supply & installation of atm · pdf filerequest for proposal for supply &...
TRANSCRIPT
Request For Proposal
For
Supply & Installation of ATM Machines
Bank of Baroda
e-business Department
7th
Floor, Baroda Sun Tower
C-34, G-Block, Bandra Kurla Complex
Bandra (East), Mumbai - 400051
RFP Reference Number: BCC/EB/103/ATM/121
Dated 4th
March, 2011
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 2
Important Dates
# Particulars Date and Time lines
1 Issuance of RFP Document By Bank 4st
March,, 2011
2 Last date of submission of any query and reporting any error 14th
March, 2011 5:00 PM
3 Pre-bid Meeting Date 18th
March, 2011 3:00 PM
4 Last date of Submission of BIDs 30th
March, 2011 3:00 PM
5 Opening of Eligibility Bid 30th
March, 2011 5:00 PM
6 Opening of Technical Bid To be announced later.
7 Announcement of Technical Qualifiers and Opening of Commercial Bid To be announced later.
N.B:
1. Venue for all the events mentioned above shall be:
7th Floor, Baroda Sun Tower
C-34, G-Block, Bandra Kurla Complex
Bandra (East), Mumbai - 400051
Contact Number: +91 22 6698 1572 / 1576 / 1577
2. The above dates are tentative and subjected to change without any prior notice or intimation. Bidders are requested
to confirm date, time & venue -1- day prior to any event.
Important Clarifications:
1. ‘Bank’ means ‘Bank of Baroda’
2. ‘ATMs’ means Bank of Baroda’s ATMs.
3. ‘Vendor’ means the respondent to the RFP document.
4. ‘RFP’ means this Request for Proposal document.
5. ‘Recipient’ or ‘Respondent’ or ‘Bidder’ means to whom the RFP document is issued by the Bank.
6. ‘Offer’ means response to RFP document submitted by Recipient to the Bank
Table of Content
This document is meant for the specific use by the Company / person(s) interested to participate in the current
Tendering process. This document in its entirety is subject to Copyright Laws. Bank of Baroda expects the Bidders or
any person acting on behalf of the Bidders strictly adhere to the instructions given in the document and maintain
confidentiality of information. The Bidders will be held responsible for any misuse of information contained in the
document, and liable to be prosecuted by the Bank In the event that such a circumstance is brought to the notice of
the Bank. By downloading the document, the interested party is subject to confidentiality clauses.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 3
Table of Content
Section A: Introduction and Disclaimer................................................................................................... Page 4
Section B: Lodgement of RFP Submission................................................................................................ Page 6
Section C: Back ground, Existing ATM infrastructure & Future plans....................................................... Page 15
Section D: Scope of Work......................................................................................................................... Page 17
Section E: Payment Terms, Penalty Metrics & Rewards......................................................................... Page 21
Section-F: Checklist, Annexure and Appendices..................................................................................... Page 22
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 4
Section A: Introduction and Disclaimer
This request for proposal document (‘RFP document’ or RFP) has been prepared solely for the purpose of enabling
Bank of Baroda (‘Bank’) to select a Vendor for supply and installation of -1500- ATMs on locations as desired by Bank
on Zero warranty Basis.
Information Provided:
The RFP document contains statements derived from information believed to be reliable at the date obtained; but does
not purport to provide all of the information that may be necessary or desirable to enable the Respondent to determine
whether or not to enter into a contract or arrangement with the Bank in relation to the scope of RFP. Neither the Bank
nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to
the accuracy or completeness of any information or statement given or made in this RFP document.
Recipients
The RFP document is intended for the information of the party (ies) to whom it is issued (“the Recipient” or “the
Respondent”) and no other person or organisation.
Confidentiality
The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any
other party without the Bank’s express written permission. The RFP document is provided to the Recipient on the basis
of the undertaking of confidentiality given by the Recipient to the Bank. The Bank may update or revise the RFP
document or any part of it. The Recipient acknowledges that any such revised or amended document is received subject
to the same terms and conditions as this original and subject to the same confidentiality undertaking.
Disclaimer
Subject to any law to the contrary, and to the maximum extent permitted by law, the Bank and its officers, employees,
contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by
any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or
projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in
connection with any negligence, omission, default, lack of care or misrepresentation on the part of the Bank or any of its
officers, employees, contractors, agents, or advisers.
The Bank and its officers, employees, contractors, agents and advisers disclaim any liability, pecuniary or otherwise that
may accrue or arise from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining
from acting due to the information contained herein and/or by virtue of copying, adopting, reproducing, any of the
material which may be the copyright material or any other Intellectual Property of a third party who may claim
ownership of the same.
Costs Borne by Respondents
All costs and expenses incurred by Respondents in any way associated with the development, preparation, and
submission of responses, including but not limited to attendance at meetings, discussions, etc. and providing any
additional information required by the Bank, will be borne entirely and exclusively by the Respondent.
No Legal Relationship
No binding legal relationship will exist between any of the proponents and the Bank until execution of a contract.
Recipients’ Obligation to Inform Itself
It is the Recipient’s responsibility to conduct any necessary investigation and analysis regarding any information
contained in the RFP document and the meaning and impact of that information.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 5
Evaluation of Offers
Indicative selection criteria have been specified in Para B.26 of this document. However, as a condition of responding,
each Recipient acknowledges and accepts that the Bank in its absolute discretion may apply whatever selection criteria
it deems appropriate in the selection of the organisation.
Errors and Omissions
Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document. Notification
should be made to the address found in Section B.5 Requests for Information.
Acceptance of Terms
A Recipient will, by responding to the Bank with a submission, be deemed to have accepted the terms of this
Introduction and Disclaimer.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 6
Section B: Lodgement of RFP Submission B.1 Lodgement of RFP Submission
RFP Submission Closing Date
RFP responses must be submitted by parties listed below not later than at 3.00 p.m. (Indian Standard Time – GMT
+5:30) by 30th
day the March, 2011.
RFP Submission Details
B.1.2 RFP responses must be submitted as follows:
Two (2) paper copies, one (1) electronic copy (Microsoft Office 2003 on CD) and one (1) electronic copy (Adobe .pdf on
CD) of all submissions must be supplied to Bank of Baroda RFP Evaluation Team in sealed envelope superscripted “Bank
of Baroda –RFP Evaluation Team – Supply and Installation of ATMs” and addressed to:
General Manager (e-business, CMS, NRI Services & BPR)
Bank of Baroda
Baroda Sun Tower
C-34, G-Block, Bandra Kurla Complex
Bandra (East)
MUMBAI - 400 051
In ALL cases:
Copies of the RFP responses must be submitted before the aforementioned closing time mentioned above.
Faxed or emailed copies of any submission are not acceptable and will be rejected by the Bank.
All separate copies of RFP submission and attachments must be provided in sealed envelopes or satchels marked
confidential.
All pages of the Offers needs to contain page number (in ‘Page No. 1 of X’ format), Seal and Sign of the appropriate
authority.
B.2 Registration of RFP Submission
Upon the receipt of a submission, the Bank will register the RFP response. Only complete submissions will be registered.
Incomplete or partial submissions will not be accepted.
All submissions, including any accompanying documents, will become the property of the Bank. Hence, submission of
response to the RFP will be deemed as Respondents’ license, and grant all rights to the Bank to reproduce the whole or
any portion of their submission for the purpose of evaluation, notwithstanding any copyright or other intellectual
property right that may subsist in the submission or accompanying documents.
B.3 Late RFP Submission Policy
On-time submission of responses is strongly encouraged and recommended. RFP submissions lodged after the
lodgement deadline will be documented by the Bank and may be considered and evaluated by the evaluation team at
the absolute discretion of the Bank. However, the Bank has no obligation to accept or act on any reason for a late RFP
response.
The Bank has no liability to any Respondent who lodges a late RFP submission for any reason whatsoever including RFP
responses taken to be late only because of another condition of responding.
Respondents are to provide detailed evidence to substantiate the reasons for a late RFP submission.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 7
B.4 RFP Submission Validity Period
RFP responses must remain valid and open for evaluation, according to their terms, for a period of at least six (6)
calendar months from the time the RFP closes on the deadline for lodgement of RFP submissions.
