request for proposal supply installation … 400 bna.doc.pdf · the core banking software of the...
TRANSCRIPT
BOI BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
REQUEST FOR PROPOSAL
SUPPLY INSTALLATION AND MAINTENANCEof 400 BUNCH NOTE ACCEPTOR MACHINES
FOR DEPLOYMENT AT BRANCHES OF BANK OF INDIADate 15/02/2014
Ref No. HO/IT/BNA/2013-14/1
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 2 of 56
Index
The services / products required, bidding procedures, and contract terms are
prescribed in this Request for Proposal (RFP) document. The RFP document
include:
(a) PART 1 - Invitation to Bid
(b) PART 2 - Disclaimer
(c) PART 3 - Eligibility Criteria
(d) PART 4 - Scope of Work
(e) PART 5 - Terms and Conditions of Contract
(g) PART 6 - Technical Specifications
(h) PART 7 - Price Bid Format
(g) PART 8 - Forms
PART 1 INIVITATION TO BID
The Bank of India a Public Sector Bank (hereinafter referred to as “Bank”) invites
bids from Companies who have proven experience in undertaking the activity of
supply, installation, commissioning and maintenance of Automated Teller Machines
(ATMs) and Bunch Note Acceptor Machines (BNA) for banks in India for installation
of 400 BNAs at its Metro, Urban, Semi-urban and Rural branches and electronic
lobbies. The companies submitting Bid in response to this Request for Proposal are
referred to as the Bidder /s in this document and the selected lowest vendor is
referred to as the Vendor.
1.1 Existing set up of the Bank
The Bank has all its 4522 branches on Core Banking Solution (CBS) across the
country. The Bank has so far installed 3600 ATMs, 5 BNA and 102 Cash Deposit
Kiosks having presence across the country.
The Core Banking Software of the Bank is Finacle version 7.025 of Infosys
maintained by Hewlett Packard India Ltd. The Delivery channels communicate with
CBS through interface Connect24.
The ATM Switch of the Bank is IST Switch located at Bank’s Data Centre (DC) at
CBD Belapur being managed by FIS Payment Solutions and Services India Pvt. Ltd.
(FIS). The Disaster Recovery (DR) ATM switch is installed at FIS Data Centre
located at Chennai.
1.2 Schedule of RFP submission and details for Communication
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 3 of 56
Address for Communication The Deputy General Manager
Information Technology Department,
8th Floor, Star House, C-5, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051.
Contact Person and Contact No. Mr. Bhushan Bagwe
Senior Manager
Ph.No-022-66684875
Ms. Yashodhara Khanolkar
Chief Manager
Ph.No-022-66684861
E-Mail:
Mr. Dilip Gaikwad
Deputy General Manager
Ph.No-022-66684858
E-Mail: [email protected]
Pre – bid Meeting
Last date and time of receiving
prebid queries
24/02/2014 at 11.00 a.m.
22/02/2014
Last Date and Time for Receipt
at Bank of India Head office
08/03/2014 by 11.00 a.m.
RFP submitted later than the time and date
mentioned above will not be accepted.
Address:
Bank of India, Information Technology
Department, Head office, Star House, C-5,
G-Block, 8th Floor, West Wing Bandra Kurla
Complex, Bandra (East) Mumbai – 400 051.
Date and Time of Opening of
Technical Bid
08/03/2014 by 11.15 a.m.
1.3 Bid Document Availability
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 4 of 56
1.3.1 The Bidding Document may be obtained from the Bank at the following
address or downloaded from Bank’s website www. bankofindia.com and the bid
should be submitted on or before the due date and time brought out in this RFP
document at the address given below:
The Deputy General Manager,
Bank of India, Head Office,Information Technology DepartmentStar House, C-5, G-Block,Bandra Kurla Complex,Bandra (East), Mumbai-400051,
Fax No. 022-66684890
1.4 Cost of Bidding
1.4.1 A non refundable bid amount of Rs. 25,000/- should be paid by the Bidder by
means of a demand draft / pay order favoring the ‘Bank of India’ payable at
Mumbai being cost of Bid document. The amount will not be refunded to any of the
prospective bidders under any circumstances including cancellation of RFP or
procurement process at any stage. If bid is downloaded from website, the cost of the
bid may be paid in a separate envelope while submitting the Bid. Bids are liable to be
rejected if demand draft / pay order for cost of the Bid is not received.
1.4.2 The Bidder shall bear all costs associated with the preparation and
submission of its Bid and the Bank will in no case be responsible or liable for these
costs, regardless of the conduct or outcome of the Bidding process.
1.5 Deadline for Submission of Bids
1.5.1 Bids should be received by the Bank at the address specified, not later than
the date and time specified in the Invitation to Bid. Any Bid received after the
deadline for submission of Bids prescribed, will be rejected and returned unopened
to the Bidder.
1.5.2 The Bank may, at its discretion, extend this deadline for the submission of
Bids by amending the Bid Documents, in which case, all rights and obligations of the
Bank and Bidders previously subject to the deadline will thereafter be subject to the
deadline as extended.
PART 2 : DISCLAIMER
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 5 of 56
2.1 The information contained in this RFP document or any information provided
subsequently to Bidder(s) whether verbally or in documentary form by or on behalf
of the Bank, is provided to the Bidder(s) on the terms and conditions set out in this
RFP document and all other terms and conditions subject to which such information
is provided.
2.2 This RFP is neither an agreement nor an offer and is only an invitation by
Bank to the interested parties for submission of bids. The purpose of this RFP is to
provide the Bidder(s) with information to assist the formulation of their proposals.
This RFP does not claim to contain all the information each bidder may require.
Each Bidder should conduct its own investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP and where
necessary obtain independent advice. Bank makes no representation or warranty
and shall incur no liability under any law, statute, rules or regulations as to the
accuracy, reliability or completeness of this RFP. Bank may in its absolute
discretion, but without being under any obligation to do so, update, amend or
supplement the information in this RFP.
2.3 This is not an offer by the Bank but only an invitation to bid in the selection
process initiated by the Bank. No contractual obligation whatsoever shall arise from
the RFP process until a formal contract is executed by the duly authorised signatory
of the Bank and the Bidder.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 6 of 56
PART 3 ELIGIBILTY CRITERIA
Sl.No. Criteria Documents to be submitted
1 Bidder should be a registered
company in India under Companies
Act 1956 and should have been in
operation for at least two years as
on date of RFP.
Copy of the Certificate of
Incorporation.
2. Bidder should be Original
Equipment Manufacturer of BNA or
their authorized representative
/distributor in India with at least 500
installations of BNAs at PSU,
Private sector banks in India as on
31.12.2013.
An Authorised representative
should submit Manufacturers
Authorisation Certificate.
Supported by documentary
evidence.
Letters from the concerned
organization confirming successful
implementation of ATM project with
them to be submitted with following
details:
Name of the Bank
Number of Locations
Model and Make
Scope of Project giving details of EJ
pulling, Monitoring, Maintenance
services.
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail
Ids, etc., (Attach copies of purchase
orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid / right
to make a reference call.
3. The OEM’s BNA proposed in the
Bid should have been installed at
least at 500 locations in India and
working satisfactorily.
Supported by documentary
evidence.
Letters from the Banks concerned
confirming successful
implementation of number of BNA
and satisfactory performance with
them to be submitted with following
details:
Name of the client
Number of Locations
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 7 of 56
Type of Model
Scope of Project
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail
Ids, etc.,
(Attach copies of purchase orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid.
4. Bidder should have its ownedManaged Service Centreoperational in India and must bemanaged services of ATMs / CashAcceptor Machines including butnot limited to 24 X 7 monitoring, callescalation, FLM, SLM, replacingconsumables, EJ pulling etc. for atleast 1000 ATMs as on 31/12/2013.
Provide address/s of ManagedService Centres owned by theBidder.
Letter from the Banks confirming the
FLM, SLM services performed for
1000 ATMs/ BNAs as on
31/12/2013
5 Bidder should be performing EJ
pulling and EJ Management for at
least 1000 ATMs / Cash Acceptor
machines as on 31/12/2013
Letter from the Banks confirming the
EJ pulling services performed for
1000 ATMs/ BNAs as on
31/12/2013
6 Bidder should have registeredminimum annual turnover out ofATM/ Cash Dispenser / BNA relatedIndian operations should not be lessthan Rs. 100 Crores in the last twofinancial years of 2011-12 and2012-13 as per audited financialstatements.
Audited Financial statements to be
submitted. In case the Turnover is
not segregated business area wise
submit certificate giving ATM, Cash
Dispenser related turnover out of
total turnover from external auditor,
the auditor firm signing the Financial
Statement
7 Bidder should have maintainedprofit for last two financial years thatis 2011-12 and 2012-13
Audited Financial statements to be
submitted
8 Name of the Bill Validator OEMCertificate from the OEM of Billvalidation technology to bidder /OEM of BNA assuring that thesupport to the Bidder for licensedtechnology would be provided forthe contract period
Name
Enclose Certificate / letter form Bill
Validator OEM
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 8 of 56
9 Bidders and /or their franchiseesshould have presence at minimum100 cities / districts spread acrossall States with support offices.
List of service centers with complete
address and contact details
segregated for Bidders and
Franchisee centres to be provided
as per Format enclosed.
10 Bidder should have centralised
complaint monitoring system in
place with toll free number for call
logging.
Proof of having centralized
complaint monitoring system and toll
free number for call logging
11 Bidder should not have been
blacklisted by any PSU Bank /
IBA/RBI during the last three years.
Self certification in the offer letter.
Note:- Either the BNA manufacturer or their authorized distributor in India candirectly bid in the tender but both of them cannot bid for the same make.Two different group companies (both with majority shareholding from a commoncompany) submitting separate bids representing different OEMs will bedisqualified.Bidder must comply with all the above mentioned criteria. Non-compliance of any
of the criteria will entail rejection of the Bid. Copies of the relevant documents /
certificates should be submitted as proof in support of the claims made.
