questof proposal for middleware for payment … middleware tender ii.pdfrtgs/neft please refer to...
TRANSCRIPT
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
NOTICE INVITING TENDERS
The e-tenders are hereby invited on behalf of Haryana State Cooperative Apex Bank
Ltd under Two Bid System (Technical Bid and Financial Bid) for the following works
to be carried out from the eligible parties as per details given below:-
Tender Ref. No. EDP/2018-19/Middleware II
Description of Item Requestof Proposal for Middleware for Payment system application for RTGS/NEFT Services of HARCO Bank and 19 DCCBs in State
Earnest Money Rs. 1,00,000/-
Tender Fee Rs. 5000/-
(Non-refundable)
e-service Fees Rs. 1000/-
(Non –refundable)
Start date and time of Bid 29.12.2018
preparation & submission on e-
procurement portal
Last date and time for Bid 19.1.2019 (17:00 hrs)
preparation & submission by bidders
Date and time of Tender Opening 21.1.2019 (14:00 hrs)
(Technical Bid Part-I)
Date and time of Tender Opening To be decided later on
(Financial Bid Part-II)
Last date and time for Earnest Money 19.1.2019 (17:00 hrs)
Deposit (EMD) of Bid submission
Pre-bid meeting 7.1.2019 (12:00 hrs) The complete bidding documents, fee details, technical specifications and key
dates can be viewed / downloaded from the web sites
https://haryanaeprocurement.gov.in and www.harcobank.org.in Bid through any
other mode shall not be entertained. Please note that Managing Director, HARCO
Bank reserves the right to accept or reject the tendering process at any stage
without assigning any reason whatsoever.
Managing Director Haryana State Cooperative Apex Bank Ltd. 1
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
KEY DATES
Sr. Department Stage Bidder's Stage Start date and Expiry date No. Time and time
1
Tender Document Download and Bid Preparation/Submission
29.12.2018 19.1.2019 (17:00 hrs)
2 Technical Bid Opening 21.1.2019 (14:00 hrs)
3 Financial Bid Opening To be intimated later on
Important Note: Under this process, the Pre-qualification/ Technical online bid Application as well as online
Price Bid shall be invited at single stage under two covers i.e. PQQ/Technical & Commercial
Envelope. Eligibility and qualification of the Applicant will be first examined based on the
details submitted online under first cover (PQQ or Technical) with respect to eligibility and
qualification criteria prescribed in this Tender document. The Price Bid under the second cover
shall be opened for only those Applicants whose PQQ/ Technical Applications are responsive
to eligibility and qualifications requirements as per Tender document. • The Applicants/bidders have to complete ‘Application / Bid Preparation &
Submission’ stage on scheduled time as mentioned above. If any Applicant /
bidder failed to complete his / her aforesaid stage in the stipulated online
time schedule for this stage, his / her Application/bid status will be
considered as ‘Applications / bids not submitted’. • Applicant/Bidder must confirm & check his/her Application/bid status after
completion of his/her all activities for e-bidding. • Applicant/Bidder can rework on his/her bids even after completion of
‘Application/Bid Preparation & submission stage’ (Application/Bidder Stage),
subject to the condition that the rework must take place during the stipulated
time frame of the Applicant/Bidder Stage.
2
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
4.1 In the first instance, the online payment details of tender document fee + e-
Service and EMD & PQQ/Technical Envelope shall be opened. Henceforth
financial bid quoted against each of the item by the shortlisted bidder/
Agency wherever required shall be opened online in the presence of such
bidders/ Agency who either themselves or through their representatives
choose to be present. The bidder can submit online their bids as per the
dates mentioned in the schedule/Key Dates above.
4.2 The payment for Tender Document Fee and e-Service Fee shall be made by
eligible bidders online directly through Debit Cards & Internet Banking
Accounts and the payment for EMD can be made online directly through
RTGS/NEFT Please refer to ‘Online Payment Guideline’ available at the
Single e-Procurement portal of GoH (Govt. of Haryana) and also
mentioned under the Tender Document. 5. Intending bidders will be mandatorily required to online sign-up (create user account)
on the website https://haryanaeprocurement.gov.in to be eligible to participate in the
e-Tender. He / She will be required to make online payment of Rs. 1,00,000
towards EMD fee in due course of time. The intended bidder fails to pay EMD
fee under the stipulated time frame shall not be allowed to submit his / her
bids for the respective event / Tenders. 6. The interested bidders must remit the funds at least T+1 working day (Transaction day
+ One working Day) in advance i.e. on or before (19.1.2019 upto
1700hrs)andmake payment via RTGS /NEFT to the beneficiary account
number specified under the online generated challan. The intended bidder /
Agency thereafter will be able to successfully verify their payment online, and
submit their bids on or before the expiry date & time of the respective
events/Tenders at https://haryanaeprocurement.gov.in.
The interested bidders shall have to pay mandatorily e-Service fee (under
document fee – Non refundable) of Rs.1000/- (Rupee One Thousand Only) online by using
the service of secure electronic gateway. The secure electronic payments gateway is an
online interface between bidders & online payment authorization networks.
The Payment for document fee/ e-Service fee can be made by eligible bidders online directly through Debit Cards & Internet Banking.
The Bidders can submit their tender documents (Online) as per the dates mentioned in the key dates above. The bidders shall quote the prices in price bid format under Commercial Bid.
3
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM
These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.
7. Registration of bidders on e-Procurement Portal:-
All the bidders intending to participate in the tenders process online are
required to get registered on the centralized e - Procurement Portal i.e.
https://haryanaeprocurement.gov.in. Please visit the website for more
details.
8. Obtaining a Digital Certificate:
8.1 The Bids submitted online should be encrypted and signed electronically with
a Digital Certificate to establish the identity of the bidder bidding online.
These Digital Certificates are issued by an Approved Certifying Authority, by
the Controller of Certifying Authorities, Government of India.
8.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e.
Applicant’s PAN Card) and Address proofs and verification form duly attested
by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt
of the required documents, a digital certificate can be issued. For more
details please visit the website – https://haryanaeprocurement.gov.in.
8.3 The bidders may obtain Class-II or III digital signature certificate from any
Certifying Authority or Sub-certifying Authority authorized by the Controller
of Certifying Authorities or may obtain information and application format
and documents required for the issue of digital certificate from.
8.4 The bidder must ensure that he/she comply by the online available important
guidelines at the portal https://haryanaeprocurement.gov.in for Digital
Signature Certificate (DSC) including the e-Token carrying DSCs.
8.5 Bid for a particular tender must be submitted online using the digital
certificate (Encryption & Signing), which is used to encrypt and sign the data
during the stage of bid preparation. In case, during the process of a
particular tender, the user loses his digital certificate (due to virus attack,
hardware problem, operating system or any other problem) he will not be
able to submit the bid online. Hence, the users are advised to keep a backup
of the certificate and also keep the copies at safe place under proper
security (for its use in case of emergencies). 8.6 In case of online tendering, if the digital certificate issued to the authorized
user of a firm is used for signing and submitting a bid, it will be considered
equivalent to a no-objection certificate /power of attorney / lawful
authorization to that User. The firm has to authorize a specific individual
4
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
through an authorization certificate signed by all partners to use the digital
certificate as per Indian Information Technology Act 2000. Unless the
certificates are revoked, it will be assumed to represent adequate authority
of the user to bid on behalf of the firm in the department tenders as per
Information Technology Act 2000. The digital signature of this authorized
user will be binding on the firm.
9. In case of any change in the authorization, it shall be the responsibility of
management / partners of the firm to inform the certifying authority about
the change and to obtain the digital signatures of the new person / user on
behalf of the firm / company. The procedure for application of a digital
certificate however will remain the same for the new user. 10. The same procedure holds true for the authorized users in a private/Public
limited company. In this case, the authorization certificate will have to be signed by the directors of the company.
11. Pre-requisites for online bidding:
In order to operate on the electronic tender management system, a user’s
machine is required to be set up. A help file on system setup/Pre-requisite
can be obtained from Nextenders (India) Pvt. Ltd. or downloaded from the
home page of the website - https://haryanaeprocurement.gov.in.. The link
for downloading required java applet & DC setup are also available on the
Home page of the e-tendering Portal. 12. Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates)
for all the tenders floated through the single portal eProcurement system on
the Home Page at https://haryanaeprocurement.gov.in. 13. Download of Tender Documents:
The tender documents can be downloaded free of cost from the eProcurement portal https://haryanaeprocurement.gov.in
14. Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the
online Notice Inviting Tenders. The date and time shall be binding on all
bidders. All online activities are time tracked and the system enforces time
locks that ensure that no activity or transaction can take place outside the
start and end dates and the time of the stage as defined in the online Notice
Inviting Tenders.
