KOLHAPUR DISTRICT CENTRAL CO‐OPERATIVE BANK LTD.
INFORMATION TECHNOLOGY DEPARTMENT
HEAD OFFICE: Kolhapur District Central Co‐op. Bank Ltd.,
1092, E Ward, Shahupuri, Kolhapur. Pin – 416001
REQUEST FOR PROPOSAL (RFP) FOR
Supply, Implementation & Maintenance of ATMs, Cash Recycler Machines (CRMs), Connectivity and UPS with Batteries
REF NO. : IT/Tender/2017‐18/001 RELEASE DATE: 17 May 2017
PARTICULARS DEADLINE
Last date of requesting any clarifications 23rd May, 2017, 14:00 hours
Date of Pre Bid Conference 24th May, 2017, 13:00 hours
Last date of submission of the Technical and
Commercial bid 7th June, 2017, 15:00 hours
2
TABLE OF CONTENT
Table of Contents
1. OBJECTIVE....................................................................................................................................................................4
2. PROJECT STRUCTURE...............................................................................................................................................4
3. IMPLEMENTATION SCHEDULE..............................................................................................................................4
4. ELEGIBILITY CRITERIA...............................................................................................................................................5
5. SCOPE OF WORK........................................................................................................................................................6
6. TENDER DOCUMENT AND FEE..............................................................................................................................8
7. EARNEST MONEY DEPOSIT.....................................................................................................................................9
8. PERFORMANCE GUARANTEE.................................................................................................................................9
9. CLARIFICATION AND PRE‐BID MEETING............................................................................................................9
10. SUBMISSION OF OFFER –TWO BID SYSTEM..................................................................................................10
11. ERASURES OR ALTERATION.................................................................................................................................11
12. LANGUAGE OF BID.................................................................................................................................................12
13. BID OPENING...........................................................................................................................................................12
14. CONTRACT PERIOD................................................................................................................................................13
15. SERVICE AVAILABILITY...........................................................................................................................................13
16. TRANSACTION DEFINITION.................................................................................................................................13
17. PAYMENT TERMS....................................................................................................................................................13
18. INSURANCE...............................................................................................................................................................14
19. WARRANTY...............................................................................................................................................................14
20. CONSORTIUM..........................................................................................................................................................16
21. OWNERSHIP, GRANT AND DELIVERY...............................................................................................................16
22. COMPLIANCE WITH LAWS...................................................................................................................................17
23. INDEMNITY...............................................................................................................................................................18
24. ACCEPTANCE TESTS...............................................................................................................................................19
25. ORDER CANCELLATION.........................................................................................................................................19
26. CONSEQUENCES OF TERMINATION.................................................................................................................19
27. PUBLICITY..................................................................................................................................................................20
28. LIQUIDATED DAMAGES........................................................................................................................................20
29. CONFIDENTIALITY...................................................................................................................................................21
3
30. VENDOR’S LAIBILITY...............................................................................................................................................22
31. GUARANTEES...........................................................................................................................................................22
32. FORCE MAJEURE.....................................................................................................................................................22
33. RESOLUTION OF DISPUTES..................................................................................................................................23
34. CORRUPT AND FRAUDULANT PRACTICES......................................................................................................24
35. EVALUATION METHODOLOGY...........................................................................................................................24
Annexure 01: Conformity letter.....................................................................................................................................26
Annexure 02: Pre Bid Query Format.............................................................................................................................27
Annexure 03: Manufacturer Authorization Form (MAF).......................................................................................28
Annexure 04: Performance Bank Guarantee.............................................................................................................29
Annexure 05: Self declaration for Blacklisting...........................................................................................................31
Annexure 06: Earnest Money Deposit..........................................................................................................................32
Annexure 07: Authorization letter format...................................................................................................................34
Annexure 08: Eligibility Criteria......................................................................................................................................35
Annexure 09: Technical Scoring Chart..........................................................................................................................37
Annexure 10: Service Level Agreement.......................................................................................................................39
Annexure 11: Minimum Technical Specifications....................................................................................................42
Annexure 12: Branch Details...........................................................................................................................................53
4
1. OBJECTIVE
Kolhapur District Central Co‐operative Bank Ltd., (KDCCB) Kolhapur is a District Co‐operative bank in Western region of Maharashtra. The bank is having 191 branches and Head Office have computerized entire operation using Core Banking Solution to meet the present and future needs of the Bank. In process to that, the bank has adopted to a detailed technology adaptation roadmap to further leverage out of its delivery channel initiatives. The Bank post its transformation to Core Banking environment, envisage to incorporate Delivery channels in the form of ATM to further leverage and extend its CBS service to its customers. The Bank plans to extend its ATM Network. This will allow the customers of the Bank to access ATM of other banks across the country and leverage from the Bank’s own ATM within the state of Maharashtra. The Bank currently has Core Banking application from Infosys and the application is Finacle. The system integrator for CBS project is Wipro.
2. PROJECT STRUCTURE
The bank has structured this bid as a prime bidder bid where the prime bidder/system integrator is expected to submit the bid as one entity and take responsibility of the entire bid in terms of all deliverables, SLAs, contractual terms and conditions etc. The prime bidder/system integrator is expected to identify partners if required for relevant components and ensure they bid as part of the consortium through the prime bidder/system integrator only.
3. IMPLEMENTATION SCHEDULE
The Bank wants to complete entire implementation within 6 months from the date of signing the contract. All necessary implementation services are required to be completed across the Data Center and the Disaster Recovery Center of the Bank if required by the bidder.
A. Pilot Implementation: The Pilot implementation would entail the delivery of entire setup implementation and go live of 10 ATM/CRMs. The Pilot phase has to be completed within two months from the date of signing the contract
B. Post Pilot Implementation: All the residual ATMs need to be implemented in staggered manner as shared:
Stage – I 20 additional locations
4 months from the date of signing the contract
State – II 26 remaining locations
6 months from the date of signing the contract
During this phase bank may increase/ decrease the number of CRM/ATM as it’s discretion and bank bidder is bound to provide the same.
P
5
Major Activities Timeframe from the Date of Contract Signing with Service Provider
Establishment of connectivity Saraswat Infotech Ltd, Data Centre –Vashi for EFT switching.
4 weeks
Delivery of Equipment including but not limited to ATM & CRM, Network Components
6 weeks
Establishment of Help Desk One week before the 1st CRM / ATM goes live
Pilot Completion 2 months
Stage – I 4 months
Stage – II 6 months
4. ELEGIBILITY CRITERIA
Sl No Eligibility Description
1 Bidder should be in existence in India for minimum of TWO years as on 31.03.2017
2
The bidder submitting the offer should be having a turnover of minimum Rupees Five Crore & above per year during last two years i.e. 2014‐2015 and 2015‐2016. Copies of the last two financial years’ audited balance sheets should be submitted along with the offer.
3 Bidder should have reported net profit for last 2 financial years (2014‐2015 and 2015‐2016).
4
Bidder or its consortium partner should have prior experience in supply, configuration & support of network components such as Router, WAN links, UPS for at least 100 branches of a single bank in Maharashtra during last three years.
5 Bidder should have ISO9001:2000 or current version certification.
6 The proposed OEMs for ATM/CRM & UPS should have its support team permanently deployed in the district of Kolhapur.
7 The production unit / factory of the brand of ATM/CRM being quoted should be ISO 9001:2000 certified. If the production units are outside India, it should meet equivalent international standards
8 As on RFP issue date, bidder should not have been black listed by any Financial Institutions / Banks in India. An undertaking to this effect must be submitted in their letter head
9 The Bidder or its consortium should have supplied, installed and managed at least 50 number of ATMs / CRMs in the period of last three years for at least one Bank in India.
6
10 The proposed OEM should have installed at least 500 ATM/CRM in the state of Maharashtra during the last 3 years.
11
The bidder or consortium partner should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. An authorization letter from manufacturer to this effect should be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer would provide the same.
12 The bidder should also have own service team apart from OEM
5. SCOPE OF WORK
The detailed scope of work as defined in the tender document under the section, needs to be performed in entirety between the Bidder and its consortium partners / members. Through this tender the Bank intends to select a reputed and experienced Bidder / consortium for to Supply, installation, configuration & maintenance of ATMs, CRMs, UPS, EJ pulling Software, ATM/CRM monitoring solution other optional items etc. and to interface / integrate with CBS, ATM Switch and switches like NFS, VISA, Master Card and others. Testing the operations of ATMs/ CRMs and user acceptance. Provide support/ maintenance services for the products supplied by skilled staff to ensure that expected levels of uptime, as desired by the KDCC Bank, is met. Provide specific contingency and incident resolution plans. As part of the scope, the Bidder will deliver a Toll free number with an EPABX having required call recording & archiving facility, which should be configured for Banks team to receive calls from customers for query or complaint. The proposed CRM and ATM should be from same OEM. The unit number of ATMs & CRMs are mentioned in the RFP may change (increase or decrease) as per the discretion & requirement of the Bank. The unit rate of the supplied device (ATM/CRM/Network devices/UPS) will serve as rate contract for twenty four months from the date of agreement signoff. During this period Bank may place any number of order for ATM/CRM/Network Devices/UPS as per approved commercials. Bank may place phase wise order from the total number mentioned in the RFP.
A. ATM Machines / Cash Recyclers Machine (CRM): Procurement of 36 numbers of ATM & 20 numbers of Cash Recycler Machines including online UPS in first phase for the Bank, Implementation of the ATMs/ CRMs across the sites as identified by the Bank in the branch within the state of Maharashtra. KDCC Bank will place order to single vendor for supply of ATMs & CRMs This will cover all related services from delivery, installation, configuration, maintenance and management of Cash dispensers / Cash Acceptance including fake note detection. The configuration should entail incorporation of appropriate level of security, screen customization for the Bank on regular basis, enabling electronic journal log including software for configuring EJ pulling and content download. The successful bidder will be responsible for all aspects of implementation. The Bidder will also be required to provide post implementation support and maintenance during the contracted period from the date of successful commissioning and acceptance by the bank. All update / supply/ install necessary changes in the ATMs / CRMs, if any due to regulatory / statutory compliance at no extra cost to the Bank Loading multilingual Screens/Bank Product screens/Screens for other value added services like mobile top up, utility bill payment etc. (Screens will be given by the bank) including building the necessary interfacing
7
with the bill junction which will be done at a future date. The effort for the same are required to be factored adequately by the bidder. The required environment such as ATM Room, Air conditioner, power cabling will be responsibility of bank.
B. Network Components & Communication Channel: Bidder should factor all Network Components & communication channels which shall be used to create connectivity between the followings:‐
i. The vendor has to supply, configure, implement and maintain connectivity of 512kbps of wired VPNoBB from BSNL at bank’s various branches where the ATM/CRM will be installed.
ii. Bidder to provide Dual lastmile MPLS connectivity at the Saraswat Infotech Ltd, Data Centre –Vashi for connecting the ATM/CRMs.
iii. Bidder to also provide connectivity though 3G/4G lastmile at the ATM locations & which will act as secondary link for ATM/CRM when the BSNL VPNoBB is down.
iv. Bidder to provide 2mbps MPLS connectivity at the KDCC Head office for the monitoring of the ATM/CRMs.
v. Bidder to supply, configure & maintain router required at the ATM/CRM sites, KDCC Head office and Saraswat Infotech Data Center Vashi for terminating the links mentioned.
vi. The necessary services like link & device monitoring, configuration, call login for fault, follow‐up for incident resolution will be the sole responsibility of the vendor.
vii. Vendor to provide daily report to KDCC management team on incident login and resolution. viii. The bidder will be responsible for all data cabling with casing (wherever required) for making the site
live. ix. All data between the routers should be encrypted when travelling through public channel.
C. End to end ATM environment monitoring: Bidder to supply, install & maintain GUI/Web based monitoring tools for ATMs & CRMs, and should be able to integrate with other channel services in the form of Internet and Mobile Banking system. The monitoring tool should have features to trace the transaction, Cash health position, monitoring performance of application and troubleshooting, a distributed view for logical group of ATMs / CRMs for conducting all system set‐up and maintenance and network monitoring and control activities. The software solution for sending auto generated e‐mails / SMS alerts on generation of the possible fault in ATMs but not limited to such as Hardware Failure, Cash Out, Consumables, non‐ functioning of DVR, status of EJ software agent etc. without any limit and must be sent to the addresses/Mobile Numbers provided for the purpose. The auto generated e‐mails & SMSs would be sent through Bank’s email & SMS infrastructure. The solution should provide online monitoring tool for the complete setup which should provide following functionalities –
i. Should be GUI based with dashboard facility (configurable to user’s need) at multiple locations. ii. Provide online status of ATMs/ CRMs, devices, interchanges, host etc. connected to switch. Should also
indicate the reason in case of down/ problem in ATM. iii. Provide online status of different components of Switch application like processes, interfaces nodes,
etc. iv. Should provide online transactions surveillance giving information/ analysis on TPS, transaction wise,
interchange wise, type of transactions wise, successful/ decline ratio, reason for declining of transaction, abnormal transaction behavior on particular device etc.
v. Should provide various MIS reports required for Bank Management vi. Hardware performance monitoring like CPU, memory, Disk I/O, other performance parameters etc. vii. Should provide facility for defining the thresholds for different parameters. viii. Should be able to provided intelligent MIS for a desired duration on all above parameters including
ATM up/ downtime. Should also be able to provide business analysis on above parameters for decision support system.
ix. Any other complete solution related monitoring parameter not mentioned above. x. Should be able to give alert at screen, through voice, SMS and emails in case of problem.