B.5 Requests for Information / Clarification
Respondents are required to direct all communications related to this RFP to:
General Manager (e-business, CMS, NRI Services & BPR)
Bank of Baroda
Baroda Sun Tower
C-34, G-Block, Bandra Kurla Complex
Bandra (East)
MUMBAI - 400 051
All questions relating to the RFP, technical or otherwise, must be addressed to the above addresses. Interpersonal
communications will not be entered into and a Respondent will be disqualified if attempting to enter into such
communications. All queries/clarifications requested must be addressed in the following format only in MS-EXCEL 97-
2003 work book format. The queries need to be e-mailed as an attachment to:
[email protected] / [email protected]
Format of Request for Clarifications
Name of the Respondent/Bidder: Mobile No:
Date:
Contact Person from Respondent/Bidder in case of need. Tel No:
S. No Reference from RFP Section (If
From RFP)
Question/Issue Bank’s Comments
Volume &
Section Ref
Page No
1
2
3
Bank shall try to respond to all the queries raised by the vendors. However Bank reserves the right of not responding to
any query, if Bank feels that the same is not required to be answered.
The Bank will not answer any communication initiated by Respondents -3- business days prior to the date of Pre-bid
meeting. However, the Bank may in its absolute discretion seek additional information or material from any
Respondents after the RFP closes and all such information and material provided must be taken to form part of that
Respondent’s response.
The Bank may in its absolute discretion engage in discussion or negotiation with any Respondent (or simultaneously with
more than one Respondent) after the RFP closes to improve or clarify any response.
B.6 Notification
The Bank will notify Respondents in writing as (soon as practicable) about the outcome of its RFP submission including if
the Respondent’s submission has been rejected. The Bank is not obliged to provide any reasons for any such rejection.
B.7 Submission of Bids
The bids shall be in three parts viz.
(a) Eligibility Proposal;
(b) Technical Proposal; and
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 8
(c) Commercial Proposal.
Each proposal – Eligibility, Technical and Commercial Proposals - shall be submitted in separate sealed envelopes
super-scribing “Eligibility proposal for Supply and Installation of ATMs”, “Technical proposal for Supply and
Installation of ATMs” and “Commercial proposal for Supply and Installation of ATMs” on top of the respective
envelopes containing eligibility, technical and commercial bid. These separate sealed envelopes should be put
together in the sealed master envelope super-scribing “PROPOSAL FOR Supply and Installation of ATMs”.
All the Envelopes (inside the Master Envelope) should have the following information:
1. Name of the Bidder :
2. Type of offer : eligibility/technical/commercial
3. Date of submission:
Please note that in following cases Bank may reject the Bids from the Vendor:
I. Submission of Bid after the Time stipulated in this RFP Document.
II. Misleading / incomplete information.
III. Bid submission without firms Name.
IV. Price information other than ‘Commercial Bid envelop’.
V. Improper Drafts / Banker’s Cheque for RFP Document Fee.
VI. Submission of improper Documentation.
VII. Envelopes are not in order as directed in this document.
B.8 Opening of Bids:
Opening of Bids shall be strictly as per schedule under this RFP and no request for change in date shall be entertained.
However, Bank reserves the right to Change the date and time of the Schedule of Outsourcing under unavoidable
circumstances, if any.
The Eligibility Proposal will be opened and evaluated first for determining the eligibility of each Bidder. Only those
Bidders who meet the minimum eligibility conditions will have their Technical Proposals opened and evaluated next.
Technical Bid will be opened only if the Bidder is found Qualified as per Eligibility Criteria as per stipulation of this RFP
document.
Commercial Proposal shall be opened only for the short-listed Bidders who have secured the cut-off mark of 80% in the
Technical Proposal evaluation process.
Only those Bidders will qualify in the Technical Proposal evaluation who secures a minimum of 80% score in the
technical evaluation. The technical bids shall be evaluated on the basis of
(a) Submissions made by Bidders in their response to this RFP as per the response template given.
(b) Product Demonstration.
(c) Reference Check of the Product.
(d) Oral/PPT presentation made by the Bidders
Thus, Commercial bids will be opened only for those Bidders who secure a minimum of 80% score in technical
evaluation. The final selection of the Vendor will be based on techno-commercial evaluation criteria, as per details given
below.
In case only one participant Bidder gets 80% or more marks, then next highest scoring Bidder will also be selected for
commercial evaluation. In case none of the participant Bidders secures 80% or more marks in the Technical Evaluation,
the commercial bid of only top 2 Bidders on the basis of technical evaluation will be opened and the one having the
“least price” will be invited for further negotiation of the contract.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 9
The Technical Proposal shall contain the technical proposal to the requirement of the Bank as per the response template
given in Section F, Para-F.1
A copy of the Commercial Proposal template masking the prices is to be submitted along with the Technical Proposal.
The Commercial Proposal shall be submitted as per Section-F
The eligibility proposal shall be organized and submitted as per the following sequence:
a) Table of Contents (list of documents enclosed)
b) Eligibility proposal as per template given.
c) All copies of certificates, documentary proofs etc.
The technical proposal shall be organized and submitted as per the following sequence:
a) Table of Contents (list of documents enclosed)
b) Technical proposal as per Checklist given in Section-F in hard copy.
c) A CD containing soft copy of the technical proposal in MS Word/Excel 2003
d) A CD containing soft copy of the technical proposal in Adobe pdf
e) Masked commercials as per commercial template given.
All the relevant pages of the proposals (except literatures, datasheets and brochures) are to be numbered and be signed
by authorized signatory on behalf of the Bidder. The number should be a unique running serial no. across the entire
document.
The Bidder has to submit a soft copy of the respective components (Eligibility, Technical and Commercial) of the
proposal in CDs/DVDs in the respective sealed folders/envelops in MS Office 2003 format AND Adobe pdf format. It
should be noted that in case of any discrepancy in information submitted by the Bidder in hard-copy and soft-copy, the
hard-copy will be given precedence. However, in case of non-submission of any hard copy document, if the same is
found submitted in the soft-copy, Bank of Baroda reserves right to accept the same at its discretion.
B.9 Bid Security, Cost of RFP, Performance Bank Guarantee:
B.9.1 BID SECURITY:
A) The Bidder shall furnish, as part of its bid, a bid security for an amount of Rs 1,00,00,000/= (Rupees One Crore
Only) in the form of a Bank Guarantee issued by a reputed Scheduled Commercial Bank in India(except Bank
Of Baroda ) in the format enclosed and valid for-6- calendar months from the last date of submission of the
Commercial bid . The Bid Security should be enclosed in original with the "Eligibility Bid".
B) The successful Bidder's bid security will be discharged upon the Bidders signing the contract & furnishing the
performance security. Unsuccessful Bidder's bid security will be returned as promptly as possible, but not later
than 30 days after the declaration of the successful Bidder.
C) The bid security may be forfeited/Bank Guarantee shall be invoked:
(i) If a Bidder withdraws its bid during the period of bid validity; or
(ii) In case of a successful Bidder, if the Bidder fails:
a) To sign the Contract within the stipulated time: or
b) To furnish Performance Security within the stipulated time and valid till the end of warranty period.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 10
B.9.2 COST OF RFP:
A complete set of Bidding documents may be purchased / submitted by any of eligible Vendors from this office upon
payment of a non refundable fee of Rs. 5,000/- (Rupees Five Thousand Only), in the form of a Demand Draft /
Banker’s Cheque in favour of Bank of Baroda payable at Mumbai. The same is available on our Bank’s website,
www.bankofbaroda.com and can be downloaded from the website. In case the Bid document is downloaded from the
website, the price of Bidding document will have to be handed over separately along with a non refundable Demand
Draft / Banker’s Cheque for Rs. 5,000/- in favour of Bank of Baroda payable at Mumbai at the time of submission of
the Bid.
The Bids shall be addressed and submitted to:
The General Manager
(e-Business, CMS, NRI Services & BPR)
Bank of Baroda
Baroda Sun Tower
C-34, G-Block, Bandra-Kurla Complex
Bandra (East)
Mumbai 400 051
The bids (arranged as mentioned above) are to be submitted at the 7th floor of the Baroda Sun Tower Dept. of e-
Business, with appropriate labels, at the above address before the due date & time as specified. The bid submitted
anywhere else is liable to be rejected.