5
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
15. Online Payment of Tender Document Fee, eService fee , EMD fees & Bid
Preparation & Submission (PQQ/ Technical & Commercial/Price Bid):
i) Online Payment of Tender Document Fee + e-Service fee:
The online payment for Tender document fee, eService Fee & EMD can be
done using the secure electronic payment gateway. The Payment for Tender
Document Fee and eService Fee shall be made by bidders/ Vendors online
directly through Debit Cards & Internet Banking Accounts and the Payment
for EMD shall be made online directly through RTGS / NEFT. The secure
electronic payments gateway is an online interface between contractors and
Debit card / online payment authorization networks. ii) PREPARATION & SUBMISSION Of online APPLICATIONS/BIDS:
Detailed Tender documents may be downloaded from e-procurement website
(https://haryanaeprocurement.gov.in) and tender mandatorily be submitted
online.
Scan copy of Documents to be submitted/uploaded for Prequalification or
Technical bid under online PQQ / Technical Envelope: The
requireddocuments (refer to DNIT) shall be prepared and scanned in
different file formats (in PDF /JPEG/MS WORD format such that file size is
not exceed more than 10 MB) and uploaded during the on-line submission of
PQQ or Technical Envelope.
FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online under Commercial Envelope and original not to be submitted manually)
16. ASSISTANCE TO THE BIDDERS:-
In case of any query regarding process of etenders and for undertaking
training purpose, the intended bidder can also avail the following and can
contact service provider as per below:
Office Timings of Help-desk support for Single e Procurement Portal
ofGovernment of Haryana- Technical Support Assistance will be available
over telephone Monday to Friday (09:00 am. to 5:30 pm) & Training
workshop will be conducted on every 1st, 2nd Wednesday (from 3:30 pm up-
to 5:00 pm).
All queries would require to be registered at our official email-
[email protected] for on- time support (Only those queries
whichare sent through email along with appropriate screenshots or error
6
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
description will be considered as registered with the Help-desk)
Important Note:-
1. Any intending bidder can contact the helpdesk on or before prior to 4 hours of
the scheduled closing date & time of respective e-Auction/ Tender event.
2. For queries pertaining to e-Payment of EMD, please contact the helpdesk at least 2 business
days prior to the closing date & time of e-Auction/Tender event. 3. Help-desk support will remain closed during lunch break i.e. from 1:30 PM up to
2:15 PM on each working day. Schedule for Training:
Training workshop will be held on 1st, 2nd Wednesday (from 3:30 pm upto 5:00
pm) of each month at following addresses:
Nextenders (India) Pvt. Nextenders (India) Nextenders (India) Pvt. Ltd.,
Ltd Pvt.Ltd. Public Health Nirman Sadan (PWD B&R),
Municipal Corporation Division No. 2 Plot No.- 01, Basement,
Faridabad, Near Hisar, Model Town Opp. DakshinMarg, Sec- 33 A,
B.K.Chowk, Opp. N.D Gupta Hospital, Chandigarh -160020
B.K.Hospital, NIT, Hisar For Support- 1800-180-
Faridabad Contact: 9034357793 2097,
Contact no. 0172-2582008-2009
9310335475
For Support Call – 1800-180-2097
Haryana eProcurement Help Desk Office will remain closed on Saturday Sunday and National Holidays
NOTE:-Bidders participating in online tenders shall check the validity of his/herDigital Signature Certificate before participating in the online Tenders at the portal https://haryanaeprocurement.gov.in. For help manual please refer to the ‘Home Page’ of the e-Procurement website at https://haryanaeprocurement.gov.in, and click on the available link ‘How to...?’ to download the file.
7
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
GUIDELINE FOR ONLINE PAYMENTS IN E-TENDERING
Post registration, bidder shall proceed for bidding by using both his digital
certificates (one each for encryption and signing). Bidder shall proceed to select
the tender he is interested in. On the respective Department’s page in the e-
tendering portal, the Bidder would have following options to make payment for
tender document & EMD:
A. Debit Card B. Net Banking C. RTGS/NEFT
Operative Procedures for Bidder Payments
A) Debit Card
The procedure for paying through Debit Card will be as follows.
i. Bidder selects Debit Card option in e-Procurement portal. ii. The e-Procurement portal displays the amount and the card charges to be
paid by bidder. The portal also displays the total amount to be paid by the bidder.
iii. Bidder clicks on “Continue” button iv. The e-Procurement portal takes the bidder to Debit Card payment
gateway screen. v. Bidder enters card credentials and confirms payment vi. The gateway verifies the credentials and confirms with “successful” or
“failure” message, which is confirmed back to e-Procurement portal. vii. The page is automatically routed back to e-Procurement portal viii. The status of the payment is displayed as “successful” in e-Procurement
portal. The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same,
ix. The e-Procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt.
B) Net Banking
The procedure for paying through Net Banking will be as follows.
i. Bidder selects Net Banking option in e-Procurement portal. ii. The e-Procurement portal displays the amount to be paid by bidder. iii. Bidder clicks on “Continue” button iv. The e-Procurement portal takes the bidder to Net Banking payment
gateway screen displaying list of Banks 8
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
Bidder chooses his / her Bank The Net Banking gateway redirects Bidder to the Net Banking page of the
selected Bank Bidder enters his account credentials and confirms payment The Bank verifies the credentials and confirms with “successful” or
“failure” message to the Net Banking gateway which is confirmed back to e-Procurement portal.
The page is automatically routed back to e-Procurement portal The status of the payment is displayed as “successful” in e-Procurement
portal. The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same.
The e-Procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt.
1.9. RTGS/ NEFT
The bidder shall have the option to make the EMD payment via RTGS/ NEFT.
Using this module, bidder would be able to pay from their existing Bank
account through RTGS/NEFT. This would offer a wide reach for more than
90,000 bank branches and would enable the bidder to make the payment
from almost any bank branch across India.
Bidder shall log into the client e-procurement portal using user id and
password as per existing process and selects the RTGS/NEFT payment option.
Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will have all the details that is required by the bidder to make RTGS-NEFT payment.
Each challan shall therefore include the following details that will be pre-populated:
Beneficiary account no: (unique alphanumeric code for e-tendering) Beneficiary IFSC Code: Amount: Beneficiary bank branch: Beneficiary name:
The Bidder shall be required to take a print of this challan and make the
RTGS/NEFT on the basis of the details printed on the challan. The bidder would remit the funds at least T + 1 day (Transaction + One
day) in advance to the last day and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.
Post making the payment, the bidder would login to the e-Tendering portal and go to the payment page. On clicking the RTGS / NEFT mode of
9
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
payment, there would be a link for real time validation. On clicking the same, system would do auto validation of the payment made.
2.2. Over-the-Counter (OTC)
This solution shall allow the bidder having account with ICICI Bank, to make the
payment from any CMS enabled Branch of ICICI Bank in India. Bidders can make the payment via
cash (if amount is<=₹ 49,999), Demand Draft or ICICI Bank Cheque.
The procedure for paying through OTC mode is as follows:
2.3. Bidder selects Over-the-Counter remittance option in e-Procurement portal.
2.4. The e-Procurement portal displays the amount to be paid. Bidder chooses the bank account no. for refund of the amount.
2.5. Bidder clicks on “Continue” button 2.6. The e-Procurement portal displays the details of payment. Bidders clicks on
“print _challan” and prints the OTC challan. 2.7. Bidder submits the OTC challan at the counter of any designated
branch of ICICI Bank with Cash / Demand Draft / ICICI Bank Cheque (Payment in cash is allowed uptoRs. 49,999/-)
2.8. ICICI Bank verifies the URN (format to be discussed and decided) and Amount with e- Procurement portal prior to accepting the payment
2.9. On successful verification from e-Procurement portal, ICICI Bank accepts the payment. In case of failure, ICICI Bank shall return back the OTC challan and payment to the Bidder.
2.10. ICICI Bank will commit the payment transaction (in case of successful verification from e- Procurement portal) and sends the Bank Transaction Number (I-Sure Reference Number) online against the URN and Amount.\
ix. ICICI Bank will generate receipt for the payment transaction and issues the same to the Bidder.
3. The e-Procurement system updates the bank transaction number against the URN and Amount based on details sent by ICICI Bank online prior to generation of receipt.
4. The status of payment will be displayed as “verification successful” in e-Procurement portal, when the bidder clicks on verification option in the portal
5. Bidder would be required to upload the scan copy of receipt as received from ICICI Bank as part of proof in Nextender portal before submitting the tender
Sr. Scenario Do's / Don’t’s
no.
In the event Do’s
1 of making
Payment It is the bidder’s responsibility to ensure that RTGS/NEFT
through payments are made to the exact details as mentioned in
10
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
NEFT/RTGS the challan which are: 1) Beneficiary account no: <client code> + <random number>
3.1.1 Beneficiary IFSC Code: As prescribed by ICICI Bank (this shall remain same across all tenders)
3.1.2 Amount: As mentioned on the challan. It is specific for every tender/transaction
3.1.3 Beneficiary bank branch: ICICI Bank Ltd, CMS 3.1.4 Beneficiary name: As per the challan
For every tender, details in the challan are different
and specific to that tender only. Bidder should not make use of a challan for making payment for another tenders’ EMD
It is advised that all the bidders make payment via RTGS/NEFT at least one day in advance to the last day of tender submission as certain amount of time is required for settlement and various parites are involved. The payment may not be available for the bidder validation. In such cases bidder may not be able to submit the tender
Bidder has to make only single payment against a
challan as per the amount mentioned on the challan.