PART 4 Broad Scope of Work
4.1 Bank is looking for Bidders who can supply, install, commission and maintain
BNAs for a period of 7 years. The Bank proposes to procure and deploy 400 BNAs
at its branches and / or electronic lobbies across the country. Bank proposes to
install BNA within the branch lobby or the electronic lobby attached to the branch
accessible round the clock.
4.2 The site for the BNA, conditioned power supply and networking arrangement
through Branch LAN to ATM Switch will be provided by the Bank.
4.3 Initially, the BNA will support functionality of Cardless online real time deposit
of Cash to the credit of account maintained at any branch of the Bank. The BNA will
be interfaced to ATM Switch for connectivity to the Core Banking Solution. The
depositor will have option of inputting the 15 digit account number or placing a
barcoded passbook in front of the inbuilt bar code scanner for 15 digit account
number which will be validated by the CBS.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 9 of 56
4.4 Simultaneously, the Bank also proposes to provide card based transactions of
balance enquiry, card to card transfer, interbank cash deposit (as and when
facilitated by NPCI), fund transfer etc to the card-holders account.
4.5 The requirement of functionality is given in para 4.21 of this document.
4.6 BNAs with technology of touch screen, EPP keypad, Triple DES enabled,
EMV certified dip smart card reader, recycler ready etc. have to be supplied and
installed at sites decided by the Bank. The detailed Technical Specifications are as
per PART 6 of the document.
4.7 BNA machine should have inbuilt Cash recycling feature. The cash recycling
capabilities should be available ab initio, in the disabled mode, and the Vendor
should enable the cash recycling functionality as and when desired by the Bank,
without any extra cost to the Bank.
4.8 The BNAs should have capability of remote monitoring of their all round health
status. BNA should have capability of installation / updation of patches, installation of
screens remotely.
4.9 BNA should have inbuilt bar code reader for reading the 15 digit account
number from bar coded passbooks.
4.10 Bidder would be responsible for EJ Management in entirety. Vendor should
provide and activate Electronic journal pulling software / agent at each BNA for
pulling the EJ to a central site. Vendor should pull the EJs to its Managed Service
Centre. The EJs pulled should be preserved by the Vendor at is Managed service
Centre for a period of six months. The necessary hardware for storing the EJ at its
managed service centre should be provided by the Vendor as part of its offer without
extra cost. The necessary backhaul and supporting network equipment (IPV6
compliant) at both locations connecting the Managed Service Centre of the Vendor
to Bank’s DC should be provided by the Vendor as part of its offer to the Bank. The
Bank will not pay any extra cost for the same. The Bidder should ensure that traffic
to be end-to-end IP Sec/3DES or higher Version encrypted between its Managed
Service Centre and Bank’s DC.
4.10.1 In the event of the Bank requiring EJ of a particular transaction, Vendor
should provide the same within two hours in text format by email to the Branch with
reconciliation report of the transactions of the particular day. In the event of non-
availability of EJ centrally for whatsoever reason, the Vendor should send its
personnel to Branch and retrieve EJ from BNA hard disk and assist in reconciliation
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 10 of 56
by providing transaction log, reconciliation report within one day without any
additional cost to the Bank.
4.11 The detailed technical specifications of BNA are given in PART 6 of this
document.
4.12 In case any hot fixes, bill validation modifications, software patches, Screens
etc can not be applied remotely, the Vendor is required to update the Software, OS
by sending its personnel at each location. This exercise should be done free of cost.
4.13 BNA should verify the genuineness of the notes online while accepting
currency notes before confirming the transaction of depositing in accounts.
4.14 BNA should have the capability of impounding the counterfeit currency. Biddershould undertake to upgrade the counterfeit currency detecting software minimumonce in six months.
4.15 BNA should have Note number tagging and traceability to account withappropriate report generation as per Bank’s requirement.
4.16 BNA should be capable of and provide for adherence to RBI’s NoteAuthentication and fitness sorting parameters.
4.17 Vendor should update the software to support all new variants of currency
notes as well as new denominations, if any, issued subsequently without any extra
cost to the Bank during the period of warranty and AMC. Bidder should update the
Bill validation software to reject all genuine currency notes withdrawn from circulation
by RBI based on the guidelines and within the required time frame.
4.18 Bunch Note Acceptor should accept Bulk deposit of cash with facility to
recognize genuine currency of multiple denominations and accept at least 200 notes
at one go and prompt for more before processing the transaction.
4.19 BNA should have five cassettes with capacity of storage of minimum 2200
notes per cassette. Of the five cassettes, initially four storage cassettes should be
configured for deposit of currency and fifth cassette should be available for diverting
the counterfeit currency for impounding. During the contract period Vendor should
reconfigure three cassettes for Cash recycling as and when required by the Bank.
4.20 BNA should have temporary stack unit with Escrow capacity of minimum 200
notes.
4.21 Functional Specifications
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 11 of 56
4.21.1 The Bank initially intends to implement Cardless transactions of cash deposit
by interfacing to its ATM Switch of IST make for connecting to the Finacle Core
Banking Solution using NDC / DDC message standard with following broad
functionality:-
i. Depositing Cash to the Credit of various types of customer accounts by
input of 15 digit beneficiary account number or by reading the 15 digit
account number from the bar coded passbook.
ii. Configure interface for processing transactions as per the messages
received from Core Banking Solution.
iii. Accepting currency note of Rs. 50, 100, 500 and 1000 and verify the
genuinety of the notes before acceptance.
iv. Disabling retraction feature
v. Impounding of counterfeit currency notes, stacking the same in URJB
with appropriate EJ/ JP log capture of Transaction serial number and
denominations of notes.
vi. Rejecting / returning No Bank Note without the feature of retraction
vii. Rejecting /returning soiled notes with tolerance level set by the Bank
without the feature of retraction
viii. Rejecting /returning suspicious notes without the feature of retraction
ix. Rejecting / returning genuine currency withdrawn by RBI from circulation.
x. Accepting real bank note
xi. Allowing user to backtrack the transaction by offering confirmation of the
deposit menu. In case user cancels the transaction returning of the entire
cash except notes diverted for impounding
xii. Sending message to Core Banking for Crediting the account.
xiii. Printing of receipt for the user (upon obtaining confirmation message from
Core Banking) with denomination details of cash credited to account, the
currency rejected, date and time stamp, transaction details and
beneficiary account number details and account name.
xiv. EoD report to be customised as per Bank’s requirement. Primarily the
EOD report should provide summary of transactions denomination wise,
log of successful transactions with tranid, account number and amount
deposited, log of un successful transactions
xv. Other MIS of Counterfeit notes detected, soiled /non-issuable notes,
Transactions where deposit accepted but transactions failed,
reconciliation report etc.
xvi. Printing the EOD report on Receipt Printer roll and not on JP roll.
xvii. Appropriate messages on the screen as user prompts and guidance to
user etc.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 12 of 56
xviii. Capability to track the depositor for counterfeit currency notes preferablywith Recognition of the serial nos. of individual currencies Storing &passing on image data for later processing
xix. Sending the message of cassette full, low on receipt printer stationery toone node on Branch LAN
xx. Stacker getting full and low on stationery alerts should be displayed on
one node connected to Branch LAN
4.21.2 During the period of Warranty and AMC the Bank would implement Card
based transactions with PIN authentication on BNA using interface to Bank’s IST
ATM Switch with following broad functionality:-
i. Deposit of Cash to the Card holders Primary and other linked
accounts
ii. PIN change facility
iii. Balance Enquiry
iv. Updation of mobile number
v. Tax payments
vi. Card to Card Transfer
vii. Remittance through IMPS/ NEFT/IMTviii. Receipt Printing for Transaction with following details:
Date and TimeLocation Code (Alphanumeric)Card no.Account No.Transaction SL No.AmountDescription of transaction
ix. Should allow cardholder to cancel a transaction before its execution.(Appropriate message should appear guiding the customer)
x. Should maintain audit trail with date and time stamp for eachtransaction
xi. Deposit of Cash to the credit of account holder of another Bank.
4.22 Should have the Monitoring tools for giving comprehensive error reportingupon enabling Cash Recycler function.
4.23 Should be capable of Audio guidance in two / three languages. (The requiredWAV files to be provided by the vendor)
4.24 BNA should be provisioned to add further functions easily and also to disableany of the functions as per Bank’s requirements during the contract period.
4.25 The Vendor should design and load all the Screens for the functionalityrequired to be made live by the Bank from time to time.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 13 of 56
4.26 The Vendor should deliver BNA with 10 rolls of receipt printer and 10 roll of JProll with each BNA without any additional cost. The paper quality of thermal printerpaper should ensure print retention upto one year. In the event of successful testingof required EOD reports and transaction log on Receipt Printer, the Bank may notrequire JP printing as such the upon successful POC, the Vendor may not supply JPprinter rolls.
PART 5 TERMS AND CONDITIONS
5.1 Period of Contract
The Bidder should commit to install the BNA with Technical and Functional
Specifications contained in this RFP and provide the services detailed in this
document for the contract period of 7 years. The seven years contract period would
comprise of 1 year warranty and 6 years AMC.
5.2 Vendor shall be fully responsible for the manufacturer’s warranty in respect of
proper design, quality and workmanship of all equipment, accessories etc. covered
by the offer during contract period.
5.3 Vendor must warrant all equipment, accessories, spare parts etc., against any
manufacturing defects during the warranty and AMC period.
5. 4 Comprehensive Warranty
Vendor should provide Comprehensive Warranty for a period of one year from the
date of acceptance of the BNA (as per date of Installation Acceptance Certificate)
for the BNA, accessories, Hardware and Software. During warranty period Bank will
not pay any charges for Engineer’s visit and cost of replacement and repair of the
parts except when the BNA part is physically damaged by miscreant or otherwise.
5.5 Comprehensive Annual Maintenance Contract (AMC)
Bank will enter into an Annual Maintenance Contract (AMC) with the Vendor after the
expiry of warranty of one year. Vendor should provide comprehensive AMC for
minimum period of six years after the expiry of One year Warranty period at annual
rate of 8% of the Cost of the BNA quoted in the Price Bid for maintenance of the
BNA.