8
D. Supply, Installation & Maintenance of UPS and Batteries.
i. Bidder to supply, install & maintain the UPS & batteries required for the ATM/CRMs. ii. The electric cabling required for the UPS will be the responsibility of the bank. iii. Bidder to do periodic proactive maintenance of each UPS & batteries on quarterly basis.
E. Training: The selected Bidder must provide training to Bank’s technology team on overview of system fundamentals, Operating Systems, application software, etc. They will also be trained in fault diagnosis and first line support. The training must enable the Bank’s software staff to understand about the software related to the ATM & CRM & its operations. Bidder must provide complete training plan for ATM & CRM. The training along with software documentation/manuals must be provided on site at Banks, Head Office in Kolhapur in Maharashtra. Bidder to provide training during the implementation of the ATM/CRM at sites on the operations such as cash loading, Journal collection etc.
F. Infrastructure readiness: The Bidder will also perform the site inspection as identified by the Bank and suggest the activities required for implementation of ATM/ CRM & UPS
G. Support Management for ATM delivery project: Support Management basis is expected to be offered as a part of solution for entire contract period. End to end Service Support should be provided by the bidder. The selected vendor would ensure the availability of dedicated personnel at the KDCC Head office on 365 days basis during the contract period. Bidder has to ensure to deploy academically good, technically sound and competent personnel to handle smooth operations for the bank. The support management personnel will also be responsible to allocate the calls to their service engineer, liasioning with the link service provider, access ATM monitoring tool and generate reports, coordinate with bank’s ATM call center team and resolve the issue related to ATM & the related infrastructure. The deployment of resources per shift are mentioned below.
Timing Minimum no. of resources to be deployed per shift
7 am to 7 pm 7am to 10am :: 1 10am to 4pm:: 2 4pm to 7pm:: 1
(Total 2 resources)
6. TENDER DOCUMENT AND FEE
A complete set of tender document can be obtained from the following address during office hours on all working days on submission of a written application along with a non‐refundable fee of `5,000/‐ (Rupees Five Thousand Only) in the form of Demand Draft or Banker’s Cheque in favor of Kolhapur District Central Co‐operative Bank Ltd. payable at Kolhapur. The Chief Executive Officer Kolhapur District Central Co‐operative Bank Ltd. Head Office: 1092, E Ward, Shahupuri, Kolhapur.
Pin – 416001
Phone no: 0231 2531641 to 2531650, Fax no: 0231 2529997 E‐Mail: [email protected] / [email protected]
9
The tender document can be downloaded from the site of the Bank “www.kdccbank.com” Or can be directly purchased by the bidder from the Bank head Office from the above address of correspondence. The Bid value is non‐refundable and should be given in the form of Pay order or Demand draft.
7. EARNEST MONEY DEPOSIT
The Bidder(s) must submit Earnest Money Deposit in the form of demand draft / pay order / issued by a scheduled/Commercial bank (as per format provided in Annexure 06: Earnest Money Deposit) in favor of Kolhapur District Central Cooperative Bank ltd. payable at Kolhapur for an amount mentioned hereunder:
The EMD value of INR 10 lacs (INR 10,00,000).
The EMD of unsuccessful Bidders will be returned to them on completion of the procurement process. The EMD of successful Bidder(s) will be returned on submission of Performance Bank Guarantee.
The Earnest Money Deposit may be forfeited under the following circumstances:
I. If the Bidder withdraws its bid during the period of bid validity (180 days from the date of opening of the technical bid).
II. If the Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or misleading at any time prior to signing of contract and/or conceals or suppresses material information; and / or
III. In case of the successful Bidder, if the Bidder fails:
To sign the contract in the form and manner to the satisfaction of The Bank.
To furnish performance Bank Guarantee in the form and manner to the satisfaction of the Bank.
8. PERFORMANCE GUARANTEE
The Bank will require the selected Bidder to provide a Performance Bank Guarantee, within 15 days from the date of acceptance of the order or signing of the contract whichever is earlier, for a value equivalent to 10% of the cost of the contract for the tenure of 5 years of the contract period. The Performance Guarantee may renew year wise based on the reducing balance and should be valid for a period of 60 months and 3 Months additional as claim Period. Performance Guarantee shall be kept valid till completion of the project and warranty/AMC period. The selected Bidder shall be responsible for extending the validity date and claim period of the Performance Guarantee as and when it is due on account of non‐completion of the project and warranty period. In case the selected Bidder fails to submit performance guarantee within the time stipulated, The Bank, at its discretion, may cancel the order placed on the selected Bidder without giving any notice. Bank shall invoke the performance guarantee in case the selected Bidder fails to discharge their contractual obligations during the period or Bank incurs any loss due to Bidder’s negligence in carrying out the project implementation as per the agreed terms & conditions.
9. CLARIFICATION AND PRE‐BID MEETING
The prospective bidders may attend a pre‐bid meeting to be held as indicated in the Bid details ‐ Control Sheet. Up to a maximum of 2 (two) authorized representatives of each prospective bidder will be permitted to attend the pre‐bid meeting. The said meeting for the prospective bidders on technical clarifications would be held on 24/05/2017 at 2.00 PM at Kolhapur District Central Co‐operative Bank Ltd., Head Office, Kolhapur, Conference Room. Bidders are requested to send their queries relating to RFP to our office by e‐ mail/ fax / speed post / courier, well in advance (latest by 23/05/2017 up to 1.00 P.M.), so that the same could be discussed during the Pre‐Bid meeting with interested Bidders . Further, prior to the last date for bid submission, The Bank may, for any reason, whether at its own initiative or in response to clarification(s)
10
sought from the prospective Bidders, modify the RFP contents/covenants by amendment. Clarification /amendment, if any, will be notified on Bank’s website. No individual communication would be made in this respect. Further Bank reserves the right to change the dates, timings mentioned above or elsewhere mentioned in the RFP, which will be communicated by placing the same as corrigendum under Tender section on Bank’s web‐site.
10. SUBMISSION OF OFFER –TWO BID SYSTEM
Separate Technical and Commercial Bids duly sealed and superscribed “Quotation for Supply, Implementation & Maintenance of ATMs and Cash Recycler Machines – Technical Bid” and “Quotation for Supply, Implementation & Maintenance of ATMs and Cash Recycler Machines – Commercial Bid” shall be submitted as per bid details given in the RFP. Sealed separate envelopes carrying Technical Bid and indicative commercial bid should be put in a single sealed outer cover duly sealed and superscribed “Quotation for Supply, Implementation & Maintenance of ATMs and Cash Recycler Machines” be dropped/submitted at the Bank’s address (refer control sheet table) on or before the date and time mentioned in Bid Detail‐ Control Sheet Table. Any Bid received by the Bank after deadline for submission of Bids prescribed, will be rejected and returned unopened to the Bidder. The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un‐amended printed literature. All responses including commercial and technical bids would be deemed to be irrevocable offers/proposals from the vendors and may if accepted by the Bank form part of the final contract between the Bank and the selected Vendor. Vendors are requested to attach a letter from an authorized signatory attesting the veracity of information provided in the responses. Unsigned responses would be treated as incomplete and are liable to be rejected. Any technical or commercial bid, submitted cannot be withdrawn / modified after the last date for submission of the bids unless specifically permitted by the Bank. In case, due to unavoidable circumstances, the Bank do not award the contract within 180 days from the last date of the submission of the bids, and there is a possibility to award the same within a short duration, the Vendor would have the choice to maintain the bid security with the Bank or to withdraw the bid and obtain the security provided. The Vendor may modify or withdraw its offer after submission, provided that, the Bank, and prior to the closing date and time receives a written notice of the modification or withdrawal prescribed for submission of offers. No offer can be modified or withdrawn by the Vendor subsequent to the closing date and time for submission of the offers. It is mandatory to submit the technical details in the formats in given in Annexure /Appendices, given along with this document duly filled in, along with the offer. The Banks reserve the right not to allow / permit changes in the technical specifications and not to evaluate the offer in case of non‐submission of the technical details in the required format or partial submission of technical details. Each offer should specify only a single solution, which is cost‐effective and meeting the tender specifications. It is the responsibility of the Vendor to decide the best suitable solution. The Bank is not responsible for any assumptions or judgments made by the vendors for arriving at any type of sizing or costing. The Bank at all times will benchmark the performance of the Vendor to the RFP documents circulated to the vendors and the expected service levels as mentioned in these documents. In the event of any deviations from the requirements of these documents, the Vendor must make good the same at no extra costs to the Bank, in order to achieve the desired service levels as well as meeting the requirements of these documents. The prices quoted by the Vendor shall include all costs such as, taxes, levies, cess, excise and custom duties, installation, insurance etc. that need to be incurred. The prices quoted will also include transportation to respective sites, insurance till supervision, commissioning and final acceptance by the Bank. Any delay in installation of the hardware for whatsoever reason should not entail in expiry of insurance and the same should be continued to be extended up‐to the date of installation and acceptance of the hardware and other infrastructure by the Bank. The price payable to the Vendor shall be inclusive of carrying out any modifications changes / upgrades to the Environment or other software or equipment that is required to be made in order to
11
comply with any statutory or regulatory requirements or any industry‐wide changes arising during the subsistence of this agreement, and the Bank shall not pay any additional cost for the same. Though the equipment would be at the Bank premises, Vendor shall be responsible for the installation, implementation and acceptance testing and the ownership would not have transferred to the Bank at this stage. Hence the Vendor should bear the risk of loss and any damages and therefore insure the equipment till acceptance testing, and final acceptance by the Bank. The vendor needs to provide details of Taxes for each component, as part of commercial bid. In case of any variation (upward or down ward) in Government levies / taxes / cess / excise / custom duty etc. up‐to the date of invoice, the benefit or burden of the same shall be passed on or adjusted to the Bank. If the Vendor makes any conditional or vague offers, without conforming to these guidelines, the Bank will treat the prices quoted as in conformity with these guidelines and proceed accordingly. Local entry taxes or octroi whichever is applicable, if any, will be paid by the Bank on production of relative payment receipts / documents. Necessary documentary evidence should be produced for having paid the customs / excise duty, sales tax, if applicable, and or other applicable levies. “Variation” would also include the introduction of any new tax /cess /excise. Any inter‐lineation, erasures or overwriting shall be valid only if they are initialed by the person signing the Bids. The Bank reserves the right to reject bids not conforming to above. All envelopes must be super scribed with the following information: Name of Bidder Offer Reference Type of Offer (Technical or Commercial) ENVELOP‐I (Technical Offer): The Technical Offer should be completed in all respects and contain all information asked for in the exact format of technical specifications given in the RFP, except prices. The technical response consist of index / table content of proper page numbering. The Technical Offer must not contain any price information. The Bank, at its sole discretion, may not evaluate a Technical Offer in case of non‐submission or partial submission of technical details. Any decision of The Bank in this regard shall be final, conclusive and binding upon the Bidder. ENVELOP‐II (Commercial Offer):
The indicative commercial Bid should contain all relevant price information and should not contradict the
Technical Offer in any manner. To arrive at the final rate, Bank shall undertake the evaluation mechanism as detailed under the section of Bid Evaluation.
Note: a. If the outer cover / envelop is not sealed and super scribed as required, The Bank will assume no responsibility
for bid’s misplaced or premature opening. b. If any inner cover /envelop is found to contain both technical and commercial bids that bid will be rejected
summarily. c. If any outer envelope is found to contain only the technical Bid or Commercial Bid, it will be treated as
incomplete & will be liable for rejection. d. If financial bid is not submitted in a separate sealed envelope duly marked as mentioned above, this will
constitute grounds for declaring the bid non‐responsive.
11. ERASURES OR ALTERATION
The Bid should contain no alterations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections should be duly stamped and initialed / authenticated by the person/(s) signing the Bid. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially/conclusively responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of the bid.
12
12. LANGUAGE OF BID
The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and The Bank shall be in English language only.
13. BID OPENING
The date of bid opening will be communicated to the bidders through email. The bids of all the bidders will be accessed based on the bidding format as defined under the sections above in the RFP document. The following will be checked on the date of Bid opening:
I. Both the bids to be submitted in a single envelope or box and should be completely sealed II. Bank will collect the bid Money and the EMD III. Bank to check both the bids ‘technical’ and ‘Commercial’ in the right format as defined and both the
documents should be completely sealed IV. Bank will initiate the process of Eligibility evaluation – Annexure 08 and the Technical evaluation
subsequently as per the Annexure 09. Bids of Eligible bidders will be evaluated for Technical evaluation wherein the Bank will evaluate the technical and techno functional response to the RFP of the Bidders who are found eligible as per the eligibility criteria mentioned in the RFP
V. Technically qualified bidders will have their commercial bids opened.
Eligibility Bid
I. Table of Contents (list of documents enclosed)
II. 1 copy of the Annexure 8. III. Other required credentials and documents with pages properly numbered. The Eligibility Bid should
be bound in such a way that the sections of the proposal could be removed and separated easily;
IV. 1 compact disk (CD) containing the soft copy should be provided.
V. Bidder should submit Commercial rate CD in the same commercial envelop only.
VI. The signed copy of the RFP and subsequent addendums
VII. The Bid security/EMD. VIII. The application money.
Technical Bid
I. Table of Contents (list of documents enclosed)
II. 1 copy of the technical proposal with pages properly numbered. The technical proposal should be bound in such a way that the sections of the proposal could be removed and separated easily;
III. 1 compact disk (CD) containing the soft copy of technical proposal should be provided
IV. A masked copy of the entire price bid (Appendix 01‐ Bill of materials) after masking the prices (i.e. without mentioning any price) should accompany the technical proposal. The solutioning details like make/model/configuration/quantity etc. must be detailed.
