technical proposal shall contain the followings:

a. Signed bid document;

b. Power of attorney (authorizing the person to sign and initial the bid document on behalf of the

company);

c. Documents showing eligibility of the bidder as mentioned in Section-III of this document;

d. Response to the eligibility criteria as mentioned in Section-III of this document;

e. Technical description of the deliverables to demonstrate the specified technical requirement;

f. Response to the bidder’s profile as mentioned in Section-IV of this document;

g. Response to the technical specification as mentioned in Section-V of this document;

h. Bid form for technical proposal; andi. Any other things required for technical proposal.

The financial proposal shall contain the following:

a. Bid security pursuant to Clause 1.10 (Original);

b. Bid form for financial proposal;

c. Schedule for financial proposal as mentioned in Section-V of this document; and

d. Any other things required for financial proposal.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

8

3.6 Bid prices

Bidders shall quote the price in Bangladeshi Taka (BDT) for the items quoted. The govt. charges such as

VAT, Tax, etc. should be shown separately. The price will include supply, installation, testing,

commissioning, maintenance, and 1 year technical support and maintenance. Bidders shall quote

separate price for annual maintenance contract (AMC) for the items that will be valid for additional

three (3) years after the end of the 1st year. If bank wishes it will sign an AMC for three (3) years.

Quoted AMC price will be sued for such contract. Supplementary financial proposals which are not

received in the time required by the Bank will result in the rejection of the bid.

3.7 Pre-Bid Meeting

The Bank will arrange a pre-bid meeting on August 02, 2017 at 12:00 PM with the participated bidders

to discuss on technical issues / specifications to find the anomalies / discrepancies (if any). The Bank will

issue addenda of the bidding documents (if any found in the meeting). The meeting will be held at ICT

Division, Bank Asia Limited, Rangs Tower (8th floor), 68 Purana Paltan, Dhaka-1000.

3.8 Correction or Amendment of bidding documents

The Bank may, for any reason, whether at its own initiatives or in response to a clarification requested

by a prospective bidder, modify the bidding documents by issuing addenda by April 06, 2017 through

email. Any addenda thus issued shall be part of the bidding document and shall be communicated in

writing to all purchasers of the bidding documents.

Where amendments or changes are required by the Bank, bidders will be requested in writing to adjust

their proposals accordingly and submit a supplementary financial proposal within 5 (Five) working days.

The supplementary financial proposal should only contain the changes in price resulting from the

changes in the technical proposals. Bidders should note that, if the Bank, during the evaluation of the

financial proposals, considers that the changes in price are unrealistic in comparison with the original

financial proposal, the bid is liable to be rejected. Bidders not wishing to change their technical

proposals may withdraw from the bidding process and their financial proposals will be returned

unopened.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

9

3.9 Bid validity

Bid shall remain valid for a period of 12 (Twelve) months after the date of opening of the proposals. In

exceptional circumstances, prior to expiry of the original bid validity period, the Bank may request the

bidder to extend the period of validity for a specified additional period. The request and the responses

shall be made in writing. A bidder agreeing to the request will not be permitted to modify its bid.

3.10 Bid Security

The bidder shall furnish as bid security of 2.5 % of the total financial offer in the form of Payment Order

/ Demand Draft/Bank guarantee in favor of Bank Asia Limited. The bid security must be submitted inside

the financial proposal. The bid security should be valid for 12 (Twelve) months after the date of bid

opening. Any bid not accompanied by an acceptable bid security shall be rejected as non-responsive

even if that bid is found technically responsive during technical evaluation.

The bid security of unsuccessful bidders will be returned after completion of selection process. The bid

security of the successful bidder will be returned when the bidder has signed the agreement and

furnished the required performance security.

The bid security may be forfeited if (a) the bidder withdraws its bid during the period of bid validity

specified in the bid form; (b) if a successful bidder fails to sign the contract and (c) if a successful bidder

fails to furnish the performance security.

3.10 Format and signing of bid

The bidder shall prepare one original and two copies of the technical proposal and the financial

proposal, clearly marking each one as: “ORIGINAL - TECHNICAL PROPOSAL”,”ORIGINAL - FINANCIAL

PROPOSAL”, “COPY – TECHNICAL PROPOSAL”, “COPY - FINANCIAL PROPOSAL” etc. as appropriate. In the

event of discrepancy between the original and any copy, the original shall prevail. All the envelopes will

contain the full name and address of the participant company.

The original and all copies shall be signed by a person or persons duly authorized to sign on behalf of the

bidder. All pages of the bid where entries or amendments have been made shall be initialed by the

person or persons signing the bid.

The bid shall contain no alterations, omissions or additions, except those to comply with the instructions

issued by the Bank, or as necessary to correct errors made by the bidder, in which case such corrections

shall be signed by the person or persons signing the bid.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

10

3.12 Sealing and marking of bid

The bidder shall seal the original technical proposal, the original financial proposal and the copies of the

technical proposal and financial proposal in separate envelopes clearly marking each one as:

“ORIGINAL - TECHNICAL PROPOSAL”, ”ORIGINAL – FINANCIAL PROPOSAL”, “COPY – TECHNICAL

PROPOSAL”, “COPY - FINANCIAL PROPOSAL” etc. as appropriate.

