request for proposal for supply of 400 multi … for 400 multi function kiosk page 1 of 54...

54
RFP for 400 Multi Function Kiosk Page 1 of 54 Transaction Banking Department, Bank of Baroda Request for Proposal For Supply of 400 Multi Function Kiosks Bank of Baroda Transaction Banking Department 7 th Floor, Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex Bandra (East), Mumbai - 400051 RFP Reference Number: BCC/106/MFK/1 Dated: 28-08-2014

Upload: lamngoc

Post on 17-Apr-2018

231 views

Category:

Documents


6 download

TRANSCRIPT

RFP for 400 Multi Function Kiosk

Page 1 of 54 Transaction Banking Department, Bank of Baroda

Request for Proposal

For

Supply of

400 Multi Function Kiosks

Bank of Baroda Transaction Banking Department

7th

Floor, Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex

Bandra (East), Mumbai - 400051 RFP Reference Number: BCC/106/MFK/1

Dated: 28-08-2014

RFP for 400 Multi Function Kiosk

Page 2 of 54 Transaction Banking Department, Bank of Baroda

Sr. No Sections Details Page No.

1 Important Dates, Abbreviations 3

2 Section 1 Introduction and Disclaimer 4

3 Section 2 Lodgment of RFP Submission 5

4 Section 3 Evaluation Process 7

5 Section 3.5 Bid Security, Cost of RFP & Performance Bank Guarantee 10

6 Section 3.6 General Terms and Conditions 11

7 Section 4 Vendor’s Selection Process 17

8 Section 5 Background, Eligibility Criteria & Scope of Work 18

9 Section 5.4 Terms of execution of work 21

Section 5.9 Annual Maintenance Contract 23

10 Annexure A Letter to Bank on Vendor's letter head 26

11 Annexure B Eligibility Bid Template 28

12 Annexure C Manufacturer’s authorization letter 29

13 Annexure D Template for submitting List of Banks / Institutions where Multi Function Kiosks currently operational

30

14 Annexure E Functional Specifications 31

15 Annexure F Technical Bid Template 34

16 Annexure G Commercial Bid Template 40

17 Annexure H Compliance Certificate 42

18 Annexure I Format for Queries 43

19 Annexure J Reference Letter from any Commercial bank 44

20 Annexure K Supporting documents to be submitted 45

21 Annexure L Compliance to RFP terms & conditions 46

22 Annexure M Reference Site Details 47

23 Annexure N Format for Bid Guarantee 48

24 Annexure O List of Support Centres as per Bank’s requirement 50

25 Annexure P Template for "Technical Assessment 51

RFP for 400 Multi Function Kiosk

Page 3 of 54 Transaction Banking Department, Bank of Baroda

Important Dates

Sr. No Particulars Date & Time( Indian Standard Time)

1 Issuance of RFP Document by Bank 28-08-2014 2 Last date of submission of any query / reporting any error 06-09-2014, 5PM 3 Pre-bid meeting 09-09-2014, 3 PM 4 Last date of submission of bids 19-09-2014, 3 PM

5 Opening of eligibility bid & compatibility assessment 19-09-2014, 4PM

6 Opening of technical bid 22-09-2014, 3PM

7 Oral presentations & product demo at Live working sites 23-09-2014 to 29-09-2014

8 Announcement of qualifiers and opening of commercial 01-10-2014, 12 Noon bid

N.B: The above dates are tentative and subjected to change without any prior notice or intimation. Bidders should check website www.bankofbaroda.com for any changes / addendums to the above dates and/or any other changes to this RFP. Bidders to confirm with Bank the time & venue -1- day prior to any of the above scheduled event.

Important Clarifications:

1. ‘Bank’ means ‘Bank of Baroda’ 2. ‘Vendor’ means the selected bidder of the RFP document. 3. ‘RFP’ or ‘Tender’ means the Request for Proposal document. 4. ‘Recipient’ or ‘Respondent’ or ‘Bidder’ means to whom the RFP document is issued by the Bank. 5. ‘Offer’ means response to RFP document submitted by Recipient to the Bank

Abbreviations :

RFP Request for proposal

EMD Ernest Money Deposit

TO Technical Offer

CBS Core Banking Solution

OEM Original Equipment Manufacturer

MFK Multi Function Kiosk

SLA Service Level Agreement

AMC Annual Maintenance Contract

TCO Total Cost of Ownership

LOI Letter of Intent

VAT Value Added Tax

CPU Central Processing Unit

MOU Memorandum of Understanding

POC Proof of Concept

This document is meant for the specific use by the Company / person(s) interested to participate in the current

Tendering process. This document in its entirety is subject to Copyright Laws. Bank of Baroda expects the

bidders or any person acting on behalf of the bidders strictly adhere to the instructions given in the document

and maintain confidentiality of information. The bidders shall be held responsible for any misuse of information

contained in the document, and liable to be prosecuted by the Bank In the event that such a circumstance is

brought to the notice of the Bank. By downloading/purchasing the document, the interested party is subject to

confidentiality clauses.

RFP for 400 Multi Function Kiosk

Page 4 of 54 Transaction Banking Department, Bank of Baroda

Section 1: Introduction and Disclaimer

1. Introduction

This request for proposal document (‘RFP document’ or RFP) has been prepared solely for the purpose of enabling Bank of Baroda (‘Bank’) to select vendor/s for supply, installation and maintenance of 400 Multi Function Kiosks for Bank. Bank may optionally decide to purchase additional machines at its absolute discretion from the selected vendor at the prices quoted in response to this RFP

The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or other arrangement in respect of the solutions. The provision of the solutions is subject to appropriate documentation being agreed between the Bank and the eventual successful bidder.

1.1. Information Provided The RFP document contains statements derived from information believed to be reliable at the date obtained; but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with the Bank in relation to the solutions. Neither the Bank nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to the accuracy or completeness of any information or statement given or made in this RFP document.

1.2. Recipients The RFP document is intended for the information of the party (ies) to whom it is issued (“the Recipient” or “the Respondent”) and no other person or organization.

1.3. Confidentiality The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any other party without Bank’s express written permission. The RFP document is provided to the Recipient on the basis of the undertaking of confidentiality given by the Recipient to the Bank. The Bank may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document is received subject to the same terms and conditions as this original and subject to the same confidentiality undertaking.

1.4. Disclaimer

Subject to any law to the contrary, and to the maximum extent permitted by law, the Bank and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of the Bank or any of its officers, employees, contractors, agents, or advisers. The Bank and its officers, employees, contractors, agents and advisers disclaim any liability, pecuniary or otherwise that may accrue or arise from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting due to the information contained herein and/or by virtue of copying, adopting, reproducing, any of the material which may be the copyright material or any other Intellectual Property of a third party who may claim ownership of the same.

1.5. Costs Borne by Respondents All costs and expenses incurred by Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to attendance at meetings, discussions, etc. and providing any additional information required by the Bank, shall be borne entirely

RFP for 400 Multi Function Kiosk

Page 5 of 54 Transaction Banking Department, Bank of Baroda

and exclusively by the Respondent.

1.6. No Legal Relationship

No binding legal relationship shall exist between any of the Respondents and the Bank until execution of a contract.

1.7. Recipients’ Obligation to Inform Itself

It is the Recipient’s responsibility to conduct any necessary investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

1.8. Evaluation of Offers

Indicative evaluation process has been specified in Section 3 of this document. However, as a condition of responding, each Recipient acknowledges and accepts that the Bank in its absolute discretion may apply whatever selection criteria it deems appropriate in finalizing the vendor.

1.9. Errors and Omissions

Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document. Notification should be made to the address found in 2.2 – Requests for Information.

1.10. Acceptance of Terms

Recipient shall, by responding to the Bank with a submission, be deemed to have accepted the terms of this document in totality without any condition whatsoever. Section 2: Lodgment of RFP

One Set of bid documents (paper copies) containing Eligibility and Technical compatibility and Commercial responses (each of these being enclosed in separate sealed envelopes); one (1) electronic copy (Microsoft Office 2003/2007 on CD) and one (1) electronic copy (Adobe .pdf non-editable / password protected on CD) must be supplied to the Bank in master sealed envelope superscripted “Proposal for Supply and installation of Multi Function Kiosk”. It should be noted that in case of any discrepancy in information submitted by the bidder in hard-copy and soft-copy, the hard-copy shall be given precedence and will form the basis of evaluation and final selection. However, in case of non-submission of any hard copy document, if the same is found submitted in the soft-copy, Bank reserves right to accept the same at its absolute discretion. The document should be addressed and submitted to: Assistant General Manager (Transaction Banking) Bank of Baroda

Baroda Sun Tower, 7th

floor C-34, G-Block, Bandra Kurla Complex Bandra (East) MUMBAI - 400 051

Bids submitted anywhere else would be liable for rejection.

The bids shall be in two parts viz. (a) Eligibility Proposal and Technical compatibility and (b) Commercial Proposal.

Each proposal – Eligibility and Technical compatibility and Commercial Proposals - shall be submitted in separate sealed envelopes super-scribing “Eligibility and Technical compatibility proposal for supply and installation of Multi Function Kiosk”, and “Commercial proposal for Supply and installation of Multi

RFP for 400 Multi Function Kiosk

Page 6 of 54 Transaction Banking Department, Bank of Baroda

Function Kiosk” on top of the envelopes respectively. These separate sealed envelopes should be put together in a master sealed envelope super-scribing “Proposal for Supply and installation of Multi Function Kiosk”.

All the Envelopes (inside the Master Envelope) should have the following information: 1. Name of the bidder : 2. Type of offer : Eligibility and Technical compatibility / Commercial 3. Date of submission: 4. Contact numbers (mobile) and email address of the single point of contact of the bidder for this

RFP.

Please note that in following cases Bank in its absolute discretion may reject the Bids from the vendor:

a. Submission of Bid after the Time stipulated in this RFP Document. b. Misleading/incomplete information c. Bid submission without bidders Name d. Price information in other than ‘Commercial Bid envelope’. e. Improper Drafts/Banker’s Cheque for RFP Document Fee or EMD. f. Submission of improper/ incomplete Documentation g. Envelopes are not in order as directed in this document h. Bidder is not meeting eligibility/mandatory criterion.

In the following circumstances bank will have discretion to reject the entire bid or accept the bid with some conditions stipulated by bank.

Related parties should not submit more than bid. In case they do so, both/all bids submitted by related parties are liable to be rejected at any stage at bank’s discretion.

Copies of the RFP responses must be submitted before the closing date & time mentioned in this document.

Faxed or emailed copies of any submission are not acceptable and shall be rejected by the Bank.

All separate copies of RFP submission and attachments must be provided in sealed envelopes or satchels marked confidential.

Only one bid shall be accepted from one vendor. In case vendor is submitting more than one bid all the bids submitted by the vendor shall be disqualified.

All pages of the Offers must contain page numbers (in ‘Page No. X of Y’ format), Seal and Signature of the appropriately authorized signatory

2.1. Registration of RFP Submission

Upon the receipt of a submission, the Bank shall register the RFP response. Incomplete or partial or faulty submissions shall be rejected forthwith. All submissions, including any accompanying documents, shall become the property of the Bank. Hence, submission of response to the RFP shall be deemed as Respondents’ license, and grant all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents.

2.1.1. Late RFP Submission Policy

On-time submission of responses is strongly encouraged and recommended. Tender submissions lodged

RFP for 400 Multi Function Kiosk

Page 7 of 54 Transaction Banking Department, Bank of Baroda

after the lodgment deadline shall be documented by the Bank and may be considered and evaluated/rejected at the absolute discretion of the Bank. However, the Bank has no obligation to accept or act on any reason for a late Tender response.