5.6 Responsibilities of the Vendor during Warranty and AMC
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 14 of 56
5.6.1 During the period of warranty and subsequent AMC period, repair and
replacement of any of the part on account of product malfunctioning caused by
circumstances not attributable to the Bank should be done free of cost by the vendor
within one working day that is on next working day from the day on which the call
was logged at all branches (if it affects / impacts operation of BNA) and within four
working days at all locations (if it does not impact the operation of BNA).
5.6.2 Bank reserves right to levy penalty @ Rs. 250 per incident per day for
incidents which results in stopping the services of the BNAs. The penalties will be
recovered from the payment due to the Vendor under Warranty or AMC contract with
the Bank for the BNAs. The force majeure circumstances shall be excluded from
calculation of penalty. The Penalty will be capped at the amount of the warranty or
AMC payment for the year due for the particular BNA.
5.6.3 Maintenance under this agreement shall cover, inter alia, free provision of
such spares, parts, kits, software, including ej pulling, as and when necessary to
ensure that the Equipment function in a trouble-free manner.
5.6.4 Bank staff will be responsible for functions like JP roll replacement,
replacement of receipt printer roll, removal of JP paper jam, currency jam at
cassettes, currency jam / fault developed at deposit / dispense slots, currency stuck
at cassettes etc. However, in the event the problem is beyond technical knowledge
of Branch staff and exigencies, the call will be logged and Vendor needs to attend it
as part of comprehensive Warranty / AMC services.
5.6.5 All parts including cassettes will have a one year warranty as well as
comprehensive AMC for six years. All parts will be repaired and / or replaced by the
Vendor as and when required free of cost during the seven year contract period.
However, if any physical damage is observed due to negligent handling of Banks
staff and the part is non-functioning then Bank will pay the replacement cost at the
rate per spares /parts quoted by the successful Vendor as per Form 8.13 Rates for
Spare parts. The Bank reserves the right to procure the part from another source if
the rates are lower in case of need.
5.6.6 BNA should function round the clock with built-in fault tolerance features
5.6.7 Maintenance under the agreement shall include two updates of screens, two
times IP changes / change of combination lock in a single year, de-installation and
reinstallation of entire set up activation of EJ for requirement of shifting of BNA twice
during the contract period. The shifting / transportation cost will be borne by the
Bank.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 15 of 56
5.6.8 In cases where unserviceable parts of the Equipment need replacement on
account of product malfunction caused by circumstances not attributable to the
Bank, Vendor shall repair/ replace such parts at no extra cost to the Bank.
5.6.9 Bidder shall provide repair and maintenance service for resolution of the
issues through its own service personnel on telephonic /email communication by the
Bank. All repairs and maintenance service described herein shall be performed by
qualified maintenance engineers totally familiar with the equipment.
5.6.10 If any particular machine is frequently becoming out of order for mechanical
reasons for more than three times in a month and such incidence occurs for three
consecutive months, the Bank may ask the vendor to replace the machine and
Vendor should replace the machine with another new machine at no extra cost to the
Bank.
5.6.11 In case of need the Vendor will provide the image of the depositor of
particular transaction from BNA integrated surveillance system
5.6.12 The vendor will ensure that at the time of delivery of BNA the machines are
not affected by virus/malware and will ensure that the vendor’s employees attending
to the BNA during warranty/ AMC do not introduce virus/malware and in case of
dispute Bank’s decision will be final.
5.6.11 The BNA machine should be energy efficient.
5.7 The Vendor shall design the Screens required for enabling the functionality.
Any modifications / additions to the Screens should be done free of Cost. The
background design of Screen would be provided by the Bank. If required the Vendor
should send its personnel at each branch for installation and updation of the Screens
5.8 Bidder should guarantee that the equipment delivered to the Bank is brand new,
including all components.
5.9 The Application Software should be configured to print the JP log on Receipt
Printer that is Summary sheet denomination wise and log of transactions on EOD
should be printed on receipt printer.
5.10 The Vendor should deliver along with the machine at each branch 10 rolls of
receipt Printer and JP. The paper quality of each thermal printer paper should
ensure print retention for a period of one year.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 16 of 56
5.11 The vendor should also guarantee that all the hardware and software supplied
is licensed and legally obtained.
5.12 The vendor should timely apply/load all software patches, templates of new
notes and fake notes, loading of complete new screens (not more two times in a
year) in the individual BNA during the Warranty and AMC period. This job has to be
done as part of Warranty and AMC support services, without any extra cost/visit
charges. In case BNA accepts any counterfeit note/s, the incident will be reported to
the Vendor and vendor has to make good for the loss immediately. The configuration
of the BNA should be checked immediately and rectified.
5.13 Vendor should provide necessary interface, hardware and database, if
required for seamless interfacing / connecting to Bank’s ATM Switch without any
additional cost. In the event of upgradation of the ATM Switch Software version
during the contract period, the Vendor should ensure working of the existing full
functionality. For the purpose, if necessary modifications / enhancement are
required to be done by the Vendor in BNA Application it should be done without any
additional cost.
5.14 Functionality of Cardless transactions as mentioned in PART 4 above
requires to be customised and successfully tested within one month of issuance of
Letter of Intent. Functionality of Card based transactions for all types of Cards
interfacing Bank’s ATM switch as mentioned in Part 4 above should also be provided
free of cost during the Warranty and AMC period.
5.15 The required cabling and conditioned power supply to connect to the Branch
LAN / networking, Air-conditioning arrangement will be done by the Bank.
5.16 The vendor must ensure before delivery that operating system is hardened to
block the services which are not required. The vendor should provide BNA specific
firewall to take care of intrusion detection, port scans and other common virus
attacks.
5.17 Submission of Bids
5.17.1 It is a two staged bidding process. The Bidders’ shall seal one envelope each
of “Technical Bid” and “Price Bid” and both these envelopes shall be enclosed and
sealed in one outer envelope. The Outer envelope should bear the Project Name as
BOI 400 BNA RFP dated 15/02/2014.
The inner envelopes shall bear the Project Name as under:
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 17 of 56
BOI 400 BNA RFP dated 15 /2/2014 Technical Bid or Price Bid as the case may be.
5.17.2 The Technical Bid envelope should contain the following documents:-
a) Form 8.1 Offer Letter
b) Form 8.2 Non-Disclosure Agreement
c) Form 8.4 Manufactures’ Authorisation Form
d) Form 8.6 List of owned Service Centres and Franchisee Service Centres
e) Form 8.7 Bank Guarantee for Earnest Money
f) Form 8.9 Conformity to Eligibility Criteria and General details of the Bidder
g) Form 8.10 Track Record of operations
h) Form 8.11 Undertaking for Scope of Work
i) Form 8. List of Service Centres
j) PART 6 Technical Specification response in the RFP format
k) Pay order fvg. Bank of India of Rs. 25,000/- being cost of Bid.
l) Bill validator OEM certificate
5.17.3 The Price Bid envelope should contain the following
a) Price Bid Form as per PART 7 of the RFP document
b) Indicative Price list for Major Spares – Form 8.13
c) Specifications and cost of Thermal paper Roll – Form 8.12
5.17.4 Bids should be received by the Bank at the address specified, no later than
the date and time specified in the Invitation to Bid. The Bank may, at its discretion,
extend this deadline for the submission of Bids by issuing corrigendum amending the
RFP. Any Bid received after the deadline for submission of Bids prescribed, will be
rejected and returned unopened to the Bidder.
5.18 Preventive Maintenance
Bidder shall conduct preventive maintenance including but not limited to inspection,
testing, satisfactory execution of all diagnostics, cleaning and removal of dust and
dirt from Cash Acceptor Slot, Cassette the interior and exterior of the Equipment and
necessary repairing of the Equipment minimum once in a month to ensure that the
equipment is in efficient running condition so as to ensure trouble free functioning.
The Preventive maintenance should be scheduled after the business hours of the
branch in which the BNA is installed. Branch will maintain a register of preventive
maintenance attendance by the vendor personnel.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 18 of 56
5.19 The Vendor shall depute it’s representative / engineer for 15 working days on-
site at the branch upon commissioning of the BNA for the purpose of training /
educating the branch staff and initiating customers to use the BNA. The operational
onsite training to the Bank’s staff in performing admin job, EOD process, reconciling
the Cash with summary report, replacing receipt printer roll, removing the cash
deposited from the cash cassettes, safe lock PIN change etc. should be provided
during the 15 days of hand holding period. The representative of the Vendor should
remain present throughout the day for these 15 days. Thereafter once in half year if
required by the Bank at any particular branch site, such training for one day should
be provided at no additional cost apart from the warranty and maintenance services
covered under the contract.
5.20 Installation Acceptance Certificates
On successful commissioning of the BNA and completion of 15 working days on site
support and training by Vendor’s qualified engineer, the Installation acceptance
certificate should be jointly signed by the Vendor and the representative of the
Branch. The date on which such certificate is signed shall be deemed to be the date
of Acceptance of the BNA system.
5.21 Bidders should note that all the information required by the Bank as per RFP
needs to be provided. Incomplete information may lead to non-selection.
5.22 Period of Validity of Bids
5.22.1 Bids shall remain valid for 180 days from the date of opening of the Bid. A Bid
valid for a shorter period may be rejected by the Bank as non-responsive. In
exceptional circumstances, the Bank may seek the Bidders’ consent for extension of
the period of validity. The request and the responses thereto shall be made in
writing.
5.22.2 No Bid may be withdrawn in the interval between the deadline for submission
of Bids and the expiration of the period of Bid validity. Withdrawal of a Bid during this
interval may result in the Bidder’s forfeiture of its Bid security
5.23 Evaluation of Bids
5.23.1 Technical Bids will be opened in the presence of the authorized
representatives of the bidders and Bank’s Tender committee. No bid will be rejected
at the time of opening of the Bid.