The bidders shall seal the original bids and each copy of the bids in an inner and outer envelope, dulymarking the envelopes as “ORIGINAL” and “COPY”.

The inner and outer envelopes shall - Be addressed to the Bank at the following address: Bank AsiaLimited, LSSD Department, Rangs Tower (6th floor), 68 Purana Paltan, Dhaka-1000 bear theidentification of bid for supply and installation of the mentioned deliverables.

a. In addition to the above requirements, the inner envelope shall indicate the name and address

of the bidder to enable the bid to be returned unopened in case it is declared “late” pursuant

to Clause 1.14.

b. If the outer envelope is not sealed and marked as above, the Bank will assume no responsibility

for the misplacement or premature opening of the bid.

3.13 Deadline of bid

Bids must be received by the Bank at the address specified above no later than August 09, 2017 at 3.30pm.

3.14 Late Bids

Any bid received by the Bank after the deadline for submission of bid prescribed in Clause 1.14 will be

rejected and returned unopened to the bidder.

3.15 Opening of bids

The Bank will open the technical proposals and financial in the presence of the bidder’s representative(if any present) at 04.00 pm on August 09, 2017 at Bank Asia Limited, LSSD Department, Bank AsiaLimited, Rangs Tower (6th floor), 68 Purana Paltan, Dhaka-1000.

3.16 Preliminary Examination of Proposals and determination of Responsiveness

The Bank will examine the bids to determine whether they are complete, whether the documents have

been properly signed, whether the bids are substantially responsive to the requirements of the bidding

documents and whether the bids provide any clarification and or substantiation that the Bank may

require.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

11

A substantially responsive bid is one which confirms to all the terms, conditions and requirements of

bidding documents, and includes the amendments and changes, if any, requested by the Bank during

the evaluation of the bidder’s proposal. If a proposal is not substantially responsive, it will be rejected

by the Bank, and may not subsequently be made responsive by correction or withdrawal of the

nonconforming deviation or reservation.

3.17 Correction of Errors

The Bank for any arithmetic errors will check financial proposals determined to be substantially

responsive. Arithmetic errors will be rectified on the following basis.

a. If there is a discrepancy between the unit rate and the total cost that is obtained by multiplying

the unit rate and quantity, the unit rate shall prevail and the total cost will be corrected unless

in the opinion of the Bank there is an obvious misplacement of the decimal point in the unit

rate, in which case the total cost as quoted will govern and the unit rate corrected.

b. If there is a discrepancy between the total bid amount and the sum of total costs, the sum of

total costs shall prevail and the total bid amount will be corrected. The amount stated in the

Form of Bid for Financial Proposal will be adjusted by the Bank in accordance with the above

procedure for the correction of errors and, shall be considered as binding upon the bidder. If

the bidder does not accept the corrected amount of bid, its bid will be rejected, and the bid

security may be forfeited in accordance with Clause 1.10.

Evaluation of proposals

The Bank will carry out a detailed evaluation of the bids according to the information supplied by the

bidder through its proposals and based on the evaluation criteria specified in Clause 1.19 of this

document.

Technical proposals of the bids will be opened and evaluated first keeping the financial proposal closed.

The bidders must secure at least 60% marks in technical proposal to become technically responsive.

Technically non-responsive bids will be rejected at this stage and will not be considered for further

evaluation.

The Bank may arrange a discussion meeting with each bidder to understand each and every aspect of

technicality of the proposal. To assist in the examination, evaluation and comparison of financial

proposals, the Bank may, at its discretion, ask any bidder for clarification of its bid. The request for

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

12

clarification and the response shall be in writing, but no change in the price or substance of the bid shall

be sought, offered or permitted except as required to confirm the correction of arithmetic errors

discovered by the Bank in evaluation of the bids in accordance with Clause 1.18.

The Bank will choose the offer that will be more comprehensive and that confirms the Bank’s

requirements and international standards. Information relating to the examination, clarification,

evaluation and comparison of bids and recommendations for the award of a contract shall not be

disclosed to bidders or any persons not officially concerned with such process until the award to the

successful bidder has been announced. Any efforts by a bidder to influence the Employer's processing of

bids or award decision may result in rejection of the bidder's bid.

3.19 Evaluation Criteria

The technical proposal and the financial proposal of a bidder will be evaluated separately. Theevaluation criteria and the relative weight for each criterion are given in Tables 1.19.1 and 1.19.2.

Bank Asia reserves the right to change the evaluation criteria and the weights if it feels to do so for thebenefit of the Bank.

Table 1.19.1: Evaluation criteria and their weights

SL Items of Evaluation Weight ofEvaluation

Technical Proposal01 Design and Specifications of the supplied products 1002 Company Profile & Financial status 603 General experience 304 Specific experience including work experience in Bank Asia environment 605 Support and technical expertise details 606 Maintenance with other organizations 407 Proposal & product catalogues 508 Training proposal 509 Submitted overall project plan and delivery time line 510 Operation manuals 611 Warranty and spare parts availability 4

Total Technical Proposal marks 60

Financial ProposalQuoted price* 30Annual Maintenance Charge (AMC)* 10

Total Financial Proposal marks 40

*Note: The lowest bidder will get highest marks, the highest bidder will get 50% marks and rest of thebidder will get relative marks between lowest and highest bidders.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

13

Table 1.19.2: Marking of Technical EvaluationSL. Attributes Mark Requirements

01 Design and Specificationsof the supplied products. 10

-Detailed design for offered systems should be furnishedby the bidder (if any).