The Bank has no liability to any Respondent who lodges a late tender submission for any reason whatsoever including tender responses taken to be late only because of another condition of responding.

After the evaluation of the eligibility criterion and technical compatibility, the price bid of only technically qualified bidders (as per the criteria mentioned herein) shall be considered for price bid evaluation. The Bank reserves its right to seek and obtain substantiating data from the bidders for verification of the credentials submitted. The date of opening of Commercial Bid shall be advised separately to all technically qualified bidders. The shortlisted bidders have to give a demonstration of their proposed product at their cost before opening of price bid. This will also be considered as a part of technical assessment to ensure compatibility with bank’s systems/requirements.

2.1.2. RFP Submission Validity Period

RFP responses must remain valid and open for evaluation, according to their terms, for a period of at least six (6) calendar months from the time of RFP submissions.

2.2. Requests For Information / Clarification

Respondents are required to direct all communications related to this RFP to: Assistant General Manager (Transaction Banking) Bank of Baroda

Baroda Sun Tower, 7th

floor C-34, G-Block, Bandra Kurla Complex Bandra (East) MUMBAI - 400 051

All questions relating to the RFP, technical or otherwise, must be addressed to the above addresses. All queries/clarifications requested must be in writing and should be forwarded by the nominated point of contact of bidder as per the format given in Annexure I only in MS-EXCEL-2003/2007 work book format. The queries need to be e-mailed as an attachment to: [email protected] Bank shall not answer any communication initiated by Respondents later than -2- business day prior to the date of Pre-bid meeting. Bank may in its absolute discretion seek additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent’s response. No query / suggestions shall be entertained after the opening of Commercial offer. Bank is not bound to reply the queries not pertaining to this RFP. Replies shall be at Bank’s discretion. Bank’s replies shall be final and acceptable to all bidders. 2.3. Notification Bank shall notify Respondents in writing (as soon as practicable) if the Respondent’s submission has been rejected. Bank is not obliged to provide any reasons for any such rejection. The final outcome of the RFP shall be communicated after opening and necessary processing of commercial bids of short-listed bidders. No separate communication will be issued by the Bank.

Section 3: Evaluation process

Evaluation process is a combination of eligibility, technical compatibility and commercial quote offered by the bidder. Eligibility and technical compatibility proposal shall be opened and evaluated first for determining the eligibility of bidders and technical compatibility of bids shall be assessed of only those

RFP for 400 Multi Function Kiosk

Page 8 of 54 Transaction Banking Department, Bank of Baroda

bidders who meet the required eligibility conditions. Eligibility proposal must contain:

1. Covering letter on the prescribed format as per Annexure-A 2. Eligibility proposal in the prescribed format / template as per Annexure B 3. Manufacturer/OEM’s Authorization Letter as per Annexure C 4. List of city-wise & Bank-wise number of Multi Function Kiosks installed & operational as per

Annexure D 5. OEM’s Letter to support the Licensed Technology for the entire period of the contract to the

bidder, if applicable. 6. Supporting documents / certificates etc. as mentioned in this RFP document. 7. Bid security / EMD in the form of DD/ Bankers’ Cheque in favor of Bank of Baroda drawn at

Mumbai/ Bank Guarantee in favour of Bank of Baroda issued by a reputed scheduled commercial Bank in India (other than Bank Of Baroda ) in the format enclosed (Annexure N) and valid for-3-months from the last date of submission of the Commercial bid

8. Bid price in the form of a demand draft/pay order/Bankers’ Cheque issued by a scheduled commercial bank favouring Bank of Baroda, payable at Mumbai, in case the RFP document is not purchased from the Bank but downloaded from the website, then the Demand Draft / Pay order/ banker’s cheque shall have to be handed over separately . In case of non-payment of this fee, the offers shall not be opened /considered.

On completion of these requirements, technical compatibility is assessed for requisite technology and customer convenience as per bank’s requirements.

Technical assessment shall be done only if the bidder is found eligible as per the Eligibility Criteria stipulated in this RFP document. Non-compliance of even one condition mentioned in eligibility criteria may render the bid ineligible.

Commercial Proposal shall be opened only for the short-listed bidders who have secured the minimum cut-off mark of 75% score or more in the Technical assessment process.

Technical assessment shall broadly cover the following:

a) Submissions made by bidders in their response to this RFP as per the template provided. b) Site visits and demonstration of fulfillment of requirements, features of the machine/technical

capabilities/support infrastructure etc. as given in this RFP to the Bank’s evaluation team. Bank may choose to visit the live/working sites where the offered model of Multi Function Kiosk is currently operational, whether in India or abroad or the bidder may be asked to arrange tele/video conference with relevant resources of the Bank where the Multi Function Kiosks are deployed. In case the Bank chooses to visit the Bank locations the bidder shall bear the cost of travel and stay for the Bank team comprising of three to four members.

c) Oral/PPT presentation made by the bidders. d) References provided/gathered by the bank about the machine and service rendered by the

company.

Thus, Commercial bids shall be opened only for those bidders who secure a minimum of 75% score in technical assessment. In case only one participant bidder gets 75% or more score, then the next highest scoring bidder may also be selected for commercial evaluation at the sole discretion of the Bank. In case none of the participant bidders scores 75% score or more, the commercial bid of only top 2 bidders on the basis of Technical assessment may be opened at the sole discretion of the Bank.

RFP for 400 Multi Function Kiosk

Page 9 of 54 Transaction Banking Department, Bank of Baroda

3.1. Technical details required

The Technical Proposal (TP) should be complete in all respects and contain all information asked for in this document. It is mandatory to submit the technical details in the prescribed formats duly filled in, as part of the offer. The Bank, at its discretion, may not evaluate a bid in case of non-submission or partial submission of technical details. The Proposal must be submitted in an organized and structured manner and no brochures/leaflets etc. should be submitted in loose form.

The Proposal should comprise of following:

1. Confirmation of Functional Specifications (Annexure-E) 2. Technical Proposal in the prescribed format / template (Annexure G)/Confirmation of Technical

Specifications (Annexure-F) 3. Documentation (product brochures, leaflets, manuals, technical Specification etc.) to provide

complete information of the model offered to the bank as part of this RFP. 4. Technical specifications and documentation on configuration of the machine and interfacing with

bank’s host system.

3.2. Commercial Proposal:

Commercial proposal should give all the relevant price information. No information should be kept blank. Offer should be in strict conformity with the format as given in Annexure – G.

1. The best and firm price should only be quoted (as per the format enclosed) 2. The Vendor must quote in Indian Rupees (‘INR’) only. Bids in currencies other than INR would not

be considered and the bid will be rejected forthwith. 3. The prices and other terms offered by Vendors must be firm for an acceptance period of 180 days

from the last date of opening the commercial bid. 4. The prices quoted by the Vendor shall be inclusive of all taxes, levies, duties,cess,such as CST, Excise

and custom duties, VAT, service Tax installation, transportation to respective sites, and insurance for 15 days from the date of delivery up to date of installation whichever is later. However, the prices shall exclude local taxes like Octroi, entry tax, LBT etc. which shall be payable on actual on producing receipts/proofs and Invoice.

5. The prices offered shall be on a fixed price basis and should not be linked to the Foreign exchange rate. The Prices offered should be inclusive of following:

a) Cost of the equipment (i.e. Multi Function Kiosk, touch screen monitor, terminal, CPU as defined in Annexure G including all central taxes including VAT, duties and levies except local taxes like octroi, entry tax, LBT which shall be paid at actuals)

b) Cost of integration with our system (BASE 24/Finacle CBS) c) Transportation and forwarding charges to respective sites/locations d) Insurance to cover the equipment from date of dispatch till 15 days after delivery at each

location or date of installation whichever is later e) Installation & commissioning training to bank/branch staff about usage/operation of the

machine. f) One year comprehensive onsite support & maintenance warranty covering all parts,

service, and visits to the concerned branches/locations g) Handholding cost of one person available on-site at each location for a period of 2 days

from the date of operationalization of each machine separately h) Annual Maintenance Charges for each year over a span of 3 Years (after the warranty –

Year 0) covering all parts, service, and visits to the concerned branches (after expiry of one year of comprehensive onsite warranty) should be mentioned separately in the Annexure-G. Service Tax on AMC shall be paid extra by Bank at prevailing rates.AMC will be at fixed percentage of the cost of Multi Function Kiosk quoted by the bidder and the percentage rates will be 6% for Years 1 & 2; 8% for Years 3

i) Cost of vinyl wrap on three sides of Multi Function Kiosk machine/terminal with warranty for at least three years. If the vinyl wrap gets damaged due to poor quality of material or

RFP for 400 Multi Function Kiosk

Page 10 of 54 Transaction Banking Department, Bank of Baroda

adhesive within the three year period the same will have to be replaced by the vendor without any additional cost to the Bank

Refusal/failure to commit supply of Multi Function Kiosk Terminals as per terms of RFP shall result in disqualification of the vendor from this process as well as future procurements of Bank and also forfeiture of EMD.

TCO (Total Cost of ownership) shall be calculated on the basis of all the cash outflows for four years for the Bank as proposed by the bidder in Annexure G

3.3. Erasures or Alterations

Technical details must be completely filled up. All the corrections or alterations, if any, should be authenticated. In the case of the corrections/alteration are not properly authenticated, the offer shall be rejected.

There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled up containing correct technical information of the product being offered. Filling up of the forms using terms such as “OK”, “accepted”, “noted”, “as given in brochure/manual” are not acceptable to the Bank. Offers not adhering to these guidelines may not be accepted by the Bank. 3.4. Offer Validity Period

The offer shall remain valid for a period of at least 180 days from the date of the submission of offer. The vendor may modify or withdraw its offer after its submission, provided that written notice of the modification or withdrawal is received by Bank prior to the closing date and time prescribed for submission of offers. No offer can be modified by the vendor, subsequent to the closing date and time for submission of offers. All the relevant pages of the proposals (except literatures, datasheets and brochures) are to be numbered and be signed by authorized signatory on behalf of the Bidder. The number should be a unique running serial number across the entire document.

3.5. Bid Security, Cost of RFP, Performance Bank Guarantee:

3.5.1. BID SECURITY/Earnest Money Deposit(EMD):

1. Bidder shall furnish, as part of its bid, a bid security/EMD for an amount of Rs 64,00,000/= (Rupees Sixty Four Lacs Only), in the form of DD/ Bankers’ Cheque in favor of Bank of Baroda drawn at Mumbai or Bank Guarantee in favor of Bank of Baroda issued by a reputed scheduled commercial Bank in India (other than Bank Of Baroda ) in the format enclosed and valid for-3-months from the last date of submission of the Commercial bid Bank Guarantee should be attached (as per the format mentioned in Annexure–N)

a. Bid Security should be enclosed in original with the "Eligibility Bid". b. The successful bidder's bid security shall be discharged upon the bidders signing the

contract & furnishing the performance security. Unsuccessful Bidder's bid security shall be returned as promptly as possible as but not later than 30 days after the declaration of the successful bidder. No interest shall be payable on bid security amount.