5.23.2 Preliminary Examination
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 19 of 56
5.23.2.1 The Bank will examine the Bids to determine whether they are complete,
required forms, documents, financial statements, reference letters, make model of
BNA offered etc. have been furnished, the documents have been properly signed,
and the Bids are generally in order. The Bank may, at its discretion, waive any minor
infirmity, non-conformity, or irregularity in a Bid, which does not constitute a material
deviation.
5.23.2.2 The Bank will examine whether the Bid and whether the Bidder is eligible
in terms of Part 3 – Eligibility Criteria. During evaluation of the Bids, the Bank at its
discretion may ask a bidder for clarification of its bid. The may visit the reference
sites to ascertain the eligibility of the Bidder in terms of the PART 3 Eligibility Criteria.
5.23.2.3 The request for clarification and the response shall be in writing, and
no change in the substance of the bid shall be sought, offered or permitted.
5.23.3 Technical Evaluation
5.23.3.1 The Bank reserves the right to evaluate the bids on technical &functional parameters including visit to inspect live site/s of the bidder, interactwith the banks whose reference letters are submitted. The technical bids will beevaluated inter alia on the basis of the following key criteria:
a) Ability of the proposed BNA to meet functional (transactional)requirements outlined in this document.
b) Compliance of the Make and Model of BNA proposed with technicalspecifications laid down in the RFP
c) Bidder’s owned and its subcontractor's support facilitiesd) Project management capabilities of the Biddere) Bidder’s experience / expertise with respect to the delivery of Scope of
work laid down in the RFPf) Availability of Managed Services Centre and EJ Management
credentialsg) Any other relevant feature
5.23.3.2 The Technical response with respect to the make and model quoted and
requirements of technical and functional specifications mentioned in the RFP will be
evaluated. The Bank may cross check with other banks whose reference is
submitted by the Bidder in its Bid and any other external source as deemed fit. The
Bank’s decision on satisfactory level for technical shortlisting of Bid will be binding on
all bidders.
5.23.4 Evaluation of Price Bids
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 20 of 56
5.23.4.1 The Price Bids of only those Bidders who are evaluated as eligible as per
Eligibility Criteria contained in PART 3 and responsive to Technical and Functional
Specifications will be opened. The date and time of opening of Price Bids will be
communicated to such shortlisted Bidders.
5.23.4.2 The Price Bids will be opened in presence of the representatives of the
Bidders. The per unit Total Cost of Ownership of BNA quoted by the Bidders will be
declared at the time of opening.
5.23.4.3 The Bank will evaluate the Price Bids with respect to any deviations with
respect to the terms and conditions.
5.23.4.4 If there is any arithmetical error the same will be corrected. Successful
Bidder does not accept the correction of the errors, its Bid will be rejected, and its
Bid security may be forfeited.
5.23.4.5 The Price quoted by bidders will be compared to arrive at the lowest
(L1) Price quoted. All the Price bids after their evaluation on the parameters
mentioned in Part 7 of this RFP would be arranged in ascending order and the L1
Bidder would be identified as one whose bid has been evaluated to be the lowest.
5.24 Award of Contract Criteria
The Bank will award the Contract to the successful Bidder who would be determinedto be eligible to qualify to perform the Contract satisfactorily, whose credentials areevaluated as conforming to the eligibility criteria and product offered is evaluated asresponsive to the Technical and Functional Specification and quoted the lowestcommercial Bid.
5.25 Letter of Intent
5.25.1 Upon issuance of Letter of Intent by the Bank the Vendor should
execute Contract Form as per Form 8.3 of the document.
5.25.2 Failure of the successful Bidder to sign the contract and return it to the
Bank within 15 days from the date of award of contract shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid security.
5.26 Such selected lowest bidder would be required to successfully complete the
interface to Bank’s ATM Switch for integration to CBS for cardless transaction
processing and conduct POC (Proof of Concept) for the complete functionality
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 21 of 56
required by the Bank within one month from the date of issuance of Letter of Intent.
The test BNA required for the purpose should be deployed by the Vendor at location
required by the Bank without any additional cost.
5.27 Deployment of BNA
5.27.1 The Bank will issue Purchase Order/s for 400 branch locations upon
successful completion of POC or in case of exigencies when the interface with ATM
Switch gets ready the orders will be placed.
5.27.2 The Vendor should deploy the BNA at the respective branch /es within four
weeks of receipt of purchase order.
5.27.3 The Vendor should commission the BNA within 10 days of the Branch site
getting ready.
5.28 Repeat Order
The Bank reserves the right to place repeat order with the selected Vendor for 20%
of the RFP quantity that is 80 additional BNAs by 31st March 2015.
5.29 Order Cancellation
5.29.1 If the Vendor fails to install and commission the BNA equipment within the
stipulated time schedule or the extended date if communicated by the Bank, it will be
treated as breach of contract. The Bank reserves its right to cancel the order in the
event of delay in customisation / testing of the interface and/or installation /
commissioning of BNA by giving a notice of 15 days to the Vendor.
5.30 Vendors shall indemnify, protect the Bank against all claims, losses, costs,
damages, expenses, action suits and other proceedings, resulting from infringement
of any Patent, trademarks, copyrights, agency/dealership etc., or such other
statutory infringements in respect of the entire software and hardware supplied by
the Vendor.
5.31 At any time prior to the deadline for submission of Bids, the Bank may
modify the RFP Document, by issuing Corrigendum to RFP. Notification of
amendments will be put up on the Bank’s Website and will be binding on all Bidders.
5.32 The Bank shall be under no obligation to accept the lowest or any other bid
received in response to this RFP and shall be entitled to reject any or all offers
without assigning any reason whatsoever.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 22 of 56
5.33 Only one Model / Make strictly conforming to the specifications as mentioned
in the RFP should be quoted. When the configuration/ feature required is not
available in a particular model, the next available higher configuration model shall be
offered. The Models proposed/ marked for withdrawal from the market and the
models under quality testing should not be offered. The model offered should be
supported for a minimum period of 6 years after expiry of warranty period.
5.34 Bid Currency
Bids are to be quoted in Indian Rupees only.
5.35 Bid Prices
5.35.1 Bid price should be quoted as per format given in Part 7 of the RFP.
5.35.2 The per unit quoted price should be inclusive of customs and import duty, all
Service Charges, any other applicable duties and taxes, packing, Freight and
Forwarding, Transit Insurance, Local transportation, Hamali Charges, completing the
Road permit formalities, if required, installation charges etc. but exclusive of Sales
Tax/VAT, Octroi, local taxes, entry tax. The vendor shall coordinate with the
concerned agencies to complete the road permit formalities, if any, and there shall
not be overhead costs to the Bank for obtaining such road permits. However, Octroi/
Entry Tax if applicable will be reimbursed at actual, subject to production of original
receipts.
5.35.3 The amount of AMC per unit quoted for four years period should be
exclusive of Service tax. The Service tax as applicable from time to time on the AMC
payable will be borne / paid by the Bank. In case of any new tax on the fees payable
for AMC services rendered by the vendor being introduced subsequently, the same
will be borne by the Bank.
5.35.4 Prices quoted by the Bidder shall be fixed during the Contract Period of 7
years comprising of One year Warranty and six years AMC. The price quoted shall
not be subject to variation on any account, including exchange rate fluctuations. A
Bid submitted with an adjustable price quotation will be treated as non-responsive
and will be rejected.
5.36 Payment Terms
5.36.1 All Payments will be released by the respective Zonal Offices for the BNAs
installed at branches under its jurisdiction.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 23 of 56
5.36.2 Upon delivery of the BNA at the branch site 70% of the unit cost will be
paid. The payment will be made against production of delivery challan and invoices.
The balance 30% will be paid upon submission of the Installation acceptance
certificate, proof of successful EJ pulling (by providing Text file of EJ and
Reconciliation report for one day transactions of the BNA) and submission of
Performance Bank Guarantee. This payment can be released on site by site basis.
5.36.3 Upon completion of the warranty period, the AMC charges will be paid on half
yearly arrears basis after ensuring renewal of Performance Guarantee. The AMC
charges per year fixed for six years will be paid annually in arrears. The applicable
service tax will be paid separately. This payment will be made for all sites under the
Zone together.
5.36.4 The TDS will be deducted at the applicable rate as per provisions of the
applicable law.
5.37 Performance Bank Guarantee
5.37.1 The selected Vendor shall provide on an annual basis a Performance Bank
Guarantee from a reputed public sector or private sector bank for an amount of 10%
of the Total Cost of Ownership per BNA for the total no. of BNAs installed at the
branches under one Zone of the Bank. Performance Bank Guarantee will be
annually renewable through the period of contract with a claim period of 3 (three)
months.
5.37.2 In the event of non-performance of obligations, the Bank shall be entitled to
cancel the contract and invoke the Performance Bank Guarantee without notice or
right of demur to the Vendor apart from the other provisions of cancelling the order in
terms of the.
5.38 Resolution of Disputes
5.38.1 The Bank and the Supplier shall make every effort to resolve amicably bydirect informal negotiation, any disagreement or dispute arising between themunder or in connection with the Contract.
5.38.2 If, after thirty (30) days from the commencement of such informalnegotiations, the Bank and the Supplier have been unable to resolve amicablya Contract dispute, either party may require that the dispute be referred forresolution to the formal mechanisms specified herein below. Thesemechanisms may include, but are not restricted to, conciliation mediated by a
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 24 of 56
third party, adjudication in an agreed national forum.