--The minimum requirements are presented in thespecifications details.-Better specifications and feature with latest technologicalinformation is required for evaluating this attribute. Thespecifications must be filled as per Format.-The specification failing to maintain minimumrequirement will lead towards disqualification.-Project implementation schedule in the form of aGantt chart must be provided.

02 Company profile andFinancial status.

6 -Company overview should be provided with the addressand telephone number of the contact person.-Company profile along with supported all documents.-Details of assets, financial strength, turnovers, etc.

03 General experience. 3 -General IT Experience-Experience in implementation of data center and disasterrecovery sites.-Specific experience in implementation of products indata center and disaster recovery sites.

04 Specific experienceincluding workexperience in Bank Asiaenvironment.

6 -Experience in build complete datacenter infrastructurefor any Bank or financial company.-Existing service or worked experience with Bank Asia (ifany).

05 Support and technicalexpertise details.

6 -Third party dependency-Support team and expertise details-Expertise details on particular product-Support experience of similar work.--Should have adequate 1st level to all levels of support,service and maintenance arrangement.-Minimum response time should be within 30 min.- For solution of the problem should attended within 2(two) hours from the reporting.-24x365 days support officials availability-Should be appointed on premises support engineer 24/7for 3 years from the UAT date.-The proposed maintenance support plan must bepresented for evaluating the attribute and s should haveadequate personnel with necessary qualifications toprovide support, maintenance and training.-On call support-Remote support-Preventive maintenance-Corrective maintenance

06 Maintenance with otherorganizations

4 -Top three clients list-Client’s certificate- Annual Maintenance details with other organizations

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

14

SL. Attributes Mark Requirements

07 Proposal & productcatalogues

5 -Specific products proposal-Justification of proposed product-Product Brochures-Product Catalogues-Product Data Sheets-Operation Manuals

08 Training proposal 5 -Training on specific products (Both local & foreign)-Number of participants and duration of the training

09 Submitted overall projectplan and delivery timeline

5 -Project plan including Gantt chart-Project proposal quality (Technical & Management level)-Justification of project plan with experienced documents.-Product delivery time line including custom or otherauthority formalities-Installation, testing, commission, and maintenanceplan

10 Operation manuals 6 -Supplied products specific operation manuals which willhelp to operate the device properly.

11 Warranty and spare partsavailability

4 -Specified minimum 3 three years product warranty-Replacement time line of faulty spare parts- Ensure the availability of spare parts location/warehousedetails.

12 Financial proposal 40% -Quoted lowest bidder including AMC/Annual Subscription

Total Mark 100%

3.20 Consolidated evaluation

Final evaluation will be made taking 60% marks from technical evaluation and 40% marks from financial

evaluation. The higher scored bidders will be selected for price negotiation.

3.21 Price Negotiation

The Bank may request higher scored bidders in written to negotiate the price. Representative of the

Bidders must have authorization for price negotiation. The highest scoring bidder is not agreed for price

negotiation then the second highest scored bidder will be called for price negotiation and so on.

Bank will choose the successful bidder, after price negotiation and considering other performance,

which are deemed fit to the Bank.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

15

3.22 Award of Contract

Subject to Clause 3.21, the Bank will award the Contract to the successful bidder. Prior to expiration of

the period of bid validity prescribed by the Bank and after successful negotiations, the Bank will notify

the successful bidder that his bid has been accepted. The notification of award will constitute the

formation of the Contract. Upon the furnishing by the successful bidder of a Performance Security (full

warranty period) the Bank will promptly notify other bidders that their bids have been unsuccessful.

3.23 Bank’s right to accept any bid and to reject any or all bids.

Notwithstanding Clause 3.22, the Bank reserves the right to accept or reject any bid, and to annul the

bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any

liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders ofthe grounds for the Bank’s action

3.24 Signing of contract / Work order

At the same time that the Bank will notify the successful bidder that its bid has been accepted, the Bank

will sent the bidder the Form of Contract Agreement incorporating all agreements between the parties

(the Bank & the Vendor) or will issue Work orders (where applicable). Within 15 days of receipt of the

Form of Agreement, the successful bidder shall sign the Form and return it to the Bank.

3.25 Process to be confidential

Information relating to the examination, clarification, evaluation and comparison of bids and

recommendations for the award of a contract shall not be disclosed to the bidders or any other persons

not officially concerned with such process until the award to the successful bidder has been announced.

Any effort by a bidder to influence the Bank’s processing of bids or award decisions may result in the

rejection of the bidder’s bid.