The bid security may be forfeited:

i) If a bidder withdraws its bid during the period of bid validity; or ii) In case of a successful bidder, if the bidder fails:

a) To sign the Contract within the stipulated time; or b) To furnish Performance Guarantee within the stipulated time and valid till the end of

RFP for 400 Multi Function Kiosk

Page 11 of 54 Transaction Banking Department, Bank of Baroda

contract period plus three months 3.5.2. Cost of RFP

A complete set of bidding documents may be purchased / submitted by any of eligible vendors from this office upon payment of a non refundable fee of Rs. 25,000/- (Rupees Twenty five Thousand Only), in the form of a Demand Draft / Banker’s Cheque in favour of Bank of Baroda payable at Mumbai. The RFP is available on our Bank’s website, www.bankofbaroda.com and can be downloaded from the website. In case the Bidder document is downloaded from the website, the price of Bidding document shall have to be handed over separately in the form of a non refundable Demand Draft / Banker’s Cheque for Rs. 25,000/- in favour of Bank of Baroda payable at Mumbai at the time of submission of the Bid as part of the eligibility bid.

3.5.3. Performance Bank Guarantee:

Successful vendor also has to furnish a Performance bank guarantee of 10% of the total contract value issued by any reputed Scheduled Commercial Bank in India (other than Bank of Baroda) in favour of Bank of Baroda. The Guarantee shall be valid for the entire period of contract and 3 months thereafter. In case of extension of contract, the successful vendor has to extend the Bank guarantee for the extended period (exceeding three months of the contract) as per stipulation in the Service level Agreement. In case vendor fails to perform the contract, Bank shall invoke the Bank Performance Guarantee to recover penalty/ liquidated damages and the event of the failure to perform the contract before supplying full or any part of the contracted number of Multi Function Kiosk the bank may award the contract for the unsupplied number of machines to any one of the remaining suppliers in a ratio to be decided by the Bank in its absolute discretion. Bid Security /EMD Money of un-successful bidder/s will be returned on completion of RFP process whereas EMD of successful bidder/s will be returned on submission of the Performance Bank Guarantee. 3.6. General Terms and Conditions

3.6.1. Adherence to Terms and Conditions:

The bidders who wish to submit responses to this RFP should note that they should abide by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be disqualified and may not be considered for the selection process.

3.6.2. Execution of SLA/NDA:

The successful vendor shall execute (a) a Service Level Agreement, which would include all the services and terms and conditions of the services to be extended as detailed herein and any other conditions as may be prescribed by the Bank; and (b) Non-disclosure Agreement. The Vendor shall execute the SLA and NDA within one month from the date of acceptance of Letter of Appointment. The contract shall be executed by the authorized signatory of the Vendor. A power of attorney to that effect shall be submitted by the successful bidders.

3.6.3. Other terms and conditions:

Bank of Baroda reserves the right to:

1. Reject any and all responses received in response to the RFP 2. Waive or Change any formalities, irregularities, or inconsistencies in proposal format delivery 3. Extend the time for submission of all proposals 4. Select the most responsive bidder (in case no bidder satisfies the eligibility criteria in totality) 5. Select the next most responsive bidder if negotiations with the bidder of choice fail to result in an

agreement within a specified time frame.

RFP for 400 Multi Function Kiosk

Page 12 of 54 Transaction Banking Department, Bank of Baroda

6. Share the information/ clarifications provided in response to RFP by any bidder, with any other bidder(s) /others, in any form.

7. Cancel the RFP/Tender at any stage, without assigning any reason whatsoever. 8. Change the time schedule of the RFP for inviting the bids or evaluation thereof 9. Modify the quantity or any specifications related to eligibility or technicalities

3.6.4. Substitution of Project Team Members:

The bid should contain the resource planning proposed to be deployed for the project which includes ,inter-alia, the number of personnel, skill profile of each personnel, duration etc. During the assignment, the substitution of key staff identified for the assignment shall not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the vendor can do so only with the concurrence of the Bank by providing other staff of same level of qualifications and expertise. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments made by the Bank to the vendor during the course of this assignment besides claiming an amount, equal to the contract value as liquidated damages. However, the Bank reserves the right to insist the vendor to replace any team member with another (with the qualifications and expertise as required by the Bank) during the course of assignment.

3.6.5. Professionalism:

The vendor should provide professional, objective and impartial advice at all times and hold the Bank’s interests paramount and should observe the highest standard of ethics while executing the assignment.

3.6.6. Adherence to Standards:

The vendor should adhere to laws of the land and rules, regulations and guidelines issued by the various regulatory, statutory and Government authorities. The Bank reserves the right to ascertain information from the banks and other institutions to which the bidders have rendered their services for execution of similar projects. Such feedbacks from high ranking officials would also form part of vendor selection and any strong adverse comment/action about product or service would make the bidder ineligible for further assessment/processing.

3.6.7. Expenses:

It may be noted that the Bank shall not pay any amount/expenses / charges / fees / travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses etc. other than the services fees as per the finally negotiated fixed price.

3.6.8. Penalty &Liquidated Damages (LD):

Equipment should be delivered within 6 weeks for non road permit area and 8 weeks for Road Permit area from the date of purchase order. Bidder will have to pay liquidated damages (LD) to Bank of Baroda @ 1% of the order value inclusive of all taxes, duties, levies etc., per week or part thereof, for late delivery beyond due date of delivery, to a maximum of 5%. If delay exceeds two weeks from due date of delivery, Bank of Baroda reserves the right to cancel the entire order. Bidder will have to pay liquidated damages to Bank @ 1% of the order value per day or part thereof subject to maximum of 5%, for delay in installation, if the delay is caused owing to reasons attributable to the Bidder. If the selected Bidder fails to complete the due performance of the contract in accordance to the terms and conditions agreed during the final contract negotiation, the Bank reserves the right either to cancel the contract or to accept performance already made by the selected bidder. In case of termination of contract the Bank reserves the right to recover an amount equal to 10% of the Contract value as Liquidated Damages for non-performance.

Both Penalty and Liquidated Damages are independent of each other and are applicable separately and

RFP for 400 Multi Function Kiosk

Page 13 of 54 Transaction Banking Department, Bank of Baroda

concurrently. Penalty and LD is not applicable for reasons attributable to the Bank and Force Majeure. However, it is the responsibility of the selected bidder to prove that the delay is attributable to the Bank and Force Majeure. The selected bidder shall submit the proof authenticated by the bidder and Bank’s official that the delay is attributed to the Bank and Force Majeure along with the bills requesting payment.

3.6.9. Indemnity:

The successful bidder shall indemnify Bank and keep indemnified for against any loss or damage by executing an instrument to the effect on a Non-Judicial stamp paper that Bank may sustain on account of violation of patent, trademarks intellectual property rights, losses incurred due to malfunctioning /inferior quality of Multi Function Kiosk, breach of confidentiality, by the employees of the successful bidder etc. The vendor shall, at its own expense, defend and indemnify the Bank against all third party claims for infringement of patent, trademark, design or copyright arising from use of products or any part thereof supplied by vendor. Vendor will provide infringement remedies and indemnities for third party products, on a pass through basis. The vendor shall expeditiously extinguish any such claims and shall have full rights to defend it there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the vendor shall be fully responsible to pay such compensation along with all costs, damages and attorney’s fees and other expenses that a court may finally awards, in the event of the matter being adjudicated by a court or that be included in a vendor approved settlement. The Bank will issue notice to the vendor of any such claim without delay and provide reasonable assistance to the vendor in disposal of such claim, and shall at no time admit to any liability for, or express any intent, to settle the claim. The vendor shall also reimburse all incidental costs, which the Bank incurs in this regard.

In the event of the vendor not fulfilling its obligations under this clause within the period specified in the notice issued by the Bank, Bank has the right to recover the amounts due to it under this provision from any amount payable to the vendor under this project.

The indemnities under this clause are in addition to and without prejudice to the indemnities given elsewhere in this RFP.

3.6.10.Dispute Resolution

Bank of Baroda and the vendor shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after 30 days from the commencement of such informal negotiations, Bank of Baroda and the vendor have been unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to sole Arbitrator appointed by Bank and the award of the sole arbitrator shall be final and binding on the parties. The arbitration and reconciliation act 1996 and revisions, if any, thereof, shall apply to the arbitration proceedings and the venue of the arbitration shall be at Mumbai.

3.6.11.Force Majeure

Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extents that delay on its part 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 either party to the contract and not involving anyone’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, such as a war, strike, riot, crime, or an act of God/Nature (such as hurricane, flooding, earthquake, volcanic eruption, etc.), which prevents one or both parties from fulfilling their obligations under the contract.. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative

RFP for 400 Multi Function Kiosk

Page 14 of 54 Transaction Banking Department, Bank of Baroda

means of performance not prevented by the Force Majeure event.

3.6.12.Termination for Default

The Bank, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Bidder, may terminate this Contract in whole or in part, if the Bidder fails to perform any obligation(s) under the Contract.

In the event of the Bank terminating the Contract in whole or in part, the Bank may procure, upon such terms and in such manner, as it deems appropriate, services similar to those undelivered, and the Bidder shall be liable to the Bank for any excess costs for such similar services.

3.6.13.Confidentiality

This document contains information confidential and proprietary to the Bank. Additionally, the vendors shall be exposed by virtue of the contracted activities to the internal business information of the Bank. Disclosures of receipt of this RFP or any part of the aforementioned information to parties not directly involved in providing the services requested could result in the disqualification of the vendors, premature termination of the contract, and / or legal action against the vendors for breach of trust.

Selected vendor shall have to sign a legal non-disclosure agreement with the Bank before starting the project.

The vendor (and its employees) shall not, unless the Bank gives permission in writing, disclose any part or whole of this RFP document, of the proposal and/or contract, or any specification, plan, drawing, pattern, sample or information furnished by the Bank (including the users), in connection therewith to any person other than a person employed by the bidder in the performance of the proposal and/or contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. The employees or the third party engaged by the bidder shall maintain strict confidentiality. The vendor, its employees and agents shall not, without prior written consent from the Bank, make any use of any document or information given by the Bank or its Authorized personnel, except for purposes of performing the contract award. In case of breach, the Bank shall take such legal action as it may be advised. The Vendor has to maintain confidentiality even after completion/ termination of the contract.

3.6.14.Limitation of Liability 1. The vendor’s aggregate liability in connection with obligations undertaken as a part of this Project

whether arising under this 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.

2. Vendor’s liability in case of claims against the bank resulting from Willful Misconduct or Gross Negligence of the vendor , 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.

3. 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 Agreement.

In no event shall any 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.

3.6.15. Governing Law and Disputes

The Bid and the subsequent Contract with the selected Bidder shall be governed in accordance with the Laws of India and shall be subject to the exclusive jurisdiction of Courts in Mumbai.

3.6.16.Limitation on promotion

RFP for 400 Multi Function Kiosk

Page 15 of 54 Transaction Banking Department, Bank of Baroda

The vendor shall agree to make no reference to the Bank for the procurement of products and services hereunder or the agreement in any literature, promotional material, brochures, sales presentation or the like without the express prior written consent of the Bank.

3.6.17.Authorized Signatory:

The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The bidder shall furnish proof of signature identification for above purposes as required by the Bank.

3.6.18.Cancellation of Contract and Compensation:

The Bank reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Bank on the following circumstances:

1. The bidder goes into liquidation voluntarily or otherwise. 2. An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid. 3. If deductions on account of liquidated Damages exceeds more than 10% of the total contract price.