Bidder must do the payment before tender validity gets expired
Don’t’s
Bidder should not enter erroneous details while filling the NEFT/RTGS form at their bank. The following possibilities may arise: 1) Incorrect IFSC code mentioned:- Transaction would
be rejected and the amount would be refunded back in to the bidders account
2) Incorrect Beneficiary account number mentioned(<client code> + <random number>):-a) In case, the beneficiary account number mentioned is incorrect the transaction would be rejected and the bid would not be accepted.
3) Incorrect Amount mentioned: The amount would be rejected if the amount mentioned in while making the payment is incorrect. Such cases will be captured as unreconciled transactions and will be auto-refunded directly to bidder’s account. In the event of any discrepancy, payment would not
11
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B, CHANDIGARH
Ph. 0172-2714520, 2704349 (FAX) [email protected]
be considered and bidder would not be allowed to bid/ participate.
Bidder is not supposed to use challan generated in one tender for payment against another tender since details in the challan are unique to the tender and bidder combination.
Bidder must not make multiple or split payments against a
particular challan. Any split payment received against the same challan will be refunded back to the bidder.
Bidder would not be entitled to claim that he is
deprived of participating in the tender because his funds are blocked with the division on account of incorrect payment made by the bidder
Do’s
It is the bidder’s responsibility to ensure that OTC
payments are made to the exact details as mentioned
in the challan which are:
In the event Beneficiary account no: <client code> + <random
of making number> Amount: As mentioned on the challan It is
specific for every tender/transaction Beneficiary name:
2 Payment
As per the challan Bidder has to make only single
Through
payment against a challan as per the amount mentioned
OTC
on the challan
Bidder must do the payment before tender validity gets expired
Bidder needs to mandatorily upload the scan copy of
the payment receipt issued by ICICI Bank, in Nextender Portal before submitting the Tender
12
HARYANA STATE COOPERATIVE APEX BANK LTD SCO 78-80, BANK SQUARE, SECTOR-17B,
CHANDIGARH Ph. 0172-2714520, 2704349 (FAX)
Don’t’s
If the bidding amount is greater than Rs49,999, then Bidder should not make payment in cash. In this case, Bidder should pay via Demand Draft/ICICI Bank Cheque
It is bidders’s responsibility to ensure that Demand draft
should be valid and should not have discrepancies such as signature not found, stale DD, mutilated, material alteration, favouring third party etc., In the event of Demand Draft returned by bidder’s Bank on account of such discrepancies, ICICI Bank shall ensure that such communication is sent to the Client within 3 days from the date of rejection by the Bidder’s Bank
For every tender, details in the challan are different
and specific to that tender only. Bidder should not make use of a challan for making payment for another tenders’ EMD
13
The Haryana StateCo-operative Apex Bank Ltd. HO: SCO 78-80, Bank Square, Sector 17B,
Chandigarh, 160017, India.
Phone No: 0172-2713293, Fax No:0172-2702178
E-Mail: [email protected]
REQUEST FOR PROPOSAL [RFP]
For Middleware for Payment system application for RTGS/NEFT Services
This document is the property of the HARCO Bank. It may not be copied, distributed or recorded
on any medium, electronic or otherwise, without the written permission. Use of contents given in
this document, even by the authorized personnel/agencies for any other purpose other than the
purpose specified herein, is strictly prohibited as it shall amount to copyright violation and thus
shall be punishable under the Indian law.
RFP For Middleware for Payment system application for RTGS/NEFT Services
TABLE OF CONTENTS
Glossary
Invitation for Bids
Background
Instructions to Bidders
Scope of Work
Bid Evaluation Methodology
Annexures:
Annexure-1
Annexure-2
Annexure-3
Annexure-4
Annexure-5
Annexure-6
Annexure-7
Annexure-8
Annexure-9
Annexure-10
Annexure-11
RFP For Middleware for Payment system application for RTGS/NEFT Services
GLOSSARY
HARCO The Haryana State Co-op Apex Bank Ltd. Chandigarh,
EMD Earnest Money Deposit
Bidder/Vendor An eligible entity or combination of Original Software
Developer / Service Provider/ System Integrator submitting
a Proposal / Bid in response to this RFP
RFP Request for Proposal
SLA Service Level Agreement
LAN Local Area Network
WAN Wide Area Network
CBS Core Banking Software
O&M Operation and Maintenance
Supplier/
Contractor/ Vendor
Selected Bidder/System Integrator under this RFP
Bank/ Purchaser Reference to the “the Bank”, “Bank” and “Purchaser” shall
bedetermined in context and may mean without limitation
“The Haryana State Co-op Apex Bank Ltd”
Proposal/ Bid The Bidder’s written reply or submission in response to this
RFP
RFP The request for proposal (this document) in its entirety,
inclusive of any addendum that may be issued by the Bank.
Solution/ Services/
Work/ System
“Solution” or “Services” or “Work” or “System”means all
services, scope of work and deliverables to be provided by
a Bidder as described in the RFP and include services
ancillary to the development of the solution, such as
installation, commissioning, integration with existing
systems, provision of technical assistance, training,
certifications, auditing and other obligation of the Supplier
covered under the RFP.
Annual
Maintenance
Contract (AMC)
It would be the annual cost of maintenanceof Software
solution / Service.
RFP For Middleware for Payment system application for RTGS/NEFT Services
INVITATION FOR BIDS
E-Tenders are invited from eligible bidders for supply, implementation and support services of
Middleware for Payment system application for RTGS/NEFT Services application/s for the
Haryana State Co-operative Bank and sub membership of 19 District Central Co-operative
Banks in Haryana.
a. Purpose of this RFP:
The purpose of the RFP is to select a vender who would provide following services
With recent initiatives of Government of India and Reserve Bank of India towards
achieving 100% Financial Inclusion and electronic mode of Payment systems, Indian
payment system pose significant changes both in volume and amount. A number of
channels have been introduced by different departments. With the rapid adaption of mobile
technology and e-Mode of payments by Corporate and General Public, it is also expected to
increase enormously in recent future.
To cope with these different types of e-channels / Payment system and seamlessly integrate
with CBS and other host system, Bank wishes to implement a Middleware for Payment
system application for RTGS/NEFT Services solution which will take care the present
requirement and also able to handle all such future requirements as enumerated in Project
Scope.
This RFP is intended to invite Techno-Commercial Bids from eligible bidders to provide
implementation of Middleware for Centralized Payment Hub for sub membership of
RTGS/NEFT Services to DCCBs. The system should be accessible through Bank’s existing
WAN (MPLS).
Bank will provide the requisite environment for installation of Payment HUB. However,
installation, configuration and optimization for hardware, system software and application
software will be bidder’s responsibility.
b. Information Provided:
The Request for Proposal document contains statements derived from information that is
believed to be relevant at the date but does not purport to provide all of the information that
may be necessary or desirable to enable an intending contracting party to determine
whether or not to enter into a contract or arrangement with the HARCO Bank. Neither the
HARCO Bank nor any of its employees, agents, contractors, or advisers gives any
representation or warranty, express or implied, as to the accuracy or completeness of any
information or statement given or made in this document. Neither the HARCO Bank nor
any of its employees, agents, contractors, or advisers has carried out or will carry out an
independent audit or verification exercise in relation to the contents of any part of the
document.
c. Costs to be borne by Bidders:
All costs and expenses incurred by Bidders in any way associated with the development,
preparation, and submission of responses, including but not limited to; the attendance at
meetings, discussions, demonstrations, etc. and providing any additional information
required by HARCO Bank, will be borne entirely and exclusively by the Bidder.
RFP For Middleware for Payment system application for RTGS/NEFT Services
d. No Legal Relationship: No binding legal relationship will exist between any of the
Bidders and HARCO Bank until execution of a contractual agreement/contract.
e. Acceptance of Terms: A Bidder will, by responding to HARCOBank for RFP, be deemed
to have accepted the terms of this Introduction and Disclaimer.
f. HARCO Bank shall be free to procure all items/services or selected items/ services as per
its requirement or may also decide not to procure any items/services, without giving any
reason what so ever.
g. Bidder Obligation to Inform: The Bidder must conduct their own investigation and
analysis regarding any information contained in the RFP document and the meaning and
impact of that information.
h. Evaluation of Offers: Each Bidder acknowledges and accepts that HARCO Bank may in
its absolute discretion apply selection criteria specified in the document for evaluation of
proposals for short listing/selecting the eligible vendor(s). The RFP document will not form
part of any contract or arrangement, which may result from the issue of this document or
any investigation or review, carried out by a Bidder.
i. Errors and Omissions: Each Bidder should notify HARCO Bank of any error, omission,
or discrepancy found in this RFP document.
j. Disclaimer: Subject to any law to the contrary, and to the maximum extent permitted by
law, HARCO Bankand its officers, employees, contractors, agents, and advisers disclaim
all liability from any loss or damage (whether foreseeable or not) suffered by any person
acting on or refraining from acting because of any information including forecasts,
statements, estimates, or projections contained in this RFP document or conduct ancillary
to it whether or not the loss or damage arises in connection with any negligence, omission,
default, lack of care or misrepresentation on the part of HARCO Bank or any of its officers,
employees, contractors, agents, or advisers.
k. Requests for Proposal: Bidders are required to direct all communications related to this
RFP, through the Nominated Point of Contact person.