3.26 Duration and Penalty

The duration of the project completion excluding training would be 3 (three) month from the day of

awarding of the contract. The bidder will provide a detailed implementation plan of the project using

Gantt chart. In case of a failure of the successful bidder to meet the contract obligations in the

prescribed time, the firm will be liable to pay 1% of the Contract price as liquidity damages for every

week after the dead line. Upon reaching the penalty to 10% of contract price, the performance security

will be forfeited on sending a letter to the vendor / contractor.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

16

3.27 Performance Security

Within 15 days of receipt of award from the Bank, the successful bidder shall furnish to the Bank a

performance security in the form of ‘Bank Guarantee’ (Appendix–C) in an amount of 10% of Contract

price in accordance with the Conditions of Contract. The performance security must be valid for till

offered warranty periods. The bid security will be returned after receiving the performance security.

Failure of the successful bidder to comply with the requirements of this clause or Clause 3.24 shall

constitute sufficient grounds for the termination of the award and forfeiture of the bid security.

3.28 Training

The bidder should submit a training proposal for authorized principle training and certification for 3

(three) trainees of the Bank specifying the topics of all the training modules, duration, location, and the

instructor of each such training module. A training schedule in the form of Gant chart and the CVs of the

instructors must be submitted with the training proposal. Training should be provided after the work

order is given and it should be completed within 1 (one) month from the day project completion. In case

of a foreign training all the expenses, e.g., air fare, hotel expenses, local travel, food, etc. should have to

be borne by the bidder.

3.29 Payment Terms

i. Bidders shall submit their quotations for undertaking the job under the schedule in financial

Offer to be filled in completely with all rates and amount in Bangladeshi currency.

ii. No advance will be paid. Payment shall be made after deducting VAT, Tax & other Govt. levies (if

applicable) from the bill as per Govt. rule. Payment shall be made in the form of Payment Order

in favor of the firm(s) only after completion of the work(s) complying with all specifications,

terms & conditions. 90% of the bill will be paid after successful implementation of the solution.

Rest 10% of total value will be kept as security money and will be disbursed without any interest

after successful running of twelve months of the solution. During this period, all complaints will

be lodged with the vendor(s) and the vendor(s) must resolve those.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

17

3.30 Local Support and Maintenance

All products/items supplied should be covered under 3 (three) year local support and maintenance.

Price for such support and maintenance should be included in the bidding price. The bidder has to

submit a separate Annual Maintenance Proposal with the bid. Quoted annual maintenance price must

be valid for at least 2 years. If Bank Asia wishes, a separate Annual Maintenance Agreement will be

signed with the successful bidder to get maintenance support. Quoted Annual Maintenance price will

be used in such agreement.

AS PER DIGANTA PROJECT

3.31 Annual Technical Support

Products Annual Technical Support (ATS) Licenses for one (1) year must be provided by the bidder.

During this one year support period, the bidder must guarantee 24x7 operation of the supplied,

installed, and commissioned items through regular maintenance, repair, or replacement, if necessary.

3.32 Design

The bidders should provide a detailed design (if any) of the products implementation in compliance with

the existing hardware infrastructure of the Bank. The bidder may request the Bank for information

regarding the existing bank infrastructure.

3.33 Withholding Sales Tax & VAT

The bidder is hereby informed that the Bank shall deduct tax at the rate prescribed under the Tax Laws

of Bangladesh, from all payments for services rendered by any bidder who signs a contract with the

Bank. The bidder will be responsible for all taxes on transactions and/or income, which may be levied by

the bank. If bidder is exempted from any specific taxes, then it is requested to provide the relevant

documents with the proposal

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

18

4 TERMS & CONDITIONS Section-II

TERMS & CONDITIONS FOR SUPPLY OF ITEM(s)

Sealed quotations are invited from the selected reputed firms implementing data center infrastructureand network cabling system Bank Asia as per following terms and conditions:

1) Proposal/Offer, in sealed envelope, must be dropped in the Tender Box kept at the office of theLogistic Support & Service Division (LSSD), Bank Asia Limited, Corporate Office: Rangs Tower (6thfloor), 68 Purana Paltan, Dhaka on August 09, 2017 from 11:00 am to 3.30 pm and be clearly marked‘Two-Factor Authentication (2FA) System’ on the top of the envelope. Tenders will be opened at04:00 pm on the same date in presence of the bidders or their representatives, who may remainpresent.

2) The bidder, cannot withdraw from the bidding process. Earnest money will be forfeited if someonewithdraw from the process.

3) Local bidder must have Direct Partnership with the 2FA Original Equipment Manufacturer (OEM)and they have to submit authorize latter from manufacturer.

4) The bidder should have implement 2FA solutions in at least 3 financial organizations including 1 inBangladesh.

5) POC completion certificate from any bank in Bangladesh will be consider as an experience.

6) One bidder/vendor can represent only one OEM for the supply and execution of this project.

7) The bidders should quote the unit price & total cost both in figure and words and there should notbe any cutting/erasing/overwriting.

8) In the price proposal if the values in digits and words differ then the value in words will prevail.Again, if the total value does not match with the calculated value (Unit Price X Quantity) then thetotal value will be recalculated by multiplying the quantity with the unit price.

9) Emphasis will be given to the quality and technical specification of the item(s). So, Bank is not boundto accept the lowest bid. Bank reserves the right to accept or reject any or all the quotations withoutexplaining any reasons whatsoever.

10) The Bank reserves the right to reduce or increase the quantity. The Bank also reserves the right todistribute the work among the bidders or assign it to a single bidder.