Further the Bank reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Bank in the event of any of the defaults occur and the same is not rectified within 30 days from the date of receipt of intimation from the Bank with respect of occurrence of such default in case of:

1. The selected bidder commits a breach of any of the terms and conditions of the bid/contract. 2. The progress regarding execution of the contract, made by the selected bidder is found to be

unsatisfactory. 3. Supply of sub standard material shall lead to cancellation of order. The Bank reserves its right to

cancel the order in the event of delay in delivery / installation / commissioning of equipment and charge liquidated damages for the delay.

After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one month’s notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Bank may have to incur to carry out bidding process for the execution of the balance of the contract. This clause is applicable, if for any reason, the contract is cancelled.

The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking Bank Guarantee, if any, under this contract or any other contract/order.

3.6.19.Non Payment of Professional Fees:

If any of the items/activities as mentioned in the price bid are not taken up by the Bank during the course of this assignment, the Bank shall not pay the professional fees quoted by the vendor in the Price Bid against such activity/item.

3.6.20.Assignment:

Neither the contract nor any rights granted under the contract Shall be sold, leased, assigned, or otherwise transferred, in whole or in part, by the vendor, and any such attempted sale, lease, assignment or otherwise transfer shall be void and of no effect without the advance written consent of the Bank.

RFP for 400 Multi Function Kiosk

Page 16 of 54 Transaction Banking Department, Bank of Baroda

3.6.21.Subcontracting:

The vendor may subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the vendor under the contract but with the prior written consent of the Bank.

3.6.22.Audit

Bank reserves the right to conduct an audit/ ongoing audit of the services provided by Vendor. The Vendor should allow the Reserve Bank of India (RBI) or persons authorized by it to access BOB documents, records or transaction or any other information given to, stored or processed by Vendor within a reasonable time failing which Vendor will be liable to pay any charges/ penalty levied by RBI.

Vendor should allow the Reserve Bank of India (RBI) to conduct audits or inspection of its Books and account with regard to Bank documents by one or more RBI officials or employees or other persons duly authorized by RBI.

3.6.23.Information and Secrecy

The Vendor must provide a written undertaking to the bank to comply with the secrecy provision pursuant to provision of Banking Regulation Act, 1949 and other applicable laws. The Vendor will follow professional ethics and conduct in performing their duties. The Bank has right to terminate the services of the Vendor if it fails to comply with the conditions imposed. The external and internal auditors of the bank will be given right to review the books and internal controls of the Vendor. Any weaknesses highlighted during the audit must be promptly rectified especially where such weaknesses may affect the integrity of the internal controls of the bank

RFP for 400 Multi Function Kiosk

Page 17 of 54 Transaction Banking Department, Bank of Baroda

Section 4: Vendor’s Selection Process:

The evaluation/selection process shall be done with combination of eligibility, technical competence and commercial aspects as detailed here below.

Step 1 –

Eligibility Evaluation: Shall be to ascertain the eligibility of the bidders/ vendor/service provider to bid for the project. Only those bidders who fulfill the minimum eligibility criteria shall proceed to the next step. Step 2 –

Technical assessment of compatibility: Shall be to evaluate the technical aspects of the product, services proposed by the bidder. The evaluation of functional and technical capabilities of the bidders of this RFP shall be completed in this stage as indicated in Annexure-P. The bidders scoring less than 75% marks (cut-off score) in the technical assessment shall not be considered for further selection process. Once the evaluation of technical proposals is completed, the bidders who score the prescribed minimum cut-off score (75%) or more shall only be short listed. In case only one participant bidder gets 75% or more score, then the next highest scoring bidder may also be selected for commercial evaluation at the sole discretion of the Bank. In case none of the participant bidders scores 75% score or more, the commercial bid of only top 2 bidders on the basis of Technical assessment may be opened at the sole discretion of the Bank and the one having the “highest score” shall be invited for further discussion of the contract.

Various stages of technical compatibility assessment are:

1. Paper evaluation based on response 2. Demonstration of proposed Hardware, Software and Services – actual demonstration of tools(s)

and not just PPT presentations 3. Site visits to bidder’s locations where solution is already functional/implemented, including DC/DR,

call centre, operations centre, complaint logging mechanism etc. and obtaining feedback from organization about technical capabilities and support available from the bidder.

4. Oral presentations and clarifications given to Bank’s evaluation team 5. Arriving at the final score on technical compatibility.

At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP.

Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents shall be notified separately, if such normalization exercise as part of the Technical assessment is resorted to. Bank may choose to visit site where offered model of Multi Function Kiosk is currently operational/live. The bidder will arrange a visit to the site and shall bear the travel and stay expenses of the Technical assessment team comprising of three to four members. If the Bank chooses not to visit the site then the bidder shall arrange for a tele/video conference call with relevant resources of the institution where the said Multi Function Kiosk is operational. Bank has established following criteria for evaluating the bids:

Financial strength of the company

Bidders profile/experience in the related field

Technical and functional capabilities of the Multi Function Kiosk

Capability and readiness of the kiosk for forthcoming requirements like CTS functionality and UV scanning

Security features of the Multi Function Kiosk

Capability to interface with bank’s core banking/switch system with minimal changes at bank’s end for the desired output.

Footprint of MFK Height(mm) Width(mm)Depth(mm)Weight(mm)

Power utilization by the Multi Function Kiosk

RFP for 400 Multi Function Kiosk

Page 18 of 54 Transaction Banking Department, Bank of Baroda

State wise support facility with number of support centers and qualified/trained Engineers.

Acceptance of laid down terms and conditions

Step 3 –Commercial Evaluation

Only those bidders scoring 75% (75 marks out of 100) or above in the Technical assessment and are fulfilling eligibility terms shall be short-listed for commercial evaluation. In case none of the participant bidders scores more than 75% marks or more in the Technical assessment, the commercial bid of only top 2 bidders on the basis of Technical assessment may be opened at the sole discretion of the bank. The commercial proposals of short listed bidders shall then be opened and evaluated for completeness. If the commercial quote is incomplete either for not providing quote for all required components or omitting to provide quote for a sub-component, it shall be presumed that the component(s) / sub-component shall be provided without any additional cost to the Bank. The Bank may, however, in its absolute discretion disqualify a bidder whose commercial quote is found to be incomplete. If it is found at any stage (before or after selection) that there is a calculation (addition, subtraction, multiplication or division) mistake, then the final totaled price, notwithstanding the mistake, shall be considered as the offer price for evaluation. However, the price payable shall be the lower of the “correct total” and “incorrect total”. Example A, if the price quoted is as under:

Component A: Rs. 400/-

Component B: Rs. 599/- Component C: Rs. 2350/- Total: Rs. 4939/-

In this example, Rs. 4939/- shall be taken for evaluation. However, the price payable shall be Rs. 3349/- Example B, if the price quoted is as under:

Component A: Rs. 400/- Component B: Rs. 0599/- Component C: Rs. 2350/- Total: Rs. 2939/-

In this example, the price taken for evaluation shall be Rs. 2939/- Though the correct total is 3349, the price payable shall be Rs. 2939/- only Section 5: Background, Eligibility Criteria, Scope of Work

5.1. Background

Bank of Baroda is one of the largest Public Sector Banks in India and has international operations in 25 other countries. In India, the Bank consists of a branch network of 4900+ branches. Bank of Baroda is known as India’s International Bank and has a reputation of being at the forefront in the usage of technologies. While Bank has a vast network of Branches, Bank’s operations are fully automated and the customers of the Bank avail of various alternate channels of delivery. Bank has decided to automate regular banking operations in order to provide better experience to the customers. As part of this plan, Bank proposes to install 400 Multi Function Kiosks, which are having capability of Cheque deposit, Internet Banking and to execute non-cash transaction on the basis of Card based authentication, at Branches and special e-lobbies being created by Bank for providing superior self service experience to its customers. Selected bidder is expected to make all efforts and commit all resources to make this project meet its objective.

RFP for 400 Multi Function Kiosk

Page 19 of 54 Transaction Banking Department, Bank of Baroda

5.2. Eligibility Criteria

The vendors who fulfill the following criteria are eligible to respond to the RFP. Offers received from the vendors who do not fulfill all or any of the following eligibility criteria will be rejected.

1. The bidder/OEM should be a registered company in India under Companies Act 1956. 2. The bidder should be the Original Equipment Manufacturer (OEM) or their authorized

representative in India. Either the Multi Function Kiosk Machines manufacturer or their authorized distributor in India can directly bid in the RFP but both of them cannot bid for the same make. An authorized representative should furnish authorization letter from manufacturer to the effect 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.

3. The bidder or the OEM should be in the business of supplying, installing and maintaining of Multi Function Kiosk or similar business (Banking Kiosks, Cheque Deposit Machine, Self Service Passbook Printer etc.) in India for last three years.

4. The bidder must have supplied at least 10 Multi Function Kiosk including Banking Kiosks /Cheque Deposit Machine / Self Service Passbook Printer to at least one bank or BFSI or telecom operator other than Bank of Baroda.

5. The bidder must enclose a letter of appreciation from Head Office / Central Office of the Bank where Multi Function Kiosks / Similar product are operational currently and the letter of appreciation must be signed by an official of the Bank not below the rank of a General Manager. The letters should be in English on the letterhead of the Bank duly stamped and signed. The certificate of installation & satisfactory performance may be directly sent to Bank of Baroda by the issuing authority. As a part of eligibility bid the bidder must include mandatorily list of Banks with number of machines currently operational therein. The Bank will choose, in its absolute discretion, from amongst the list so submitted for the purpose of reference visit/reference call.

6. Bidder / OEM should have a minimum annual turnover of Rs. 10 crores during last three financial years. This must be individual company turnover and not of group / subsidiary companies

7. Bidder /OEM should have maintained Net Profit during last financial year, i.e. 2013-14. 8. Bank will be installing Multi Function Kiosk Machines across the length and breadth of the country.

Bidder/OEM must have support centers in at least 20 locations out of the list provided in India. However, the Vendor having higher number of Service support Centre will be preferred and scored accordingly in evaluation

9. The proposed model of Multi Function Kiosk must have capability for integration with CBS/Base 24 Switch

Note: Vendor must comply with all the above mentioned criteria. Non-compliance of any of the criteria will entail rejection of the offer summarily. Attested true photocopies of relevant documents / certificates should be submitted as proof in support of the claims made. The Bank reserves the right to verify / evaluate the claims made by the vendor independently.

5.3. Scope of work

1. The Bank is looking for a bidder who can supply and install Multi Function Kiosk (MFK) and also maintains them during warranty period of 1 year and post-warranty Comprehensive Annual Maintenance Contract (CAMC)for minimum 3 years including all hardware part replacement without any additional cost to Bank to provide following services to customer –

A. Cheque Deposit Service B. Internet Banking C. Bill Payment facility for utility bills—card based with provision for screen based entry D. Non- financial transaction execution using debit card authentication

2. The Bank proposes to procure 400 Multi Function Kiosk with preferably front opening.

RFP for 400 Multi Function Kiosk

Page 20 of 54 Transaction Banking Department, Bank of Baroda

3. The bidder should configure MFK with FINACLE/Base 24 switch and central server installed in DC/DR site to provide the above services.

4. The Bank proposes to install these MFK at customer lobbies within Bank’s branch and also at 24X7 customer lobbies / ATM lobbies either adjoining the branch or independent lobbies

5. Multi Function Kiosk should be able to deposit the cheque to customer account by capturing data entered by customer& captured from MICR and cheque image. MFK should able to process this data and image to FINACLE and CTS server. System should be able to create file in CBS for automation of clearing process.