Contact Details:-
Position: Manager (Information Technology)
Email: [email protected]
Telephone: +91-8557944616
Fax: 0172- 2707178
Website: www.harcobank.org.in
HARCO Bank may, in its absolute discretion, seek additional information or material from and
Bidders after the RFP closes and all such information and material provided must be taken to
form part of that Bidder’s response. Bidders should provide details of their contact person,
telephone, fax, email and full address(s) to ensure that replies to RFP could be conveyed
promptly.If HARCO Bank, in its absolute discretion, deems that the originator of the question
will gain an advantage by a response to a question, then HARCO Bank reserves the right to
communicate such response to all Bidders.
RFP For Middleware for Payment system application for RTGS/NEFT Services
HARCO Bankmay, in its absolute discretion, engage in discussion or negotiation with any
Bidder (or) simultaneously with more than one Bidder after the RFP closes to improve or
clarify any response.
l. Notification:HARCOBank will notify all short-listed Bidders in writing or by mail as soon
as practicable about the outcome of their RFP. HARCO Bankis not obligated to provide
any reasons for any such acceptance or rejection.
INSTRUCTIONS TO BIDDERS
a. Amendment to the bidding document: At any time prior to the deadline for submission
of Bids, HARCO Bank for any reason may modify the Bidding Document, by amendment.
The amendment will be posted on bank’s website i.e. www.harcobank.org.in All Bidders
must ensure that they have considered such clarifications before submitting the bid.
HARCOBank will not have any responsibility in case any bidder does some omission.
In order to allow prospective Bidders reasonable time in which to take the amendment into
account in preparing their Bids, HARCO Bank, at its discretion, may extend the deadline
for the submission of Bids.
b. Language of Bid: The bid prepared by the Bidders, as well as all correspondence and
documents relating to the Bid exchanged by the Bidder and HARCO Bankand supporting
documents and printed literature shall be written in English.
c. Documents Comprising the Bid: The bid consists of two proposals viz., technical
proposal and commercial proposal.
d. Documents comprising the TECHNICAL PROPOSAL should be:
1. Documentary evidence establishing that the Bidder is eligible to Bid and is qualified to
perform the contract i.e. minimum eligibility criteria as per Annexure –2 .
2. Technical Bid as per Annexure –3 and Annexure-4. Any technical Bid containing price
information will be rejected.
3. Masked Price Bid listing all the components as listed in Commercial Bid, without
indicating the price as per Annexure – 6
4. Authorization certificate/ letter from OEM vender for being their authorized technical
partner for providing support for equipment’s as per Annexure – 7.
e. Documents comprising the COMMERCIAL PROPOSAL should be:
i. Complete commercial bid as per Annexure – 6.
ii. Bid Currency: Bids to be quoted in Indian Rupee (`INR) only.
RFP For Middleware for Payment system application for RTGS/NEFT Services
f. Period of Validity of Bids: Prices and other terms offered by Bidders must be firm for an
acceptance period of six (6) months from date of closure of this RFP. In exceptions
circumstances HARCO Bank may solicit the Bidders consent to an extension of the period
of validity. The request and response thereto shall be made in writing. The Bid security
provided shall also be extended accordingly.
g. Format and Signing of Bid: Each bid shall be in two parts:
Part 1: consists of Minimum Eligibility Criteria, Technical BID and Masked
Commercial BID [price bids without any price but all other details of commercial
bid]. The above contents will be referred to as “TECHNICAL PROPOSAL”
Part 2: Covering only the COMMERCIAL BID herein referred to as
“COMMERCIAL PROPOSAL”
The Original Bid shall be signed along with proper seal by the authorized
representative of the Bidder. The person or persons signing the Bids shall initial all
pages of the Bids. Any change/ up-dation /modification/deletion, in the original bid
by the bidder may result in the rejection of the bid.
h. Sealing and Marking of Bids: The Bidder shall submit online envelopes containing
Technical and commercial proposals separately.
i. Deadline for submission of Bids
The bids must be submitted online not later than the due date mentioned in the Schedule of
Events column [Last date of Submission]. In the event of the specified date for the
submission of bids, being declared a holiday for the HARCO, the bids will be received
online up to the appointed time on the next working day. The HARCO may, at its
discretion, extend the deadline for submission of Bids by amending the Bid Documents, in
which case, all rights and obligations of the HARCOand Bidders previously subject to the
deadline will thereafter be subject to the deadline as extended.
j. Late Bids: Any bid submitted online/offline after the deadline for online submission of
bids prescribed by the HARCOwill not be accepted. All responses received after the due
date / time will be considered late and will not be accepted or opened
k. Disqualification
1. Submitted the Bid without tender document fees of Rs. 5000/- (Rupees Five
Thousand Only).
2. Submitted Bid document, which is not accompanied by required documentation,
Earnest Money Deposit (EMD) and is non-responsive.
3. Made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements.
RFP For Middleware for Payment system application for RTGS/NEFT Services
4. If found to have a record of poor performance such as abandoning works, not
properly completing the Contract, inordinately delaying completion, being involved
in litigation or financial failures, etc at the time of bidding.
5. Failed to provide clarifications Undertaking, OEM Authorization, etc. requested
document such related thereto, when sought
6. If the Bidder quoted prices in Technical Bid.
7. Applicants who are found to canvass, influence or attempt to influence in any manner
the qualification or selection process, including without limitation, by offering bribes
or other illegal gratification, shall be disqualified from the process at any stage.
8. Submitted a conditional Bid.
9. A Bid not valid for at least six months shall be considered as non-responsive and
would be disqualified.
l. Rejection Criteria: Bids may be rejected under the following circumstances:
A. Technical Rejection Criteria
1. Technical Bid containing commercial details.
2. Revelation of Prices in any form or by any reason before opening the Financial
Bid.
3. Failure to furnish all information required by the RFP Document or submission
of a Bid not substantially responsive in every respect.
4. Bidders not quoting for the complete Scope of Work as indicated in the Bid
documents,
5. Addendum (if any) and any subsequent information given to the Bidder.
6. Bidders not complying with the Minimum Eligibility, Technical criteria and
General Terms and conditions as stated in the RFP Document.
7. The Bidder not conforming to unconditional acceptance of full responsibility of
providing services in accordance with the Scope of work and Service Level
Requirements as mentioned in this RFP.
8. If the Bid does not adhere to the timelines indicated in the bid
B. Commercial Rejection Criteria
1. Incomplete Price Bid
2. Price Bids that do not conform to the Commercial Bid format (Refer
‘Commercial Bid’)
3. Commercial bid does not include all statutory taxes and levies currently
applicable.
m. Failure to agree with the Terms & Conditions of the RFP/Contract: Failure of the
bidder to agree with the Terms & Conditions of the RFP/Contract shall constitute
sufficient grounds for the annulment of the award of tender, in which event the tender may
be awarded to the Bidder as ranked second by the Bid Evaluation Committee constituted
for the evaluation of the bids.
n. Modification And / Or Withdrawal of Bids: The Bidder may modify or withdraw its bid
after the bid’s submission, provided that written notice of the modification including
RFP For Middleware for Payment system application for RTGS/NEFT Services
substitution or withdrawal of the bids is received by the HARCO, prior to the deadline
prescribed for submission of bids.
The Bidder modification or withdrawal notice shall be prepared, sealed, marked and
dispatched. A withdrawal notice may also be sent by Fax, but followed by a signed
confirmation copy, postmarked not later than the deadline for submission of bids.
No bid may be modified after the deadline for submission of bids.
No bid may be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the bidder on the bid form.
Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its EMD
and blacklist the vendor.
The HARCO has the right to reject any or all tenders received without assigning any reason
whatsoever.
HARCOshall not be responsible for non-receipt / non- delivery of the bid documents due
to any reason whatsoever.
o. Opening of BIDs by HARCO
On the scheduled date and time, bids will be opened by the HARCO in presence of
Bidders’ representatives; maximum of two people from a bidder are allowed to attend the
BID Opening event. In case of the absence of the representative(s) of the bidder(s) the bid
shall be opened at the scheduled time in their absence.