Commercial Bid
I. Table of contents(list of documents enclosed)
II. 1 hard copy of the commercial proposal. Filled in (i.e. with prices) Appendix 01‐ Bill of materials)
III. 1 compact disk (CD) containing the soft copy of the commercial proposal. (To be submitted in the sealed
envelope of commercial bid.)
Please note that if any envelope is found to contain both technical and commercial offer, then that offer will be rejected outright.
13
The Vendor should certify that the contents of the CD’s are the same as that provided by way of hard copy.
Letter format given in Annexure 01: Conformity Letter. In the event of a discrepancy, details provided in the hard
copy will be true. The Bank’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself, without recourse to extrinsic evidence.
14. CONTRACT PERIOD
The Bank will establish a contract for 5 years from the date of signing the contract with the finally selected bidder.
15. SERVICE AVAILABILITY
The ATM services for the bank need to be available on a 24 hour cycle. The ATM’s/CRM’s needs to be able to offer
customer services at all point in time. The definition of Service outage is defined in the section of Service level
Agreement defined under the Annexure ‐ 10 16. TRANSACTION DEFINITION
Successful transaction – the initiated transaction at the ATM should hit the switch and then connect to the core
banking environment through the interfacing. Any error or time out in the event will be treated unsuccessful for
Bank’s own clients whereas for other Bank’s client including that of sponsored bank, the initiated transaction
should hit the switch.
Non‐financial transaction – Will be treated as successful in the event of the query transaction hitting the switch.
17. PAYMENT TERMS
The Bank will have the following payment terms towards the selected bidder:
ATM & CRM Hardware: For all IT related hardware which includes of ATM/CRM:
50% of the payment on successful installation of the products and thereby taking a sign off on the installation report of the Bank
40% on successful completion of the ATP (Acceptance testing) by the Bank
10% after the end of the two months from the date of successful ATP signoff
Software: Software, would entail all applications pertaining to monitoring software and the call center solution management, Operating systems for the servers if supplied any including the OS of the ATM machines
50% of the software payment would be made on successful delivery and installation of the software thereby taking a client signoff
50% of the residual payment would be made by the Bank at the end of the first quarter from the date of successful signoff for event one
14
Facility Management: Quarterly payment would be made at the end of each quarter in arrears. The services covered would be part of the management services to successfully run the ATM delivery channel environment.
AMC/ATS: The AMC/ATS cost will be paid quarterly in advance.
Customization and Parameterization (if any): Customization and Parameterization payment would be made based on the following:
Successful Closure of 90% of show stopper cases and thereby uploading the function in the production environment by taking signoff from the client would allow the bidder to claim 70% of the customization cost as provisioned
Successful closure of residual 10% of show stopper cases and thereby uploading the function in the production environment by taking signoff from the client would allow the bidder to claim 30% of the customization cost as provisioned
18. INSURANCE
The insurance shall be for an amount equal to 100% of the total value of equipment’s on "all risks" basis, including war risks and theft and robbery clauses, valid for a period up to the delivery of the equipment’s in the Bank shared addresses and would remain valid until the successful User acceptance testing, supervision of commissioning and acceptance of the equipment’s by the Bank; and the Price offer shall be on a fixed price basis. In addition to the insurance policies taken by the Vendor with respect to the transportation of the equipment as set out above, the Vendor shall maintain adequate professional liability and an all risk Insurance for the aggregate of all deliverables and services to be rendered by virtue of Core Banking Project and shall provide to the Bank copies of such policy of insurance and evidence that the premiums have been paid. The Vendor shall procure appropriate insurance policies of the limits acceptable to the Bank for damage to Bank premises, Bank’s property, data or loss of life, which may occur as a result of or in the course of performing the Vendors obligations under the RFP. The Vendor also warrants and represents that it shall keep all their respective directors, partners, advisers, agents, representatives and or employees adequately insured in respect of business travel in India and further agrees to provide to the Bank copies of such policy of insurance and evidence that the premiums have been paid.
19. WARRANTY
I. The Products supplied by the bidder shall carry minimum 36 months Comprehensive on‐site warranty covering total equipment from the date of acceptance. The bidder Warranty and AMC terms & conditions shall cover the total equipment, including spare replacements along with OS, system software etc. procured from the bidder, Minimum 24/7 support by Comprehensive Onsite Maintenance support. Warranty and AMC terms shall also cover the task of configuring/re‐configuring operating system, other hardware/software resources, Operating System Hardening, Loading of the other system software procured either from the bidder or it’s consortium partner or any other vendor, Hard Disk Configuration, Performance tuning, dispensing machines, all internal parts of the systems, Loading & configuring operating system updates, integrating with the other hardware procured by the bank and any other tasks related to Hardware & System Software Management.
II. In the case of authorized/ channel partners, Warranty and AMC shall also include the cost for the back to
15
back arrangement with OEM for maintenance of spares, providing support services, updates, if any required. Terms of Service Level Agreement, if any, are to be specified.
III. Besides general warranty support, critical support details should be furnished. The successful bidder shall be agreeable to enter in to Service Level Agreement with the Bank covering Warranty & AMC terms and conditions. Besides the above, the bidder shall extend the warranty terms & conditions, if any available by default or extended by OEM, with the product from OEM.
IV. Cash Dispensers / Recycler Machine and other equipment supplied by the bidder shall carry a free comprehensive, onsite warranty for a minimum period of Three (3) Years and AMC for next Two (2) Years from 4th year to 5th Year.
V. UPS Systems including Batteries shall carry a free comprehensive, onsite warranty for a minimum period of Three (3) Years and AMC of UPS Systems including Batteries for next Two (2) Years from 4th year to 5th Year. During warranty and AMC period all parts of UPS including transformer, DC/ AC filtering capacitors are to be covered.
VI. During the warranty/ AMC period selected bidder shall visit the branches once in a quarter for maintenance support and should submit the report to Bank.
VII. During Warranty and AMC period all parts of Cash Dispensers are to be covered. The Bidder shall submit the details of parts not covered during Warranty and AMC period, along with Bid documents.
VIII. CDs / CRMs (including all major components like Printers, Card readers, VSS, PC and components, Mother Boards, Monitor, Pin Pad etc. other than consumables like paper, ribbon, and rollers) shall carry a free comprehensive, onsite warranty for a minimum period of Three (3) Years and AMC for next Two (2) Years.
IX. The bidder warrants that the Goods supplied under the Contract are new, unused and shall have no defect arising from design, materials or workmanship.
X. The bidder has to submit the confirmation as per “ANNEXURE 03: MANUFACTURER AUTHORISATION FORM” that for the subsequent AMC the bidder is taking the AMC support from the OEMs.
XI. Third party warranty certificate/s should be provided to the Bank. However, the responsibility of comprehensive Warranty/AMC period lies primarily with the CDs / CRMs bidder only.
XII. The Bidder will provide a Single point of contact with whom the bank will coordinate for the warranty/AMC. The bank may log a call with the bidder by phone, fax, email or any other manner the bank desires.
XIII. Bidder shall conduct preventive maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the Equipment and necessary repairing of the Equipment) at such intervals (minimum once in a quarter) as may be necessary from time to time to ensure that the equipment is in efficient running condition so as to ensure trouble free functioning.
XIV. All engineering changes generally adopted hereafter by the Bidder for equipment similar to that covered by this agreement, shall be made to the equipment at no cost to the Bank.
XV. Qualified maintenance engineers totally familiar with the equipment shall perform all repairs and maintenance service described herein.
XVI. The Bank shall maintain a register at its site in which, the Bank's operator/ supervisor shall record each event of failure and / or malfunction of the equipment. The bidder’s engineer shall enter the details of the action taken in such register. Additionally every time a preventive or corrective maintenance is carried out, the bidder’s engineer shall make effect in duplicate, a field call report which shall be signed by him and thereafter countersigned by the Bank's official. The original of the field call report shall be handed over to the Bank's official.
XVII. The bidder shall provide replacement equipment if any equipment is out of the premises for repairs.
16
20. CONSORTIUM
Vendors may form a consortium and bid for the RFP, as it is the Bank expectation to implement the most appropriate hardware and software products and maintain policies and procedures to serve the Bank. However, in this case the Bank will deal with only the Vendor as a single point of contact who shall have the sole responsibility for the entire assignment irrespective of the fact that it is only the part of the consortium. Each consortium shall name the Vendor who shall have the single point responsibility for the consortium in their bid responses. The Vendor is proposing (as part of the solution) some products, which are not owned by the Vendor; the Vendor is proposing (as part of the solution) some services which are provided on behalf of another Vendor; or the Vendor is proposing a product on behalf of another Vendor. The Vendor is required to provide proof that the Vendor is authorized to bid with the products that it does not own. This may be in the form of a (copy of) letter authorizing the Vendor from a duly constituted attorney and / or a (copy of) back‐to‐back agreement between the concerned parties. The responsibility for the details presented in the responses will be with the Vendor, which will form part of the final legal contract. The Vendor will be totally responsible for delivering contractual services end to end and will be a single point of contact; and the responsibility for the commercial bid lies with the Vendor. The Bank would only deal with one party (the Vendor) on all commercial and legal matters. The consortium vendors cannot change once the technical and financial bid has been submitted in response to the RFP by the Vendor except as may be required by the Bank. It is expressly clarified that even in the case of a Consortium; the selected Vendor shall have the single‐point responsibility/liability to ensure the fulfilment of all obligations of the Vendor under the contract.
21. OWNERSHIP, GRANT AND DELIVERY
The Vendor shall procure and provide a non‐exclusive, non‐transferable, perpetual license to the Bank for all the software to be provided as a part of this project. The Bank can use the software at any of their branches and locations without restriction and use of software by service providers on behalf of the Bank would be considered as use thereof by the Bank and the software should be assignable / transferable to any successor entity of the Bank.
The license shall specifically include right:
A. To Use. (i) to use the executable code version of the Software and all Enhancements, Updates and New Versions made available from time to time solely for business operations of the Bank;
(ii) to use the Program Documentation for purposes of installing or operating the Programs and supporting the use of the Software by the Bank; (iii) to use the technical Training Materials for purposes of supporting Users.
B. To Copy. (i) to copy the Software that operates on server systems to support the maximum number of Users (ii) to make additional copies of the Program Material for archival, emergency back‐up, testing, or disaster recovery purposes; and (iii) to copy the Program Documentation to support its Users.
C. To work as interface: (i) to work with other Application Software packages at the Bank as interface; (ii) to allow other application software packages at the Bank to work as interfaces to the Software. If such interfacing requires any modification or change to the Software, such modification or change has to be carried out by the Vendor free of any additional License charge or fees or expenses.
Delivery: The Vendor, at the time of installation shall deliver to the Bank required copies of the object code version of the Software and the associated Program Documentation including operation manual and training material. The Vendor, after customization shall deliver to the Bank required copies of the object code version
17
of the customized Software and the associated Program Documentation including operation manual and training material. The Vendor, after modifications, updates or new versions shall deliver to the Bank required copies of the revised object code version of the latest Software and the revised associated Program Documentation including operation manual and training material. The Program Documentation shall consist of required number of User Manuals per branch/service center/ office / Data Center and Disaster Recovery Center. The program documentation shall be supplied by the Vendor to the Bank both in hard copy form except where hard copies are not available and soft copy form (MS word format and HTML Browser format). The operational manual shall be provided by the Vendor under help menu in the software as dynamic online documentation / help files, wherever applicable. The object code version of the Software, executables and required run‐time files shall be on Compact Disc or on any such media as desired by the Bank as may be applicable.
D. The grant of license by the vendor herein shall be for processing the internal business of the Bank or its permitted affiliates and does not, without limitation, include the rights to reverse engineer, reverse compile or otherwise arrive at the source code of the Software nor does it include the rights to sell, lease, license, sublicense or otherwise transfer, convey or alienate the software for commercial consideration to any person.
(i) Except as specifically agreed by and between Vendor and Bank, the ownership of all rights, title and interest, including without limitation, all patents, copy right, trade secrets and any other form of intellectual property rights in and to software, any derivative works thereof and enhancements thereto are and shall at all times remain with the vendor or its Licensors and be the sole and exclusive property of the vendor or its Licensors. The Bank acknowledges and agrees that nothing contained in this Agreement shall be construed as conveying by the vendor or its licensor’s title or ownership interest in any licensed software or any derivative works thereof and enhancements thereto. Nothing contained herein shall be construed to preclude the vendor from owning, using, improving, marketing, including without limitation, licensing to other persons any and all licensed software.