11) VAT, Taxes etc. shall be deducted from the bill as per approved rate of the National Board ofRevenue, Govt. Bangladesh.

12) If the bidder submit any wrong information then the Bank reserves the right to reject theirquotation partially or fully.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

19

13) The supplier must obtain formal written work order from the Bank management before supply.

14) Earnest money (refundable) equivalent to 2.5% of the quoted value of works in the form of payorder/bank draft/Bank Guaranty of any scheduled bank in favor of Bank Asia Limited shall besubmitted along with the tender.

15) The RFP/work order may be automatically cancelled if the requisite terms & conditions are notfulfilled.

16) Bidder must submit the following documents along with their offer and their offer would be in theirown Letter Head Pad and signed by any authorized persons.

3 years’ experience certificateIncome Tax certificateVAT certificateValid Trade License/Article of MemorandumCompany profileDistributorship Certificate’ from the principal/ManufacturerTop 5 (Five) detail client list for similar productDraft SLAProject Implementation & Training scheduleSubmit at least 3 (three) profile of experts along with valid certificate (if required).

17) Following details should be submitted with the Proposal:

a. Technical Specifications of products.b. Country of origin and manufacturingc. Required Software and Software Specificationsd. Pre-installation Requirements and Pre-requisitese. Trained and certified engineer for migration and installation of offered productf. Delivery Period & implementation Plan.g. Detail design/layout have to done by 2 (Two) certified experts.

18) Bidders must submit the description of their support team with the profile of experts for the itemsthey will supply.

19) During implementation phase minimum one trained IT resource (full time) should be provided bybidder at on-site for smooth function of equipment and who will be continued for additional 1(one) year after UAT.

20) Standard operating procedure (SOP) to be provide after implementation of the solution.

21) Validity of Price Quotation must be for a minimum of 12 (twelve) months.

22) Bidder will have to ensure that their technology and support will be available for next 7 (seven)years.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

20

23) The information provided by the bidders in response to this Tender Document will become theproperty of Bank Asia and will not be returned.

24) Bank Asia reserves the right to purchase partially, amend, rescind or reissue this Tender Documentand all amendments will be advised to the bidders and such amendments will be binding on them.

25) Product warranty will be minimum three (3) years.

26) Annual Maintenance Contract (AMC) will be started automatically after completion of warrantyperiod.

27) Warranty will be started after successful installation & UAT.

28) The bidder should submit “Technical Proposal” with one additional copy in the sealed envelope.

29) “Financial Proposal” in the sealed envelope.

30) Individual Product Part Number should be incorporated with the Technical Proposal.

31) Summery price should be given in the Form – 01 format. Besides this, product wise and part wisedetail price offer should be submitted in the Form - 02 formats.

32) Delivery period:

Please mention the delivery lead time with implementation period.

33) Submission of bill:

Bill should be submitted together with the original copies of Challan and Work CompletionCertificate duly sealed and signed by the ICT Division for payment.

34) Penalty:

In the event of delay in completion following provisions of penalty shall be applicable:

a) 0.05% of the total price for per day delay.

b) Maximum amount of total penalty will be 15% of the total price.

c) 3% of submitted bill will be imposed as penalty for not supplying the full quantity

ordered, i.e. short supply.

35) Price, currency and payments:

i. Bidders shall submit their quotations for undertaking the job under the schedule in financial

Offer to be filled in completely with all rates and amount in Bangladeshi currency.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

21

ii. No advance will be paid. Payment shall be made after deducting VAT, Income Tax & other Govt.

Taxes (if applicable) from the bill as per Govt. rule. Payment shall be made in the form of

Payment Order in favor of the firm(s) only after completion of the work(s) complying with all

specifications, terms & conditions. 90% of the bill will be paid after successful implementation of

the solution. Rest 10% of total value will be kept as security money and will be disbursed without

any interest after successful running of twelve months of the solution. During this period, all

complaints will be lodged with the vendor(s) and the vendor(s) must resolve those.

33) The bidder shall not, without the Bank’s prior written consent, disclose the Contract, or any

provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by

or on behalf of the Bank in connection therewith, to any person other than a person employed by

the Supplier in the performance of the Contract. Disclosure to any such employed person shall be

made in confidence and shall extend only as far as may be necessary for purposes of such

performance.

34) Within 10 days from Date of receipt of notification of award of Contract, the selected bidder(s)

shall furnish to the Bank, the Security money for an amount of 10% of the contract amount valid

up to 12 months from the date of the acceptance of the contract or 12 months from the date of

complete installation & commissioning, satisfactory functioning of the entire solution and

acceptance of all the equipment under the contract whichever is later.

35) The Security money shall be payable to the Bank as compensation for any loss resulting from the

Supplier’s failure to complete its obligations on delivery & successful installation and acceptance

of all equipment under the Contract.

36) The Supplier will be entirely responsible for all applicable taxes, duties, levies, charges, license fees

in connection with delivery of products at site.