No bid shall be rejected at bid opening, except for late bids, which shall be returned
unopened to the Bidder. Bids that are not opened at Bid opening shall not be considered
further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned
unopened to the Bidders.
p. Clarification of bids
During evaluation of Bids, HARCO, at its discretion, may ask the Bidder for clarification
of its Bid. The request for clarification and the response shall be in writing (Fax/e-Mail),
and no change in the substance of the Bid shall be sought, offered or permitted.
q. Preliminary Examinations
The HARCO will examine the Bids to determine whether they are complete, the
documents have been properly signed, supporting papers/documents attached and the bids
are generally in order. The HARCOmay, at its sole discretion, waive any minor infirmity;
nonconformity or irregularity in a Bid, which does not constitute a material deviation,
provided such a waiver, does not prejudice or affect the relative ranking of any Bidder.
Prior to the detailed evaluation, The HARCO will determine the substantial responsiveness
of each Bid to the Bidding document. For purposes of these Clauses, a substantially
RFP For Middleware for Payment system application for RTGS/NEFT Services
responsive Bid is one, which conforms to all the terms and conditions of the Bidding
Document without material deviations.
Deviations from or objections or reservations to critical provisions, such as those
concerning Bid Security, performance security, qualification criteria, insurance, Force
Majeure etc will be deemed to be a material deviation. The HARCO’s determination of a
Bid's responsiveness is to be based on the contents of the Bid itself, without recourse to
extrinsic evidence. The HARCO would also evaluate the Bids on technical and functional
parameters including possible visit to inspect live site/s of the bidder, witness demos,
bidders presentation, verify functionalities / response times etc.
If a Bid is not substantially responsive, it will be rejected by the HARCO and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
The Bidder is expected to examine all instructions, forms, terms and specification in the
Bidding Document. Failure to furnish all information required by the Bidding Document
or to submit a Bid not substantially responsive to the Bidding Document in every respect
will be at the Bidder's risk and may result in the rejection of its Bid.
r. Bid Evaluation
Evaluation criteria proposed to be adopted will be lowest Cost Based System subject to
fulfillment of Minimum Eligibility & Technical Bid criteria. However bank does not bind
itself to accept the lowest or any tender and reserves the right to accept or reject any or all
of the tenders, either in whole or in part without assigning any reasons for doing so.
s. Arithmetic errors correction
Arithmetic errors, if any, in the price breakup format will be rectified on the following
basis:
If there is discrepancy between the unit price and the total price, which is obtained by
multiplying the unit price with quantity, the unit price shall prevail and the total price shall
be corrected unless it is a lower Figure. If the supplier does not accept the correction of
errors, its bid will be rejected.
If there is discrepancy in the unit price quoted in figures and words, the Unit price, in
figures or in words, as the case may be, which Corresponds to the total bid price for the
item shall be taken as correct.
If the bidder has not worked out the total bid price or the total bid price does not
correspond to the unit price quoted either in words or figures, the unit price quoted in
words shall be taken as correct.
HARCO may waive off any minor infirmity or nonconformity or irregularity in a bid,
which does not constitute a material deviation, provided such a waiving, does not
prejudice or affect the relative ranking of any bidder.
RFP For Middleware for Payment system application for RTGS/NEFT Services
t. HARCO right to accept or reject any bid or all bids
The HARCO reserves the right to accept or reject any bid and annul the bidding process or
even reject all bids at any time prior to award of contract, without thereby incurring any
liability to the affected bidder or bidders or without any obligation to inform the affected
bidder or bidders about the grounds for the purchaser's action.
The HARCO is not bound to accept lowest or any BID received.
Any alterations/change/modification/addition/deletion in the originally tender document
will not be considered and unconditionally rejected.
u. EARNEST MONEY DEPOSIT (EMD)
Bidder has to submit online the Bid Earnest Money of Rs. 1,00,000/- (Rupees One Lakh
Only). The Technical Proposals without EMD will be rejected straight away. No interest
will be paid on the EMD.
The EMD deposited by the Vendor may be forfeited if the selected vendor fails to
comply terms and conditions and obligations of the service contract/tender document/SLA.
There is no exemption for payment of EMD on any category.
v. IPR Infringement
As part of this project, Bidder will deliver different hardware/software. If the use of any
such hardware/software by the HARCO, infringes the intellectual property rights of any
third person, Service provider shall be primarily liable to indemnify Client to the extent of
direct damages against all claims, demands, costs, charges, expenses, award,
compensations etc. arising out of the proceedings initiated by third party for such
infringement, subject to the conditions the claim relates to hardware/software
provided/used by Bidder/Service provider under this project.
w. Limitation of liabilities
Save and except the liability under IPR Infringement, in no event shall either party be
liable with respect to its obligations under or arising out of this agreement for
consequential, exemplary, punitive, special, or incidental damages, including, but not
limited to, loss of data / programs or lost profits, loss of goodwill, work stoppage, machine
failure, loss of work product or any and all other commercial damages or losses whether
directly or indirectly caused, even if such party has been advised of the possibility of such
damages. The aggregate liability of Bidder/Service Provider, arising at any time shall not
exceed the total contract value.
x. Jurisdiction of courts:
All legal suits, actions or proceedings relating to or arising out of the agreement/contract
shall be subject to jurisdiction of the courts in Chandigarh only.
RFP For Middleware for Payment system application for RTGS/NEFT Services
y. Force Majeure
The Bidder shall not be liable for forfeiture of its performance security, liquidated
damages or termination for default, if and 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 beyond the control
of the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such
events may include, but are not limited to, Acts of God or of public enemy, acts of
Government of India in their sovereign capacity, acts of war, acts of ATW either in fires,
floods, earthquake, strikes, lock-outs.
If a Force Majeure situation arises, the Bidder shall promptly notify the HARCOin writing
of such conditions and the cause thereof within twenty calendar days. Unless otherwise
directed by the HARCOin writing, the Bidder shall continue to perform its obligations
under the Contract as far as it is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
Notwithstanding above, the decision of the HARCO shall be final and binding on the
Bidder.
In the event HARCO, Chandigarh coming to know at any time that any wrong information
in respect of the contract is provided by the bidder in the offer, then HARCO may solely at
its discretion, reject the offer and invoke the Bank guarantee or forfeit the earnest money
deposit, furnished by the bidder.
z. Arbitration
If any dispute, difference or question shall at any time arise between the parties as to this
purchase/supply/services or concerning anything herein contained or arising out of this
Agreement or as to the rights, liabilities and duties of the parties associated, the decisions
of Chairman/Administrator, HARCO shall be final and binding to all under the Arbitration
& Conciliation Act, 1996.
aa. Other terms
o The Vendor shall allocate sufficient resources and be able to quickly mobilize them
in order to ensure the objectives of this project are met in accordance with the
highest professional standards.
o The vendor must agree not to announce, discuss or disclose to any other party else
than the consortium partner; the existence of this RFP or any information regarding
HARCObusiness or requirements.
o The Bank expects the vendor to adhere to the terms of this Request for Proposal
(RFP) and would not like or accept any deviations to the same.
o The Bank intends the vendor appointed under the RFP shall have the single point
responsibility for fulfilling all obligations and providing all deliverables and
services required.
RFP For Middleware for Payment system application for RTGS/NEFT Services
o Unless agreed to specifically by the Bank in writing for any changes to the RFP
issued, the vendor responses would not be incorporated automatically in the RFP
document.
o Unless expressly overridden by the specific agreement to be entered into between
the Bank and the vendor, the RFP shall be the governing document for arrangement
between the Bank and the vendor.
o All responses including commercial and technical bids would be deemed to be
irrevocable offers/proposals from the vendor 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.
o Any technical or commercial bid, submitted cannot be withdrawn / modified after
the last date for submission of the bids.
o The Bank is not responsible for any assumptions or judgments made by the vendor
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 vendor 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 Bank shall not be
responsible for any assumptions made by the vendor. The Bank’s interpretation will
be final.
o The draft of SLA will be made available to the successful vendor.
o The proposal made in respect to this RFP along with all enquiries and
correspondence regarding this document should be addressed to:
The Managing Director
The Haryana State Co-op Apex Bank Ltd.,
SCO 78-80, Bank Square, Sector 17B,
Chandigarh, 160017,India.
o The Bank reserves 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:
Delay in rendering Warranty/AMC services beyond the specified period that
is agreed in the RFP or Service Level Agreement that will be signed with
the successful vendor.
Serious discrepancy in the quality of service / software expected during the
Warranty/AMC services.
Any information, considered sensitive by the HARCO, must be protected,
by the vendor, from unauthorized disclosure, modification or access.
Types of sensitive information that will be found on Bank systems the
vendor may support or have access to include, but are not limited to:
Information subject to special statutory protection, legal actions, disciplinary
actions, complaints, IT security, pending cases, civil and criminal
investigations, etc.