E. Rights: The Vendor shall ensure that the equipment (including hardware and software) does not infringe third party intellectual property rights. If the a third party's claim endangers or disrupts the Bank use of the software, the Vendor shall be required to, at no further expense, charge, fees or costs to the Bank, (i) obtain a license so that the Bank may continue use of the equipment in accordance with the terms of this Agreement and the license agreement; or (ii) modify the equipment without affecting the functionality in any manner so as to avoid the infringement; or (iii) replace the equipment with a compatible, functionally equivalent and non‐infringing product; or (iv) refund to the Bank the amount paid for the infringing software and bear the incremental costs of procuring a functionally equivalent equipment from a third party, provided the option under the sub clause (iv) shall be exercised by the Bank in the event of the failure of the vendor to provide effective remedy under options (i) to (iii) within a reasonable period which would not affect the normal functioning of the Bank. The vendor shall have no liability for any claim of infringement based on (i) a claim which continues because of Bank failure to use a modified or replaced software that is at least functionally equivalent to the software, or the Bank failure to use corrections, fixes, or enhancements made available and implemented by the vendor, despite notice of such failure by the vendor in writing, (ii) any change, not made by or on behalf of the vendor, to some or all of the software/deliverables supplied by the vendor or modification thereof; or (iii) the Bank continued misuse of some or all of the software/deliverables or any modification thereof despite notice from the vendor of such misuse in writing.
22. COMPLIANCE WITH LAWS
Compliance with all applicable laws: The Vendor shall undertake to observe, adhere to, abide by, comply with and notify the Bank about all laws in force or as are or as made applicable in future, pertaining to or applicable to them, their business, their employees or their obligations towards them and all purposes of this tender and shall indemnify, keep indemnified, hold harmless, defend and protect the Bank and their employees/officers/staff/ personnel/representatives/agents from any failure or omission on its part to do so and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from.
Compliance in obtaining approvals/permissions/licenses: The Vendor shall promptly and timely obtain all such
18
consents, permissions, approvals, licenses, etc., as may be necessary or required for any of the purposes of this project or for the conduct of their own business under any applicable Law, Government Regulation/Guidelines and shall keep the same valid and in force during the term of the project, and in the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend, protect and fully compensate the Bank and their employees/ officers/ staff/ personnel/ representatives/agents from and against all claims or demands or liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising therefrom and the Bank will give notice of any such claim or demand of liability within reasonable time to the vendor.
23. INDEMNITY
The bidder shall, at its own cost and expenses, defend and indemnify the bank against all third‐party claims including those of the infringement of intellectual property rights, including patent, trademark, copyright, trade secret or industrial design rights, arising from the performance of the contract. The bidder shall expeditiously meet any such claims and shall have full rights to defend itself therefrom. If the bank is required to pay compensation to a third party resulting from such infringement etc., the bidder will bear all expenses including legal fees. Bank will give notice to the bidder of any such claim and shall provide reasonable assistance to the Bidder in disposing of the claim. The bidder shall also be liable to indemnify the bank, at its own cost and expenses, against all losses/damages, which bank may suffer on account of violation by the bidder of any or all applicable national/ international trade laws. This liability shall not ensue if such losses/ damages are caused due to gross negligence or willful misconduct by the bank or its employees. Vendor shall be responsible for any loss of life, etc., due to acts of Vendor’s representatives, and not just arising out of gross negligence or misconduct, etc., as such liabilities pose significant risk. Vendor should take full responsibility for its and its employee’s actions. The vendors should indemnify the Bank (including its employees, directors or representatives) from and against claims, losses, and liabilities arising from:
Non‐compliance of the vendor with Laws / Governmental Requirements
IP infringement
Negligence and misconduct of the Vendor, its employees, and agents
Breach of any terms of RFP, Representation or Warranty
Act or omission in performance of service.
The vendor shall not indemnify the Bank for
Any loss of profits, revenue, contracts, or anticipated savings or
Any consequential or indirect loss or damage however caused, provided that the claims against customers, users and service providers of the Bank would be considered as a “direct” claim.
19
24. ACCEPTANCE TESTS
The selected Bidder in presence of the Bank authorized officials will conduct acceptance test at the site. The test will involve customization, commissioning and successful operation and configuration of the hardware, software, and other equipment. No additional charges shall be payable by the Bank for carrying out these acceptance tests. All equipment’s will pass into the ownership of the bank only after successful acceptance of the equipment by the bank.
25. ORDER CANCELLATION
The Bank reserves the right to cancel the contract placed on the selected Bidder and recover expenditure incurred by The Bank under the following circumstances:‐
i. The selected Bidder commits a breach of any of the terms and conditions of the bid and fails to meet 99% uptime.
ii. The Bidder goes into liquidation, voluntarily or otherwise. iii. An attachment is levied or continues to be levied for a period of seven days upon effects of the bid. iv. If the selected Bidder fails to complete the assignment as per the time lines prescribed in the RFP and the
extension if any allowed, it will be a breach of contract. The Bank reserves its right to cancel the order in the event of delay and forfeit the bid security as liquidated damages for the delay.
v. If deductions of account of liquidated damages exceeds more than 10% of the total contract price. vi. In case the selected Bidder fails to deliver the quantity as stipulated in the delivery schedule, The Bank
reserves the right to procure the same or similar product from alternate sources at the risk, cost and responsibility of the selected Bidder.
vii. The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected Bidder, including the pending bills and/or invoking The Bank guarantee under this contract.
viii. The Bank reserve its right to cancel the order in the event of one or more of the following situations, that are not occasioned due to reasons solely and directly attributable to the Bank alone:
ix. Delay in customization / implementation / takeover of services beyond the specified period that is agreed in the contract that will be signed with the successful vendor.
x. Serious discrepancy in the quality of hardware / software expected during the implementation, rollout and subsequent maintenance processes
In case of cancellation of order, any payments made by the Bank to the Vendor as advance would necessarily have to be returned to the Bank with interest @15% per annum, further the Vendor would also be required to compensate the Bank for any direct loss suffered by the Bank due to the cancellation of the contract. The payment made against any delivery of materials will not be considered in this case and the payment made against the service rendered by the vendor will not be considered in this case. This is after repaying the original amount paid.
26. CONSEQUENCES OF TERMINATION
In the event of termination of the Contract due to any cause whatsoever, [whether consequent to the stipulated term of the Contract or otherwise], The Bank shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the Service(s) which the Bidder shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow the next successor Bidder to take over the obligations of the erstwhile Bidder in relation to the either completion of incomplete work if any & execution/continued execution of the scope of the Contract.
In the event that the termination of the Contract is due to the expiry of the term of the Contract, a decision not to
20
grant any (further) extension by The Bank , the Bidder herein shall be obliged to provide all such assistance to the next successor Bidder or any other person as may be required and as The Bank may specify including training, where the successor(s) is a representative/personnel of The Bank to enable the successor to adequately provide the Service(s) hereunder, even where such assistance is required to be rendered for a reasonable period that may extend beyond the term/earlier termination hereof.
Nothing herein shall restrict the right of The Bank to invoke the Performance Bank Guarantee and other guarantees, securities furnished, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to The Bank under law or otherwise.
The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after such termination.
27. PUBLICITY
Any publicity by the Vendor in which the name of the Bank is to be used should be done only with the explicit written permission of the Bank.
28. LIQUIDATED DAMAGES
Inability of the Vendor to meet the required agreed services at optimum performance level, timelines as specified would be treated as breach of contract and would invoke the clause of Liquidated damages. The proposed rate of penalty/ liquidated damages would be INR 20,000 per week of delay or non‐compliance, with respect to delay in delivery of the ATM/CRM systems.
Inability of the proposed solution to deliver the required functionality at performance levels expected at the specified volumes would result in breach of contract and would invoke the Liquidated damages clause. The proposed rate of Liquidated damages would be 0.5 % of the value of affected service or product, per week of non‐compliance to the performance levels, for that particular service or product, subject to an upper limit of 10% of value of affected service or product. The liquidated damages will be subject to an overall cap of 10% of the contract value. Thereafter, the contract may be cancelled and amount paid if any as advance, will be recovered with 0.75% interest per month.
Any short shipment or non‐delivery of site hardware or its components within the timelines will attract a liquidated damages of 0.50% per day, for each day of delay, of the value of the hardware. All branch ATM/CRM components should be delivered before 7 days of the branch going live.
Notwithstanding what is mentioned hereinabove or anywhere else in the tender, the maximum amount that may be levied by way of liquidated damages shall on no account exceed 10 % of the Total Contract value and the contract value will be determined at the time of contract finalization.
21
29. CONFIDENTIALITY
“Confidential Information” means any and all information that is or has been received by the Vendor (“Receiving Party”) from the Bank (“Disclosing Party”) and that:
a) relates to the Disclosing Party; and
b) is designated by the Disclosing Party as being confidential or is disclosed in circumstances where the Receiving Party would reasonably understand that the disclosed information would be confidential or
c) Is prepared or performed by or on behalf of the Disclosing Party by its employees, officers, directors, agents, representatives or consultants.
Without limiting the generality of the foregoing, Confidential Information shall mean and include any information, data, analysis, compilations, notes, extracts, materials, reports, drawings, designs, specifications, graphs, layouts, plans, charts, studies, memoranda or other documents, or materials relating to the licensed software, the modules, the program documentation, the source codes, the object codes and all enhancements and updates, services, systems processes, ideas, concepts, formulas, methods, know how, trade secrets, designs, research, inventions , techniques, processes, algorithms, schematics, testing procedures, software design and architecture, computer code, internal documentation, design and function specifications, product requirements, problem reports, analysis and performance information, business affairs, projects, technology, finances (including revenue projections, cost summaries, pricing formula), clientele, markets, marketing and sales programs, client and customer data, appraisal mechanisms, planning processes etc. or any existing or future plans, forecasts or strategies in respect thereof.
d) “Confidential Materials” shall mean all tangible materials containing Confidential Information, including, without limitation, written or printed documents and computer disks or tapes, whether machine or user readable.
e) Information disclosed pursuant to this clause will be subject to confidentiality for the term of contract plus two years.
f) Nothing contained in this clause shall limit vendor from providing similar services to any third parties or reusing the skills, know‐how and experience gained by the employees in providing the services contemplated under this clause, provided further that the vendor shall at no point use the Bank confidential information or Intellectual property.
The Receiving Party shall, at all times regard, preserve, maintain and keep as secret and confidential all Confidential Information and Confidential Materials of the Disclosing Party howsoever obtained and agrees that it shall not, without obtaining the written consent of the Disclosing Party:
Disclose, transmit, reproduce or make available any such Confidential Information and materials to any person, firm, Company or any other entity other than its directors, partners, advisers, agents or employees, sub‐contractors and contractors who need to know the same for the purposes of maintaining and supporting the Software provided as a part of Core Banking Project. The Receiving Party shall be responsible for ensuring that the usage and confidentiality by its directors, partners, advisers, agents or employees, subcontractors and contractors is in accordance with the terms and conditions and requirements of this RFP; or
Unless otherwise agreed herein or in the contract, use any such Confidential Information and materials for its own benefit or the benefit of others or do anything prejudicial to the interests of the Disclosing Party or its customers or their projects.
Upon discovery of any unauthorized disclosure or suspected unauthorized disclosure of Confidential Information, promptly inform the Disclosing Party of such disclosure in writing and immediately return to the Disclosing Party all such Information and materials, in whatsoever form, including any and all copies thereof.
22
30. VENDOR’S LAIBILITY
The Vendors aggregate liability in connection with obligations undertaken as a part of the ATM Delivery Channel Project regardless of the form or nature of the action giving rise to such liability (whether in contract, tort or otherwise), shall be at actual and limited to the value of the contract. The Vendors liability in case of claims against the Bank resulting from misconduct or gross negligence of the Vendor, its partners, its employees and subcontractors or from infringement of patents, trademarks, copyrights or such other Intellectual Property Rights or breach of confidentiality obligations shall be unlimited.
The Bank shall not be held liable for and is absolved of any responsibility or claim/litigation arising out of the use of any third party software or modules supplied by the Vendor as part of this RFP. If in any case Bank is held liable the vendor should make good the same, including expenses incurred for legal action.
In no event shall either party be liable for any indirect, incidental or consequential damages or liability, under or in connection with or arising out of this agreement or the hardware or the software delivered hereunder, howsoever such liability may arise, provided that the claims against customers, users and service providers of the Bank would be considered as a direct claim.
31. GUARANTEES Vendor should guarantee that the software and allied components used to service the Bank are licensed and legal. All hardware and software must be supplied with their original and complete printed documentation.
32. FORCE MAJEURE
The Vendor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if any to the extent that its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, "Force Majeure" means an event explicitly beyond the reasonable control of the Vendor and not involving the Vendor's fault or negligence and not foreseeable. Such events may include, Acts of God or of public enemy, acts of Government of India in their sovereign capacity and acts of war. If a Force Majeure situation arises, the Vendor shall promptly notify the Bank in writing of such conditions and the cause thereof within fifteen calendar days. Unless otherwise directed by the Bank in writing, the Vendor shall continue to perform Vendors obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. In such a case the time for performance shall be extended by a period (s) not less than duration of such delay. If the duration of delay continues beyond a period of three months, the Bank and the Vendor shall hold consultations in an endeavor to find a solution to the problem.