6. Multi Function Kiosk should be able to provide web/icon base Internet Banking Services. 7. Multi Function Kiosk should be able to provide utility bill payment services by interfacing with service

provider (Billing / Payment / Settlement). 8. Multi Function Kiosk should be able to provide non-cash transaction services like A/c to A/c and Card

to Card Fund transfer, Cheque book request, balance enquiry, mini statement etc. by using Card Authentication.

9. Vendor will have 4 weeks time to integrate with the banks server/CTS server/FINACLE/Base 24 switch after awarding / signing the contract/agreement and will have to bring the first 20 machines live at the locations desired by the bank within 6 weeks from the date of purchase order. Unsatisfactory experience of bank, non-accomplishment of fulfilling the criteria for integration within the said 4/6 weeks or any other Bank feedback against the vendor or products will lead to disqualification of the offer and annulment of the contract/agreement.

10. Vendor will ensure end to end integration of MFK machines with the central server which in-turn would be interfaced with the bank’s CBS/switch.

11. Bank will have option to order for central server (in DC or/and DR), which will be interfaced with FINACLE by the vendor. The central server/s will support 2000 MFK / Cheque Deposit Machine. The server interface software is to be given by the vendor. Server hardware and OS would be provided by bank and hosted at bank’s datacenter.

12. Vendor will provide MIS reports like number of Cheque deposited/ other services availed in a day, number of hits per day, uptime/downtime etc., as per the Bank’s requirement on a daily / monthly basis. Bank should be able to know the health and usage status of MFK installed at all locations. The MIS reports will be generated in the Central Server for MFK interfaced with FINACLE. Any application required for MIS report generation as per the bank desired format has to be provided by vendor. The MIS can be in standard report formats like PDF or Excel.

13. Vendor will provide a web based solution apart from toll free number for trouble reporting to enable branches / controlling offices to lodge complaints of failure breakdowns etc. and monitor status. This complaint portal provides details of all complaint lodged through Toll free Number/Web portal / Email or any other mode.

14. All software should be legally purchased and necessary document / certificate should be supplied along with machines.

15. The vendor must ensure before delivery that operating system is hardened to block the services which are not required. The vendor should provide Multi Function Kiosk specific firewall to take care of intrusion detection, port scans and other common virus attacks.

16. The Bank proposes to provide non-cash transaction services by using Base 24 Switch. The successful vendor will take total responsibility for supplying, installation of Multi Function Kiosk and making them operational with integration to Base24 switch within four week from the date of purchase order. Cost of interface has to be borne by the vendor.

17. The successful vendor should provide one MFK of same configuration/features as a test kiosk to the Bank, which will be shifted to address advised by Bank after successful testing.

18. The vendor should also undertake to deploy customized display screens in graphic mode in any language (Hindi, English and the local language like Gujarati, Marathi, Punjabi, Tamil, Malayalam, Telugu, Kannada, Oriya, Bengali etc.,) and also for touch screen format for all transactions undertaken on Multi Function Kiosk. It will be the responsibility of the vendor to deploy the required screens in the MFK. It is also a responsibility of the vendor to deploy the display screens in Multi Function Kiosk whenever Bank makes any modifications in screens (maximum twice in a year) without any extra cost in the tenure of the contract.

19. Bank reserves right to request diversion of machines from one site to another either in transit or yet to be dispatched except for diversions from non- entry /road permit state sites to states that require entry /road permit. if any such machine are yet to be shipped or are in transit the vendor shall bear all

RFP for 400 Multi Function Kiosk

Page 21 of 54 Transaction Banking Department, Bank of Baroda

the expenditure incidental to such diversion. For any machine delivered and installed at the initial location Vendor should undertake the shifting of Multi Function Kiosk upon request from the Bank at mutually agreed rates. The shifting will include all work incidental to shifting including dismantling, packing, loading, unloading, unpacking and transportation and reinstallation at the new site/location.

20. The vendor shall undertake complete end-to-end installation & operationalization of Multi Function Kiosk.

21. Vendor should provide the patch cord of required length at the site from I/O port to Multi Function Kiosk without any extra cost to Bank.

22. The vendor should provide all the software and other utilities required for facilitating integration/interface.

23. Multi Function Kiosk shall have complete vinyl wrapped on three sides as per the Bank’s branding / requirement at no additional cost for the first wrap for all machines. Bank shall provide design and creative files as regards to vinyl wraps. Vinyl Wrap of good quality must be affixed with high quality adhesive and carry a warranty of three years against peeling, fading, tearing etc.

24. The vendor shall supply stationary required for receipt printing and other consumable. Initially the vendor shall supply 6 rolls / bundles (each 60 meter) of the printing paper per installation. Bank may use the rates provided by the vendor to place the order for any future requirement of the stationary during the tenure of the contract. The Bank shall, from time to time, renegotiate the stationary rate with the vendor depending on the prevailing market rates. The rates provided by the vendor shall include the delivery charges, etc and it will be the vendors’ responsibility to deliver the stationary at any branch locations. The Bank shall have the right (for future requirement) to either place the order for the stationary on the vendor or to procure the same from the other sources.

5.4. Terms of execution of work

1. Bank proposes to operationalize 20 Multi Function Kiosks within 6 weeks of placing order. After the initial roll-out of 20 machines, Bank proposes roll-out of remaining Multi Function Kiosks within a period of 12-18 months.

2. After initial 20 machines, the vendor shall deliver Multi Function Kiosk at the respective sites within three weeks from the date of receiving the intimation over e-mail/ letter from the Bank and install/operationalize within four weeks,failing which the Bank reserves its right to levy penalties/liquidated damages as prescribed in the document. In case of existing sites, bidder should verify the earthing voltage at existing site and submit a report to the Bank to ensure proper earthing voltage to avoid damage to Multi Function Kiosk parts. Vendor shall undertake site verification to assess the feasibility of the site for installation of the Multi Function Kiosk and submit a report without any additional cost to Bank. The delivery and operationalization of the machine including site verification must be completed within a period of four weeks failing which the Bank reserves its right to levy penalties/liquidated damages as prescribed elsewhere in the document.

3. Vendor is required to submit at least three sets of OEM’s complete technical documentation in soft as well as hard copies

4. Vendor will have to provide a copy of PPT and other documentation shown during Technical assessment/Site Visits etc. in soft and hard copies

5. For each site, the vendor is expected to provide a minimum of one set of media and documentation for equipment including software license certificate.

6. Bidder is required to support such installations and will have to enter into SLA for end user uptime guarantee of minimum 97% (in 12 hours from 9 am to 9 pm) and 95% (in 24 hours cycle) for minimum 4 years. If the vendor/s fail to adhere to the timelines a penalty of Rs. 1000 per day per machine would be levied. Service Level Agreements (SLAs) and Non disclosure Agreement (NDA) will have to be entered with the Bank with uptime guarantees for all installations. The documents would be shared with successful bidder.

7. Service Level Agreements (SLAs) and Non disclosure Agreement (NDA) will have to be entered with the Bank with uptime guarantees for all installations. The documents would be shared with successful bidder.

8. Vendor will perform comprehensive Preventive maintenance of the MFK once in a quarter and submit report duly signed by bank official.

9. The vendor would be responsible for timely applying/loading of all the software patches, operating

RFP for 400 Multi Function Kiosk

Page 22 of 54 Transaction Banking Department, Bank of Baroda

systems updates etc. loading of complete new screens (not more than twice a year) in all the individual Multi Function Kiosk during the Warranty and AMC period. This job has to be done as a part of Warranty and AMC support services, without any extra cost/visit charges.

10. The vendor should not use any passwords, which is not known to Bank staff. 11. MFK should have protection from Pests, Rats, rodents etc. starting from the date of delivery till the

contract period. Vendor will replace the damaged part during the contact period in case of any loss due to Pests, Rats, rodents. Bank will not entertain any claim of any part damages by Pests, Rats, rodents.

12. The vendor to obtain transit insurance cover for the MFK from their factory/warehouse to the Bank site and such insurance cover should be available till installation of the MFK or till 15 days post delivery, whichever is later.

13. The MFK should be upgradeable to support any additional services that Bank may introduce at a later date at no extra cost to the Bank if hardware changes are not required.

14. In case of States having Road Permit/entry tax, the vendor will have to liaison with local tax authorities and branch/bank officials at each of the locations to obtain the necessary permissions from the respective authorities. Obtaining the necessary permissions will be the responsibility of the vendor. The Bank will however reimburse the amount of taxes paid, if any, in this connection, against production of the original challans

15. All repairs and maintenance services described herein shall be performed by qualified maintenance engineers totally familiar with the equipment. Bank shall arrange to maintain appropriate environmental conditions such as those relating to temperature, power supply, dust, within the acceptable limits. It shall be the responsibility of Bidder to monitor such environmental conditions and bring to the notice of the Bank changes required, if any, well in advance to arrange for such rectification.

16.Vendor should factor the cost of latest Windows Operating System (Version 8.1) for the purpose of quoting the price and provide the MFK with Windows 7 (Professional) Operating System and the same should upgrade the OS of MFK to 8.1 version as and when the technical/patches support to version 7 is stopped from Microsoft.

5.5. Locations to be covered

1. Vendors should note that the equipment being procured shall be deployed at various locations as per requirements of business and the Vendor shall be required to support all such installations in the country. Tentative list of Cities is enclosed as per Annexure -O

2. The list of the locations shall be given to successful vendor as and when the sites are identified. The Bank reserves the right to change locations by giving prior notice.

5.6. Training 1. Vendor shall provide onsite training to staff of Bank at each site along with the manuals (in the form

of power point presentation/screen shot/graphics developed exclusively for Bank) for user/administrators besides training to the central administration team consisting of 3 staff members for two days. Handholding would also include educating/informing customers to use the machines for the two days period after successful installation of the machine. His responsibilities would include helping Branch staff to carry out day-to-day activities for day end, troubleshooting besides motivating customers to migrate to Multi Function Kiosk and assist / help customer to carry out transactions. The resource should be selected by the vendor ensuring integrity and honesty. A complete list of these resources with their address/contact details will have to be provided to the Bank.

2. Vendor shall provide operational onsite training to officers of Bank at each site/Branches. The training should cover features of the machine including hands-on training and exercises.

3. At the request of the Bank, the Vendor should provide more rounds of user/administrative training at

select locations, without any extra cost to ensure utilization of these machines. However, bank would restrict such request to a minimum number.

5.7. Availability of Product and Spares

1. The product/configuration offered should be available during the validity of the purchase order

RFP for 400 Multi Function Kiosk

Page 23 of 54 Transaction Banking Department, Bank of Baroda

including extended period. Product brochures and details should be enclosed in technical documents. 2. Spares for the product offered should be available for entire contract period including warranty and 3

years AMC from date of installation. 3. In case the product/configuration offered is discontinued in the mean time, the vendor should provide

MFK of the new model (higher configuration with requisite compatibility) at the same price. If the vendor is unable to services the already installed MFK due to non-availability of spares as the said product/model is discontinued by the OEM, then the vendor will have to replace the said MFK with new MFK for which spares and support services are available at no additional cost to the Bank.

4. The spare parts rates provided/offered in the Bill of Material will be valid for MFK during the complete project period of 4 years.

5.8. Warranty

1. Vendor has to ensure that the equipments delivered to the Bank are brand new (not refurbished),

including all components and provide a letter signed by authorized signatory in this matter to Bank. 2. The vendor should also ensure that all the software supplied by the vendor is licensed and legally

purchased. 3. The offer must include comprehensive on-site warranty of One year from the date of installation and

commissioning of the equipments including the replacement of spare parts/ replacement of machine. This will include visit of engineers for repairs and replacement of Spares.