It may be noted that all queries, clarifications, questions etc., relating to this RFP, technical or otherwise, must be in
writing only and should be to the nominated point of contact.
Bidders should provide their e-mail address in their queries without fail.
The Bidder will submit an undertaking specifying that the Bidder has obtained all necessary statutory and obligatory
permission to carry out project work, if any.
The proposal should be prepared in English in MS Word format. The e-mail address and phone/fax numbers of the
Bidder should also be indicated on the sealed cover.
Formats of Bids: The Bidders should strictly use the formats prescribed by the Bank in the RFP for submitting the
eligibility bid; the technical and the commercial bid.
B.9.3 Performance Bank Guarantee:
Successful Vendor also has to furnish a Performance bank guarantee of Rs. 3,00,00,000/- (Three Crores Only) in addition
to the bid security (EMD)/, issued by any reputed Scheduled Commercial Bank in India (other than Bank of Baroda) in
favour of Bank of Baroda. Performance bank guarantee has to remain valid up to 3 months after the expiry of the
contract.
B.10 General Terms and Conditions
B.10.1 Adherence to Terms and Conditions:
The Bidders who wish to submit responses to this RFP should note that they should abide by all the terms and
conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such
responses may be disqualified and may not be considered for the selection process.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 11
B.10.2 Execution of SLA/NDA:
The Vendor will execute (a) a Service Level Agreement, which would include all the services and terms and conditions of
the services to be extended as detailed herein and as may be prescribed by the Bank; and (b) Non-disclosure
Agreement. The Vendor will execute the SLA and NDA within one month from the date of acceptance of Letter of
Appointment.
B.10.3 Other terms and conditions:
Bank of Baroda reserves the right to:
• Reject any and all responses received in response to the RFP
• Waive or Change any formalities, irregularities, or inconsistencies in proposal format delivery
• Extend the time for submission of all proposals
• Select the most responsive Bidder (in case no Bidder satisfies the eligibility criteria in totality)
• Select the next most responsive Bidder if negotiations with the Bidder of choice fail to result in an agreement
within a specified time frame.
• Share the information/ clarifications provided in response to RFP by any Bidder, with any other Bidder(s)
/others, in any form.
• Cancel the RFP/Tender at any stage, without assigning any reason whatsoever.
B.10.4 Substitution of Project Team Members:
During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such
substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the
obligation. In such circumstances, the Vendor can do so only with the concurrence of the Bank by providing other
staff of same level of qualifications and expertise. If the Bank is not satisfied with the substitution, the Bank reserves
the right to terminate the contract and recover whatever payments made by the Bank to the Vendor during the
course of this assignment besides claiming an amount, equal to the contract value as liquidated damages. However,
the Bank reserves the right to insist the Vendor to replace any team member with another (with the qualifications
and expertise as required by the Bank) during the course of assignment.
B.11 Professionalism:
The Vendor should provide professional, objective and impartial advice at all times and hold the Bank’s interests
paramount and should observe the highest standard of ethics while executing the assignment.
B.12 Adherence to Standards:
The Vendor should adhere to laws of the land and rules, regulations and guidelines prescribed by various
regulatory, statutory and Government authorities
B.15 Expenses:
It may be noted that the Bank will not pay any amount/expenses / charges / fees / travelling expenses / boarding
expenses / lodging expenses / conveyance expenses / out of pocket expenses.
B.16 The bid should contain the resource planning proposed to be deployed for the project which includes, inter-alia,
the number of personnel, skill profile of each personnel, duration etc.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 12
B.17 Terms of Payment:
The Vendor’s fees will be paid in the mutually agreed manner for each item/activity which is described in the
Commercial Proposal
B.18 (a) Penalty and Liquidated Damages:
Both Penalty (as mentioned in Section –F under this RFP document) and Liquidated Damages are independent of
each other and are applicable separately and concurrently as mentioned.
B.18 (b) Force Majeure:
In case the selected Bidder is prevented from performing any of his obligations under this proposal by reason of any
cause beyond its reasonable control, such as fire, earthquake, riot, strike, war etc. the time for performance shall be
extended until the operation or such cause has ceased, provided the party affected gives prompt notice any such
factors or inability to perform, resumes performance as soon as such factors disappear or are circumvented. If
under this clause the Bidder is excused performance of any obligation for a continuous period of ninety (90) days,
then the Bank may at any time hereafter while such performance continues to be excused, terminate this
agreement without liability, by notice in writing to the other
Liquidity Damages is not applicable for reasons attributable to the Bank and Force Majeure.
B.19 Indemnity:
The Bidder shall indemnify, protect and save the Bank against all claims, losses, damages, costs, expenses, action suits
and other proceedings, resulting from infringement of any patent, trade marks, copyrights etc. by the Bidder. The Bidder
shall always remain liable to the Bank for any losses suffered by the Bank due to any technical error and negligence or
fault on the part of the Bidder and the Bidder also indemnifies the Bank for the same in respect of the hardware and
software supplied by him by executing an instrument to the effect on a Non-Judicial stamp paper that Bank may sustain
on account of violation of patent, trademarks etc. by the Bidders.
B.20 Authorised Signatory:
The selected Bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with
regard to the obligations under the contract.
The selected Bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution
of their Board, authenticated by Company Secretary, authorizing an official or officials of the company or a Power of
Attorney copy to discuss, sign agreements/contracts with the Bank. The Bidder shall furnish proof of signature
identification for above purposes as required by the Bank.
B.21 (a) Applicable Laws and Jurisdiction of court:
The Contract with the selected Bidder shall be governed in accordance with the Laws of India for the time being in
force and will be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts).
(b) Arbitration:
In the event of a dispute or difference of any nature whatsoever between Bank and the Bidder during the course of
the assignment arising as a result of this proposal, the same will be settled through the process of arbitration
conducted by a sole Arbitrator appointed by the Bank. Arbitration will be carried out at Bank's office that placed
the order. The provisions of Arbitration and Conciliation Act 1996 shall apply to the Arbitration proceeding.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 13
B.22 Cancellation of Contract and Compensation:
The Bank reserves the right to cancel the contract of the selected Bidder and recover expenditure incurred by the
Bank on the following circumstances:
• The selected Bidder commits a breach of any of the terms and conditions of the bid/contract.
• The Bidder goes into liquidation voluntarily or otherwise.
• An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid.
• The progress regarding execution of the contract, made by the selected Bidder is found to be unsatisfactory.
• If deductions on account of Penalty exceeds more than 10% of the total contract price.
After the award of the contract, if the selected Bidder does not perform satisfactorily or delays execution of the
contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving
one month’s notice for the same. In this event, the selected Bidder is bound to make good the additional
expenditure, which the Bank may have to incur to carry out bidding process for the execution of the balance of the
contract. This clause is applicable, if for any reason, the contract is cancelled.
The Bank reserves the right to recover any dues payable by the selected Bidder from any amount outstanding to the
credit of the selected Bidder, including the pending bills and/or invoking Bank Guarantee, if any, under this contract
or any other contract/order.
B.23 Non Payment of vendor Charges/Fees:
If any of the items/activities as mentioned in the price bid are not taken up by the Bank during the course of this
assignment, the Bank will not pay the vendor fees/charges quoted by the Vendor in the Price Bid against such
activity/item.
B.24 Assignment:
Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise
transferred, in whole or in part, by the Vendor, and any such attempted sale, lease, assignment or otherwise
transfer shall be void and of no effect without the advance written consent of the Bank.
B.25 Subcontracting:
The Vendor shall not subcontract or permit anyone other than its personnel to perform any of the work, service or
other performance required of the Vendor under the contract without the prior written consent of the Bank.
B.26 Vendor’s Selection/Evaluation Process:
The evaluation/selection process will be done with combination of eligibility, technical competence and
commercial aspects as detailed here below.
Step 1 –
Eligibility Evaluation:( Step 1 will be to ascertain the eligibility of the Vendor/service provider/system integrator /
lead Bidder to bid for the project. )
Bidders who fulfil all parameters of eligibility criteria as per Annexure III will be qualified for technical evaluation.