23
33. RESOLUTION OF DISPUTES
The Bank and the supplier Vendor shall make every effort to resolve amicably, by direct informal negotiation between the respective project directors of the Bank and the Vendor, any disagreement or dispute arising between them under or in connection with the contract.
If the Bank project director and Vendor project director are unable to resolve the dispute after thirty days from the commencement of such informal negotiations, they shall immediately refer the dispute to the senior authorized personnel designated by the Vendor and Bank respectively. If after thirty days from the commencement of such negotiations between the senior authorized personnel designated by the Vendor and Bank, the Bank and the Vendor have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution through formal arbitration.
All questions, disputes or differences arising under and out of, or in connection with the contract or carrying out of the work whether during the progress of the work or after the completion and whether before or after the determination, abandonment or breach of the contract shall be referred to arbitration by a sole Arbitrator: acceptable to both parties OR the number of arbitrators shall be three, with each side to the dispute being entitled to appoint one arbitrator. The two arbitrators appointed by the parties shall appoint a third arbitrator who shall act as the chairman of the proceedings. The award of the Arbitrator shall be final and binding on the parties. The Arbitration and Conciliation Act 1996 or any statutory modification thereof shall apply to the arbitration proceedings and the venue of the arbitration shall be Kolhapur
If a notice has to be sent to either of the parties following the signing of the contract, it has to be in writing and shall be first transmitted by facsimile transmission by postage prepaid registered post with acknowledgement due or by a reputed courier service, in the manner as elected by the Party giving such notice. All notices shall be deemed to have been validly given on (i) the business date immediately after the date of transmission with confirmed answer back, if transmitted by facsimile transmission, or (ii) the expiry of five days after posting if sent by registered post with A.D., or (iii) the business date of receipt, if sent by courier.
This RFP document shall be governed and construed in accordance with the laws of India. The courts of Kolhapur alone and no other courts shall be entitled to entertain and try any dispute or matter relating to or arising out of this RFP document. Notwithstanding the above, the Bank shall have the right to initiate appropriate proceedings before any court of appropriate jurisdiction, should it find it expedient to do so.
Exit Option and Contract Re‐Negotiation
The Bank reserves the right to cancel the contract in the event of happening one or more of the following events; but not limited to,
– Failure of the successful bidder to accept the contract and furnish the Performance Guarantee within 10 days of receipt of purchase order;
– Delay in offering equipment for pre‐delivery Inspection;
– Delay in delivery beyond the specified period;
– Delay in completing installation / implementation and acceptance tests / checks beyond the specified periods;
– Serious discrepancy in hardware noticed during the pre‐dispatch factory inspection; and
– Serious discrepancy in functionality to be provided or the performance levels agreed upon, which have an impact on the functioning of the Bank.
In addition to the cancellation of purchase contract, Bank reserve the right to appropriate the damages through encashment of Bid Security / Performance Guarantee given by the Vendor.
Notwithstanding the existence of a dispute, and/or the commencement of arbitration proceedings, the Vendor will be expected to continue the facilities management services. The Bank shall have the sole and absolute discretion to decide whether proper reverse transition mechanism over a period of 6 to 12 months, has been complied with. In the event of the conflict not being resolved, the conflict will be resolved through Arbitration.
The Bank and the Vendor shall together prepare the Reverse Transition Plan. However, the Bank shall have the sole decision to ascertain whether such Plan has been complied with.
Reverse Transition mechanism would typically include service and tasks that are required to be performed /
24
rendered by the Vendor to the Bank or its designee to ensure smooth handover and transitioning of Bank deliverables, maintenance and facility management.
34. CORRUPT AND FRAUDULANT PRACTICES
As per Central Vigilance Commission (CVC) directives, it is required that Bidders / Suppliers / Contractors observe the highest standard of ethics during the procurement and execution of such contracts in pursuance of this policy: “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of values to influence the action of an official in the procurement process or in contract execution AND “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of contract to the detriment of the Bank and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non‐competitive levels and to deprive the Bank of the benefits of free and open competition. The Bank reserve the right to reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. The Bank reserve the right to declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing the contract.
35. EVALUATION METHODOLOGY
The evaluation will be a three stage process. The stages are: Eligibility Bid evaluation ‐ The bank will evaluate the vendors as per the eligibility criteria mentioned in the relevant section and only those bidders will be eligible for the technical evaluation process Technical Bid evaluation ‐ The Technical Evaluation will be conducted in the T1‐L1 model with weighted evaluation. The Score card would be used for technical Bid evaluation as defined under Annexure 09. The technical qualification cut – off for opening of the commercial bid opening would be 70% (70 marks out of 100). Vendors scoring below the same would not be considered for commercial bid opening. In the event only one vendor qualifies the Bank will have the right to place the order with the single qualified vendor. In the event no vendor technically qualifies (i.e. all are below 70%) then the bank may choose to select the vendor with the highest score. The Bids of the eligible bidder will be evaluated in a quantitative manner as per the technical evaluation criteria mentioned in the relevant section and only those bidder who gain 70% marks will be eligible for commercial evaluation. The marks gained in the technical evaluation will be given a weight of 70%. Commercial Bid evaluation ‐ The bank will assess the commercial bids for their completeness and once satisfied, the bank will hold a reverse auction for the commercial evaluation. Based upon the prices of the vendors as discovered in the commercial evaluation those prices will be weighted by 30%. The total of the technical and commercial scores will used to arrive at the H‐1 through the process of Weighted Evaluation
a. Computation Weighted Evaluation: This will be a Techno‐commercial and accordingly the Technical evaluation will have 70% and the Commercial evaluation shall have 30% weight age. This weight‐age shall be taken into consideration for arriving at the Successful Bidder. The evaluation methodology vis‐à‐vis the weight‐ages are as under: A score (S) will be calculated for all qualified bidders using the following formula:
Minimum Quote X 30 + Technical Score X 70
Highest Commercial Quote Highest Technical Score
C stands for nominal price quoted; C (low) stands for the price quote of the lowest Nominal bid. T stands for
25
technical evaluation score and T (high) stands for the score of the technically highest bidder. X is equal to 0.7.
#
Bidder
Technical Evaluation Marks (T)
Nominal Bid Price (T/Thigh)
* 0.70 (Clow/C)* 0.30
Score (S)
(`C`)
1 ABC 95 71 1.00* 0.70 0.845* 0.30
0.953 = 0.70 = 0.253
2 XYZ 85 65 0.894*0.70 0.923* 0.30
0.901 = 0.6258 = 0.276
3 UVW 80 60 0.842*0.70 1.00 *0.30 =
0.889 = 0.589 0.30
In the above example, C low is 60 and T high is 95.
In the above example, ABC, with the highest score becomes the successful bidder. Bank reserves the right to negotiate the price with the finally short listed bidder before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other bidder.
b. Other Terms and Conditions: The Bank reserves the right to extend the contract beyond the contract period with mutually agreed terms and at negotiated cost. In the event the bidder has not quoted for any mandatory or optional items as required by the Bidder and forming a part of the RFP document circulated to the Bidders and responded to by the Bidders, the same will be deemed to be provided by the Bidder at no extra cost to the Bank.
Right to Alter Quantities – The Bank reserves the right to alter the requirements specified in the Tender. The Bank also reserves the right to delete one or more items from the list of items specified in the Tender. The Bank will inform all Bidders about changes, if any. The Bidder agrees that the Bank has no limit on the additions or deletions on the items for the period of the contract. Further the bidder agrees that the prices quoted by the Bidder would be proportionately adjusted with such additions or deletions in quantities.
The Vendor is responsible for managing the activities of its personnel or the personnel of its subcontractors/franchisees and will be accountable for both. The Vendor shall be vicariously liable for any acts, deeds or things done by their employees, agents, contractors, subcontractors, and their employees and agents, etc. which is outside the scope of power vested or instructions issued by the Bank. Vendor shall be the principal employer of the employees, agents, contractors, subcontractors etc. engaged by Vendor and shall be vicariously liable for all the acts, deeds or things, whether the same is within the scope of power or outside the scope of power, vested under the purchase contract to be issued for this Tender. No right of any employment shall accrue or arise, by virtue of engagement of employees, agents, contractors, subcontractors etc. by the Vendor, for any assignment under the purchase contract to be issued for this Tender. All remuneration, claims, wages, dues etc. of such employees, agents, contractors, subcontractors etc. of Vendor shall be paid by Vendor alone and the Bank shall not have any direct or indirect liability or obligation, to pay any charges, claims or wages of any of Vendor’s employee, agents, contractors, and subcontractors, etc. The Vendor shall hold the Bank, its successors, Assignees and Administrators fully indemnified and harmless against loss or liability, claims, actions or proceedings, if any, that may arise from whatsoever nature caused to the Bank through the action of its employees, agents, contractors, subcontractors etc. However, the Vendor would be given an opportunity to be heard by the Bank prior to making of a decision in respect of such loss or damage.
26
Annexure 01: Conformity letter
Kolhapur District Central Co‐operative Bank Ltd. ____________________________________________________________________________________________
Conformity with Hardcopy Letter
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017 Date: _________________
The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur. Pin – 416001
Sir,
Sub: End to End ATM solution project
Further to our proposal dated _______________, in response to the Request for Proposal (Bank’s tender No. hereinafter referred to as “RFP”) issued by Kolhapur District Central Co‐operative Bank Ltd. (“Bank”) we hereby covenant, warrant and confirm as follows:
The soft‐copies of the proposal submitted by us in response to the RFP and the related addendums and other documents including the changes made to the original tender documents issued by the Bank, conform to and are identical with the hard‐copies of aforesaid proposal required to be submitted by us, in all respects.
Yours faithfully,
Signature Name Designation
27
Annexure 02: Pre Bid Query Format Kolhapur District Central Co‐operative Bank Ltd.
____________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017 Date: ____________________
The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur. Pin – 416001
Sub: Comments on the Terms & Conditions, Services and Facilities provided:
The pre bid queries should be submitted as per below mentioned format:
Sr.
No. Page #
Point /
Section #
Clarification point as stated
in the tender document Comment/ Suggestion/ Deviation
1
2
3
4
5
6
7
8
9
Yours faithfully,
Signature
Name Designation Date
28
Annexure 03: Manufacturer Authorization Form (MAF) Kolhapur District Central Co‐operative Bank Ltd.
____________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017 Date: ____________________
The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur. Pin – 416001
Sir,
Sub: End to End ATM / CRM Solution project
We, _________________________ who are established and reputable manufacturers of _______________________________ having factories at __________________ do hereby authorize __________________ to submit a Bid and negotiate and conclude a contract with you for supply of equipment manufactured by us against the Request for Proposal received from your bank by the Vendor and we have duly authorized the Vendor for this purpose.
We hereby extend our guarantee and warranty as per terms and conditions of the RFP and the contract for the equipment and services offered for supply against this RFP by the above‐mentioned Vendor, and hereby undertake to perform the obligations as set out in the RFP in respect of such equipment and services.
We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract. We further certify that, in case the authorized distributor/ system integrator is not able to meet its obligations as per contract during contract period, we, as the OEM, shall perform the said obligations with regard to their items through alternate & acceptable service provider.
Yours faithfully,
Signature
Name Designation
29
Annexure 04: Performance Bank Guarantee Kolhapur Central Co‐operative Bank Ltd.
____________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017 Date: _________________________
The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur. Pin – 416001
Sub: Performance Bank guarantee
Issue Date:
Dear Sir,
Guarantee Amount: INR [______________] (Indian Rupees ______________________________________ Only)
WHEREAS:
A. Reference is made to the Master Contract dated __________ day of ___________ executed between Kolhapur District Central Co‐operative Bank Ltd. and ___________________________, for the implementation of ATM Solution project in Kolhapur District Central Co‐operative Bank (the “Agreement”); B. Pursuant to the aforesaid arrangement, ____ is required to provide a Performance Bond in the form of a bank guarantee in the amount of INR [____________________] (Indian Rupees
__________________________________________________________________________ Only) (the “Guarantee”) to Kolhapur District Central Co‐operative Bank and C. At the request of the ______, and for valid consideration, we have agreed to provide such a Guarantee.
NOW THEREFORE, we hereby affirm that we, [details of Bank] (the “Bank”), as primary obligors, shall be responsible and liable to Kolhapur District Central Co‐operative Bank , on behalf of ___________, in accordance with the terms of this Guarantee, as follows: For the period commencing on the date hereof until [____________] (the “Expiry Date”), we hereby irrevocably and unconditionally undertake and bind ourselves, our successors and assigns, to pay Kolhapur District Central Co‐operative Bank , upon Kolhapur District Central Co‐operative Bank first written demand, declaring _________ to be in default under the Agreement and without demur, any sum or sums up to an aggregate amount of INR [___________________]/‐ (Indian Rupees [_____________________________________________] Only). Such written claim or demand shall be conclusively binding upon us for all purposes under this Guarantee. We agree that any changes, modifications, additions or amendments which may be made to the Agreement, or in the work to be performed there under, or in the payments to be made on account thereof, or any extensions of time for the performance or other forbearance on the part of
30
________ or Kolhapur District Central Co‐operative Bank Ltd. to the other or to any other guarantor of the obligations of either of them, shall not in any way release us from our continuing liability hereunder and we expressly waive our rights to receive notice of any such changes, modifications, additions, amendments, extensions or forbearance.