5.38.3 The dispute resolution mechanism to be applied shall be as follows:
a) In case of Dispute or difference arising between the Bank and aSupplier relating to any matter arising out of or connected with thisagreement, such disputes or difference shall be settled in accordance with theArbitration and Conciliation Act, 1996. Where the value of the contract isabove Rs. 1 Crore, the arbitral tribunal shall consist of 3 arbitrators one eachto be appointed by the Bank and the Supplier. The third Arbitrator shall bechosen by mutual discussion between the Bank and the Supplier.
b) Arbitration proceedings shall be held at Mumbai, India, and thelanguage of the arbitration proceedings and that of all documents andcommunications between the parties shall be English;
c) The decision of the majority of arbitrators shall be final and binding uponboth parties. The cost and expenses of Arbitration proceedings will be paidas determined by the arbitral tribunal. However, the expenses incurred byeach party in connection with the preparation, presentation, etc., of itsproceedings as also the fees and expenses paid to the arbitrator appointed bysuch party or on its behalf shall be borne by each party itself; and
d) Where the value of the contract is Rs. 1 Crore and below, the disputes ordifferences arising shall be referred to the Sole Arbitrator. The Sole Arbitratorshould be appointed by agreement between the parties.
5.39 Jurisdiction
All disputes would be subject to Indian laws and jurisdiction, and settled at courts in
Mumbai.
5.40 Indemnity
The Vendor shall indemnify, protect and save the Bank against all third party claims,
losses, costs, damages, expenses, action suits and other proceedings, resulting
from infringement of any law pertaining to patent, trademarks, copyrights, licensing
etc. or such other statutory infringements in respect of all the hardware and software
used by them.
5.41 The Bank reserves the right to accept or reject any Bid /offer received in part
or in full, and to cancel the Bidding process and reject all Bids at any time prior to
contract of award, without thereby incurring any liability to the affected or Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for
the Bank’s action.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 25 of 56
5.42 Bank reserves the right to cancel the entire Bidding process at any stage
without assigning any reason whatsoever.
5.43 Bids submitted with counter condition / assumption will be rejected by theBank.
5.44 Force Majeure
5.44.1 The Vendor or the Bank shall not be liable for default or non-performance of
the obligations under the contract, if such default or non-performance of the
obligations under this contract is caused by any reason or circumstances or
occurrences beyond the control of the Vendor or the bank, i.e. Force Majeure. For
the purpose of this clause, “Force Majeure” shall mean an event beyond the control
of the parties, due to or as a result of or caused by act of God, wars, insurrections,
riots, earth quake and fire, revolutions, floods, epidemics, quarantine restrictions,
trade embargos, declared general strikes in relevant industries, satellite failure, act of
Govt. of India, events not foreseeable but does not include any fault or negligence or
carelessness on the part of the parties, resulting in such a situation. In the event of
any such intervening Force Majeure, either party shall notify the other in writing of
such circumstances and the cause thereof immediately within five calendar days.
Unless otherwise directed by the Bank, the Vendor shall continue to
perform/render/discharge other obligations as far as they can reasonably be
attended/fulfilled and shall seek all reasonable alternative means for performance
affected by the Event of Force Majeure.
5.44.2 In such a case, the time for performance shall be extended by a period(s)
not less than the duration of such delay. If the duration of delay continues beyond a
period of 180 days, the Bank and the Vendor shall hold consultations with each other
in an endeavor to find a solution to the problem. Notwithstanding above, the decision
of the Bank shall be final and binding on the Vendor.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 26 of 56
PART 6 TECHNICAL SPECIFICATIONS
FRONT ACCESS BUNCH NOTE ACCEPTOR WITH RECYCLING CAPABLE /
RECYCLING READY HARDWARE
Name of the OEM / Manufacturer:
Make and Model:
Deviations in technical specifications should be clearly indicated in the remark
column.
SlNo
Features Yes /No
Remarks
1. Processor and Hardware1.1 Intel® i3 Processor or above1.2 2 GB DDR2 RAM or higher1.3 2x 500 GB IDE/SATA HDD1.4 USB ports in front for front access BNAs1.5 DVD Writer1.6 101Keys Keyboard (optional)1.7 Microsoft Windows 7 or higher with latest Service
pack1.8 Software with CEN 3.0 complaint XFS and cross-
vendor support1.9 OS hardening (with firewall). BNA should be
adequately hardened and only essential servicesshould be activated. No malware includingviruses, worms, Trojans should enter the BNAand affect the system.
1.10 BNA should be accessible to physicallyChallenged, Wheel Chair Access and VisuallyChallenged as per ADA/AFA & RBI guidelines
2. Currency Chest2.1 UL 291 Level1 certified secured chest / CEN1
Certified Secure Chest2.2 S&G / MAS Hamilton (KABAMAS-CENCON) dual
electronic combination lock of 6+6 digits withcapability having One time combination (OTC)option and audit trail without any hardwarechange
2.3 Alarm sensors for temperature status, vibrationstatus and chest open status while sending
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 27 of 56
SlNo
Features Yes /No
Remarks
signal/messages to Switch/Management Centre3. Hybrid Dip Card Reader
3.1 Dip Smart Card Reader with capability to readtrack 1 & 2
3.2 EMV Level 1 Version 4.0 or later, as certified3.3 BNA should be ready for using EMV chip cards3.4 Software, firmware, license for using smart card
on BNA3.5 EMV software on Chip Card access that Bank
can implement on the machine upon enablinginterbank deposit and /or cash withdrawal byactivating Cash recycler
4. Customer Interface on BNA4.1 15” LCD4.2 Vandal Screen with Privacy Filter4.3 Rugged spill proof Triple DES enabled keyboard
with polycarbonate tactile / stainless steel EPP pinpad keys, EPP pin pad to be PCI Compliant withsealed metal keypad
4.4 Touch screen with support for visuallyhandicapped through Function Defined Keys 4 + 4AND EPP
4.5 Braille stickers on all devices as per requirementsto support the visually challenged
4.6 Voice guidance support with internal speakers &headphone jack
4.7 Trilingual Screens Support (Screen Text will beprovided by the Bank)
5. Bunch Note Acceptor, Recycler ready Cash Deposit Module5.1 Bunch Note Accepting and Dispensing with
capacity upto 200 notes.
5.2 BNA should accept all denominations Rs.50,Rs.100, Rs.500 & Rs.1000
BNA should have template for all new variants ofRs.50, Rs.100, Rs.500 & Rs.1000. Vendor toprovide details. Vendor should update thesoftware to support all new variants currencynotes as well as new denominations, if any,issued subsequently without any extra cost to theBank.
5.3 Minimum of 4 Deposit cassettes and 1 Rejectcassette (3 Recycler Cassettes each for different
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 28 of 56
SlNo
Features Yes /No
Remarks
denominations, 1 Deposit Cassette for deposit ofmixed denominations and minimum 1 Cassettefor rejected notes, impounded / counterfeit notesand retracted notes having at least one separatecompartment for counterfeit notes.
Initially, all cassettes of BNA should beconfigured for accepting deposit. Minimum threecassettes should be able to reconfigure at noextra cost in case Bank decides to implementrecycler feature
5.4 Each Cassette should have capability to holdnotes of any denominations
5.5 Denomination-wise sorting of the depositedcurrency notes.
5.6 Cassettes capacity of minimum 2200 notes
5.7 Reject Bin with capability to hold Reject/Retracted notes
5.8 Four orientation bill validation for good and badcurrencies
5.9 Notes deposited should be categorized and putinto individual bins once they are accepted by themachine
5.10 Should support cardless transactions for accountbased transactions
5.11 Should support cardbased transactions for alltypes of cards issued by the Bank/s
5.12 Appropriate treatment for various categories ofBank Notes,viz.
1. No Currency Note (Reject)2. Counterfeit Currency Note (Impound)3. Suspicious Currency Note (Reject)4. Real Currency Note (Accept)5. Soiled Currency Note Reject /Accept
5.13 Capability to track the depositor for counterfeitcurrency notes preferably with
- Recognition of the serial nos. of individualcurrencies
(Serial number of counterfeit currency retractedfor impounding to be captured in EJ / MIS report
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 29 of 56
SlNo
Features Yes /No
Remarks
of notes retracted)5.14 Foreign object detection in the input tray5.15 Temporary stack unit – escrow capacity of 200
notes5.16 Should support pin based authorization of
transactions5.17 Capability to react and request the customer to
insert the bundle correctly5.18 Capable of both side scanning of Bills5.19 Full Bill validation time required should not
exceed 8 to 10 seconds5.20 Compliance to RBI’s Note Authentication and
fitness sorting parameters.6. DES chip / Security
6.1 Capable of supporting Remote key Management– DES/RSA
6.2 Triple DES chip with encryption / verification /validation software. Should support AES withoutany additional hardware.
7. Integrated BNA Surveillance Solution
7.1 Solution must be able to capture image of thecustomer approaching and performingtransactions at the ATM. This solution should bean Integrated with the machine and captureimages based on motion
7.2 Solution should be able to store the images/videoin a digital format for minimum 3 months at anaverage of 300 transactions per day.
7.3 Solution must provide an interface to browse,search and archive the stored video / images onhard disk or external media.
7.4 Solution must be able to capture & stamp thetransaction information on the images.
7.5 Superimpose date, time and transaction data onto the recorded images.
7.6 The solution must not degrade the performance ofBNA, e.g. speed of normal transaction
7.7 The hardware should be integrated within theBNA
7.8 Solution must be capable to take necessarybackup of stored image and retrieval the same atany point of time.
7.9 Machine should support second camera ifrequired which would be deployed by the Bank inBNA lobby.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 30 of 56
8. Software Agent8.1 The BNA should be capable of supporting a third
party software agent such asSDMS/Infobase/Radia, etc.
Vendor should provide software agent for EJpulling and Remote Monitoring Software supportfor the BNA to monitor its functions from a Centralsite. Vendor should install EJ software on allBNAs and pull the EJs on daily basis to itsManaged service Centre.