Step 2 –
Technical Evaluation: The evaluation of functional and technical capabilities of the Bidders of this RFP will be
completed in this step. The technical proposals only will be subjected for evaluation at this stage. The Bidders
scoring less than 80% marks (cut-off score) in the technical evaluation shall not be considered for further selection
process. Once the evaluation of technical proposals is completed, the Bidders who score the prescribed cut-
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 14
off(80%) score or more will only be short listed. In case, none of the participating Bidders qualify on technical
criteria and reach or exceed the cut-off score of 80%, then the Bank, at its sole discretion, may qualify two
Bidders on the basis of the top 2 scores, subject to the condition that the score difference between the 2 top
scorers is not exceeding 5%.
Various stages of technical evaluation are presented below:
1. Paper evaluation based on response
2. Demo of tools(s), services – actual demonstration of tools(s) and not just PPT presentations
3. Site visits to Bidder’s locations where solution is already functional/implemented, including DC/DR, call centre,
operations centre etc.
4. Oral presentations and clarifications given to Bank’s evaluation team
5. Arriving at the final score on technical proposal
Step 3 –
Commercial Proposal Evaluation: The best and firm price should only be quoted (as per the format enclosed).
a) The Vendor is requested to quote in Indian Rupees (‘INR’) only . Bids in currencies other than INR would not be
considered.
b) The prices and other terms offered by Vendors must be firm for an acceptance period of 180 days from the last
date of opening the commercial bid.
The prices quoted by the Vendor shall EXCLUDE all costs such as Government levies, service tax, any other taxes,
VAT, cess, excise and custom duties or similar taxes or duties etc. that need to be incurred. The prices quoted will
also include transportation to respective sites, installation and insurance till completion of the acceptance by the
Bank / MS-Vendor of the Bank
Thus, Prices should be quoted excluding all taxes- only base prices be mentioned, however Bank will reimburse
CST, VAT, octroi etc. etc. on actual basis after submission of the Bill.
At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the
proposals received in response to this RFP.
Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids.
However, respondents will be notified separately, if such normalization exercise as part of the technical evaluation is
resorted to.
B.27 Commercial Bid Evaluation Criteria
- Lowest commercial quote.
Note:-
- In case of different price quotes for same Item in different places, the lowest quote shall be considered.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 15
Section C: Back ground, Existing ATM infrastructure & Future plans
C.1 Background Bank of Baroda is one of the largest Public Sector Banks in India and has international operations in 26 other
countries. In India, the Bank consists of a branch network of more than 3300 branches. Bank of Baroda is
known as India’s International Bank and has a reputation of being at the forefront in the usage of cutting
edge technologies. While Bank has a vast network of Branches, Bank’s operations are fully automated and
the customers of the Bank avail of various alternate channels of delivery.
C.2 Existing Infrastructure:
Bank has deployed an ATM/POS switch Base24 at its Data Centre. The Switch software is supplied and
managed by M/s Financial Services Solutions Ltd, through its system Integrator M/s Hewlett Packard India
Sales Pvt. Ltd.
Bank has already installed around 1500+ networked ATMs connected to Base24 Switch. All ATMs are
connected either through Leased Line or through VSAT. Currently, M/S Diebold Systems Pvt. Ltd. is providing
Managed Services for Bank’s ATMs similar in scope to the services being desired in the current RFP.
Presently all branches across the country are issuing Debit cards for its customers and Bank intends to further
expand the reach of Debit card and deployment of additional onsite and offsite ATMs.
Bank is presently issuing VISA Electron Debit cards. Bank may also avail of other interchange agency besides
VISA electron in future. Debit card has enabled the customers of the Bank to use the ATM network of the
Bank for Cash withdrawals besides purchases on Point of Sale (POS) terminals / online purchases at various
VISA & MasterCard merchant locations. The ATM network of the Bank is also being used by customers of
other Banks for cash withdrawal and other services as agreed with NFS of NPCI.
All the ATMs of the Bank provide a number of services besides Cash withdrawal. The services delivered
through Bank’s ATMs to its Debit Card holders include:
(a) Depositing School/Institutional Fees
(b) Registering Mobile Numbers
(c) Registering for Mobile Banking services
(d) Payment of Direct Taxes.
N B : The services mentioned as above are illustrative - not exhaustive.
Bank plans to introduce many more services to be delivered through its network of ATMs, such as Mobile
Top-up, NEFT etc. etc.
The Base 24 switch is connected to VISA and MasterCard networks, as well as National Financial Switch (NFS).
Bank has tied up with VISA for issuance of Debit Cards and is soon launching Mastercard/Maestro debit cards
For acquiring business, it has tied up with both VISA and MasterCard.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 16
Presently the operations of the Debit Card business are being handled through a fully owned subsidiary of
the Bank known as BOBCARDS Ltd., which has its own network for Credit card and is having gateway for both
VISA and MASTERCARDS. However, in future Bank may have its own/other service provider/agency for Debit
card transaction processing/management.
Currently, the managed services for Bank’s ATMs are outsourced to a service provider, namely Diebold
Systems Pvt. Ltd. The current contract will come to an end in the near future whereupon the successful
Bidder/respondent under this RFP will take over the Managed services of the currently deployed ATMs in
addition to providing managed services for the ATMs to be deployed during the currency of the agreement
arrived at pursuant to this RFP, as per detailed scope of work given in this RFP and finally agreed upon with
the finally selected service provider.
C.3 Future plans:
- Bank of Baroda Plans to expand number of ATMs/CDs around 4350+ by next 2 financial years as
under:-.
o In additional to this procurement Bank also plans to install additional 1000 ATMs in off-site
locations through OPEX model.
- Bank is planning to start issuing Chip based cards shortly, and may customize the ATMs accordingly.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 17
Section D: Scope of Work
The broad scope of work under this RFP comprises of : -
D.1. Supply of ATMs:
The successful bidder has to under take full responsibility of supplying ATMs. The minimum Specification
for such ATMs shall be as under:
Sl No Features
Front access – Lobby
1. Processor
1.1 Low power processor equivalent to Intel Pentium IV processor, 2.4 GHz
1.2 1 GB DDR2 RAM or higher
1.3 2x 160 GB IDE/SATA HDD
1.4 USB ports in front for front access ATMs
1.5 DVD Writer
1.6 Microsoft Windows XP with SP3
1.7 Software with CEN 3.0 complaint XFS and cross-vendor support
1.8 OS hardening (with Firewall)
2. Currency Chest
2.1 UL 291 Certified Secure Chest Level 1
2.2 S&G / MAS Hamilton (KABAMAS-CENCON) capable of having combination lock of 6+6 digits
2.3 Alarm sensors for temperature status, vibration status and chest open status while sending
signal/messages to Switch/Management Centre
3. Dispenser
3.1 Friction / Vacuum pick technology
3.2 Multi-media dispenser (ticket/coupon/stamp/receipt) with bunch presenter
3.3 Dispense minimum 40 bills per Transaction
3.4 Dispense used notes
3.5 Retract notes left behind by the customer
3.6 Indication of proper insertion of cassettes
3.7 Double Pick Modules with 4 cassettes with lock & key / latch
3.8 Divert cassette bin with lock and key / latch
3.9 Each cassette should hold minimum of 2500 notes
3.10 Capable of Multi currency dispensing
3.11 Capable of dispensing Rs.50/-, Rs./100/-, Rs.500/- and Rs.1000/- notes. All cassettes should be capable of
dispensing all Notes.
3.12 Dispense at least 5 notes per seconds
3.13 Single Bill Divert
4. Hybrid Dip Card Reader
4.1 Dip Smart Card Reader with capability to read track 1 & 2
4.2 EMV Version 4.0 or later, as certified
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 18
Sl No Features
4.3 Software/firmware/license for using Smart card on ATM
5. Customer Interface on ATM
5.1 15” LCD
5.2 Vandal Screen with Privacy Filter
5.3 Rugged spill proof Triple DES enabled keyboard with polycarbonate tactile/stainless Steel EPP pin pad
keys. EPP Keypads to be PCI compliant with sealed metal keypad
5.4 Touch Screen
5.5 Braille stickers on all devices as per requirements to support the visually challenged
5.6 Trilingual Screen Support
5.7 Voice guidance support with internal speakers & headphone jack
6. DES chip
6.1 Capable of supporting Remote key Management – DES/RSA
6.2 Triple DES chip with encryption / verification / validation software
7. Integrated ATM Surveillance Solution
7.1 Solution must be motion-sensitive and capable of capturing image of the person(s). It will be the
responsibility of the vendor to ensure that the images so captured are able to identify the persons
entering the ATM room. The camera should be pilfer proof.