RFP For Middleware for Payment system application for RTGS/NEFT Services
SCOPE OF WORK
1. The scope of work of the RFP covers:
The successful bidder will be responsible for delivery, implementation / installation of System
software, Middleware for Payment system application for RTGS/NEFT Services and
development / customization of respective Payment Solution module. The integration of this
middleware software with Bank’s CBS system and interface with respective Payment Gateway
will be the responsibility of the bidder. The bidder also provide requisite maintenance and
support services for a period of 5 (Five) years (including warranty period) from the date of
Acceptance by the Bank. The delivery and installation should be done at their own DC & DR
site.
The bidder should be agreeable to provide any such future requirement and also address the
changes as per the requirement of RBI / other Payment originator / regulator. However, the
changes to be incorporated after finalization and approval of detail scope document by Bank
will be treated as Change Request.
Delivery and Implementation schedule:
All items must be delivered FOR location as Chandigarh.
Bank will not provide road permit or any designated forms for whatever purpose they
may be, of the State or Central government.
Bank will not provide any lodging, boarding, additional charges whatsoever to the
integration team of successful bidder.
The Supply, Installation, Testing and Commissioning must be completed within four
weeks of the date of purchase order.
The System Integration work (Integration, commissioning and testing work) for
implementation must be completed within six weeks from the date of purchase order.
HARCO would carry out user acceptance test (UAT) and will run the entire system for
a period of one month.
Sub Contract in any form is not allowed.
WARRANTY & AMC:
WARRANTY: Software shall carry free warranty of one year comprehensive onsite
which will start from the date of installation. However, all software are to be properly
supported by the vendor irrespective of non-claiming / non-renewal of ATS in time.
This should include Software Maintenance (technical support and product upgrades &
software upgrades). Flexible, easy-to-access, responsive, cross-platform customer
support. Access to software technical support for all of a customer's designated IT staff.
24x7 access to support resources for business-critical outages. Including self-help via
the Internet.
AMC: The vendor(s) should mention the Cost of AMC after warranty clearly in the
Commercial Bid. AMC would cover all components without any exception.
RFP For Middleware for Payment system application for RTGS/NEFT Services
a. Training & Documentation:
The successful bidder shall provide complete documentation and training on operations of
hardware, software and all other Components etc., supplied by them, to the bank’s
officers/ IT team of the bank.
e. UAT Committee: A UAT Committee would be formed with representatives of the
HARCO to undertake UAT & resolve all the issues during implementation /
Commissioning / Acceptance / payments etc. The Committee shall conduct meet till the
entire project is completed and UAT is carried out. Subsequent to acceptance, the UAT
committee will meet to review the performance of the Payment system application.
Quantity of Purchase: HARCO shall be free to procure all items/services or selected items/
services as per its requirement or may also decide not to procure any items/services, without
giving any reason what so ever.
2. Payment Terms:
The payment will be made as under:- - 30% on delivery and installation of application and on acceptance by the Bank - 30% on successful UAT sign off
- 30% after Go live -10% after successful running for 3 month.
Payment of AMC will be done yearly in arrear after submission of Invoice to HO
Department on yearly basis.
3. Penalty Clause:
3.1 Penalty for Delivery The system is to be delivered within stipulated time from the date of order:-
i. For this purpose, delivery means delivery of all the ordered application software
including the set of document/CDs/DVDs on operational use of the application software, one set of cartridge tapes/CD/DVD ROM containing the original system software and all the relevant documentation.
ii. If the bidder fails to deliver within stipulated time schedule, the purchaser shall, without
prejudice to its other remedies under the rate contract, deduct penalty at the rate of 1% of
the order value of undelivered application software for per week of delay, as late delivery
charges until actual delivery of the application software subject to a maximum of 10% of
the order value.
iii. The Bank is entitled to withhold (deduct) from the purchase price or any other amount, which is due to bidder from the contract.
iv. The Bank reserves the right to cancel the order in case complete delivery/services are not
affected within the stipulated time.
RFP For Middleware for Payment system application for RTGS/NEFT Services
3.2 Penalty for installation Penalty will be charged @1% per week of order value delay in installation, subject to maximum 10% of total cost (out of total order value), which will be over & above the late delivery charges.
3.3 Penalty for Downtime
Bidder has to guarantee minimum uptime of 99% quarterly during services period (warranty &
AMC). For calculation purpose of up time, Bank will consider business hours 10AM to 5PMon
all working days. It will be calculated on quarterly basis. Bank will charge penalty in case of not
meeting the uptime requirements. During the contract period (warranty + AMC) for every fall of 1% up-time, charges will be
deducted @ 1% of the cost total order value subject to maximum 10%.
3.4 Recovery of Penalty: (I) During warranty Period: Amount of penalty will be recovered from vendor, on demand
from Bank. The vendor undertakes to pay the penalty amount as prescribed by the Bank. Bank reserve the right to invoke the Bank Guarantee for recovering the penalty amount.
(II) During AMC Period: Amount of penalty as per above clauses will be recovered/adjusted
while making payment of the next renewal of AMC. In case of non-renewal of AMC,
vendor will submit an unconditional undertaking to pay the pending penalty amount or
damages immediately after demand from AUGB. The Bank reserves the right to recover the penalty amount by any mode such as adjusting
from any payments to be made by the Bank to the Bidder.
4. Forfeiture of Performance Security
Security amount in full or part may be forfeited in the following cases:
a) When the terms and conditions of RFP or SLA is breached.
b) When the bidder fails to make complete delivery of services as per the terms of the RFP
and SLA satisfactorily.
c) Notice of reasonable time will be given in case of forfeiture of security deposit. The
decision of the Chairman/Administrator in this regard shall be final.
Failure of the successful bidder to comply with the requirement of the RFP shall constitute
sufficient grounds for the annulment of the award and forfeiture of the bidsecurity, in which event
the purchaser may make the award to the next lowest evaluated bidder or call for new bids.
5. Audit Observation and Compliance
The HARCO is subjected to various audits [internal / statutory / RBI etc.]. In the event of
any observation by the audit regarding security and access control etc., of the system will
be intimated to the Bidder. The Bidder to assist the HARCO for compliance of the same.
RFP For Middleware for Payment system application for RTGS/NEFT Services
BID EVALUATION METHODOLOGY
a. Introduction
The objective of evaluation methodology is to facilitate the selection of the
technically superior solution at optimal cost. To meet the HARCO’s requirements, as
spelt out in the RFP, the selected Bidder must have the requisite experience in providing
services in the field of IT, the technical know-how, and the financial wherewithal that
would be required to successfully set-up the required infrastructure and provide the
services sought by the HARCO for the entire period of the contract. The evaluation
process of the bids proposed to be adopted by the HARCO is indicated below. The
purpose of it is only to provide the Bidder an idea of the evaluation process that the
HARCO may adopt. HARCO reserves the right to modify the evaluation process at any
time during the Tender process (before submission of technical and commercial
responses by the prospective bidder), without assigning any reason, whatsoever, and
without any requirement of intimating the Bidders of any such change. Any time during
the process of evaluation HARCO may seek specific clarifications from any or all the
Bidder.
Please be noted that HARCO reserves the right to reject any proposal in case same is
found incomplete or not submitted in the specified format given in this RFP document the
details of ‘Minimum Eligibility and Technical Bid Criteria’, provided by the vendor in its
response to this RFP, will be evaluated first, based on the criteria described hereunder.
The technical and commercial responses to this RFP will be considered further only
for those vendors who meet the Minimum Eligibility & Technical Criteria. Vendors must
provide their responses in the format given in this BID.
b. Evaluation Process of Bids
b.1 Technical Evaluation Process
Sr No Criteria Marks
1 Bidder Turnover FY 2017-18
Greater than 1 Cr 15
Greater than 50 Lakh and equal to 1 Cr 10
Greater than 25 lakh and equal to 50 Lakh 5
2 Purchase orders of Banks of Middleware for Payment
system application for RTGS/NEFT Services.
>= 10 Banks 25
>=5 Banks 15
>=3 Banks 10
3 Last financial year 2017-18 Net Profit
Greater than 10 Lakhs 15
RFP For Middleware for Payment system application for RTGS/NEFT Services
Less than equal to 10 Lakhs 10
4 Permanent Office in India 10
5 Experience of implementation of Middleware for Payment
system application for RTGS/NEFT Services in Banks.
>= 10 Years 25
>=5 Years 15
>=3 Years 10
6. Technical Presentation & Approach 10
Weightage will be given based on Solution design,
Integration approach, Project implementation Plan etc
Maximum Marks 100
b.2:
L1 will be decided on the basis commercial evaluation as below:
The proposals will be evaluated on QCBS (Quality Cost Based Selection) basis. Following is the
evaluation methodology:
Technical Weightage: 70%
Commercial Weightage: 30%
Formula :
S = (ST*70%) + (SC*30%)
ST = Technical Score of Bidder
SC = Commercial Score, where
SC= 100*LC/C
LC= Lowest Commercial
C=Commercial Under Consideration
RFP For Middleware for Payment system application for RTGS/NEFT Services
However bank does not bind itself to accept the lowest or any tender and reserves the
right to accept or reject any or all of the tenders, either in whole or in part without
assigning any reasons for doing so.