8.2 Should be capable of interface using ISOmessage standard with Bank’s Core bankingsolution if required by the Bank
9. Connectivity9.1 Should have Network Interface Card 10/100
Ethernet Card9.2 Should be capable of interfacing Bank’s Switch
IST using existing device handlers (NDC/D912) atno additional cost to the Bank
9.3 BNA must support TCP/IP10. Others10.1 Minimum 40 Column 80 mm Graphic Thermal
Receipt Printer10.2 DMP/Graphic Thermal Journal Printer to print
audit trail10.3 Low media warning for all items viz. bills, journal
roll, consumer printer roll etc.10.4 In-built SMPS to work on 230V 50 Hz power
supply.10.5 Support input voltage of 230V AC /50 Hz with +/-
5%variation.10.6 Should provide hardware and software for the
day-to-day operations required by the custodian10.7 BNA should have pin pad shield covering all three
sides.10.8 Kiosk should have inbuilt Bar Code Reader to
read and identify the 15 digit account number from
the Bar Coded passbooks
11. Transactions to be made available at the BNA with Interface / connectivityto Bank’s ATM Switch and Core Banking Software
11.1 Card less transactions to be made available as
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 31 of 56
per functionality detailed in Part 4 of the RFP11.2 Card based transactions to be made available as
per functionality detailed in Part 4 of the RFP
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 32 of 56
PART 7 : PRICE BID
Bidders should submit the Price Bid in the following format :-
To,The General Manager,
Bank of India, Head Office,Information Technology Department,Star House, C-5, G-Block,Bandra Kurla Complex,Bandra (East), Mumbai-400051,
Dear Sir
Your RFP dated 15/02/2014for Supply, Installation and Maintenance of 400 BNA
----------------------------------------------------------------------------------------
We refer to our offer letter dated -------- in response to your captioned RFP. Weoffer --------------- make and model of BNA of which we are the manufacturers / weare the authorized distributors.
7.1 Price quoted per unit of BNA is as under:-
Sr. No Particulars Total Unit cost
INR
1 Bunch Note Acceptor with Cash recycler ready
feature inclusive of one year warranty per unit
(inclusive of all customs and import duty but
exclusive of all sales tax / VAT, local taxes, octroi /
entry tax)
A Cost of BNA
B Annual Maintenance Cost will be applicable
upon completion of one year Warranty Period.
2 Add:- AMC at 8% of Cost of BNA for 1st year
(exclusive of Service tax) per unit
3 Add:- AMC at 8% of Cost of BNA for 2nd year
(exclusive of Service tax)
4 Add:- AMC at 8% of Cost of BNA for 3rd year
(exclusive of Service tax)
5 Add:- AMC at 8% of Cost of BNA for 4th year
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 33 of 56
(exclusive of Service tax)
6 Add:- AMC at 8% of Cost of BNA for 5th year
(exclusive of Service tax)
7 Add:- AMC at 8% of Cost of BNA for 6th year
(exclusive of Service tax)
B Total Cost of AMC for contract period
(2+3+4+5+6+7)
8 Total Cost of ownership (A+B)
Total cost of ownership in words- Rupees
7.2 Total Cost of Ownership to the Bank will not change due to exchange
fluctuation, and import duty etc. during contract period of 7 years.
7.3 The AMC percentage of 8% of cost of the BNA (Item A of 7.1 above) per year
will not change during the contract period of 7 years. The Service tax on AMC will
be paid by the Bank at applicable rate from time to time
7.4 Any Price Bid not in conformity with the above format or incomplete in any
respect will be rejected / disqualified by the Bank.
7.5 The BNAs will be installed by us at the branches located across the country
as per directive of the Bank.
7.6 The Bank may issue order/s for additional requirement of 20% of the RFP
quantity of 400 BNA that is 80 BNAs upto March 2015 at the above rates.
7.7 Payment will be released by the respective Zonal Offices for the BNAs
installed at branches under its jurisdiction as under:-
7.7.1 Upon delivery of the BNA at the branch site 70% of the unit cost will be
paid. The payment will be made against production of delivery challan and
invoices. The balance 30% will be paid upon submission of the Installation
acceptance certificate, proof of successful EJ pulling (by providing Text file of EJ
and Reconciliation report for one day transactions of the BNA) and submission of
Performance Bank Guarantee amounting to 10% of the Total Cost of Ownership.
7.7.2 Upon completion of the warranty period, the AMC charges will be paid on
annually in arrears after ensuring renewal of Performance Guarantee. The AMC
charges per year fixed for six years will be paid annually in arrears. The
applicable service tax will be paid separately. The AMC charges will be released
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 34 of 56
centrally by the respective Zonal Office. This payment will be made for all sites
under the Zone together.
7.8 The TDS on all payments will be deducted at the applicable rate as per
provisions of the applicable law.
7.9 Bids submitted with counter condition / assumption will be rejected by the
Bank.
7.10 Bank reserves the right to reject all or any of the Bids submitted withoutassigning reason to the Bidders.
7.11 We confirm that above commercials quoted and all the Terms and Conditions
of the Contract contained in RFP dated 15/02/2014 for Supply Installation
Commissioning of 400 Bunch Note Acceptor Machines are acceptable to us.
.
Dated this ....... day of ............................ 2014
_________________________________
________________________________
(Signature) (Name) (In the capacity of)
Duly authorised to sign Bid for and on behalf of
_________________________________
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 35 of 56
PART 8 - FORMS
FORM 8.1
OFFER LETTER
(to be included in Technical Bid Envelope)
Date : ……………………………
To,Bank of India,Information Technology Department,8th Floor , Star House,C-5, G-Block, Bandra Kurla ComplexBandra (East), Mumbai-400 051.
Sir / Madam,
Ref: Your RFP dated: 15/02/2014 for Supply, Installation and Maintenance of
400 BNA
Having examined the captioned RFP Document dated 15/02/2014, we, the
undersigned, offer to Supply, install, commission with integration to Bank’s ATM
Switch / Core Banking Solution 400 Bunch Note Acceptor machines as per the
Technical and Functional Specification contained in the RFP and maintain them for
contract period of 7 years in conformity with the scope, terms and conditions of the
captioned RFP.
While submitting this bid, we certify that we have not induced nor attempted to induce
any other bidder to submit or not submit a bid for restricting competition and the references
submitted are genuine.
We agree that the per unit cost quoted in the Commercial Bid and the AMC rate
stipulated by the Bank will remain valid for the period of the contract. The
commercials quoted for the optional items of spares and accessories quoted shall
remain valid for a period of the contract.
We certify that we are manufacturers/ authorized distributor of
____________ (Name of brand) BNA having factories at
____________________________. The make and model of BNA has__________
number of BNAs deployed for various banks in India.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 36 of 56
If our Bid is accepted, we will obtain the guarantee of a reputed Bank for the due
performance of the Contract, for an amount of 10% of the Contract value / Total Cost
of Ownership to the Bank.
Until formal contract form is executed, this Offer letter / Proposal, together with your
written acceptance thereof and your notification, shall constitute a binding contract
between us.
We undertake that, in competing for (and, if the award of Contract is made to us, in
executing) the said contract, we will strictly observe the laws against fraud and
corruption in force in India namely “Prevention of Corruption Act 1988”.
We understand that Bank is not bound to accept the lowest or any Bid that may be
received.
We also certify that we have not been blacklisted by any PSU Bank/IBA/RBI during
the last five years.
Dated this ....... day of ............................ 2014
_________________________________ ________________________________(Signature) (Name) (In the capacity of)Duly authorised to sign Bid for and on behalf of _________________________________
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 37 of 56
FORMAT 8.2
NON-DISCLOSURE AGREEMENT
WHEREAS, we, ________________________________________, having RegisteredOffice at __________________________________, hereinafter referred to as theCOMPANY, are agreeable to Supply, install, commission, with integration to Bank’s ATMSwitch / Core Banking Solution, 400 Bunch Note Acceptor machines for Bank of India,having its registered office at Star House, C-5, G Block, Bandra Kurla Complex, Mumbai –400 051, hereinafter referred to as the BANK and,
WHEREAS, the COMPANY understands that the information shared by the BANK in theirRequest for Proposal is confidential and/or proprietary to the BANK, and
WHEREAS, the COMPANY understands that in the course of submission of the offer for thesaid Supply, install, commission, with integration to Bank’s ATM Switch / Core BankingSolution, 400 Bunch Note Acceptor machines and/or in the aftermath thereof, it may benecessary that the COMPANY may perform certain jobs/duties on the Bank’s propertiesand/or have access to certain plans, documents, approvals or information of the BANK;
NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of thefollowing conditions, in order to induce the BANK to grant the COMPANY specific access tothe BANK’s property/information
The COMPANY will not publish or disclose to others, nor, use in any services that theCOMPANY performs for others, any confidential or proprietary information belonging to theBANK, unless the COMPANY has first obtained the BANK’s written authorisation to do so;
The COMPANY agrees that notes, specifications, designs, memoranda and other datashared by the BANK or, prepared or produced by the COMPANY for the purpose ofsubmitting the offer to the BANK for the said Supply, install, commission, with integration toBank’s ATM Switch / Core Banking Solution, 400 Bunch Note Acceptor machines, will not bedisclosed to during or subsequent to submission of the offer to the BANK, to anyone outsidethe BANK
The COMPANY shall not, without the BANK’s written consent, disclose the contents of thisRequest for Proposal (Bid) or any provision thereof, or any specification, plan, pattern,sample or information (to be) furnished by or on behalf of the BANK in connection therewith,to any person(s) other than those employed/engaged by the COMPANY for the purpose ofsubmitting the offer to the BANK and/or for the performance of the Contract in the aftermath.Disclosure to any employed/engaged person(s) shall be made in confidence and shallextend only so far as necessary for the purposes of such performance.
Authorised SignatoryName:Designation:
Office Seal:PlaceDate:
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 38 of 56
FORMAT 8.3
CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 2014
Between .......................... (Name of Bank) (hereinafter called "the Bank") a body
corporate constituted under the Banking Companies (Acquisition and Transfer of
Undertakings) Act, 1970 and having its Head Office at ---------------------------------------
------------- (hereinafter referred to as the “Bank” which term shall, unless repugnant
to the context or meaning hereof, be deemed to mean and include its successors
and assigns)of the one part:
and ..................... (Name of Vendor) incorporated under the Companies Act, 1956
and having its registered office at ---------------------------------------- (hereinafter called
“the Vendor”) which term shall, unless repugnant to the context or meaning hereof,
be deemed to mean and include its successors and permitted assigns ) of the other
part :
(“Bank”, and “the Vendor” shall, wherever the context requires, be referred
collectively as “Parties” and individually as “Party” also)
WHEREAS Bank of India (the Bank) invited Bids vide Request for Proposal (RFP)
dated 15/02/2014 for Supply, Installation and Commissioning of Bunch Note
Acceptors. The Bid submitted by the Vendor in response the said RFP has been
accepted by the Bank.