7.2 Solution should be able to store the images in a digital format for minimum 6 months at an average of 225
transactions per day. The back-ups will be taken at quarterly intervals or earlier as per the requirement by
the Bank and supervised by the MS vendor. The vendor will include one dedicated hard disk for storage of
the archived images.
7.3 Solution must provide an interface to browse, search and archive the stored images on hard disk or
external media.
7.4 Solution must be configurable to suit different site requirements and must be capable of performing under
extreme light conditions.
7.5 Solution must be able to capture & stamp the transaction information on the images.
7.6 The solution must have a search facility to locate an image/event by date & time, card no., transaction
reference no. and ATM ID
7.7 The solution must be capable of monitoring from a central location
7.8 The solution must not degrade the performance of ATM, e.g. speed of normal transaction
7.9 The hardware should be integrated within the ATM
8. Software Agent
8.1 The ATM should be capable of supporting a third party software agent such as
SDMS/Infobase/Radia/IqESD/TEJ, etc. The vendor also agrees to install any software selected by the Bank
at no cost to the Bank.
9. Connectivity
9.1 Should have Network Interface Card
9.2 Should be capable of being connected to branch database (FNS and FINACLE)
9.3 Should connect to the Bank’s Switches – Base24 & Opus – using existing device handlers (NDC/D912) at no
additional cost to the Bank
9.4 ATM must support TCP/IP
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 19
Sl No Features
9.5 ATMs should be able to connect through Leased Line, VSAT & CDMA.
10. Others
10.1 Graphic Thermal Receipt printer
10.2 Electronic journal to be also written on ATM hard disk. The solution should include a EJ viewer.
10.3 Support centralized EJ Pulling
10.4 Low media warning for all items viz. bills, journal roll, consumer printer roll etc.
10.5 In-built SMPS to work on 230V 50 Hz power supply.
10.6 Support input voltage of 230V AC /50 Hz with +/- 5%variation.
10.7 Keyboard for day-to-day operations.
11. Transactions to be made available at the ATM
11.1 Display of graphics/animation/scrolling/ date & time
11.2 Withdrawal from SB/CA/Overdraft (at least 3 a/cs)
11.3 Fast cash
11.4 PIN change facility
11.5 Deposit of cash/cheque to an account to be specified by the customer for ATMs with Depository
11.6 Transfer of funds from one account to another
11.7 Mini – Statement
11.8 Utility Payment facility
11.9 Account balance enquiry
12. Depository
12.1 For cheques and cash in envelopes
12.2 Envelope holding capacity of depository cassette 200
12.3 Alphanumeric printing on envelopes
13. Environmental capabilities
13.1 Should be operational in a wide range of temperature and humidity conditions
13.2 Energy saving features. Indicate power consumed including standby/ sleep mode
13.3 Should have a small footprint (pl. indicate)
14. Additional Items
14.1 2 spare secure cassettes
15. Other common requirements
15.1 Interface for Banking Software and ATM Switch Connectivity
15.2 Software required for connecting the ATM to Bank’s own ATM Network shall be provided by the vendor.
15.3 Vendor to provide utility for converting the ATM files, containing transaction details, into ASCII format.
15.4 ATM should be preloaded with CEN XFS 3.0 compliant layer and should be capable of running multi vendor
software without any hardware changes
15.5 Vendor to integrate the alarm sensors of the ATM to the branch siren/hooter wherever applicable without
any additional cost to Bank.
15.6 Bidder to confirm ability to demonstrate proof of concept about ATM software being capable of
supporting all the applications currently developed for the Bank such as ATM Locator, Railway ticketing,
Campus fees payment, Mobile Recharge & other Utility Bill Payments.
15.7 ATM should have Integrated Power Management Solution capable of inter-facing with the Bank's UPS
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 20
Sl No Features
system and query the battery status, in-line power & temperature. Software should take the machine out
of service if the battery capacity is too low, perform scheduled power offs and automatically start up at
the configured date and time. The solution must shut down gracefully to allow completion of the ongoing
transaction in the event of complete battery discharge. This power management functionality must be
Controllable remotely.
15.8 ATM capable of One to One Marketing. Client when Loaded on ATM should be able to interact with
different CRM sources using open standard messaging standards
16. Bio Metric Feature
16.1 Finger print Scanner along and necessary scanning software.
16.2 Biometric Finger print Registration module and Scanner (PC will be provide by the Bank)
− Vendor has to ensure all ATMs delivered are un-used / new.
D.2 Installation of ATMs: The successful vendor has to undertake full responsibility for installation of ATMs in
coordination with MS / TIS vendor of the Bank. The Bidder shall also be fully responsible for integration of
the supplied ATM with Bank’s existing infrastructure and make the ATM operational.
D.3 Supply of Test ATM: The successful bidder has to supply -1 (One) - free test ATM, for the Bank’s
operation team for Testing New modules / Applications.
D.4 Software AMC/Support The successful bidder has to undertake full responsibility of providing software
or computer programs like upgrades, patches, OS, agents, anti virus etc. etc. or any other as required by
Bank for a tenure of -7- years (extendable on mutual terms) from the date of Installation*.
N.B.:
− In case of any incidents like- OS or any software crash vendor has to provide / install software
immediately on war footing Basis and make the ATM operational in coordination with MS vendor of the
Bank.
− Bidder has to save the Bank from all copy right issues , claims etc. from the soft wares provided by
the Vendor.
− Bidder has to under take full responsibility for keeping ATM Virus or any other malicious program
free.
* The tem date of installation defines date of first successful Transactions.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 21
Section-E: Payment Terms, Penalty Metrics
E.1: Payment Terms
Item Payment Term Payment Authority
ATM Hardware 90 % on Installation as certified from MS vendor of the Bank.
10 % after -3- months from the date of Installation
Central office
Software AMC 1st
April of every year on pro-rata basis. Central Office.
E.2 Penalty Metrics:
E.2.1 Delay in Installation: Delay in installation beyond -14- calendar days from the Day of
issuance of Purchase order shall attract a Penalty of 0.25% of the ATM hardware cost per calendar
day. This excludes delay due to Bank / MS-Vendor Dependency & Force Majeure.
E.2.2 Penalty for Software AMC :
Incidence Penalty
ATM down due to Software issue for more the 2 Hrs 2% of the AMC cost
ATM down due to Software issue >2Hrs & <8 Hrs 10% of the AMC cost
ATM down due to Software issue >8Hrs & <24 Hrs 25% of the AMC cost
ATM down due to Software issue >24Hrs & <48 Hrs 50% of the AMC cost
ATM down due to Software issue >48 Hrs 100% of the AMC cost
N.B. -
In addition to ATM where 100% penalty has already levied any incidence of 'ATM down due to Software issue'
shall attract a penalty of Rs. 200 / hr beyond -48- hrs. Which shall be recovered from the over all yearly billing of
the software AMC.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 22
Section-F: Checklist, Annexure and Appendices
F.1 Check List of Envelopes
Sr.
No. Section Heading Performa Given
Eligibility Bid envelope to contain the following
1 Vendor Profile Annexure - I
2 Compliance Certificate Appendix - I
3 Template for Submitting Eligibility Bid Annexure – II & III
4 Bid Security Appendix -II
5 Demand Draft for of RFP fee Bidder to provide
6 CD containing soft copy of Sr. No. 1-5 Bidder to Provide
Technical Bid envelope to contain the following
1 Executive Summary Bidder to Provide
2 Cover Letter for Technical Proposal Appendix - III
3 Boucher / Write ups / Realise note of the Proposed Product (Containing full
specification of the Product) Bidder to provide
4 Bidder’s Business Details Annexure - IV
5 Experience Annexure - V
6. Product Specification Annexure - VI
7. Track record Annexure - VII
8. CD containing softcopies of Sr. No. 1- 7 Bidder to provide
Commercial Bid envelope to contain the following
1. Commercial Offer Completed Commercial
Bid Format
2. CD containing Commercial Offer in MS-Excel (91-2003 format) Bidder to provide
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 23
Annexure-I
F.2 Company Profile
Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the
correctness of the information.