The Bank shall obtain reports on past performance of the tenderer from his clients and
bankers. The Bank shall evaluate the said reports before opening of the Part – II of the
tenders. If any tenderer is found not to posses the required eligibility for participating in
the tendering process at any point of time and/or his performance reports received from
his clients and/or his bankers are found unsatisfactory, the Bank reserves the right to
reject his offer even after opening of Part - I of the tender and his sealed cover containing
Part-II of the tender along with EMD shall be returned back to him as it is. The Bank is
not bound to assign any reason for doing so. In case the information provided by the
bidder for Minimum Eligibility Criteria and Technical Bid Criteria is found wrong, then
EMD shall be forfeited.
RFP For Middleware for Payment system application for RTGS/NEFT Services
ANNEXURES
Annexure 1 : Minimum Eligibility Criteria
This RFP is open to all firms / Companies both from within India, who are eligible to do
business in India under relevant Indian laws as in force at the time of bidding should fulfill
the eligibility conditions subject to the following requirements:
Sl. Eligibility Criteria Supporting Documents Required Submitted
(Yes/No)
1
Bidder should be a registered
company in India.
Self declaration by authorized signatory
of the bidder, Partnership Deed/
certificate of incorporation
2 Bidder should be Original
developer of the offered
solution. If the bidder is not the
original developer, a certificate
from original developer
certifying that the bidder is
authorized business partner with
an authority to do customization
needs to be Attached
In case, bidder is not the original
developer, a certificate from the
OSD needs to be attached certifying
the authority/ capability for
customization and enhancement in
the solution
3 Bidder should have
Implemented Payment
middleware Solution for
RTGS/NEFT Services
successfully for at least 10
Banks in India.
Purchase Orders of Client should be
attached.
4 The Bidder should have yearly
sales turnover of not less than
Rs. 50 Lacs during last two
financial years
Copy of the Audited Financial
Statements for the financial years
2016-17 and 2017-18
5 The bidder should be in profit
and have positive Net worth in
last two years
Copy of the Audited Financial
Statements for the financial years
6 Bidder/Partner/Director/Promot
er should not have been
blacklisted by any PSU bank in
India/ IBA / RBI during the last
five years.
Self-declaration by authorised
signatory of the bidder, certifying the
requirement.
7 The bidder should have
permanent office in India with
easy access.
Self-declaration by authorized
signatory of the bidder, certifying the
requirement.
8 The bidder should have branch/
service centers at any one centre
in India and list of branch /
service center / franchises with
Copy of relevant certification to
provide.
RFP For Middleware for Payment system application for RTGS/NEFT Services
full details of Name, Address /
Telephone Number should be
attached.
9 The Bank also reserves the right
to inspect such installation/s
while evaluating the Technical
Bid.
Compliance submission by
Authorized Signatory
10 Thebidder/Partner/Director/Pro
moter shall not be under a
declaration of ineligibility or
corrupt or fraudulent
practices or blacklisted with
any of the Government
agencies.
Self-declaration by authorised
signatory of the bidder.
11 Power of Attorney /
Authorization letter issued by
the organization to sign the
tender document on behalf of
the organization.
As stated
12 Vendor will Certify their
Agreement to sign SLA and
Escrow Agreement as per
mutually agreed upon format
A self-declaration by authorized
signatory of the bidder to be
submitted.
13 The bidder shall not be under a
declaration of ineligibility or
corrupt or fraudulent
practices or blacklisted with
any of the Government
agencies.
Self-declaration by authorised
signatory of the bidder, certifying the
requirement.
14 Self-declaration letter of
unconditional acceptance of all
Terms & Conditions of the RFP
As per Annexure 3
15 Details of Technical
Specifications Annexure-1
16 Details of EMD submitted with
this tender
17 Details of Application Fee
submitted with this tender.
18 Details of Information As per Annexure -11
(** If Bidders does not annexed requisite documents in above mentioned annexure
tags it will not be responsibility of bank to search the entire bid document, rather bank will
assume that bidder has not enclosed such documents and bid will be considered incomplete.)
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 2: Technical Bid Covering Letter
The Managing Director,
The Haryana State Co-op Apex Bank Ltd
SCO 78-80, Bank Square, Sector 17B,
Chandigarh, 160017
Sir,
Reg.: Our Technical bid for supply, implementation and support services of
Middleware for Payment system application/s for RTGS/NEFT Services for the
Haryana StateCo-operative Bank Ltd and all District CentralCo-operative
banks in Haryana.
We submit our Bid Document herewith.
We understand that
You are not bound to accept the lowest or any bid received by you, and you may reject all
or any bid.
If our Bid for the above job is accepted, we undertake to enter into and execute when called
upon by the purchaser to do so, a contract/ agreement in the prescribed form. Unless and
until a formal contract is prepared and executed, this bid together with your written
acceptance thereof shall constitute a binding contract between us.
If our bid is accepted, we are to be severally responsible for the due performance of the
contract. Vendor means the bidder who is decided and declared so after examination of
commercial bids.
You may accept or entrust the entire work to one vendor or divide the work to more than
one vendor without assigning any reason or giving any explanation whatsoever.
We have online submitted towards EMD for the Amount -----------, as per the terms of
RFP.
Dated at ____________this _______________day of __________2018.
Yours faithfully
For______________________
Signature: _______________
Name: ___________________
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 3: Technical Bid
Bidders should specify their functional and technical capability as per below format:
Functional Requirement Capability
Yes/No
Vendor Comments
1 General Requirement:
System will allow Single Signed on Facility
with CBS and any other Host application.
System should be accessible through Browser
Integration with CBS – API/ ISO message /
Other mode (Please Specify)
Integration with multiple host system
System should handle concurrent user
System can be accessible from any branch /
office over Bank’s existing WAN
SMS and EMAIL Adapters with existing
mail server / SMS server of the Bank
Interface with Bank’s existing Scanners
(For Mandate management system)
Maker / Checker facility for transaction posting
Audit Trail and Log facility for each user
Generation of all Reports in Text, Excel and
PDF format
System should provide Dashboard to monitor
the status of multiple Payment systems for
monitoring purpose.
2 CRYPTO TOOL
CBS will route all NEFT/RTGS transactions to
a new Pre-defined Queue.
Crypto Gateway will receive all the messages
from new MQ Queues
Testimony of transaction records are maintained
in respective log files
Append digital Certificate (UMAC) from Token
and route the message to NEFT/RTGS Queue
Rules for signing for specific message types
Configurable threshold amount check can be
provided to route message as per pre-defined
threshold rule for STP
Transactions above defined threshold amount
limit will be routed for manual
authorization and transaction amount below
threshold limit will be routed on STP mode
CBS will route all NEFT/RTGS transactions to
a new Pre-defined Queue.
3 NEFT
RFP For Middleware for Payment system application for RTGS/NEFT Services
- Interface with Bank CBS, Internet Banking
- MQ Series compliant to send messages as per
RBI standard.
- Seamless integration with STP along with
UTR generation process and return back
process
- Facility to sign NEFT messages digitally
(using class 2 signing certificates from
IDRBT) resulting in end-to-end STP.
- -System is capable for straight through
processing of O/W & I/W payments (N02,
N04, N06, N07, N10) from multiple channels
without any manual intervention
- System should be integrated with EOD &
SOD process of NEFT Capable to handle
future value dated transaction File upload
facility for NEFT transactions Message
Segregation & Routing to appropriate host
system (Rule based segregation)
- Ability
- System should be capable to Auto Reconcile
(Rule based)
- Auto Rejection based on pre determined rule
- Reports are available to identify transactions
from and to, each interface systems
- Automatic and Semi-Auto process should be
able to reprocess/reject etc messages that may
not have been processed earlier (Rule based on
Originating Channel)
- Automatic routing of rejected messages and
status against each transaction to the
originating system (Rule based)
- SMS and Email Notification on receipt of
Credit confirmation (N10). System should be
able to use that time stamp to notify customers
through SMS & EMAIL.
- Duplicate check in CBS transaction. Each
inward NEFT message contains a unique
UTR number and system should be put in
place to check duplicity
- Amount based authorization with Maker-
Checker
- Checker may be based at Central Location
- 2nd Authorization may be required above a
threshold limit
- Old to New Account Number mapping, where
required, for Inward messages
RFP For Middleware for Payment system application for RTGS/NEFT Services
- RBI Holiday Calendar Management Name
Check for Inward messages
- Two –step accounting
- NEFT Inward Account -->Pool Account --
>Customer
- Out of any account lock/non posting of
transactions as this feature will include two
step accounting process.
- Broadcast and receive message to/from
Bank’s branches/Host System like
a) Extension of time window
b) Issue in settlement of messages etc
- Dashboard to monitor Daily transaction –
Number pending etc
- MIS for NEFT transaction – Success rate,
Failure rate, Average volume etc
- Monthly
- Monthly Aggregate Report
- For reconciliation all debit and credit
transactions happening in the day should be
tallied with mirror of RTGS account
maintained by the Bank with RBI. The
similar amount shall be debited/credited
from corresponding NPCI’s RTGS
settlement account maintained at RBI.