We further agree that any payment made hereunder shall be made free and clear of and without deductions for or on account of any present or future taxes, levies, imposts, duties, charges, fees, deductions or withholdings of any nature whatsoever and by whomsoever imposed. Notwithstanding anything stated hereinabove, this Guarantee is valid until the Expiry Date after which date the Guarantee will become null and void irrespective of whether or not the Guarantee is returned to us for cancellation. Any claim made under this Guarantee must be in writing and delivered to the bank’s office at [put details of branch] in India on or before one month after the Expiry Date, which is [_______________]. A claim must state the date on which the cause of action arose. A claim will be valid only if the cause of action mentioned in the claim is a date on or before the Expiry Date.
This Guarantee shall be governed by and interpreted under the laws of India.
Notwithstanding anything contained hereinabove:
1. Our liability under this bank guarantee shall not exceed INR _________ (Rupees __________ only).
2. This bank guarantee shall be valid up to ________.
3. It is a condition to our liability for payment of the guaranteed amount or any part thereof arising under this bank
guarantee that we receive a valid written claim or demand for payment under this bank guarantee on or before one
month after the expiry date failing which our liability under the bank guarantee will automatically cease
Executed at __________________on this ________ day of _________________
Authorized Signatories
Signature _______________________
Name of Officers ___________________ (In Block capitals)
Designation of the Officers Code No. _____________
Name of the Bank and Branch address Address of the Controlling Office of the Bank
31
Annexure 05: Self declaration for Blacklisting Kolhapur District Central Co‐operative Bank Ltd.
____________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017
Date:
The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur. Pin – 416001
Dear Sir
Sub: Self declaration for Black‐list
We hereby declare that we have not been black‐listed by any Co‐operative Bank, Public
Sector Bank, RBI, State Government or Central Government body or ministry.
Signature Name Designation Date
Note: This should be submitted in the bidder’s letter head and signed by the authorized signatory.
32
Annexure 06: Earnest Money Deposit Kolhapur District Central Co‐operative Bank Ltd.
____________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017
Date: The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur.
Pin – 416001 Dear Sir
Subject: Earnest Money Deposit
We, having our registered office at (hereinafter referred to as “the Bidder”) have submitted its proposal and response dated (hereinafter referred to as “Bid”) for the supply of all the requirements described in the Request for Proposal along with its amendments/annexures and other ancillary documents (hereinafter referred to as “RFP”) as issued by Kolhapur District Central Co‐operative Bank Ltd,
1. That the BIDDER is hereby submitting the security deposit of Rs. 10,00,000/‐(Rupees Ten Lakhs) vide [demand draft / pay order / issued by a scheduled/Commercial bank] bearing No. ______dated [drawn on/ issued by] _ (Hereinafter referred to as “Earnest Money Deposit”) favoring ‘Kolhapur District Central Co‐operative Bank’ for consideration of the Bid of the above mentioned Bidder.
2. The Bidder hereby specifically acknowledges and agrees that the Bidder has furnished his Bid on the understanding and condition that, if the Bidder:
a) Withdraws its Bid prior to the validity period of the Bid for any reason whatsoever or
b) Fails to accept and sign the contract as specified in this document for any reason whatsoever; or
c) Fails to provide the performance guarantee within 15 days from the date of placing the order by Kolhapur District Central Co‐operative Bank or signing of the contract, whichever is earlier, for any reason whatsoever.
Kolhapur District Central Co‐operative Bank Ltd. has the right to forfeit the entire Earnest Money Deposit amount merely on the occurrence of one or more of the foregoing events without demur or a written demand or notice to the Bidder.
3. The Bidder understands, agrees and acknowledges that the Earnest Money Deposit will be refunded to the unsuccessful bidders only after acceptance of the “Letter of Intent” by the successful bidder. The bidder also agrees and acknowledges that the Earnest Money Deposit shall be returned to the successful Bidder upon furnishing of Performance Bank Guarantee.
33
4. The Bidder undertakes that it will not cancel the Earnest Money Deposit referred to above till the Bidder is returned the Earnest Money Deposit from Kolhapur District Central Co‐operative Bank L t d . in accordance with the foregoing conditions.
5. The Bidder represents and warrants that the Bidder has obtained all necessary approvals, permissions and consents and has full power and authority to issue this Earnest Money Deposit and perform its obligations hereunder, and the Bidder has taken all corporate, legal and other actions necessary or advisable to authorize the execution, delivery and performance of this Earnest Money Deposit. The absence or deficiency of authority or power on the part of the Bidder to issue this Earnest Money Deposit or any irregularity in exercise of such powers shall not affect the liability of the Bidder under this Earnest Money Deposit.
Yours faithfully,
Signature
Name:
Designation:
Date:
34
Annexure 07: Authorization letter format
Kolhapur District Central Co‐operative Bank Ltd. ____________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017 Date:
The Chief Executive Officer
Head Office: 1092, E Ward, Shahupuri, Kolhapur.
Pin – 416001 Dear Sir
Dear Sir,
Sub: Authorization Letter
Ref: You’re RFP No: This has reference to your above RFP for implementation of ATM solution.
Mr. /Miss/Mrs. _______________________________________ is hereby authorized to sign as authorized signatory for all the documentation on behalf of our organization. The relevant Power of attorney authorizing _______________________ is attached herewith.
The specimen signature is attested below: _________________________________ Specimen Signature of Representative __________________________________ Signature of Authorizing Authority _________________________________
Name of Authorizing Authority
35
Annexure 08: Eligibility Criteria
Kolhapur District Central Co‐operative Bank Ltd. ________________________________________________________________________________________
Ref:IT/Tender/2017‐18/001 Dated 17‐May‐2017
Date:
Sl. No Eligibility Description Compliance(Yes / No)
Comments
(Reference document )
1 Bidder should be in existence in India for minimum of TWO years as on 31.03.2017
2 The bidder submitting the offer should be having a turnover of minimum Rupees Five Crore & above per year during last two years i.e. 2014‐2015 and 2015‐2016. Copies of the last two financial years’ audited balance sheets should be submitted along with the offer.
3 Bidder should have reported net profit for last
2 financial years (2014‐2015 and 2015‐2016).
4 Bidder or its consortium partner should have prior experience in supply, configuration & support of network components such as Router, WAN links, UPS for at least 100 branches of a single bank in Maharashtra during last three years.
5
Bidder should have ISO9001:2000 certification or current version
6
The proposed OEMs for ATM/CRM & UPS should have its support team permanently deployed in the district of Kolhapur.
36
Sl. No Eligibility Description Compliance(Yes / No)
Comments
(Reference document )
7
The production unit / factory of the brand of ATM/CRM being quoted should be ISO 9001:2000 certified. If the production units are outside India, it should meet equivalent international standards
8 As on RFP issue date, bidder should not have been black listed by any Financial Institutions / Banks in India. An undertaking to this effect must be submitted in their letter head
9 The Bidder or its consortium should have supplied, installed and managed at least 50 number of ATMs / CRMs in the period of last three years for at least one Bank in India.
10
The proposed OEM should have installed at least 500 ATM/CRM in the state of Maharashtra during the last 3 years
11 The bidder or consortium partner should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. An authorization letter from manufacturer to this effect should be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer would provide the same.
12 The bidder should also have own service team apart from OEM
37
Annexure 09: Technical Scoring Chart
Kolhapur District Central Co‐operative Bank Ltd. ___________________________________________________________________________________________
RFP No.: IT/Tender/2017‐18/001 Date:
Annexure 09 ‐ Vendor Scoring chart
Sl. No.
Description Maximum Score
Scoring Mechanism Credentials
A. Credential strengths
1.1
Has been involved as a Solution Integrator for ATM in a scheduled commercial / Cooperative Bank in India
10
4 marks against one credential, 8 marks against 3 credentials, 10 marks against more than 3 credentials
Written credentials/ Purchase Order along with proof of implementation from reference Banks.
1.2 The proposed OEM should have installed at least 500 ATM/CRM in India during the last 3 years
10
4 marks against 500 installation 8 marks against 1000 installation 10 marks against more 1500 installations
1.3
Bidder or its consortium partner should have executed order for at least 100 ATMs/ CRMs in India during last three years for at least one single Bank in India
10
4 marks against one credential, 8 marks against 3 credentials, 10 marks against more than 3 credentials
1.4
Bidder or it’s consortium partner should have expertise in implementing and facility management of ATM Call Centre in a Cooperative Bank in India
10 5 marks against one credential, 10 marks against more than one credentials
Total 40
B. Technical Compliance
1.1
Hardware compliance as per
Annexure 11: Minimum Technical Specifications
10
Total 10
38
C. Reference / Site visit Evaluation
1.1 Reference ATM / CRM site visit (minimum 2 customers)
15
1.2 Reference site visit for ATM call Centre
10
1.3
Solution presentation (Overall project framework including comprehensive approach to the scope of work, resource mobilization, project delivery mechanism, assumptions considered, Project milestones and timeframe)
25
Total 50
Grand Total 100
Note
1. The cutoff criteria of the above is 70 marks.
2. This is for vendor’s internal reference. Need not be submitted with Bid.
3. Vendors need to provide relevant credentials for all of the above points for scoring.
4. Bank has the right to reassign the vendor provided score in the functional RFP, before scoring. This can be based on the feedback from Technical and Functional Demonstration etc...
5. The solution as demonstrated will be scored on a pre‐set questionnaire.
6. The product technical architecture supporting documentation etc., describing the various technical parameters need to be provided.
7. The proposed FM plan as part of vendor proposal will be evaluated.
8. The overall proposal implementation methodology, adherence to project plan etc. will be evaluated.
39
Annexure 10: Service Level Agreement
Kolhapur District Central Co‐operative Bank Ltd. ___________________________________________________________________________________________
Ref: IT/Tender/2017‐18/001 Dated 17‐May‐2017 Date: Service Levels
This Schedule describes the service levels that have been established for the Services offered by the System Integrator to the Bank. The Bidder shall monitor and maintain the stated service levels to provide quality customer service to bank’s customers.
1. Response may be telephonic or onsite.
2. The availability metrics for network infrastructure mentioned in this document applies to all Vendor supported network components.
3. Typical Resolution time will be applicable only if equipment or Infrastructure is down.
4. Service Levels should be complied with irrespective of the customizations that the applications would
undergo during the tenor of the Contract.
5. The penalty calculation for support services will be as follows.
Uptime
Sl no
Services/ Hardware
Infrastructure Output
Calculation Periodicity Expected Uptime
Penalty
1 ATM & CRM
Availability of individual hardware for cash Deposit & Dispensing
Availability in %= (U – C – D)/ (U – C) Refer to the below definitions of the parameters.
System Scheduled Uptime (U)
Scheduled Downtime (C )
Unscheduled Downtime (D)
Monthly 99% For each 0.5% drop in availability, penalty shall be INR 2,000
2 UPS Uptime of individual UPS & its components
Availability in %= (U – C – D)/ (U – C) Refer to the below definitions of the parameters.
System Scheduled Uptime (U)
Scheduled Downtime
Monthly 99% For each 0.5% drop in availability, penalty shall be INR 1,000
40
Sl no
Services/ Hardware
Infrastructure Output
Calculation Periodicity Expected Uptime
Penalty
(C )
Unscheduled Downtime (D)
3 ATM monitoring solution & EJ pulling solution
Availability of normal services
Availability in %= (U – C – D)/ (U – C) Refer to the below definitions of the parameters.
System Scheduled Uptime (U)
Scheduled Downtime (C )
Unscheduled Downtime (D)
Monthly 99.5 For each 0.5% drop in availability, penalty shall be INR 10,000.
4 Network Links at EFT Switch Datacenter & KDCC HO
Uptime of individual links
Availability in %= (U – C – D)/ (U – C) Refer to the below definitions of the parameters.
System Scheduled Uptime (U)
Scheduled Downtime (C )
Unscheduled Downtime (D)
Monthly 99 % For each 0.5% drop in availability, penalty shall be INR 2,000
5 Network Links at ATM/CRM site
Uptime of individual links
Availability in %= (U – C – D)/ (U – C) Refer to the below definitions of the parameters.
System Scheduled Uptime (U)
Scheduled Downtime (C )
Unscheduled Downtime (D)
Monthly 98.5% For each 1% drop in availability, penalty shall be INR 1,000
6 Facility Management
Availability of resources in shift
In case resources are not available in shift the total no. of absent shift will be calculated.
Monthly ‐ For each absence double amount of shift charges will be deducted.
41
Resolution of Incident
Sl no Services/ Hardware
Typical Resolution timeline Penalty
1 ATM & CRM An ATM/CRM hardware is not able to perform successful transaction due to hardware/software issue
Resolution time:
Semi‐Urban: 2 hours
Rural: 4 hours
The rate of penalty will be Rs. 2,000 for every 1 hour of downtime post the resolution.