4. Bidder/Vendor will be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of all equipment, accessories etc.

5. Vendor must warrant all equipment, accessories, spare parts etc., against any manufacturing defects during the warranty period. Vendor shall maintain the equipment and repair/replace all the defective components at the installed site, at no additional charge to the Bank. The vendor should replace the part, in case of requirement without any cost to Bank within maximum two days from the date of SLM call logged over phone or otherwise.

6. If any particular MFK is frequently going out of order for mechanical reasons for more than three times and/or downtime is found to be more than 3 days, the vendor has to make immediate arrangement for standby system and if system has reached maximum ceiling (more than 6 downtime in a quarter), vendor shall replace the MFK.

Warranty shall not become void on account of Bank installing UPS/uninterruptible power supply etc. to the Multi Function Kiosk. In case the Multi Function Kiosk is down due to non functional UPS then vendor shall not be held responsible for the downtime and such downtime shall not be considered for calculation of penalty.

5.9. Annual Maintenance Contract

1. The vendor is expected to maintain the equipment supplied for at least 3 years after the expiry of warranty period. The same maintenance standards and terms observed during warranty period are expected during AMC period also

2. At the same time, the vendor is also expected to make available the spare parts for the systems for at least 3 years after the expiry of warranty period. Thereafter, vendor shall give at least twelve months notice prior to discontinuation of support services .During the period of AMC, the vendor shall replace all the spares parts which are required to be replaced without any cost to Bank. However, cost of replacement of spares in case of force majeure incidences shall be borne by Bank. Vendor shall have to provide sufficient evidence to support the reasons for force majeure up to the satisfaction of Bank

3. If any of the peripherals, components etc. are not available or difficult to procure or if the procurement is likely to be delayed, the replacement shall be carried out with equipment of equivalent capacity or higher capacity at no charge to the Bank, during the warranty period and AMC tenure.

4. Comprehensive on-site AMC of machine, for the post warranty period, would form part of TCO (Total Cost of Ownership).

5. Annual Maintenance Charges for each year over a span of 3 Years (after the warranty – Year 0) covering all parts, service, and visits to the concerned branches (after expiry of one year of comprehensive onsite warranty) should be mentioned separately in the Annexure-G. Service Tax on

RFP for 400 Multi Function Kiosk

Page 24 of 54 Transaction Banking Department, Bank of Baroda

AMC shall be paid extra by Bank at prevailing rates. AMC will be at fixed percentage of the cost of MFK quoted by the bidder and the percentage rates will be 6% for Years 1 & 2; 8% for Year 3.

Section 6: Payment Terms, Support Services & Miscellaneous Terms/Requirements

The terms of payment shall be as follows: 1. No advance payment would be done against purchase order. 90% of the value of the equipment shall be paid on installation, on per site basis. The payment shall

be released on completion of installation, on per site basis on production of successful installation report duly signed by Bank’s officials.

3. Balance 10% shall be payable after three months of satisfactory performance. However this balance 10% payment may be released one month after installation against Bank guarantee of equivalent amount

4. Octroi/entry tax etc., if any shall be reimbursed only on the production of the original receipt issued by the respective authorities. The vendor should pay such amounts and claim reimbursement, while claiming the amount due. The claim without original receipt is liable to be rejected.

5. If any penalty is imposed for non-payment of octroi/local taxes etc, the same shall be borne by the vendor.

Bank has procured Duty free credit scrips under served from India scheme of Govt of India issued by Directorate General of Foreign Trade. Duty free credit scrips can be utilized for imports/purchase of any capital goods etc., towards payment of Custom duty /Excise duty. Bank will issue the Duty free credit scrips to set off the custom duty/Excise duty which must be acceptable to the bidder.While preparing the bills/invoices the Excise duty/Custom duty components, if any, must mentioned separately and the duty free credit scrips must be Acceptable by the Bidder towards the payment of Excise duty/ Customs duty. The successful bidder is required to provide the details of utilization of scrips and return the original as and when requested by the Bank 6.1. Centralized Call Login Facility and web based solution

The vendor should provide a centralized web-based call login facility for reporting any problem faced during installation/usage or report generation. Vendor shall provide a technical person to Bank at centralized location for a period of one month to train the staff and solving technical / any other issues that are faced by user. Bank will not pay any additional charges for this one month support and it should be included in overall quoted price.

6.2. Manuals and documentation

The vendor shall provide three copies in hard and soft copy of complete technical documentation, brochures, user manuals etc. for the machine supplied. All the manuals shall be in English and the documentations should be clearly indicative of machines supplied. 6.3. Pre-delivery factory inspection

Bank shall carry out pre-delivery inspection of MFK at the vendor’s factory or point of dispatch. 6.4. Repeat Order

In case Bank complete the entire deployment of 400 MFK and based on business requirement at the sole discretion of the bank ,bank would have option to place further order till a maximum of 1000 MFKs( i.e. additional 600) for deployment at various centers at same terms and conditions. The vendor should endeavour to provide value proportion by add on services and ease of operation to develop business requirement.

6.5. Right to Alter Quantities

Bank reserves the right to alter quantity and will be free to either reduce or increase the quantity, at its

RFP for 400 Multi Function Kiosk

Page 25 of 54 Transaction Banking Department, Bank of Baroda

sole discretion on the same terms and conditions. Bank can order separately for spare parts for existing Multi Function Kiosk as per the rate quoted in current offer apart from the units quoted in Bills of Materials. The vendor must execute the same without any demur.

RFP for 400 Multi Function Kiosk

Page 26 of 54 Transaction Banking Department, Bank of Baroda

Annexure: Annexure A– Covering Letter (Letter to the bank on the vendor’s letterhead)

The Assistant General Manager Date: (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra-Kurla Complex Bandra (East) Mumbai 400 051

Dear Sir, Sub: Procurement of Multi Function Kiosk Terminals. (400 No.s)- Bank’s RFP No: --- Dated……………

With reference to the above RFP, having examined and understood the instructions, terms and conditions forming part of the RFP, we hereby enclose our offer for the supply of the equipment as detailed in your above referred RFP. We agree to all the terms and conditions mentioned in the RFP. We also submit required information along with documentary evidence in following format:

Parameter Response – Specify Bidder or OEM, wherever

relevant Name of the Company and nature of business Holding company or Parent Company(if any) Company address Details of Ownership Name of the Parent Company Year of commencement of business Names of all the Directors 1.

2. 3. 4.

Name of the key person with contact details Annual Turnover

Year 2011-12 Year 2012-13 Year 2013-14

Net Profit Year 2013-14

No. of own Support Centres in India # Cities No. of Support Centres of Channel Partners / franchisee

# Cities

No of employees working in- 1. Sales 2. Administration 3. Technical 4. Implementation /Support Engineers 5. Labour used on contract basis

Certifications 1. With any Government /its agencies 2. With any other agency

Names of the Bank ,other companies for which

RFP for 400 Multi Function Kiosk

Page 27 of 54 Transaction Banking Department, Bank of Baroda

similar work had been undertaken We further confirm that the offer is in conformity with the terms and conditions as mentioned in the RFP. We also confirm that the offer shall remain valid for 180 days from the date of the offer. We also understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has right to reject the offer in full or in part without assigning any reasons whatsoever. We enclose Demand Draft/Bank Guarantee for Rs. 64,00,000/= favoring Bank of Baroda and payable at Mumbai, towards bid security, details of the same are as under:

1. No :

2. Issuing Date :

3. Name of Issuing Bank :

4. Expiry Date :

Yours faithfully,

(Name & Designation, seal of the firm)

RFP for 400 Multi Function Kiosk

Page 28 of 54 Transaction Banking Department, Bank of Baroda

Annexure-B – Eligibility Bid Template We confirm having complied with all the prescribed eligibility Criteria as under:

Eligibility Criteria Compliance (Yes/No)

Details of proof submitted Detailed /specific doc to be submitted

The Bidder/OEM should be a Company registered in India under Companies Act 1956

Certificate of Incorporation and Certificate of Commencement of Business

The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. In case the bidder is an authorized representative of the OEM, an authorization letter from manufacturer (OEM) to this effect must be furnished. This letter of undertaking must specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer would perform the obligations on behalf of bidder.

Manufacturer/OEM’s Authorization Letter as per Annexure C

Bidder or the OEM should have deployed Multi Function Kiosk or similar product at least 10 machines in India in last 3 years (prior to the date of this tender).

Certificate from bidder/OEM Bank-wise/Organization wise list of installed Multi Function Kiosks or similar product as per format in Annexure D

The bidder must enclose at least one reference letter from Head Office / Central Office of any one Commercial Bank other than Bank of Baroda, having pan India presence having interfaced to core banking solution/ Base 24 switch where Multi Function Kiosks / Similar product is operational currently

Certificate as per format in Annexure J

The proposed model of Multi Function Kiosk must have capability to integrate with CBS/Base 24 Switch

Certificate from bidder

Bidder / OEM should have a minimum annual turnover of Rs. 10 crores during last three financial years.

Audited Balance sheet for last 3 years along with complete auditor’s certificate/qualifications, For financial year 2013-14, external chartered accountant letter is considered if audited balance sheet is not yet ready.

Bidder /OEM should have net Profit during last financial year, i.e. 2013-14.

Audited Balance sheet/P&L or certificate from external Chartered Accountant.

The bidder should have support centers in at least 20 locations in India

List of support Centers city-wise

We enclose the following documents to support the above mentioned claims

SIGNATURE (Name & Designation) (Seal of the firm)

RFP for 400 Multi Function Kiosk

Page 29 of 54 Transaction Banking Department, Bank of Baroda

Annexure-C: MANUFACTURER’S AUTHORIZATION LETTER Ref No.: Date: The Assistant General Manager (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra-Kurla Complex Bandra (East) Mumbai 400 051 Dear Sir, Re: Procurement of Multi Function Kiosk Terminals.(400 Nos)- Bank RFP No: --- Dated. We, M/S XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX (Name of OEM), who are established and reputable manufacturers of-_________________________(Name and Descriptions of goods offered) having factories at (Address of factory) do hereby authorize M/S_____________________________(Name and address of the agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above Request For Proposal (RFP). We hereby extend our full guarantee and warranty for the solution, products and services offered by our

authorized representative in India, named above, against this Bid Invitation. We also undertake to provide

any or all of the following materials, notifications, and information pertaining to the products

manufactured by us and distributed by our authorized representative in India:

(a) Such Products as the Bank may opt to purchase from our authorized representative in India,

provided, that this option shall not relieve our authorized representative in India of any warranty

obligations under the Contract; and

(b) In the event of termination of production of such Products:

1. Advance notification to the Bank of the pending termination, in sufficient time to permit the

Bank to procure needed requirements; and

2. Following such termination, furnishing at no cost to the Bank, the blueprints, design

documents, operations manuals, standards, source codes and specifications of the Products, if

requested.

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 hereby extend our full comprehensive guarantee and warranty as per Conditions of Contract for the

goods and services offered for supply by the above firm against this RFP. We also undertake that in the

event of our authorized representative in India failing to perform its obligations under the Contract for

supply, installation and maintenance of the above product and associated services for any reason

whatsoever, we shall perform all the pending obligations as if the contract were between the Bank and us.