One of the terms of the said RFP is that the Vendor shall sign the Contract Form with
the Bank. The parties are accordingly desirous of signing the said Contract Form.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the RFP dated 15/02/2014.
2. The following documents of RFP dated 15/02/2014 shall be deemed to form
and be read and construed as part of this Agreement, viz.:
a) Invitation to Bid
b) Scope of Work
c) Eligibility Criteria
d) Terms and Conditions of Contract
e) Price Bid
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 39 of 56
f) Forms
g) Notification of Award of Contract dated issued by the Bank.
3. In consideration of Supply, installation and Commissioning of the Bunch Note
Acceptors with Functionality and services required by the Bank rendering in terms of
the RFP HO/IT/BNA/2013-14/1 DATED 15/02/2014, the Vendor proposed to supply
BNA of -------------------------(make) -----------------(model) the Vendor, the Bank shall pay
the Price as stated below:-
Sr. No Particulars Total Unit cost
INR
1 Bunch Note Acceptor with Cash recycler ready
feature inclusive of one year warranty per unit
(inclusive of all customs and import duty but
exclusive of all sales tax / VAT, local taxes, octroi /
entry tax)
Cost of BNA
2 Add:- AMC at 8% of Cost of BNA for 1st year
(exclusive of Service tax) per unit
3 Add:- AMC at 8% of Cost of BNA for 2nd year
(exclusive of Service tax)
4 Add:- AMC at 8% of Cost of BNA for 3rd year
(exclusive of Service tax)
5 Add:- AMC at 8% of Cost of BNA for 4th year
(exclusive of Service tax)
6 Add:- AMC at 8% of Cost of BNA for 5th year
(exclusive of Service tax)
7 Add:- AMC at 8% of Cost of BNA for 6th year
(exclusive of Service tax)
8 Total Cost of ownership (1+2+3+4+5+6+7)
Total cost of ownership in words- Rupees
4 Neither party shall disclose the confidential information to a third party. Theparties will, at all times, maintain confidentiality regarding the contents of this Agreementand proprietary information including any business, technical or financial information.
5 In consideration of the payments to be made by the Bank to the Vendor ashereinafter mentioned, the Vendor hereby covenants with the Bank to provide theequipment of BNA, functionality and services and to remedy defects therein, inconformity in all respects in terms of the RFP.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 40 of 56
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the respective laws the day and year first above written.
Signed, Sealed and Delivered by the
said ..................................................... (For the Bank)
in the presence of:.......................................
Signed, Sealed and Delivered by the
said ..................................................... (For the Vendor)
in the presence of:.......................................
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 41 of 56
FORMAT 8.4
MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM
No. Date:
To:Bank of IndiaIT DepartmentHO
Dear Sir:
Ref: Your RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
We who are established and reputablemanufacturers / producers of ______________________Description, Make andModel having factories / development facilities at (address of factory /facility) do hereby authorise M/s ___________________ (Name and address ofAgent) to submit a Bid, and sign the contract with you against the above BidInvitation.
We hereby extend our full guarantee and warranty for the Product / Equipmentand services offered by the above firm against the captioned RFP requirement.
We also undertake to provide any or all of the following materials,notifications, and information pertaining to the Products manufactured or distributedby the Supplier :
(a) Such Products / Equipment as the Bank may opt to purchase from theSupplier, provided, that this option shall not relieve the Supplier of anywarranty obligations under the Contract; and
(b) in the event of termination of production of Products quoted by theBidder:
i. advance notification to the Bank of the pending termination, insufficient time to permit the Bank to procure needed requirements; and
ii. following such termination, furnishing at no cost to the Bank, theblueprints, design documents, operations manuals, standards, sourcecodes and specifications of the Products, if requested.
We duly authorise the said Bidder / firm to act on our behalf in fulfilling allinstallations, Technical support and maintenance obligations required by thecontract.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 42 of 56
We confirm that in case the authorized distributor is not able to performtechnical and maintenance obligations as per the RFP terms during contract periodwe would provide the same to the Bank.
Yours faithfully,
(Name)
(Name of Producers)
Note:This letter of authority should be on the letterhead of the manufacturer andshould be signed by a person competent and having the power of attorney tobind the manufacturer. The Bidder in its Bid should include it.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 43 of 56
FORM 8.5
BUNCH NOTE ACCEPTOR INSTALLATION ACCEPTANCE REPORT
TERMINAL ID : Solid+BNA
From, To,M/s Bank of IndiaManager/ Sr.Manager/ Chief Manager The Project Manager
…………………………………… Branch M/s
.................................................... Zone-------------------------------------------------------------------------------------------------------
1. BNA Installation Date :
2. BNA installed at our Branch is processing Cash deposit transactions on online realtime basis that is instant Credit to Customer account.
3. M/s have delivered following Services:-
i. Deployed engineer at the branch for 15 daysii. Trained Branch staff on Administrative Functions of EOD process
iii Trained Branch Staff to generate and read JP and Summary Report oftransactions
iv. Trained the Branch staff in replacing JP and Receipt Paper rollv. Trained Branch staff for reconciliation of Cash and transactions
v. Delivered 10 Receipt Printer rolls / JP rolls
......................................................................
...............................................................(Signature of Bank Official with Seal) (Signature of the Vendor representative with Seal)
Name: Name:
Designation: Designation:
Date: Date:
Note:-
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 44 of 56
This report is required to be handed over to Vendor for onward submission to ZonalOffice.
FORMAT 8.6
List of Owned Service Centers
Sr City Address of theLocation withphonenumbers
Area Serviced Number ofengineers andother supportpersonnel
List of Franchisee Owned Service Centers
Sr. City Address of theLocation withphonenumbers
Area Serviced Number ofengineers andother supportpersonnel
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 45 of 56
FORMAT 8.7
BANK GUARANTEE FOR EARNEST MONEY
Whereas........................... (hereinafter called “the Bidder”) has submitted its Biddated...................... (date of submission of Bid) for Supply, Installation, commissioning andMaintenance of 400 Bunch Note Acceptor Machines in terms of RFP dated 15/02/2014issued by Bank of India (hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE..................... (name of bank) having our
registered office at.................. (address of bank) (hereinafter called “the Bank”), are bound
unto Bank of India (hereinafter called “the Purchaser”) in the sum of
_______________________for which payment well and truly to be made to the said
Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with
the Common Seal of the said Bank this ____ day of _________ .
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of Bid validity specified in the RFP.
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the
period of Bid validity:
(i) fails or refuses to sign the Contract Form; or
(ii) fails or refuses to furnish Performance Bank Guarantee
(iii) fails or refuses to confirm the Price quoted in Reverse Auction
(iv) fails to successfully complete Proof of Concept in terms of RFP
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including sixty (60) days after the period of the
Bid validity, i.e. up to ________, and any demand in respect thereof should reach the Bank
not later than the above date.
...................................
(Signature of the Bidder’s Bank)
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 46 of 56
Note: Presence of restrictive clauses in the Bid Security Form such as suit filed
clause/clause requiring the Bank to initiate action to enforce the claim etc. will render the Bid
non-responsive.
FORMAT 8.8
PERFORMANCE BANK GUARANTEE
We, ______________________________ a body corporate constituted underthe……………………….. having its head office at……………….. and a Branch officeat…………………….(hereinafter referred to as the “Bank") at the request of M/s.----------------------------------, a company incorporated under the Companies Act,1956, having its registeredoffice at ----------------------------------------------, ( hereinafter referred to as the“Company/Supplier” which expression shall deemed to mean and include its successors andassign) issue this Guarantee favouring Bank of India, a nationalized Bank having its headoffice at Star House, C-5, ‘G’ Block, Bandra Kurla Complex, Bandra East, Mumbai -400 051 and do hereby undertake to pay to Bank of India an amount not exceeding Rs. -------------- ( Rupees ---------only) i.e. Rs. --------------- per Bunch Note Acceptor Machineinstalled at --- Branches, against any loss or damage caused to or suffered by or would becaused to or suffered by the Bank of India by reason of any breach by the said Company(s) of any of the terms or conditions in connection with the Supplier’s performanceobligations for the purposes of carrying out its obligations under Warranty / AnnualMaintenance Contract for the ___ Nos. of Bunch Note Acceptor Machines supplied inpursuance to the Purchase Order no. dated (hereinafter referred to as the “PO”)issued in response to Request for Proposal dated 15/02/2014 floated by the purchaser,Bank of India to supply 400 nos. of Bunch Note Acceptor machines.
2. We, _________________________, do hereby undertake to pay the amounts dueand payable under this guarantee without any demur, merely on a demand from Bank ofIndia stating that the amount claimed is due by way of loss or damage caused to or wouldbe caused to or suffered by Bank of India by reason of breach by the said Company(s) ofany of the terms or conditions contained in the said PO or by reason of the Company(s)failure to perform the said PO. Any such demand made on the Bank shall be conclusive asregards the amount due and payable by the Bank under this guarantee. However, ourliability under this guarantee shall be restricted to an amount not exceeding Rs. ---------- (Rupees ------------).