37) Bidder may be marked disqualified for any one of the reasons listed herein under. Decision of the

procuring entity will be final in this regard and no appeal will be accepted:

i) Failure to put signature at proper place of every page and failure to put signature or mark with

seal where required.

ii) Failure to comply with Specifications annexed herewith.

iii) Any false statement or evidence of fraud.

iv) Failure to comply with any of the instructions for presenting the Tender.

v) Price quoted in words and figures, does not tally each other.

vi) Failure to furnish requisite Earnest Money.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

22

vii) Failure to submit Tender before the specified closing time.

viii) If provide any wrong information.

38) General instruction:

With the submission of the bid, the bidder acknowledges that he had carefully examined in detail the

tender documents, terms & conditions and information related to schedules, specifications of the

system and requirements of the related job facilities.

i. In the event of supply of any items, which does not match with the required specification,

quantity or sample’s quality or is of substandard quality, the Bank reserves the right for

outright rejection of the goods, and the vendor will have to take back those at its own cost and

will replace with acceptable quality within 30 (thirty) days from the date of rejection.

i. After issuance of the Notification of Award or Work Order the vendor shall submit a written

undertaking on non-judicial stamp paper of Tk. 300/- that the vendor will accomplish the job as

per terms and conditions mentioned in the tender schedule.

ii. If the bidder provides any false certificate and make fraud and forgery at the time of bid

submission, the pay order submitted by the bidder as Earnest Security Money to Bank Asia

Limited may be forfeited.

iii. The Bank reserves the right to impose penalty or not to take delivery of the goods for any type

of substandard goods supplied by vendor.

iv. The Bank may increase/decrease the quantity of ordered item(s) to be installed. The Bank

reserves the right to calculate the total price on the basis of the approved unit cost for the

additional job. Vendor will have to execute further order(s) for installation of additional quantity

as per requirements of Bank.

v. Bank can ask or request to submit all the relevant documents related with production and

import (i.e. All shipping documents attested by L/C opening bank) for further clarification and

settlement of the bill.

vi. Bank Asia Limited reserves the right to divide the quantity among the vendors as per lowest

quoted unit rate in the tender. The total bill will be calculated as per aforesaid rate upon

acceptance of the award of notification or work order by the vendor(s).

vii. Manipulation or any kind of unusual approach or failure to submit the proposal/offer within

stipulated time frame will be treated as “Disqualification” to attend in the bidding.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

23

5 TECHNICAL REQUIREMENT Section-III

The scope of the bid includes for implementing “Two-Factor Authentication (2FA) System” at BankAsia as described below as summary:

ITEM 1: 2FA- Two Factor Authentication

(A) HARDWARE TOKENS REQUIREMENT Compliance(Y/N)?

Bidder’s Offer

BRANDModelCountry of OriginGeneral FeaturesHardware token that generates:

time-based dynamic passwords (OTP)time-based dynamic one-time passwords based also onchallenge (challenge/response)time-based transaction signature code also based ontransaction data (eSignatures)

Certifications required: FCC, CE, EMC, RoHSManufacturing process should have at least ISO-9001certificationThe factory should use cryptographic hardware (HSMs) toencrypt the token seedsShould be a portable device, with maximum size of 70x50 mmShould have a minimum lifetime of 5 years, without changingthe batteriesShould not expire, depending only on the battery charge, with abattery charge indicatorDevice should be sealed, so that attempts to open it shouldcause evident damage to enclosureShould allow for color and logo customizationShould be able to provide the token’s serial number andfirmware version on the display (Preferable)Should be able to provide the token’s internal clock on thedisplay (Preferable)Authentication FeaturesNumeric time-based one-time passwords generationShould allow to program OTPs with 4 to 10 digitsShould allow to customize the OTP changing time (timestep)Time-based and challenge, one-time passwords generationShould allow to program challenge with 4 to 8 digitsShould allow to configure the response with 4 to 8 digitsFor challenge/response, the response should be based on thechallenge, token internal time, and token unique keyThe challenge should be sent to the device without the need totype it inTechnology should mandate device presence forchallenge/response authentication, avoiding OTP sharing orsocial engineering

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

24

The authentication algorithm should be compliant to RFC 6238 –OATH Time-Based One-Time Password Algorithm (TOTP)

Transaction Signing FeaturesNumeric time-based transaction signature generationShould allow to program the signatures with 4 to 10 digitsShould allow to customize the signature changing time(timestep)Should allow for at least 10 different signature types, each onepossibly with different number of valuesShould allow transactions with multiple fields and values, with aminimum of 5 different valuesThe transaction signature should be based on the transactionvalues, token internal time, and token unique keyTechnology should mandate device presence for transactionsigning, avoiding password sharing or social engineeringThe transaction values should be sent to the device without theneed to type them inFor each transaction value, there should be a clear and distinctindication on the display, so the user knows what type of value isbeing displayed, with the ability to be customized to anylanguage

(B) SOFTWARE TOKEN REQUIREMENTS Compliance RemarksGeneral Features Y/N/PartialSoftware token that generates:

time-based dynamic passwords (OTP)time-based dynamic one-time passwords based alsoon challenge (challenge/response)time-based transaction signature code also based ontransaction data (eSignatures)

Should support at least iOS, Android, and Windows PhoneplatformsShould support smartphones and tabletsShould not expire, nor any type of use limitation along time

Should be able to provide the token’s serial number andsoftware version number on the appShould be able to provide the token’s GMT clock on the appThe factory should use cryptographic hardware (HSMs) toencrypt the token seedsCustomization RequirementsShould provide customization services for the mobile token, atleast for the colors, logo, messages, icon and app nameShould provide extended customizations services if needed, tochange screens layout and application flowShould provide API modules, to incorporate all token functionsinto internally developed applications.