Yours faithfully (Name of the Authorized Official) (Name of OEM) (Seal of OEM)

RFP for 400 Multi Function Kiosk

Page 30 of 54 Transaction Banking Department, Bank of Baroda

Annexure D – List of Banks List of Banks / Institutions where Multi Function Kiosks/Banking Kiosks are currently operational

S. No.

Name of the Bank / Institution No. of CDMs only operational

No. of MFKs only operational

Total CDM+MFKs

City A

1

2

3

4

Sub Total for City A

City B

1

2

3

4

5

Sub Total for City B

City C

1

2

3

4

5

6

7

Sub Total for City C

Grand Total for all Cities

Note: Vendor can add more cities/products, if required.

RFP for 400 Multi Function Kiosk

Page 31 of 54 Transaction Banking Department, Bank of Baroda

Annexure E: Functional Specifications

Functional Specifications: Multi Function Kiosk and the software to be provided should have the capability of performing the following functions:

S.

No.

Requirement Bidder’s Response

to deploy ( Yes/

No)

Bidder response

/Offering/

Specification

A Cheque Deposit Facility

1. The system GUI should have multi-lingual support (English, Hindi and Regional Language) There must

be multiple interface options for bank to select from such as Scroll Down, Swipe and Select, Easy menu, Icons etc

2. The system should provide physical keyboard /Virtual Keyboard for entering, account number and amount. The customer should be able to operate the system in standing position.

3. The system should have the capability to integrate with the Bank’s Core Banking System (FINACLE) / Central Server/Base 24 switch for account validation and transaction posting.

4. The system should provide online account number validation and should show the account name to customer.

5. The system should be capable of taking multiple cheques (one by one) at a time without asking for account details each time.

6. The system should display / request customer to re-confirm the amount entry.

7. They system should display with visual the position in which the cheque is to be placed by the customer

8. The system should provide auto alignment of cheque if not placed in the specified position.

9. Each screen should have timer control for idle timeout and the administrator should be able to control the timing parameter.

10. The system should generate receipt with MICR details as well as the details input by the customer, date and time stamp and cheque image.

11. The system should have capability to parameterize the cheque clearing cutoff time and if it breaches the cutoff time, it should print Bank specified message on the customer/s receipt.

12. The system should store following cheque images

Front image (grayscale)

Back image (Black & White)

UV Image

RFP for 400 Multi Function Kiosk

Page 32 of 54 Transaction Banking Department, Bank of Baroda

S.

No.

Requirement Bidder’s Response

to deploy ( Yes/

No)

Bidder response

/Offering/

Specification

13. The system should have capability to allow/dis-allow depositing of certain Bank cheques on the basis of MICR code.

14. The system should provide data entered by customer and also captured through MICR to Bank’s Core banking system FINACLE in specified format and also prepare batch file as per the requirement of Bank.

15. The System should be compatible to Cheque Truncation System (CTS) and integrate with Bank’s CTS system. The data and image shall be as per CTS requirement to FINACLE server / CTS server

16. The system should provide UV image to Bank’s back office for processing.

17. The system should have detail LOG facility of all transactions and errors

18. The system should have administrator and user login privilege.

19. Through administration login the system should be able to print End of Day reports

20. The system should have configuration menu and should have provision to keep common parameters in configuration.

21. The system should have remote monitoring capability as central monitoring tool is part of this RFP.

22. The system should have the facility to take backup of scanned images and generate daily report on cheques deposited.

23. The system should support automatic purging of data and images. The time interval should be configurable

24. The system should have feature where in case of power failure during successful cheque deposit, the system should resume printing of receipt on restart.

B Internet Banking

1. MFK will have access only to dedicated URLs specified by the bank. Other access should be blocked/not available to customers

2. MFK should support web based / icon based Internet Banking services as per bank’s requirement.

Non-financial transaction

1. The MFK should be capable to execute non-cash transaction like Card to Card or A/c to A/c fund transfer, Balance enquiry, Mobile/Email

RFP for 400 Multi Function Kiosk

Page 33 of 54 Transaction Banking Department, Bank of Baroda

S.

No.

Requirement Bidder’s Response

to deploy ( Yes/

No)

Bidder response

/Offering/

Specification

registration, Cheque book request etc. on the basis of card based authentication

2. The MFK should be capable to integrate with Base 24 switch for PIN based authentication.

General Function

1. The system should have administrator level access for maintenance function.

2. The system should support automatic update of patches and new versions.

3. The system should provide monitoring and management system in graphical format which shall be customized as per bank’s requirement.

4. The system should be able to provide the status of Multi Function Kiosk and provide uptime report.

5. The system should have the facility to export reports in excel, txt, pdf and CTS compatible formats.

6. The system through administration should have the facility to change settings, display layouts, modify promotional messages of the MFK system.

7. Ability to display appropriate error messages

8. Consumables

Bidder should be capable of supplying /make arrangements for Consumables on continuous basis as per the terms of agreement that will be executed with bank

RFP for 400 Multi Function Kiosk

Page 34 of 54 Transaction Banking Department Bank of Baroda

Annexure F: Technical Bid Template

Sr. No. Item Required Specification Bidder response / Offering / Specification

Remarks, If any

1 Name of the proposed Make & Model

Please specify the Make & Model

2 Colour Please specify colour options

3 Operating System

Windows 7 Professional 64 bit with IPv6 compliance and OS hardening (document to be provided by vendor)

4 Operating environment

Temperature : 10 to 40 degree Celsius Humidity: 20% to 80%.

5 Screen / Resolution

Provide 17”(Minimum) SAW type LCD touch screen with resolution of 1024X768 and with at least 6mm toughened glass(To ensure good quality display, smooth movement and for 24 by 7 lobby use).

6 Keyboard Metal Industrial grade Keyboard with track pad embedded in the machine frame. Virtual key pad also be made available on the touch screen for entering account number, data fields and confirmations or all of them.

7

7.1 Receipt Printer

Thermal Printer with printing width of 80 mm minimum (for retention of 15 days or more.)

7.2 Jam proof and automatic cutter facility.

7.3 Minimum speed of 150 mm/sec.

7.4 It should have a minimum resolution of 200 dpi.

7.5 Should have support for RS232 C, Parallel, USB, Ethernet interface

8 PC (in MFK system)

PC should be of Industrial grade for MFK system and inbuilt within the Cabinet with Windows 7 professional operating system having the following minimum configuration : Intel i3 processor, RAM :4 GB upgradable upto 8 GB,HDD:500 GB or higher,IPv6 compliant

RFP for 400 Multi Function Kiosk

Page 35 of 54 Transaction Banking Department Bank of Baroda

hardware

9

9.1 MFK housing must be front opening. It should be modular and easy to operate to facilitate servicing.

9.2 All the cablings or accessories should be connected internally, no Cable / Connection is exposed outside.

9.3 The cabinet should have sufficient cooling facility for nonstop 24 by 7 usages over long durations.

9.4 Tamper proof. No screws should be visible from outside.

9.5 Should be of M.S. (min 18 Gauge) with polymer powder coated and provided with proper lock and keys.

10 The Cheque Scanner (OEM type)

Cheque scanner should scan images as below (CTS compatible);

10.1 Front :- Grayscale, Format – JFIF, minimum 100 DPI, Compression – JPEG.

10.2 Reverse :- Black & White, Format – TIFF, minimum 200 DPI, Compression – CCITT G4

10.3 The image quality of the Grey Scale image shall be 8 bits / pixel (256 levels).

10.4 UV Image – Scanner should UV scan the cheque and provide an image for verification.

10.5 Should have one line endorsement printer to print on reverse of the cheque.

10.6 Auto-Shutter Mechanism

10.7 Endorser should be programmable

11 Cheque Stacker Metallic Box with Controlled free fall facility for holding upto500 cheques. Box should be pilfer proof, water and fire resistant build. have separate Lock & Key to hold the cheques deposited.

12 Cheque Acceptance

The machine should have the horizontal metal tray / rest pad to keep the cheques at the insertion point and the path should be linear

12.1 To support acceptance of cheque one by one

RFP for 400 Multi Function Kiosk

Page 36 of 54 Transaction Banking Department Bank of Baroda

In-built Camera

The In-built camera which shall be the integral part and shall have the following features:

The system shall have minimum a 2 Mega pixel camera

The camera shall be pilfer proof. The system shall capture image of the customer while doing the transaction and the image shall have the clarity to identify the person.

The system shall be capable of motion activation.

The system should be able to store the images in digital format for minimum 6 months at an average of 300 transactions per day. The vendor will be responsible for maintenance activities like taking backup and image retrieval. The backups should be taken during preventive maintenance and handed over to concerned branch. The media for back up (CDs) will be provided by the bank.

The system should provide necessary interface to view the stored images on hard disk or external media.

The recording system shall take care of minimum light conditions.

The system must capture the image and the transaction with time stamp

The system shall provide for locating and retrieving an image or event by date and time, card number, transaction number and transaction ID.

The solution must not degrade the performance of MFK e.g., speed of normal transaction.

There should not be any loss of data due to space constraint. The data backup is to be monitored avoid overwriting after specified minimum period.

Audit Audit Report features required in the Kiosk.

RFP for 400 Multi Function Kiosk

Page 37 of 54 Transaction Banking Department Bank of Baroda

General Audit Details: Total Operating details to utilization of the machine.

Failure Audit: Out of Service conditions, Total out of order period, Total No. of Jams, Total Jam recovery efforts, Total Rejects followed by Jam etc.

Alerts: Low Media warning for all items viz, consumer printer roll etc

13

13.1 LAN standard Ethernet 10/100/1000 Mbps

13.2 Protocol Should use TCP/IP protocol

14

14.1 Power and Cabling

The cabinet should have power distribution box with the power sockets required for connecting internal components within the cabinet with effective surge protection system.

14.2 All cables should be properly managed inside the cabinet through cable managers.

14.3 In the event of power failure, the system should not lose data. After power is started system should start automatically and come to main menu.

15

15.1 Monitoring The system should provide centralized monitoring facility to show status of machines, generate alerts for below indicative parameters.

15.1.1 Printer paper low / empty alert

15.1.2 Printer ON/OFF status/ MFK Online / Offline status

15.1.3 Scanner malfunction alert

15.1.4 Cheque storage box full alert

15.1.5 Database connectivity errors

16

16.1 Administration The system should provide following administrative indicative functionality;

16.2 Configuration

16.2.1 Availability monitoring

RFP for 400 Multi Function Kiosk

Page 38 of 54 Transaction Banking Department Bank of Baroda

16.2.2 Reporting/ Dashboard of important parameters

16.2.3 Event generation/ Event processing

16.2.4 Automatic event classification and archiving

16.2.5 Performance monitoring

16.2.6 Remote patch updation /screen updation and/remote shutdown facility.

16.2.7 Report/MIS should be customizable to Bank’s requirement. MFK grouping – Citywise/Regionwise

16.2.8 Device History

Central management tool for software distribution and screen distribution

Graphical dashboard reporting between two dates based on the data captured by the machine. Dashboards must be available in drill down fashion eg: region wise, branch wise etc.

17 Card Reader • Dip type Card Reader capable of reading bank's Debit Cards • EMV 4.0 Level 1 approved

Should provide pluggable support for Smart card reader

18 Encrypting PIN pad

• 16-key PIN pad. • PCI PED and EMV approved - PCI PED 1.3 online and offline approved 3DES encryption, Master/Session and DUKPT key management.

19 Internet banking Feature

Customized Internet Banking facility on Web based/Icon based approach

20 Application software

Vendor should be able to provide customized application software capable of following functions

Icon based /web based Internet banking

Payment of utility bills using Debit card/Internet banking with provision for Screen based data entry

Recharge of DTH/Mobile

Card based Fund transfer

Non cash transactions/request capturing functionality.