4 RTGS
- Interface with Bank CBS, Internet Banking
system, etc.
- MQ Series compliant to send messages as per
RBI standard.
- Seamless integration with STP along with
UTR generation process and return back
process
- System is capable for straight through
processing of O/W & I/W payments from
multiple channels without any manual
intervention
- System should be integrated with EOD &
SOD process of RTGS
- Capable to handle future value dated
transaction
- File upload facility for RTGS transactions
Reconciliation & Retransmission
- System should be capable to Auto Reconcile
(Rule based)
RFP For Middleware for Payment system application for RTGS/NEFT Services
- Auto Rejection based on pre determined rule
- Reports are available to identify transactions
from and to, each interface systems
- Automatic and Semi-Auto process should be
able to reprocess/reject etc messages that may
not have been processed earlier (Rule based on
Originating Channel)Automatic routing of
rejected messages and status against each
transaction to the originating system (Rule
based)
- SMS and Email Notification on receipt of
Credit confirmation. RBI provides camt.054
that includes credit time stamp. System should
be able to use that time stamp to notify
customers through SMS & EMAIL .
- Duplicate check in CBS transaction. Each
inward RTGS message contains a unique
UTR number and system should be put in
place to check duplicity
- Amount based authorization with Maker-
Checker
- Checker may be based at Central Location
- 2nd Authorization may be required above a
threshold limit
- Old to New Account Number mapping, where
required, for Inward messages.
- RBI Holiday Calendar Management
o Dashboard to monitor Daily
transaction – Number pending etc
o MIS for RTGS transaction –
Success rate, Failure rate, Average
o volume etc
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 4: Commercial Bid Covering Letter
Date:
The Managing Director,
The Haryana State Co-op Apex Bank Ltd.
SCO 78-80, Bank Square, Sector 17B,
Chandigarh, 160017,
India.
Dear Sir
Commercial Bid:–Commercial bid for supply, implementation and support services of
Middleware for Payment system application/s for RTGS/NEFT
Services for the Haryana State Co-operative Bank Ltd and all District
Central Co-operative banks in Haryana.
We offer to provide services for the above-mentioned Annual Maintenance Contract, in
accordance with your Request for Proposal [RFP#.............................] dated […………], and our
Proposal (Technical and Commercial Proposals). The Total fee is inclusive of all taxes, duties,
charges and levies (as applicable and payable under the local laws) which are clearly mentionedas
per currently applicable taxes and out of pocket expenses that we might incur and there will be no
additional charges.
Our commercial proposal shall be binding upon us, subject to the modifications resulting from
contract discussions, up to expiration of the validity period of the Proposal, i.e., [Insert date].
We remain,
Yours sincerely,
Date Signature of Authorized Signatory …
Place Name of the Authorized Signatory …
Designation …
Name of the Organization…
Seal
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 5: Commercial Bid
The structure of the Bidder’s commercial response to this tender must be as per following order.
Any extra information may be provided as separate section. Commercial Bid Response must be
submitted with Commercial Bid covering letter, format of which is given in this document.
Supply, implementation and support services of Middleware for Payment system
application/s for RTGS/NEFT Services for the Haryana State Co-operative Bank Ltd and all
District Central Co-operative banks in Haryana
S.
No.
Description of Items QTY Rate*
(Rs) Per
Item
Total
Amount
(Rs)
Remarks
1 Middleware for Payment system application/s
for the Haryana State Co-operative Apex
Bank Ltd and all District Central Co-
operative banks in Chandigarh
2 AMC
Applicable taxes (if any)
* Rates quoted shall be exclusive of all, whatsoever. Applicable Taxes must be explicitly
mentioned.
Bidders are requested to note the following:
All the details must be provided as per this format only. Incomplete Bids will result in
rejection of the proposal.
Masked commercial bids must be given with Technical Bid.
All the pages of commercial bids must be sealed and signed by authorized signatory.
All the quoted costs must exclude all applicable taxes and other levies. The total cost to the
bank must be arrived after adding currently applicable taxes.
Bidder must submit onlinr meant for ‘Commercial Proposal’.
All the rates must be quoted in INR (Rs).
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 6: Original Equipment Manufacturer Authorization Form
[To be submitted along with Technical Bid]
Ref. No:
Date:
The Managing Director
The Haryana State Co-op Apex Bank Ltd.
SCO 78-80, Bank Square, Sector 17B,
Chandigarh, 160017,
India.
Dear Sir
Sub: RFP No…………………Dated………..for <<>>.
Dear Sir,
We.............................................................. Who are established and reputed manufacturers /
Developers of ............................................................... ........having factory / Development Centre at
.............................. ............................ and ..................................... .... do hereby authorize M/s
...................................................................................... [Name and address of vendor] to submit a
bid and sign the contract with you for the goods manufactured / Products developed by us against
the above RFP No............................ dated ................................. We hereby extend our full
guarantee and warranty as per the clauses of contract based on the terms and conditions of the RFP
for the goods and services offered for supply by the above organization in response to your RFP.
Yours faithfully
Name of the manufacturer / Developer
Authorized Signatory
Note: This letter of authority should be on the letterhead of the manufacturer and should be sealed
&signed by a person competent and having the power of attorney to bind the manufacturer. It
should be included by the bidder in its bid.
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 7: Letter of Competence
[To be executed on a non-judicial stamp paper of Rs 100/-]
Letter of Competence for Quoting in response to HARCO’s RFP No. /……………..
This is to certify that we [Name of Bidder…………………………………..],
Address…………………………..are fully competent to undertake and successfully deliver the
scope of services mentioned in the above RFP. This recommendation is being made after fully
understanding the objectives of the project and requirements like experience etc.
We certify that the quality and number of resources to be deployed by us for implementation will
be adequate to implement the connectivity expeditiously and correctly and provide the services
professionally and competently.
We also certify that all the information given by in response to this RFP is true and correct.
Seal &Authorized Signatory of the Bidder
Date:
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 8: Statement of Deviations
Bidders are requested to provide details of all deviations, comments and observations or
suggestions in the following format with seal and signature. You are also requested to provide a
reference of the page number, state the clarification point and the comment/ suggestion/ deviation
that you propose as shown below.
HARCO may at its sole discretion accept or reject all or any of the deviations, however it may be
noted that the acceptance or rejection of any deviation by the HARCO will not entitle the bidder
to submit a revised commercial bid.
List of Deviations Clarification point as stated in the tender document
Page Number Comment / Suggestion Deviation
1
2
3
4
5
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 9: Vendors Details
Details filled in this form must be accompanied by sufficient documentary evidence, in order to
verify the correctness of the information.
S. No Item Details
1. Name of Company / Leader of the
Consortium
2. Postal Address
3. Telephone and Fax numbers Telephone: FAX:
4. Constitution of the Company. Mark as
Annexure-X<<>>
5. Name and designation of the person
authorized to make commitments to the
HARCO [An authorization letter is
required from the company]
6. Email Address
7. Year of commencement of Business
8. Sales Tax Number
9. Income Tax Number/TAN
10. Location of Development / Manufacturing
facility/ Services
11. Last three years audited balanced sheet with
profit and loss account statement. Copies of
Memorandum & Article of Association and
Certificate of Incorporation of all the vendors/
Consortium. Mark as Annexure-<<>>
DETAILS OF SERVICE CENTERS IN CHANDIGARH
S. No Place Postal Address Contact numbers
1
2
3
4
5
RFP For Middleware for Payment system application for RTGS/NEFT Services
Annexure 10: Checklist of the mandatory documents to be attached with the Tender
Document
S.No. Description Document Attached
Yes/No
1 Tender Document fees of Rs 5000/- .
2 Earnest Money deposit of Rs 100000/- .
3 Original Technical Bid Document signed and sealed
4 Technical & Masked Commercial Bid in separate envelope
5 Documentary proofs of Minimum Eligibility Criteria (As per the
Tender document)
6 Commercial Bid in a separate sealed envelope (as per the
Tender Document)
7 Technical Bid covering Letter in specified format
8 Commercial Bid covering Letter in specified format
9 Original Equipment Manufacturer Authorization form as per the
specified format from respective venders
10 Letter of competence on non-judicial stamp paper of `100/- only.
11 Vender details along with requisite support documents for ISO,
Last three years audited balance sheet, MoA, AoA, and
Certification of Incorporation of all venders of consortium. Mark
as below:
1. Annexure-X<<>> for 3years Balance Sheets
2. Annexure-X<<>> for MoA, AoAor Certification of
Incorporation etc.
12 Declaration against being debarred/ blacklisted by any
Govt./Semi Govt. organization for quality of service, product
and any major complaint against the Bidder at the time of
submission of bid. Mark as Annexure-X<<>>