Security RequirementsShould provide jailbreak and rooting detection, to avoid

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

25

execution on those insecure environmentsShould encrypt mobile token credentials using at least AES-256bitsShould add device DNA to the encryption key, used forcredentials storageShould protect the App execution with a PINShould offer access to the App through iOS TouchID andSamsung fingerprint, if available, as an option to the PINOnline FunctionsThe token activation should be conducted online, using one-time credentials, thus avoiding double activationThe one-time activation credentials should be providedthrough an encrypted QR Code, or textShould allow to customize the activation credentials, using forexample something the user knows (an ID), and a configurabledynamic passwordShould allow for a self-service, secure migration of the token toanother device, assuring that the credentials from the olderphone are wiped outThe token should be unblocked online – if blocked through asequence of invalid PINs -, thus avoiding it to be unblockedusing brute forceShould allow for online synchronization, in case the user fails toauthenticate himself with the tokenAuthentication FeaturesNumeric time-based one-time passwords generationShould allow to program OTPs with 4 to 10 digitsShould allow to customize the OTP changing time (timestep)Time-based and challenge, one-time passwords generationShould allow to program challenge with 4 to 8 digitsShould allow to configure the response with 4 to 8 digitsFor both OTP and challenge/response, the OTP and responseshould be based on the challenge, token internal time, tokenunique key, and device DNAShould support challenge/response in offline mode: Thechallenge should be sent to the device using an encrypted QRCodeShould support challenge/response in online mode: Thechallenge should be sent to the device using an encrypted Pushmessage, and the response sent back through a dataconnection, without the need to type in the responseTechnology should mandate physical presence of smartphonewith mobile token, for challenge/response authentication,avoiding OTP sharing or social engineeringThe authentication algorithm should be compliant to RFC 6238– OATH Time-Based One-Time Password Algorithm (TOTP)Authorization FeaturesShould support authorization request through Push, showing amessage with the name of the user and the resource in whichhe is trying to authenticate onThe authorization should be approved or rejected through a

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

26

single touch within the app, without the need to type inanything within the Mobile app or application where the use risauthenticating toThe authorization response should be sent back through a datachannel, on an encrypted formatIn the case of approval, an OTP must be sent backtransparently and confidentially, within the response. The OTPshould be based on time, key and smartphone’s DNATransaction Signing FeaturesNumeric time-based transaction signature generationShould allow to program the signatures with 4 to 10 digitsShould allow to customize the signature changing time (timestep)Should allow for an unlimited number of signature types, eachone with different number of valuesShould allow transactions with at least 5 different valuesThe transaction signature should be based on the transactionvalues, token internal time, token unique key, and device DNAShould support transactions in offline mode: The values shouldbe sent to the device using an encrypted QR CodeShould support transactions in online mode: The values shouldbe sent to the device using an encrypted Push message, andthe signature sent back through a data connection, without theneed to type in the signatureThe transaction values should be sent to the device without theneed to type them inTechnology should mandate physical presence of smartphonewith mobile token, for transaction signing, avoiding passwordsharing or social engineeringFor each transaction value, there should be a clear and distinctindication on the side, so the user knows the value meaning

(C) AUTHENTICATION SERVER REQUIREMENTS Compliance RemarksGeneral Features Y/N/PartialAPI/SDK to integrate token technology directly into homedeveloped applicationsShould support Windows 7/8/10 and later, and WindowsServer 2008/2012 and later, for development and productionShould support Linux operating systems (RHES, Fedora, Debian,SUSE, etc.), for development and productionShould provide development libraries and interfaces to be usedwith programming languages such as C++, C#, Java and Cobol(Mainframe)Should support any type of database to store token data(database agnostic)Solution should be 100% passive, based on dynamic libraries,with no services or products to be managedShould allow for unlimited installation on developmentworkstations, pre-production and production serversShould provide source code for usage samples of all theavailable library functions, at least for the following

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

27

programming languages: C++, C# and JavaToken Global Parameters (Preferable)Should allow to define token global parameters, storedencrypted on a secure way, such as:

Windows: RegistryLinux: Protected fileMainframe: VSAM file

The token global parameters should allow to define, at least:Maximum number of consecutive authenticationerrors, before automatically blocking the tokenTime window for authenticationTime window for transaction signingAutomatic unlocking of a token after a certain amountof pre-defined minutesAutomatic unlocking of a token after midnight (after aday change)Definition if the tokens should have a date or timeperiod to expire, in the backend software

Security and EncryptionEach token information should be encrypted with at least AES-256 bits keysShould integrate with cryptographic hardware solutions(HSMs), to additionally encrypt token information:

Windows/Linux: Using PKCS#11Mainframe: Using IBM-ICSF

Encryption through HSMs should be done by using at least AES-256 bits keysThe tokens seed file should be provided with strong encryption,using at least 2 different transport keys:

Key 1: Random, unique on every token batchKey 2: Static, allowing to be defined when a new batchis requested