2 UPS UPS is not able to perform its operation
Resolution time:
Semi‐Urban: 2 hours
Rural: 4 hours
The rate of penalty will be Rs. 1,000 for every 1 hour of downtime post the resolution.
3 ATM monitoring solution & EJ pulling solution
The solutions are not able to
perform its operations due to its
configuration/software/hardware
problem.
Resolution time: 60 min
The rate of penalty will be Rs. 5,000 for every 1 hour of downtime post the resolution.
4 Network Links at EFT Switch Datacenter & KDCC HO
The links are down or fluctuating
resulting in link outage
Resolution time: 60 min
The rate of penalty will be Rs. 5,000 for every 1 hour of downtime post the resolution.
5 Network Links at ATM/CRM site
The links are down or fluctuating
resulting in link outage
Resolution time:
Semi‐Urban: 2 hours
Rural: 4 hours
The rate of penalty will be Rs. 1,000 for every 2 hour of downtime post the resolution.
For any other product, networking or service, the penalty will not exceed the value of the product, networking or service. However, total of such penalties shall not exceed 10% of the overall contract value. Thereafter the contract may be cancelled, and the amount paid if any, will be recovered with 1.25% interest per month.
KDCC shall be entitled to deduct the monthly penalty amount from the next payable invoice of the bidder.
42
Annexure 11: Minimum Technical Specifications Kolhapur District Central Co‐operative Bank Ltd.
___________________________________________________________________________________________ Cash Recycler Machine (CRM) Sr. No. Features Compliance
(Yes / No) Vendor Comments
1 Processor
1.1 2.5 GHZ Intel Core i5 or higher.
1.2 4 GB RAM or higher
1.3 1TG GB HDD / 2 x500 GB IDE/SATA HDD (minimum)
1.4 On‐board 10/100/1000 Mbps Speed LAN Card (IPV 6 Compliant)
1.5 DVD Writer – Internal / External 8x and above speed with controller card
1.6 Minimum 3 USB Ports
1.7 The CRM should be PA‐DSS complied
1.8 OS hardening. CRM should be adequately hardened and only white listed necessary services should run in the system. No malwares like Trojans, worms, Viruses etc. should affect the system.
2 Currency Chest
2.1 UL 291 Certified Secure Chest Level 1 ‐Certificate of conformance to be enclosed
2.2 Dual electronics combination lock of 6+6 digits with dual custody.
2.3 Alarm sensors for temperature status, vibration status and chest open status while sending signal/messages to Switch/Management Centre
2.4 All factory settings, including password for dual combination electronic lock should be changed at the time of handling over the machine and the same should be mentioned in the installation Report. This will be a pre‐requisite for release of payment.
3 Card Reader
3.1 Dip Smart card, Chip card and Magnetic Stripe card Reader with capability to reading track 1 & 2 i.e. EMV Level 1 and 2 compliance version 4.0 or later as certified
3.2 Conformance to RUPAY, VISA standards.
3.3 Conformance to MasterCard standards.
3.4 Dip Card Reader with anti‐skimming device installed and integrated with the card reader of the CDM. Details of the anti‐skimming technology /device to be enclosed. The bank is looking for a comprehensive skimming protection solution which achieves the following:‐ i) Senses unauthorized attachment of any device on the card reader module, ii) Sends the signal to switch and further to the Remote ATM Management Centre of the vendor iii) Capable of enabling the switch and/or Remote ATM Management Centre to put the machine Out‐Of‐Service as well as block the card reader from accepting any more card insertions.
3.5 CRM must also have biometric authentication capability with finger‐print reader as per Aadhaar specifications or any other regulatory specified database. It will be a default requirement of CDM (Hardware and Software).
43
Sr. No. Features Compliance (Yes / No)
Vendor Comments
3.6 Contactless Card integration capability
4 Customer Interface on CRM
4.1 Color LCD screen of minimum 15” or higher along with Touch & FDK Screen (Both touch screen and function keys are required)
4.2 Privacy filter, The CRMs should have privacy screen filter to enable the view of the CRM Screen only to the customer standing in front of the CRM.
4.3 Rugged, spill proof Triple DES enabled keyboard with polycarbonate tactile / stainless steel recessed (EPP Pin Pads) keys. EPP keypads to be PCI and ADA compliant.
4.4 Braille stickers on all devices as per requirement to support visually challenged.
4.5 Multi lingual Screen support for customer display apart from Hindi and English which will be provided by bank.
4.6 Earphone Jack
5 DES chip
5.1 Triple DES chip with encryption / verification / validation software
5.2 Support AES (Advanced Encryption Standard) in future without any additional hardware changes.
6 Receipt Printer
6.1 40 column Thermal printer
7 Security
7.1 Should be TRIPLE DES enabled
7.2 Keypad with Triple DES Encrypted PIN Pad. Pin Pad must be PCI and ADA compliant
7.3 CRMs should be equipped with PIN pad shields covering all three sides to avoid shoulder surfing or capture by the external camera
7.4 CRM should be provided with Firewall solution to facilitate blocking of malicious codes/traffic entering the CRM
7.5 CRMs should have rear view mirrors covering majority area of the ATM site
7.6 No cash retraction
8 Protocols
8.1 CRM must support the TCP/IP protocol.
8.2 Cost of integrating with Bank switch is the responsibility of bidder. Bank will not pay any additional cost for interface. Machines should be certified by switch at time of submission. Certification from switch vendor should be provided at the time of submission.
9 Remote Status Indicators
CRM should have remote status indicators including but not limited to below mentioned indicators:
9.1 Low paper
9.2 Low currency
9.3 Currency Cassette full
9.4 Divert bin Full
9.5 CRM out of service
9.6 Paper jam in printers
9.7 Printer fatal
10 CRM Surveillance / Monitoring Solution
10.1 One camera capturing face of the customer. Solution must be able to capture image of the customer approaching and performing transactions at
44
Sr. No. Features Compliance (Yes / No)
Vendor Comments
the CRM. The camera should be pilfering proof.
11 Bunch Note Accepting with capacity of 200 notes at one time and accepting all denominations Rs.50, Rs.100, Rs.500, Rs.2000 and or new currency as on when introduced by RBI
12 CRM should have template for all new variants of Rs.50, Rs.100, Rs.500 & Rs.2000 and or new template without additional cost.
13 Denomination‐wise sorting of the deposited currency notes
14 4 Recycling cassettes, one acceptance cassette (for genuine but non‐re‐issuable notes) and one separate Bin for counterfeit/suspect notes.
15 Each Cassette should have capability to hold notes of any Denominations. The cassettes should be configurable on the machine without any cost to Bank for 1.Deposit only 2.Dispense only 3. Deposit and Dispense. 4.Recycle
16 Cassettes capacity of 2500 notes or above
17 CRM should segregate Bank notes according to various categories of Bank Notes i.e.:‐ 1. Real Bank Note 2.Counterfeit Bank Note 3.Suspicious Bank Note 4. No Bank Note 5. Non‐recyclable notes. In the above mentioned cases, the note should be accepted/impounded/rejected as per the banks requirement.
18 Cassettes can be configured in any modes without any additional cost to the bank as: a) Deposit only, b) Dispense only c) Deposit & Dispense d) Recycle.
19 Storing & passing on image data for later processing
20 All Cassettes should have recycling capability in all denominations (50,100,500 & 1000), in case the Bank decides to use CRMs as CRM ’s
ATM
Sl. No. Feature Specifications Compliance Yes/No
Vendor Comments
1 Model Lobby MODEL CD compatible with any regulated Power Supply (Conventional UPS & Solar UPS). System should work on 230V 50 Hz supply Single Phase
2 Processor Intel/Atom/Pentium or any other equivalent with Clock speed 1.66 GHz or higher
3 Memory (RAM) 2 GB DDR2 or Higher (Upgradable to 4 GB)
4 Hard Disk Drive Minimum 250 GB x 2 SATA HDD
5 Internal DVD writer (R/W)
5.1 16x and above speed with controller Card
45
Sl. No. Feature Specifications Compliance Yes/No
Vendor Comments
5.2 The ATM must have necessary sensors to monitor Temperature Status, Vibration Status, Chest open status for sending Signal / Messages to Switch
6
Operating System & controlling software
6.1
Windows 7 or above with latest Service Pack. In case bidder is not able to provide Windows 7 then, version downgraded to Windows XP need to be provided. The Bidder should note that windows XP support is being withdrawn by Microsoft. Hence the bidder is responsible to enable Windows 7 before expiry of support at no additional cost to the Bank
6.2 Bidder should ensure that on up‐gradation, there should be no disruptions of service and there should not be any performance related issues faced
6.3
If the bidder is proposing Windows POS Ready 2009 then vendor should ensure that there will be no performance and functional related issues and if required the bidder will upgrade the system with windows 7 at a later date with no additional cost to the bank
6.4 Compatible with Oasis 1st Switch version 7.5 or Above.
6.5 VSAT, Leased Line, CDMA, ISDN Technology.Reversal Message of Transactions
6.6 Multilingual Software for Customer display apart from Hindi and English.
6.7 Remote Retrieval of Journal particulars electronically (EJ pulling) to any vendor of bank’s choice
6.8 Should support checking transactions for Hot Cards, Warm Cards, Expired Cards, Skimmed Cards, Account type & Service restriction
6.9 Online or Offline mode
6.10 100 Mbps Ethernet Controller
6.11 At least one serial port + one parallel port + minimum 3 USB (USB Port for copying EJ files) with at least 2 on the front side
6.12 Remote login facility for such utilities like Remote load of screens, to shutdown / start cash dispenser to make cash dispenser clear fitness etc.
6.13
Trace features (provide log file for all messages received and sent by Cash Dispenser. Especially in networked conditions, log should provide information from where the message is received and to which the message sent on their IP addresses)
6.14 ATM should be preloaded with XFS/equivalent software and should be capable of running multi‐vendor software without hardware & operating system changes
7 Currency chest
The external body should be in steel conforming to international standards like UL – 291 Level I & above & Certificate should be in force. Resistance to Fire/Water/Temperature. Provision for external Alarm system.
46
Sl. No. Feature Specifications Compliance Yes/No
Vendor Comments
8 Currency chest locking system
At a minimum, Dual Combination electronic locks to open the safe and audit trail without any hardware change. (Locking Mechanism to comply with Standards like UL 437 VDS Class etc.) (Mention Model).
9 Dispenser
9.1 Mention type of technology. Vacuum/Friction.
9.2 Mode : (Stack and present/bunch)
9.3 Single bill divert.
9.4 Can dispense old/new/mixed currency.
9.5 Delivery speed: not less than 4 per second.
9.6 Delivery notes it dispenses at a time. (should not be less than 40 notes at a time)
9.7 Note retraction facility / feature by CD should be disabled.
9.8 Capable of diverting non‐CD fit notes
10 Currency Cassette
10.1 Four Currency Cassettes.
10.2 Capacity should not be less than 2500 notes per cassette
10.3 Capable of Dispensing 50, 100, 500, 2000 notes.
10.4 All cassettes should be capable of dispensing all types of notes. Old/New/Mixed Currency
10.5 Latching facility is required for cassettes
10.6 Cassette shall be compatible for Cassette Swap implementation.
10.7 One purge Bin. Divert bin with lock and key
10.8 Should have sensor to send message low‐cash supply to the switch center. (Low media indication.)
10.9 Audio signal to confirm proper insertion of cassette.
11 Printers
11.1 Customer: Thermal Printer / Dot Matrix.
11.2 Journal : Thermal / DMP Printer to print audit trail as per the Bank's requirement
11.3 Auto paper cut facility to throw the receipt to the customer
11.4 Should support Local Language Printing.
11.5 Printer rolls should have sensor to indicate low supply to switch center. (Low Media Warning.)
11.6 Whether graphic image is supported.
12 Key Pad
12.1 16 Keys and above
47
Sl. No. Feature Specifications Compliance Yes/No
Vendor Comments
12.2 Type
12.3 Privacy in operation of keyboard with key guard
12.4 ATM should have Pin Pad Shield covering all three sides to avoid shoulder surfing or capture by the external camera.
12.5 Metallic stainless steel/Polycarbonate PIN Pad
12.6 ATMs must have PCI compliant Encrypting Pin Pad (EPP) and 3 DES double length keys for protecting the PIN data.
13 Operational Keys
Eight Keys
14 Card reader with EMV /PCI ‐DSS compliant
14.1 Dip Card Reader With media entry indicator, having capability to read magnetic strip track 1 & 2.
14.2 The card reader should also be ‘EMV’ Version 4 or later to handle VISA /Master/RuPay & any other Domestic & International Debit & Credit cards.