S.
No Item Details
Document Submitted
(Please mention section and
page number and highlight the
key attribute)
1 Name of Company
2 Postal Address
3 Physical address of the Main office
4 Telephone and Fax numbers
5 Constitution of the Company :
Company Registration Number
(Please submit Registration Certificate)
6 Name and designation of the person authorized to
make commitments to the Bank of Baroda
7 Mobile, Telephone, Email Address of the person
authorized to make commitments
8
Whether any of the family members of Directors/
Majority share holder/ Authorized signatory working
with Bank of Baroda
If yes, please
provide
details.
9 Year of commencement of Business
10 Sales Tax Number
11 Income Tax Number/PAN Number
12 Brief Description of after sales service facilities
available with the Firm
14 Copies of Income Tax Returns filed during
Last -3- years.
15 Copies of the Audited Balance sheet and Profit & Loss
Accounts of last -3- years (With audit report)
16
Average turnover of last -3- year’s period from ATM
business. (Please submit auditor certificate if not clear
from Audited balance sheet.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 24
Appendix -I
[Company letter Head]
To,
General Manager Date:
(E-Business, Cash Management, NRI services & BPR)
Bank of Baroda
7th
Floor, Baroda Sun Tower
C-34, G-block, BKC Complex
Bandra (E), Mumbai 400 051
Dear Sir,
Re: COMPLIANCE CERTIFICATE for RFP No....... Dated..........
A) Having examined the Request for Proposal (RFP) the receipt of which is hereby duly acknowledged, we,
the undersigned offer to provide the desired services for ATMs in conformity with the said RFP and in
accordance with our proposal and the schedule of Prices indicated in the Price Bid and made part of this
bid.
B) If our Bid is accepted, we undertake the full responsibility of supply & installation of ATMs, and software
AMC of the ATMs supplied by us as requested the Bank under the scope of work as mentioned in the RFP
document.
C) We confirm that, this offer is valid for a minimum period of 180 days from the last date for submission of
RFP to the Bank.(RFP closing date)
D) This Bid, together with your written acceptance thereof and your notification of award, shall constitute a
binding Contract between us.
E) We undertake that in competing for and if the award is made to us, in executing the subject Contract, we
will strictly observe the laws against fraud and corruption in force in India namely “Prevention of
Corruption Act, 1988” and that using any type of influence shall be a disqualification for participating in
the bidding process.
F) We agree that the Bank may alter the quantity of services mentioned in the RFP document.
G) We understand that Bank of Baroda reserves all rights to discontinue the contract in case of any
irregularities or delay in services, misrepresentation of profile or other un-lawful activity in connection
with this outsourcing.
H) We hereby declare that we have not been barred/black-listed by any regulatory / statutory authority and
we have the necessary powers and all statutory approvals required, permissions, licenses and certificates
to be appointed as a service provider and the same are still valid and subsisting.
I) In case our Bid is accepted then we shall allow Reserve Bank of India or their representatives
to inspect our record pertaining to the services to be provided to the Bank under this RFP.
Seal & Signature of the competent Authority:
Name:
Designation:
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 25
Date:
F.4 Template for Submitting Eligibility Bid: Annexure -II
# Eligibility Criteria Document to Furnish Document Details
1 The vendor must be an ATM manufacturer or their
authorized representative in India.
Details of Manufacturing
unit.
In case of Authorized
representative of OEM - A
letter of Undertaking from
the OEM along with OEM’s
Manufacturing unit details.
Section No –
Page No –
(Please highlight the key
attribute using a colored
highlighting Pen)
2 Vendor must have supplied and installed at least-3000-
ATMs in India.
Credential letters form
Banks.
Section No –
Page No –
(Please highlight the key
attribute using a colored
highlighting Pen)
3
Vendor must be a registered company in India with
minimum turn over of Rs. 50 Crore during last three
financial years each .
Audited Balance sheet for
the FY' – 2009-10, 2008-09,
2007-08.
Section No –
Page No –
4 Vendor must be a profit making company. And has made
cash profit during each of the last three financial year.
Audited Balance sheet for
the FY' – 2009-10, 2008-09,
2007-08.
Section No –
Page No –
(Please highlight the key
attribute using a colored
highlighting Pen)
5
The firm must have technical support centre in all the state
capitals in India.
Details of service centres as
per Annexure -III
Section No –
Page No –
(Please highlight the key
attribute using a colored
highlighting Pen)
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 26
F.3 Details of Service Centers
Annexure III
Name of the Vendor_____________________________________________
# State
City Own or
Franchise
Postal
Address
Contact
numbers
Brief
Description
No. of
Engineer
Avg. Response
Time
1
2
3
4
5
6
7
…
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 27
Appendix -II
F.5 Format for Bid security Bank Guarantee
TO,
GENERAL MANAGER
(E-BUSINESS, CASH MANAGEMENT, NRI SERVICES & BPR)
BANK OF BARODA
BARODA CORPORATE CENTRE
C-26, G BLOCK, BANDRA KURLA COMPLEX
MUMBAI-400051
1. M/S ______________________, HAVING ITS REGISTERED OFFICE NO ___________________(HEREIN AFTER REFERRED AS 'THE VENDOR')
___________, THE VENDOR HAS INTER -ALIA AGREED TO FURNISH A BANK GUARANTEE FROM A SCHEDULED BANK FOR RS 10000000 (RUPEES ONE
CRORE ONLY) AS SECURITY FOR COMPLIANCE WITH THE VENDOR’S OBLIGATION IN ACCORDANCE WITH STIPULATION OF RFP NO_____________
DATED________________ (SUBJECTED TO AWARD OF CONTRACT AND RECEIPT OF PURCHASE ORDER) .
2. ON REQUEST OF VENDOR WE _______________________ (HEREINAFTER CALLED THE BANK) DO HEREBY UNDERTAKE TO PAY TO YOU AN AMOUNT
NOT EXCEEDING 1,00,00,000 (RUPEES ONE CRORE ONLY) AGAINST ANY NON-COMPLIANCE WITH CONDITIONS CONTAINED IN THE PURCHASE ORDER AND
SUPPLY AGREEMENT.
3. WE ___________ (ISSUING BANK) _______ UNDERTAKE TO PAY THE AMOUNTS DUE AND PAYABLE UNDER THIS GUARANTEE WITHOUT ANY DEMUR,
MERELY ON A DEMAND FROM YOU STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED TO OR THAT WOULD BE
CAUSED TO OR SUFFERED BY YOU BY REASONS OF ANY BRANCH BY THE SAID VENDOR OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE RFP BY
REASON OF THE VENDORS FAILURE TO PERFORM THE TERMS THEREOF. ANY SUCH DEMAND ON US DURING THE CURRENCY SHALL BE CONCLUSIVE AS
REGARDS THE AMOUNT DUE AND PAYABLE BY US UNDER THIS GUARANTEE. HOWEVER, OUR LIABILITY UNDER THIS GUARANTEE SHALL BE RESTRICTED
TO AN AMOUNT NOT EXCEEDING RS. 10000000 (RUPEES ONE CRORE ONLY).
4. ANY NOTICE BY WAY OF DEMAND OR OTHERWISE HEREUNDER MAY BE SENT BY COURIER, OR REGISTERED POST TO OUR LOCAL ADDRESS AND IF
SEND ACCORDINGLY IT SHOULD BE RECEIVED AND DULY AND ACKNOWLEDGED BY THE BANK ON OR BEFORE THE EXPIRY DATE OF THE GUARANTEE.