API Functions RequiredAdministrative functions:

Activation/Deactivation of a tokenBlock/Unblock a tokenDefinition of an expiration date or period for a tokenToken seed importation from a file, and 2 transportkeys

Synchronism functions:Through 2 consecutive OTPsUsing an expanded time window for the currentauthenticationUsing an expanded time window for the nextauthentication

Informational functions:API versionPre-defined error messages, for each error codereturned

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

28

Token information, at least: last successful/error onauthentication/signing, token time deviation, numberof consecutive authentication errors, activation date,blocking date

Authentication and transaction signing functions:OTP validationChallenge generation, and response validationTransaction signing for at least 5 transaction values,with the use of time

Token global parameters management functions, for eachtoken modelHSM functions:

HSM usage parameters definition (PKCS#11 library,slot, key, and password)Conversion of the token information previouslyencrypted by software, to HSM encryption

Bidders may bid for all above categories. Bidders must participate in all above items in which they offer

their bid. The successful Bidders shall be responsible jointly and severally for all the products and

services offered by them for project management and co-ordination of the supply, installation,

integration, testing, training and commissioning for the implementation of the said items. The offer

should include design as outline in this document and any other items that deem necessary but not

mentioned in this document. During the course of final integration the successful bidder will have to

work together for final implementation for which they will be held jointly and severally responsible.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

29

6 FINANCIAL PROPOSAL DETAILS Section-IV

Table 1: Total financial summary

Description Qty.UnitPrice

TotalPrice AMC

2FA 4 5 6 71) Base Price for 8 hosts/applicationservices including DR setup 82) Hardware Token 15003) Software Token 10004) Software setup & integration withlive servers 2500

Total=

Note: Quoted price must be included, delivery, installation, configuration, implementation etc. cost,VAT, Taxes & all other duties, fees/charges as applicable. If require bidder shall provide break-downprice as like table 2 along with the above mentioned bundle pricing format.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

30

7 BID FORM & BG OTHERS Section-V

Having examined the terms, conditions, instructions and specifications included in the tender schedule,we the undersigned offer to Supply and Implementation of Two-Factor Authentication (2FA) System ofBank Asia Limited in conformity with the said conditions and specifications.

We undertake, if our bid is accepted, to complete the Supply and Implementation of Two-FactorAuthentication (2FA) System for Bank Asia Limited within ……………….……………… (……………………………….)days after receiving and accepting the work order. We agree to abide by this tender document whichwill remain valid up-to………………….., 2017.

Until a formal contract is prepared and executed, this bid together with your written acceptance thereofin your notification of award or work order shall constitute a binding contract between us.

Dated this ………………………………………day of ……………………………………………2017

---------------------------------------- ----------------------Seal with Signature of the authorizedofficial Round seal of the company

Witness with address:

1.

2.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

31

Company Information

Company Contact Details

Company Name

Address Office:

Telephone No

Fax

Contact Person &

Designation

Mobile Phone No.

e-mail

REQUIRED INFORMATIONTrade License No.

TIN No.

VAT Registration No.

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

32

Undertaking

Supply and Implementation of Two-Factor Authentication (2FA) System

We………………………………………………………………………………………..............hereby

Undertake to supply the item at the price quoted above. We confirm that the price will remain validup-to --------------------, 2017.

__________________ ___________________Signature Date

SEAL:

Earnest Money for Supply and Implementation of Two-Factor Authentication (2FA) System of Bank AsiaLimited

Pay Order No. & Date

Amount

Issuing Bank

Branch

Signature : ____________________ Date: __________________

Name :

Seal :

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

33

Bank Asia Limited

Corporate Office

Rangs Tower

68 Purana Paltan

Dhaka-1000.

Subject: Bank Guarantee No. ……………….. dated for BDT __________.00

(______________________________) only issued on account of

‘______________________________________’.

Dear Sir,

We, ________ Bank Limited, ____________ Branch, Dhaka-________, having its registered office at

________________________________, on behalf of our client ‘________________’, having its office at

_________________________, Dhaka, do hereby stand for a surety for __________________.00

(____________________________) only against your letter dated _________________ under the

following conditions:

1) To make unconditional payment of BDT _____________________.00

(___________________________) only to you on your demand without any question and

without any reference of our client whatsoever.

2) The Guarantee will remain valid up to the date of its issuance i.e. up to _______________ .

3) The period of Guarantee is further extendable if desired by our client and agreed upon by you

and in that case we shall intimate you before expiry of the period and mentioning the period of

extension.

Ref:Issue Date: ______________Amount: BDT ___________Expiry Date: _____________

ICT DivisionRangs Tower, 68 Purana Paltan (8th Floor)

Dhaka-1000

34

4) The Guarantee shall remain in force on us and is irrevocable and confirmed.

5) The liabilities under this Guarantee is restricted up to BDT _______________.00

(__________________) only. Any claim under this Guarantee must be presented before us on or

before the date of expiry of this Guarantee. No claim will be entertained by us after expiry of

this Guarantee if not extended beforehand.

6) After expiry of this Guarantee we shall be released and discharged from all liabilities within this

Guarantee and the same shall stand null and void forthwith.

Authorized signature & Seal Authorized signature & Seal