14.3 Hybrid Card reader technology Capable of reading both Smart and Magnetic Card i.e EMV compliant card readers.
14.4 Anti‐Skimming device
15 DES Chip
15.1 Triple DES enabled: 3 DES Chip with encryption and validation software.
15.2 Should hold all the hardware and software to enable at any time.
16 Display monitor
16.1 15” and above touch screen LCD / LED Color Monitor
16.2 Message display in multilingual : Local language, Hindi and English
16.3 Ability to add flash messages on welcome loop screens and all screens as requested by Bank
16.4 CDs to have the Privacy Screen filter to enable the view of the CD screen only to the customer standing in the front of the CD
17
Support to physically / visually challenged
17.1 Suitability for Visually challenged (with audio support).
17.2 Braille stickers on all devices as per requirements to support visually challenged
17.3 Suitable for wheel chair based operation for Physically challenged
18 EDJC Compatible for remote Electronic Data Capture of Journal
19 Protocols Should support TCP/IP or any other protocol introduced in future. Should support IPv6 also
48
Sl. No. Feature Specifications Compliance Yes/No
Vendor Comments
20 CD Cabin ET Should hold all the hardware for making above specified activities like processors/Ports/Netware Interface Cards etc
21 CD functionality
21.1 Should be mechanically and electrically capable of functioning 24x365 basis.
21.2 Should enable voice using software of Bank’s choice and should support for audio.
22 Power
22.1 Power and telecommunications cabling carrying data or supporting ATM services should be protected from interception or damage.
22.2 ATM vendors should follow stringent guidelines and best industry practices to protect the systems from unauthorized access and wire‐tapping
23
System hardening / Terminal security
23.1 All ATMs should be adequately hardened. Only white listed necessary services should run on the machines
23.2 No malware including viruses, worms & Trojans enter the machine and affect the CD and the network
23.3 All ATMs should be PA‐DSS Compliant.
24 Finger print reader
STQC certified finger print scanner for biometric enabled payment system in the fascia
25 Digital video surveillance
25.1 The CD shall be properly grouted as defined in scope of work. The Camera shall be pilfer proof.
25.2 The system shall capture the image of the cardholder while doing the transaction and the image shall have the clarity to identify the cardholder
25.3 The system shall be capable of motion activation.
25.4 The System should be able to store the images in a digital format for minimum 6 months at an average of 300 transactions per day.
25.5 The bidder will be responsible for maintenance activities like taking backup and image retrieval
25.6 The backups should be taken during preventive maintenance and supervised by the bidder
25.7 The media for backup will be provided by the bank.
25.8 The system should provide the necessary interface to view the stored images on hard disk or external media.
25.9 The system shall take care of extreme light conditions
25.10 The system must capture the image and the transactions with time stamp
25.11 The system shall provide for locating and retrieving an image or event by date and time, card number, transaction number and CDID.
49
Sl. No. Feature Specifications Compliance Yes/No
Vendor Comments
25.12 The hardware shall be integrated within the ATM
25.13 The solution must not degrade the performance of ATM e.g. speed of normal transaction
25.14 The image / video data stored on hard disk should be taken as backup during preventive maintenance on media provided by the Bank and handed over to the concerned branch.
25.15 There should not be any loss of data due to space constraint
25.16 The data backup is to be monitored to ensure that there will not be overwriting after the specified minimum period.
25.17 At no point of time cameras should focus on ATM key pad (mask must be implemented on the key pad area) and the camera images shall have timestamp by default.
26 Biometric kit for the ATMs
26.1 ATM configuration as above along with scanner and thumb / finger print scanning software.
26.2 ATMs should have functionality required for illiterate persons
26.3 Trilingual screen support and capable of Voice Guidance.
26.4 The ATM will be connected to the Switch. The switch will identify whether transaction is PIN based or Biometric
27 Environmental requirements
27.1 Operating temperature : 0 to 50 Degree C
27.2 Storage : ‐10 to 70 Degrees C
27.3 Relative Humidity : 10% to 90% non‐condensing
28 Rear view mirrors
28.1 Rear View Mirrors should allow ATM users to see what is happening behind him/her when they enter PIN to prevent shoulder surfing.
28.2 All ATMs should have rear mirrors covering majority area of the CD site
29.0 Others Implementation of directions/ guidelines/ best practices of RBI/ Govt/ IBA should be possible
30.1 Miscellaneous A Complete write‐up on the Security features on the Cash Dispensers shall be attached
30.2 Should be capable of Audio guidance in Ten languages (The required .WAV files to be provided by the Bank.)
30.3 The ATM should be capable to support Biometric functions and integrated with the Bank’s Biometric solution without any additional cost of the Bank.
30.4 The bidder shall provide required mesh to cover the holes available in the CD to prevent the dust / insects / rats / lizards entering into the CD / equipment.
30.5 The ATMs shall be properly grouted as defined in scope of work.
50
UPS
Sl. No. Component Details Compliance Yes / No
Vendor comments
1 Rating 2 X 3KVA
2 Technology On‐Line Double Conversion IGBT based DSP controlled with Automatic By‐Pass
3 Input System 220/230/240 VAC Single Phase, 2 wire and Ground
4 Input Voltage 160 – 280 VAC at full load , 110‐280V below 50% load
5 Input Frequency 40‐70Hz
6 Input Power Factor 0.99 to Unity
7 Output System 220/230/240 VAC Single Phase, 2 wire and Ground (User Selectable)
8 Output Voltage Regulation
+/‐ 1%
9 Output Frequency 50 Hz +/‐0.2 Hz
10 Output Power Factor 0.9
11 Voltage Harmonic Distortion (THD)
< 3%
12 Overload Capacity 130% 60sec then on bypass, 150% 10sec then on bypass
13 Output Waveform Pure Sinewave
14 Bypass Operating Voltage 80 – 265V
15 Crest Factor 3:01
16 Transfer Time 0 ms
17 Efficiency (AC to AC) >92%
18 Battery Type Sealed Maintenance Free Lead Acid Batteries
19 External Battery Voltage (DC Volt)
96V
20 Battery Test Programmable Automatic Test
21 Battery Management Automatic Backup time adjustment and protection against deep discharge
22 Backup Time 4 Hrs.
23 Charging Duration 90% of Battery capacity in 4hrs
24 Cold Start facility Without Main AC UPS can be put on provided batteries are in charged condition
25 Battery Charger Built‐in solid state float‐cum‐boost charger with automatic boost/trickle charge modes with current limit features
26 Over / Under Voltage Protection at I/P
Yes
27 Transformer Should have built in isolation transformer
51
Sl. No. Component Details Compliance Yes / No
Vendor comments
28 Short Circuit Protection The UPS shuts down and will not transfer to the bypass mode when short circuit occurs at the output of the UPS
29 After the short circuit removed the UPS will operate normally again. At short condition the fault LED will glow as a warning
30 To the users. Protection through MCB and advanced electronic circuitry.
31 Surge Protection IEC61000 – 4‐5 , Level 4
32 Indicators / Display User friendly Mimic panel, Multifunction LED display / LCD Display for UPS status, Battery Level, Load Level, Fault Line
33 Inverter, Bypass, Fault, Battery / Load. Input and output voltage, Input and output frequency, Load% and Battery%
34 Audible Alarm Mains Failure, Low Battery, Load on Bypass, Overload and Short Circuit
35 Operating Temperature 0 to 55 deg C, with inbuilt temperature sensor.
36 Relative Humidity 0 to 95%, non‐condensing
37 Audible Noise Less than 40 dBA at 1 mtr distance
38 Communication Interface RS232 / USB port for software interface , SNMP Compatible
39 Certification ISO 9001, ISO 14001 & CE Certification
Router‐ Data Center (Saraswat) & KDCC Head office
Sl no Specification Compliance (Yes/No) Vendor Comments
1 Router should have Minimum 2 x 10/100/1000 GE WAN port + 4 x 10/100 LAN ports with required accessories, cables and licenses
2 The Router should be capable of Handling at least 15mbps WAN Traffic.
3 Should be IPv4 and IPv6 enabled from day one
4 HSRP/VRRP, Static Routes, RIPv2, OSPFv2, OSPFv3, BGP, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunneling enabled from day one
5 IGMP v1/v2/v3, PIM‐DM, PIM‐SM, Source Specific Multicast (SSM) enabled from day one
6 Class‐based queuing, marking, policing and shaping
7 Should have provision of network performance monitoring features like delay, latency, jitter, packet loss etc.
8 Should have SNMPv1, v2 and v3, NTP, FTP/TFTP, SSH, TELNET
9 Should have AAA using RADIUS or TACACS /TACACS+
52
10 Should have Packet Filtering mechanism using access control lists.
11 should have DES, 3DES, AES encryption & MD5 authentication
12 Should have other IP Services like GRE tunneling, Standard ACL/Extended ACL, IPSec VPN, NAT features enabled from day one
13 Should have secure shell for secure connectivity
14 Should have console port and an external modem for remote management
15 Pre‐planned scheduled Reboot Facility, Configuration rollback
16 Real Time Performance Monitor – service‐level agreement verification probes/alerts
17 Should be 220V AC powered with 5A power cord bundled
ATM Site Router
Sl no Specification Compliance (Yes/No) Vendor Comments
1 Router should have Minimum 2 x 10/100 FE WAN/ADSL port + 4 x 10/100 LAN ports + USB slot with required accessories, cables and licenses
2 The Router should be capable of Handling at least 2mbps WAN Traffic.
3 Should be IPv4 and IPv6 enabled from day one
4 Static Routes, RIPv2, Policy based routing, IPv4 and IPv6 tunneling enabled from day one
5 IGMP v1/v2/v3, PIM‐DM, PIM‐SM, Source Specific Multicast (SSM) enabled from day one
6 Class‐based queuing, marking, policing and shaping
7 Should have provision of network performance monitoring features like delay, latency, jitter, packet loss etc.
8 Should have SNMPv1, v2 and v3, NTP, FTP/TFTP, SSH, TELNET
9 Should have AAA using RADIUS or TACACS /TACACS+
10 Should have Packet Filtering mechanism using access control lists.
11 should have DES, 3DES, AES encryption & MD5 authentication
12 Should have other IP Services like GRE tunneling, Standard ACL/Extended ACL, IPSec VPN, NAT features enabled from day one
13 Should have console port and an external modem for remote management
14 Pre‐planned scheduled Reboot Facility, Configuration rollback
15 Real Time Performance Monitor – service‐level agreement verification probes/alerts
16 Should be 220V AC powered with 5A power cord bundled
53
Annexure 12: Branch Details Kolhapur District Central Co‐operative Bank Ltd.
___________________________________________________________________________________________
Sr No. Branch Name Taluka ATM / CRM Location
1 Ajra Ajara CRM Semi Urban
2 Uttur Ajara ATM Rural
3 Gargoti Bhudargad CRM Semi Urban
4 Kadgaon Bhudargad ATM Rural
5 Koor Bhudargad ATM Rural
6 Kowad Chadgad ATM Rural
7 Chandgad Chandgad CRM Semi Urban
8 Turkewadi Chandgad ATM Rural
9 Gagan Bavada G.Bavada ATM Rural
10 Salvan G.Bavada CRM Rural
11 Gadhinglaj Gadhinglaj CRM Semi Urban
12 Halkarni Gadhinglaj Gadhinglaj ATM Rural
13 Gadhinglaj M.Y. Gadhinglaj ATM Semi Urban
14 Nesari Gadhinglaj ATM Rural
15 Ichalkaranji Main Hatkanangale CRM Urban Center
16 Pethvadgaon Hatkanangale CRM Semi Urban
17 Pattankodoli Hatkanangale ATM Semi Urban
18 Ichal. City Hatkanangale ATM Urban Center
19 Hupri Hatkanangale ATM Semi Urban
20 Hatkanangale Hatkanangale CRM Semi Urban
21 Murgud Kagal CRM Semi Urban
22 Senapati Kapashi Kagal ATM Rural
23 Kagal No 1 Kagal CRM Semi Urban
24 Bidri Kagal CRM Rural
25 Hamidwada Kagal ATM Rural
26 Parite Karveer ATM Rural
27 Laxmipuri Karveer ATM Urban Center
28 Kuditre Karveer ATM Rural
29 Rajarampuri Karveer ATM Urban Center
30 Bindu chowk Karveer ATM Urban Center
31 Z.P. Karveer ATM Urban Center
32 Gokulshirgaon Karveer ATM Rural
33 K.Bawada Karveer CRM Urban Center
34 Main Branch Karveer CRM Urban Center
35 Warananagar Panhala CRM Semi Urban
36 K.Kale Panhala CRM Rural
37 Panahala Panhala ATM Rural
38 Kotoli Panhala CRM Rural
39 Bajar Bhogaon Panhala ATM Rural
40 Padal Panhala ATM Rural
54
41 Radhanagari Radhanagri CRM Rural
42 Saravade Radhanagri ATM Rural
43 Tarle Radhanagri ATM Rural
44 Rashivade Radhanagri ATM Semi Urban
45 Shirgaon Radhanagri ATM Rural
46 Walve Radhanagri ATM Rural
47 Anaje Radhanagri ATM Rural
48 Malkapur Shahuwdi ATM Rural
49 Bambavade Shahuwdi CRM Rural
50 Sarud Shahuwdi ATM Rural
51 Jayasingpur Shirol CRM Semi Urban
52 Kurundwad Shirol CRM Semi Urban
53 Shirol Shirol ATM Semi Urban
54 Abdullat Shirol ATM Semi Urban
55 Dattwad Shirol ATM Rural
56 Takawade Shirol ATM Rural