5. WE _________________ FURTHER AGREE THAT THE GUARANTEE HEREIN CONTAINED SHALL REMAIN IN FORCE DURING THE PERIOD THAT WOULD
BE TAKEN FOR THE PERFORMANCE OF THE SAID OBLIGATION AND THAT IT SHALL CONTINUE TO BE ENFORCEABLE TILL SATISFACTORY COMPLIANCE OF
THE TERMS AND CONDITIONS THEREOF BY THE VENDOR OR TILL YOU CERTIFIES THAT THE TERMS AND CONDITIONS OF THE SAID RFP HAVE BEEN FULLY
AND PROPERLY CARRIED OUT BY THE SAID VENDOR AND ACCORDINGLY DISCHARGE THE GUARANTEE OR TILL EXPIRY DATE WHICHEVER IS EARLIER.
6. THIS BANK GUARANTEE SHALL REMAIN IN OPERATION FROM THE DATE OF ISSUE AND WE SHALL NOT REVOKE THIS GUARANTEE DURING THE
CURRENCY EXCEPT WITH YOUR PREVIOUS CONSENT IN WRITING. YOU MAY ENFORCE YOUR RIGHTS PURSUANT TO THS GUARANTEE IN ANY COURT OR
TRIBUNAL IN ACCORDANCE WITH LAWS OF INDIA.
7. WE _______________ FURTHER AGREE WITH YOU, THAT YOU SHALL HAVE THE FULLEST LIBERTY WITHOUT OUR CONSENT AND WITHOUT AFFECTING
IN ANY MANNER OUR OBLIGATION HEREUNDER TO VERY ANY OF THE TERMS AND CONDITIONS OF THE SAID RFP OR TO EXTEND TIME OF
PERFORMANCE BY THE SAID VENDOR FROM TIME TO TIME OR TO POSTPONE FOR ANY TIME OR FROM TIME TO ANY OF THE POWER EXERCISABLE BY
YOU AGAINST THE SAID VENDOR AND TO FORBEAR OR ENFORCE ANY OF THE TERMS AND CONDITIONS RELATING TO THE SAID PURCHASE ORDER
/SUPPLY AGREEMENT AND WE SHALL NOT BE RELIEVED FROM OUR LIABILITY BY REASON OF ANY SUCH VARIATION OR EXTENSION BEING GRANTED TO
THE SAID VENDOR OR FOR ANY FORBEARANCE, ACT OR OMISSION ON YOUR PART OR ANY INDULGENCE BY YOU TO THE SAID VENDOR.
8. THE BANK GUARANTEE SHALL NOT IN ANY WAY BE AFFECTED BY YOUR TAKING OR GIVING UP ANY SECURITIES FROM THE VENDOR OR ANY OTHER
PERSON, FIRM OR COMPANY ON ITS BEHALF OR BY THE WINDING UP, DISSOLUTION, INSOLVENCY OR AS THE CASE MAY BE OF THE VENDOR.
9. THE BANK GUARANTEE SHALL NOT BE AFFECTED BY ANY CHANGE IN OUR CONSTITUTION OR OF THE VENDOR NOR SHALL IT BE
AFFECTED BY ANY CHANGE IN YOUR CONSTITUTION OR BY ANY AMALGAMATION OR ABSORPTION BUT WILL ENSURE TO THE
BENEFTIT OF AND BE AVAILABLE TO AND BE ENFORCEABLE BY THE ABSORBING OR AMALGAMATING COMPANY OR CONCERN TILL EXPIRY DATE.
10. WE HAVE THE POWER TO ISSUE THIS BANK GUARANTEE IN YOU FAVOUR AND THE UNDERSIGNED HAS FULL POWER TO EXECUTE THIS BANK GUARANTEE
UNDER THE POWER OF ATTORNEY DATED ____ISSUED BY OUR ___________.
NOT WITH STANDING ANYTHING CONTAINED HEREIN
1. OUR LIABILITY UNDER THIS BANK GUARANTEE SHALL NOT EXCEED RS 10000000 (RUPEES ONE CRORE ONLY).
2. THIS BANK GUARANTEE SHALL BE VALID UP TO _____________________; AND
3. WE ARE LIABLE TO PAY THE GUARANTEED AMOUNT OR ANY PART THEREOF UNDER THIS BANK GUARANTEE ONLY AND ONLY IF YOU SERVE UPON US
A WRITTEN CLAIM OR DEMAND ON OR BEFORE ______________________.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 28
Appendix -III
[Company Letter Head]
F.6 Cover Letter for Technical Proposal
Date
To,
General Manager, (E-Business, Cash Management, NRI services & BPR))
Bank of Baroda,
7th floor, Baroda Sun Tower
G-34, Bandra Kurla Complex,
Bandra (East), Mumbai 400 051
Dear Sir,
1. Having examined the RFP Document, the receipt of which is hereby duly acknowledged, we, the undersigned offer to
supply, Installation, implementation and support ALL the items mentioned in the ‘Request for Proposal’ and the other
schedules of requirements and services for your Bank in conformity with the said RFP Documents in accordance with the
schedule of Prices indicated in the Price Bid and made part of this Offer.
2. We agree to abide by this Offer for 180 days from date of (Commercial Bid) opening and our Offer shall remain binding
on us and may be accepted by the Bank any time before expiry of the offer.
3. This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding
Contract between us.
4. a)We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will strictly
observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
5. We certify that we have provided all the information requested by the Bank in the format requested for. We also
understand that the Bank has the exclusive right to reject this offer in case the Bank is of the opinion that the required
information is not provided or is provided in a different format.
Dated this…………………………………..by ……………………….20
Authorised Signatory
(Name: Contact Person, Phone No., Fax, E-mail)
(This letter should be on the letterhead of the Vendor duly signed by an authorized signatory)
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 29
F.7 Bidder’s Business Details: Appendix –IV
Parameters
Remarks
of the
Vendor
Document
Details
1 Date of Incorporation of bidder company
2 Date of Commencement of Business of bidder company
3 Total Revenue of bidder company in 2007-08
4 Total Revenue of bidder company in 2008-09
5 Total Revenue of bidder company in 2009-10
6 Total revenue of bidder company for nine months of 2010-11
7 Percentage of Revenue of bidder company from ATM Supply in 2007-08
8 Percentage of Revenue of bidder company from ATM Supply in 2008-09
9 Percentage of Revenue of bidder company from ATM Supply in 2009-10
10 Percentage of Revenue of bidder company from ATM Supply in the current year
11 Cash Profit of bidder company in 2007-08
12 Cash Profit of bidder company in 2008-09
13 Cash Profit of bidder company in 2009-10
14 Projected Cash Profit of bidder company in 2010-11
15 Net Profit / (Loss) of bidder company 2007-08
16 Net Profit / (Loss) of bidder company 2008-09
17 Net Profit / (Loss) of bidder company 2009-10
18 Projected Net Profit of bidder company 2010-11
19 Number of ATMs Installed in India 2007-08
20 Number of ATMs Installed in India 2008-09
21 Number of ATMs Installed in India 2009-10
22 Number of ATMs Installed in India as on date of response
23 Total Head Count of bidder company 2007-08
24 Total Head Count of bidder company 2008-09
25 Total Head Count of bidder company 2009-10
26 Total Head Count of bidder company as on date of response
27 Number of Permanent Employees in India of bidder company 2007-08
28 Number of Permanent Employees in India of bidder company 2008-09
29 Number of Permanent Employees in India of bidder company 2009-10
30 Number of Permanent Employees in India of bidder company as on date of
response
31 Head of Operations in India (attach Bio Data)
32 Accounts Manager proposed for BoB (attach Bio Data)
33 Company structure (attach a write-up)
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 30
Appendix –V
F.8 Experience:
Questionnaire Answer Supportive Document Attachment Details
1. How Many ATMs have been installed
by the Bidder?
Credential Letter from Banks
Required on their letter head
Section No –
Page No –
(Please highlight
the key attribute
using a colored
highlighting Pen)
2. Currently Rendering SLM (including
Software AMC) for how many ATMs
-do- -do-
3. How many make of ATMs have been
handled by the Bidder?