4. We, _______________________, further agree that the guarantee herein containedshall remain in full force and effect during the period that would be taken for the performanceof the said PO and that it shall continue to be enforceable till all the dues of Bank of Indiaunder or by virtue of the said PO have been fully paid and its claims satisfied or dischargedor till Bank of India certifies that the terms and conditions of the said PO have been fullyand properly carried-out by the said Company and accordingly, discharges this guarantee.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 47 of 56
5. We, ___________________, further agree with Bank of India that Bank of Indiashall have the fullest liberty without our consent and without affecting in any manner ourobligations hereunder to vary any of the terms and conditions of the said PO or to extendtime of performance by the said Company from time to time or to postpone for any time orfrom time to time any of the powers exercisable by Bank of India against the said Companyand to forbear or enforce any of the terms and conditions relating to the said PO and weshall not be relieved from our liability by reason of any such variation, or extension beinggranted to the said Company or for any forbearance, act or omission on the part of Bank ofIndia or any indulgence by Bank of India to the said Company or by any such matter orthing whatsoever which under the law relating to sureties would, but for this provision, haveeffect of so relieving us.
6. This guarantee will not be discharged due to change in the constitution of the Bank orthe Company.
7. Notwithstanding anything contained herein;
i) our liability under this Bank Guarantee shall not exceed Rs. ----------- (Rupees ----------only);
ii) this Bank Guarantee shall be valid upto _____; and
iii) we are liable to pay the guaranteed amount or any part thereof under thisBank Guarantee if, and only, if you serve upon us a written claim or demandon or before___________.
8. We, ______________________, lastly undertake not to revoke this guarantee duringits currency except with the previous consent of the Bank of India in writing.
Dated the ___________day of__________________ 2014
For
1. SIGNATURE …………………. …………………….2. Name …………………. …………………….3. Designation ……………….…………………….4. Sign Code No. …………………. …………………….
Guarantee Bond No.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 48 of 56
FORMAT 8.9
Conformity To Eligibility Criteria and General Details of the Bidder
(Please attach documentary evidence of compliance)
Sl.No. Criteria Documents to be submitted
1. Bidder should be a registered
company in India under Companies
Act 1956 and should have been in
operation for at least two years as
on date of RFP.
Copy of the Certificate of
Incorporation.
2. Bidder should be Original
Equipment Manufacturer of BNA or
their authorized representative
/distributor in India with at least 500
installations of BNAs at PSU,
Private sector banks in India as on
31.12.2013.
An Authorised representative
should submit Manufacturers
Authorisation Certificate.
Supported by documentary
evidence.
Letters from the concerned
organization confirming successful
implementation of ATM project with
them to be submitted with following
details:
Name of the Bank
Number of Locations
Model and Make
Scope of Project giving details of EJ
pulling, Monitoring, Maintenance
services.
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail Ids,
etc., (Attach copies of purchase
orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid / right
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 49 of 56
to make a reference call.
3. The OEM’s BNA proposed in the
Bid should have been installed at
least at 500 locations in India and
working satisfactorily.
Supported by documentary
evidence.
Letters from the Banks concerned
confirming successful
implementation of number of BNA
and satisfactory performance with
them to be submitted with following
details:
Name of the client
Number of Locations
Type of Model
Scope of Project
Name of the person who can be
referred to from Clients’ side, with
Name, Designation, Postal Address,
Phone and Fax numbers, E-Mail Ids,
etc.,
(Attach copies of purchase orders)
The bank reserves the right to
inspect such installations while
evaluating the Technical Bid.
4. Bidder should have its ownedManaged Service Centreoperational in India and mustmanage services of ATMs / CashAcceptor Machines including butnot limited to 24 x 7 monitoring, callescalation, FLM, SLM, replacingconsumables, EJ pulling etc. for atleast 1000 ATMs as on 31/12/2013.
Provide address/s of Managed
Service Centres owned by the
Bidder.
Letter from the Banks confirming the
FLM, SLM services performed for
1000 ATMs / BNAs as on
31/12/2013.
5. Bidder should be performing EJpulling and EJ management for atleast 1000 ATMs / Cash AcceptorMachines as on 31/12/2013.
Letter from the Banks confirming the
EJ pulling services performed for
1000 ATMs / BNAs as on
31/12/2013.
6. Bidder should have registeredminimum annual turnover out ofATM/ Cash Dispenser / BNArelated Indian operations should notbe less than Rs. 100 Crores in thelast two financial years of 2011-12and 2012-13 as per auditedfinancial statements.
Audited Financial statements to be
submitted. In case the Turnover is
not segregated business area wise
submit certificate giving ATM, Cash
Dispenser related turnover out of
total turnover from external auditor,
the auditor firm signing the Financial
Statement
7 Bidder should have maintainedprofit for last two financial years thatis 2011-12 and 2012-13
Audited Financial statements to be
submitted.
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 50 of 56
8. Name of the Bill Validator OEMCertificate from the OEM of Billvalidation technology to bidder /OEM of BNA assuring that thesupport to the Bidder for licensedtechnology would be provided forthe contract period
Name
Enclose Certificate / letter form Bill
Validator OEM
9. Bidders and /or their franchiseesshould have presence at minimum100 cities / districts spread acrossall States with support offices.
List of service centers with complete
address and contact details
segregated for Bidders and
Franchisee centres to be provided
as per Format enclosed.
10 Bidder should have centralised
complaint monitoring system in
place with toll free number for
call logging.
Proof of having centralized call
logging and complaint monitoring
system and toll free number for
call logging
11. Bidder should not have been
blacklisted by any PSU Bank /
IBA/RBI during the last three years.
Self certification in the offer letter.
Sr Item Details
1. General Details
1.1 Name of Company
1.2 Postal Address
1.3 Telephone, mobile, Website address and Fax numbers
1.4 Constitution of the Company
1.5 Nature of main activity and other activities
1.6 Details of ownership
1.7 Holding company or parent company
1.8 Key persons with contact details
1.9 Name and designation of the person authorized to
make commitments to the Bank
1.10 Email Address
1.11 Date of Incorporation in India, commencement of
Business & number of Years in the line of Business
Enclose Copy of
Certificate of
Incorporation
1.12 Sales Tax/VAT Number Enclose Sales Tax
/ VAT registration
copy
1.13 Income Tax Number Enclose
Company’s PAN
Card copy and the
latest Income-tax
Clearance letter
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 51 of 56
1.14 Brief description of facilities of the organization for
undertaking the services
2. Financial Details
2.1 Annual Total Turnover (2011-12)
2.2 Annual Total Turnover (2012-13)
2.3 Net Profit (2011-12)
2.4 Net Profit (2012-13)
2.5 Net Worth (2011-12)
2.6 Net Worth (2012-13)
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 52 of 56
FORMAT 8.10Track Record of Operations
Name of the Vendor ___________________________________________
Service Offered Sl. Name of the Client No of Period ofContact person
ofNo BNAs service the Client
being (in years) -Nameinstalled -Tel. No.
-Fax No.-Address
From To
Supply,Installation andMaintenance ofBunch NoteAcceptors
1
2
3
4
EJ pulling andEJmanagementfor ATMs
1
2
3
4
EJ pulling andEJmanagementfor Bunch NoteAcceptorMachines
1
2
3
4
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 53 of 56
Format 8.11 Undertaking for Scope of Work
RefDate:
The Deputy General ManagerBank of India,Information Technology Department,8th Floor , Star House,C-5, G-Block, Bandra Kurla ComplexBandra (East), Mumbai-400 051
Sir / Madam
Supply, Installation and Maintenance of 400 Bunch Note Acceptor Machines (BNA)Ref: Your RFP Ref: HO/IT/BNA/2013-14/1 Dated: 15/02/2014
Undertaking of Vendors’ Obligation---------------------------------------------------------------------------------------------
1 We certify that we have carefully examined the Scope of Work stipulated in Part 4 andTerms and Conditions of contract in Part 5 of the captioned RFP floated by you
2. We commit to provide services of Supply, installation and Maintenance of 400 BunchNote Acceptor Machines for a minimum period of 7 years.
3. We hereby undertake to deliver services in its entirety as per the Scope and Terms andConditions of contract stipulated inter-alia under following descriptions:-
a) Supply of Bunch Note Acceptor Machinesb) Commissioning of Bunch Note Acceptor Machinesc) Maintenance of Bunch Note Acceptor Machinesd) EJ pullinge) Cardless functionalityf) Cardbased functionality as and when desired by the Bankg) Activation of Recycler as and when desired by the Bankh) Successful integration with Bank’s ATM Switch for cardless functionality
within one month of LOI.
4. However the above undertaking is with following exceptions (Please specify the areaof scope which the Bidder will not be able deliver as per RFP requirement)
(signature)(in the capacity of)
Duly authorized to sign Proposal for and on behalf of_________________________________
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 54 of 56
Format 8.12
Specifications and cost of Thermal printer paper with print retention qualityupto one year.
Type Specifications Cost per rollJP rollPrinter Roll
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 55 of 56
Format 8.13
RATES FOR SPARES
Sl. Spare Part Price perunit in Rs.
Sl. Spare Part Price perunit in Rs.
01 15” LCD Monitor 22 Escrow andReservoir
02 Receipt Printer 23 Upper Transport(Removable RejectBin)
03 Receipt Printer Head 24 BV Entry Transport
04 Fascia 25 BV Module LineMagnetic Sensor
05 PC Core SMPS 26 Lower TransportBRU4
06 PIV 2 GHz or higher, 1GB RAM, DVD Writer,2x500 GB ( or higher)
27 Main Upper PCB
07 500 GB HDD 28 Seperator PCB (WASPre-accept)
08 Shutter Assembly 29 Lower PCB (GBVE)
09 DIP Smart CardReader
30 Reed Switch PCB
10 Harness 31 Assembly DepositMotor
11 Touch Screen 32 Fan
12 MAS Hamilton Lock 33 Currency Cassette(Deposit)
13 EPP 34 Reject BinRemovable
14 PC Core Motherboard 35 Cassette ConnectorHarness
15 Chest Door 36 Push Latch
16 Access Lock (full kit) 37 Journal Printer
BOI 400 BNA RFP HO/IT/BNA/2013-14/1 dated 15/02/2014
Page 56 of 56
17 Access Lock CardReader
38 Journal Printer Head
18 Access Lock Controller 39 Four high pickModule withoutcassette
19 Access Electro-magnetic Lock
20 Power Supply Unit
21 Seperator