-do- -do-
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 31
Annexure - VI
F.9 Product Specification:
Specification Compliance (Y/N) Remarks
1. Processor
1.1 Low power processor equivalent to Intel Pentium IV processor, 2.4 GHz
1.2 1 GB DDR2 RAM or higher
1.3 2x 160 GB IDE/SATA HDD
1.4 USB ports in front for front access ATMs
1.5 DVD Writer
1.6 Microsoft Windows XP with SP3
1.7 Software with CEN 3.0 complaint XFS and cross-vendor support
1.8 OS hardening (with Firewall)
2. Currency Chest
2.1 UL 291 Certified Secure Chest Level 1
2.2 S&G / MAS Hamilton (KABAMAS-CENCON) capable of having
combination lock of 6+6 digits
2.3 Alarm sensors for temperature status, vibration status and chest open
status while sending signal/messages to Switch/Management Centre
3. Dispenser
3.1 Friction / Vacuum pick technology
3.2 Multi-media dispenser (ticket/coupon/stamp/receipt) with bunch
presenter
3.3 Dispense minimum 40 bills per Transaction
3.4 Dispense used notes
3.5 Retract notes left behind by the customer
3.6 Indication of proper insertion of cassettes
3.7 Double Pick Modules with 4 cassettes with lock & key / latch
3.8 Divert cassette bin with lock and key / latch
3.9 Each cassette should hold minimum of 2500 notes
3.10 Capable of Multi currency dispensing
3.11 Capable of dispensing Rs.50/-, Rs./100/-, Rs.500/- and Rs.1000/- notes.
All cassettes should be capable of dispensing all Notes.
3.12 Dispense at least 5 notes per seconds
3.13 Single Bill Divert
4. Hybrid Dip Card Reader
4.1 Dip Smart Card Reader with capability to read track 1 & 2
4.2 EMV Version 4.0 or later, as certified
4.3 Software/firmware/license for using Smart card on ATM
5. Customer Interface on ATM
5.1 15” LCD
5.2 Vandal Screen with Privacy Filter
5.3 Rugged spill proof Triple DES enabled keyboard with polycarbonate
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 32
Specification Compliance (Y/N) Remarks
tactile/stainless Steel EPP pin pad keys. EPP Keypads to be PCI compliant
with sealed metal keypad
5.4 Touch Screen
5.5 Braille stickers on all devices as per requirements to support the visually
challenged
5.6 Trilingual Screen Support
5.7 Voice guidance support with internal speakers & headphone jack
6. DES chip
6.1 Capable of supporting Remote key Management – DES/RSA
6.2 Triple DES chip with encryption / verification / validation software
7. Integrated ATM Surveillance Solution
7.1 Solution must be motion-sensitive and capable of capturing image of the
person(s). It will be the responsibility of the vendor to ensure that the
images so captured are able to identify the persons entering the ATM
room. The camera should be pilfer proof.
7.2 Solution should be able to store the images in a digital format for
minimum 6 months at an average of 225 transactions per day. The back-
ups will be taken at quarterly intervals or earlier as per the requirement
by the Bank and supervised by the MS vendor. The vendor will include
one dedicated hard disk for storage of the archived images.
7.3 Solution must provide an interface to browse, search and archive the
stored images on hard disk or external media.
7.4 Solution must be configurable to suit different site requirements and
must be capable of performing under extreme light conditions.
7.5 Solution must be able to capture & stamp the transaction information on
the images.
7.6 The solution must have a search facility to locate an image/event by date
& time, card no., transaction reference no. and ATM ID
7.7 The solution must be capable of monitoring from a central location
7.8 The solution must not degrade the performance of ATM, e.g. speed of
normal transaction
7.9 The hardware should be integrated within the ATM
8. Software Agent
8.1 The ATM should be capable of supporting a third party software agent
such as SDMS/Infobase/Radia/IqESD/TEJ, etc. The vendor also agrees to
install any software selected by the Bank at no cost to the Bank.
9. Connectivity
9.1 Should have Network Interface Card
9.2 Should be capable of being connected to branch database (FNS and
FINACLE)
9.3 Should connect to the Bank’s Switches – Base24 & Opus – using existing
device handlers (NDC/D912) at no additional cost to the Bank
9.4 ATM must support TCP/IP
9.5 ATMs should be able to connect through Leased Line, VSAT & CDMA.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 33
Specification Compliance (Y/N) Remarks
10. Others
10.1 Graphic Thermal Receipt printer
10.2 Electronic journal to be also written on ATM hard disk. The solution
should include a EJ viewer.
10.3 Support centralized EJ Pulling
10.4 Low media warning for all items viz. bills, journal roll, consumer printer
roll etc.
10.5 In-built SMPS to work on 230V 50 Hz power supply.
10.6 Support input voltage of 230V AC /50 Hz with +/- 5%variation.
10.7 Keyboard for day-to-day operations.
11. Transactions to be made available at the ATM
11.1 Display of graphics/animation/scrolling/ date & time
11.2 Withdrawal from SB/CA/Overdraft (at least 3 a/cs)
11.3 Fast cash
11.4 PIN change facility
11.5 Deposit of cash/cheque to an account to be specified by the customer
for ATMs with Depository
11.6 Transfer of funds from one account to another
11.7 Mini – Statement
11.8 Utility Payment facility
11.9 Account balance enquiry
12. Depository
12.1 For cheques and cash in envelopes
12.2 Envelope holding capacity of depository cassette 200
12.3 Alphanumeric printing on envelopes
13. Environmental capabilities
13.1 Should be operational in a wide range of temperature and humidity
conditions
13.2 Energy saving features. Indicate power consumed including standby/
sleep mode
13.3 Should have a small footprint (pl. indicate)
14. Additional Items
14.1 2 spare secure cassettes
15. Other common requirements
15.1 Interface for Banking Software and ATM Switch Connectivity
15.2 Software required for connecting the ATM to Bank’s own ATM Network
shall be provided by the vendor.
15.3 Vendor to provide utility for converting the ATM files, containing
transaction details, into ASCII format.
15.4 ATM should be preloaded with CEN XFS 3.0 compliant layer and should
be capable of running multi vendor software without any hardware
changes
15.5 Vendor to integrate the alarm sensors of the ATM to the branch
siren/hooter wherever applicable without any additional cost to Bank.
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 34
Specification Compliance (Y/N) Remarks
15.6 Bidder to confirm ability to demonstrate proof of concept about ATM
software being capable of supporting all the applications currently
developed for the Bank such as ATM Locator, Railway ticketing, Campus
fees payment, Mobile Recharge & other Utility Bill Payments.
15.7 ATM should have Integrated Power Management Solution capable of
inter-facing with the Bank's UPS system and query the battery status, in-
line power & temperature. Software should take the machine out of
service if the battery capacity is too low, perform scheduled power offs
and automatically start up at the configured date and time. The solution
must shut down gracefully to allow completion of the ongoing
transaction in the event of complete battery discharge. This power
management functionality must be Controllable remotely.
15.8 ATM capable of One to One Marketing. Client when Loaded on ATM
should be able to interact with different CRM sources using open
standard messaging standards
16. Bio Metric Feature
16.1 Finger print Scanner along and necessary scanning software.
16.2 Biometric Finger print Registration module and Scanner (PC will be
provide by the Bank)
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 35
Annexure VII
F.10 Track Record
A) Name of the Bidder ___________________________________________
Name of the Client ATM supplied (Product
offered)
Date of Award of
Contract
Contact person
(Name/Desig/Tel./email/ Address)
Quantity
1
2
3
4
….
(Please provide reference of at least two customers)
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 36
F.11 Structure for Oral /PPT Presentation:
Please Note:
- The Bank shall intimate the Bidders -48- Hours prior to the scheduled Presentation, No request for change in
date & time shall be entertained.
- In case of delay in presentation Bank at it’s discretion may reject the Bidder for participating in the presentation
and shall be put ‘0’ Marks in presentation.
Topic Allotted Timeline
i) Brief Details of the Bidder 5 Min
ii) Product Details 15 Min
iii) Strategy for Software AMC
5 Min
- Support System
- Call lodging mechanism
- Chronic Calls tracking mechanism
- Best Practices
v) Question Answers 5 Min
RFP for – Supply & Installation of ATMs
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 37
F.12 Commercial Bid Format –
############### End of Document ##############
Item Quantity (Q) Tenure in years (Y) Cost (C) Total
(T) = Q * Y * C
Full function ATM 1500 ...(Cost/ Unit)..
Software AMC 1500 7 ...(Cost/ Unit /Annum)...
Grand Total