RFP for 400 Multi Function Kiosk

Page 39 of 54 Transaction Banking Department Bank of Baroda

Application software must integrate with existing CBS software. CBS Integration should consist of: Validation of Account No. Validate Status of A/c – Should not accept in Dormant / In

operative / Stopped A/c. Display of Name of the Account

Value Date / Transaction Date should be generated based on pre-defined time and holiday calendar of Base branch.

Day end Summary / Clearance summary should have complete details.

Maintenance of log is needed for all transaction between kiosks and CBS.

Integration of application Software

Vendor should provide end to end customized application software that can-

Integrated to Bank’ Core banking System (Finacle)

Integrated to Bank’ ATM switch (base 24) for all Card based transactions

Integrated with Bank’s Internet banking system.

21 Thermal Paper Roll

80 mm X 100 m, Minimum 15 days data retention period

22 Vinyl wrapping Providing and fixing vinyl branding on MFK machine. Media to be used - Avery MPI 2005 EZRS with Dol 2100 or equivalent. Matt lamination. Printing platform has to be UV only. Warranty shall be 3yrs from the date of installation. Design as per bank approval.

24 Power Consumption

Less than 180 W (Operating)

Less than 80 W (stand-by)

RFP for 400 Multi Function Kiosk

Page 40 of 54 Transaction Banking Department, Bank of Baroda

Annexure G: Commercial Bid Template Table 1

Sr No

Description Qty.(I)

Unit Price (II)

Total Price =(II)*(I)

A Hardware Cost of Multi Function Kiosk as per specifications given above (with 1 year comprehensive onsite warranty)

400

B Terminal Software to run Multi Function Kiosk as per specifications given above ( Licenses required with 1 year comprehensive onsite warranty)

400

C Kiosk Central Software as per specs above including customization as per bank’s requirement. The central software to include monitoring tool, call reporting & management tool(for branches as well as central team) and report /MIS generation facility.

1

D All taxes ( Sales Tax, VAT etc)

E Stationery (60 meter thermal paper roll with minimum 15 days retention period)

6* 400

F Comprehensive Onsite Annual Maintenance Charges(inclusive of Service tax) after Warranty period (including hardware, software etc) for -3- years

AMC for 2nd year 6% of Unit Cost

AMC for 3nd year 6% of Unit Cost

AMC for 4th year 8% of Unit Cost

400

G Handholding support for 2 days 400 locations

TCO (Total cost of ownership for evaluation)

= A+B+C+D+E+F+G

(Total amount in words Rs._____________________________________)

Sr No

Description Quoted Price =(Rs)

1 Charges for field engineer’s visit for retrieval of image / video on need basis (support/preventive maintenance are not included in this)

2 Unit cost of stationery (60 meter thermal paper roll with minimum 15 days retention period) for supply to various sites/branches where MFK is installed by bank.

SIGNATURE (Name & Designation) (Seal of the company)

RFP for 400 Multi Function Kiosk

Page 41 of 54 Transaction Banking Department, Bank of Baroda

TOTAL COST OF OWNERSHIP (TCO):

1. TCO refers to the aggregate amounts payable by the Bank over the entire period of the contract 2. TCO shall encompass but not be limited to the following:

Cost of the equipment/product or services.

License fee (Corporate or user specific as defined in RFP) including OS/Data Base/Application licenses

All existing taxes (including sales tax/VAT, service tax etc.), duties and levies.

Installation and commissioning charges, if any.

Comprehensive one year (Year 0) on-site warranty of the equipments covering all components, services, and visits to the concerned offices as specified in the RFP.

Annual Maintenance Charges for the period as specified in the RFP.

Transportation and Forwarding charges to respective sites.

Training costs for the product/service/equipment as defined in RFP.

Cost of one resource for 2 days at each location from the date of installation

Service Level Agreement (SLA) costs as defined in RFP for applicable period.

Insurance to cover the equipment for and from transit period till installation or 15 days after delivery at the locations specified, whichever is later.

Any cost towards development of interface and/or customization to meet bank’s requirement/communicating with the bank’s core banking solution and/or base 24 switch would be included by bidder.

Cost of system/software up gradation for the entire period of contract.

Any other cost expected by bidder for timely and efficient implementation of the project as per business requirement as specified in the RFP shall be included by the bidder.

TCO, however, shall not include variables of octroi and entry tax. These shall be paid as per actuals and on production of receipts. However, no penalties on octroi or entry tax shall be paid by the Bank and the vendor shall bear such expenses.

RFP for 400 Multi Function Kiosk

Page 42 of 54 Transaction Banking Department, Bank of Baroda

Annexure- H-Compliance Certificate (On letterhead)

The Assistant General Manager Dated (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra-Kurla Complex Bandra (East) Mumbai 400 051

Dear Sirs,

Ref: Procurement of Multi Function Kiosk Terminals.(400 Nos)- Bank RFP No: --- Dated………..

1. Having examined the tender document including all annexure, the receipt of which is hereby duly acknowledged, we the undersigned offer to supply, install and maintain Multi Function Kiosk at Bank of Baroda in full conformity with the said tender document and in accordance with our proposal. The schedule of prices/charges associated terms are and made part of this tender.

2. If our bid is accepted, we undertake to complete the project within the scheduled time frame 3. We confirm that this offer is valid for 180 days from the last date for submission of tender

document to the Bank. 4. This bid together with notification of award and your written acceptance thereof shall constitute a

binding contract between us. 5. We undertake that in competing for and if the award is made to us, in executing the subject

contract, we shall strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

6. We agree that Bank of Baroda is not bound to accept the lowest or any bid that it may receive. 7. We have never been barred/black-listed by any regulatory /statutory authority in India.

SIGNATURE (Name & Designation) (Seal of the firm)

RFP for 400 Multi Function Kiosk

Page 43 of 54 Transaction Banking Department, Bank of Baroda

Annexure – I: Format for Queries Vendors have to provide their queries on RFP in the following format only. Vendors are requested to categorize their queries under appropriate headings. Vendors are requested to provide a reference of the page number, state the clarification point and the queries as shown below:

S. Page Point/Section Clarification point as stated in Query

No. # # the tender document

1

2

3

4

5

Note: The above format on the letterhead of the bidder duly signed by the authorized signatory should be forwarded to the specified address/email ID as per the timelines specified in the RFP .Bidder must seek acknowledgement of the communication from the bank.

RFP for 400 Multi Function Kiosk

Page 44 of 54 Transaction Banking Department, Bank of Baroda

Annexure- J: Reference Letter from Commercial bank

The Assistant General Manager Dated. (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra - Kurla Complex Bandra (East) Mumbai 400 051

Dear Sirs,

Ref: Procurement of Multi Function Kiosk Terminals.(400 Nos)- Bank RFP No: --- Dt. This is to certify that ____________ (name of the vendor/OEM) has installed _________model of Multi Function Kiosk/Other similar type of Banking Kiosk (Please specify the model and function) at /……of the Bank during the period ________. The performance of the above said Multi Function Kiosk/ Banking Kiosk is satisfactory and there are no adverse observations as regards to the performance of the machine and the services rendered by the ___________________________ (Name of the vendor/OEM) is prompt and complete. SIGNATURE

(Name & Designation, seal of the Bank) Contact Numbers Landline: For reference call by the Bank. Mobile :

RFP for 400 Multi Function Kiosk

Page 45 of 54 Transaction Banking Department, Bank of Baroda

Annexure - (K) Supporting documents to be submitted:

1. Organization structure including names of the Board of Directors and venture capitalist company 2. Business Profile & Strategy for expansion in India of OEM and bidder 3. Write up on following for bidder and OEM:

a) Management practice & procedure b) Other products & services practice area and core competency c) Expertise in handling customization/adaptation to regional languages.

4. Copies of the audited and published financial reports. 5. If an authorized representative/ channel partner is responding to this RFP, an authorization letter

from manufacturer (OEM) that the company is their authorized representative. 6. Certificate from banks for the interface developed between Multi Function Kiosk / Other Banking

Kiosk and Core Banking/Base 24 switch along with no. of MFK / Other Kiosk deployed. 7. Number of MFK/Banking Kiosks installed in Banks in the last two years (Year, Bank name, no. of MFK

supplied, major functions) to be supported with certificate from Banks along with comments on service levels.

8. List of support centers /residential engineers with addresses, contact persons, contact numbers and email-ids.

RFP for 400 Multi Function Kiosk

Page 46 of 54 Transaction Banking Department, Bank of Baroda

Annexure - (L)

Compliance to RFP terms & conditions

Sl no

Description of major items as detailed earlier in the RFP

Compliance (Yes/No)

Remarks If any

shortfall/condition

1. Eligibility Criteria

2. Scope of work

3. Terms of execution of work

4. Minimum locations to be covered

5. Training and handholding

6. Availability of Product and Spares

7. Warranty and annual maintenance contract

8. Maintenance Standard during Warranty & AMC

9. Bid cost included

10. Bid security included

11. Technical specification/details provided

12. Price composition

13. Erasures or alterations, if any, in the proposal submitted.

14. Offer validity period as per requirement

15. Right to alter quantity terms acceptable

16. Price freezing terms acceptable

17. Payment terms, Support Services & miscellaneous Terms /Requirements acceptable

18. Liquidated damages terms acceptable

19. Order cancellation terms acceptable

20. Centralised Call login facility and web based solution as suggested in this RFP

21. Manuals & documentation to be provided as specified

22. Pre-delivery factory inspection terms acceptable

23. Repeat order terms acceptable

24. Dispute Resolution and arbitration terms acceptable.

25. All other terms and conditions specified in the RFP are acceptable.

SIGNATURE (Name & Designation, seal of the firm)

RFP for 400 Multi Function Kiosk

Page 47 of 54 Transaction Banking Department, Bank of Baroda

Annexure - (M)

Reference Site Details

(Two working site reference required preferably from different organizations, where the kiosk is working satisfactorily with decent volume handled per day)

Reference

Name of the Bank

Address of the Bank

Contact Details (At least two contacts are to be provided for each reference)

Contact 1 Name:

Designation:

Landline no.:

Cell no.:

E-mail id:

Contact 2 Name:

Designation:

Landline no.:

Cell no.:

E-mail id:

Name of the Core Banking Solution/ Switch with which the MFK is integrated

Total Number of MFK supplied

Ref. no and date of order

Quantity ordered

Quantity supplied till date

Quantity installed

Quantity operational

Note: Non availability of working system, unsatisfactory reference and/or adverse feedback from

the reference bank/Market may result in disqualification of the bidder at the sole discretion of the bank.

SIGNATURE (Name & Designation, seal of the firm)

RFP for 400 Multi Function Kiosk

Page 48 of 54 Transaction Banking Department, Bank of Baroda

Annexure N: Format for Bid Guarantee

The General Manager Date: (Transaction Banking) Bank of Baroda Baroda Corporate Centre Baroda Sun Tower C-34, G Block, Bandra Kurla Complex Mumbai-400051

1. M/s , having its registered office

at (herein after referred as 'the

vendor') , has inter-alia agreed to furnish

a bank guarantee from a scheduled bank for Rs 64,00,000/- (Rupees Sixty Four Lacs only) as security for

compliance with the vendor’s obligation in accordance with stipulation of RFP No…… dated……….issued by

Bank of Baroda.

2. On request of the vendor we (hereinafter called the issuing

bank) do hereby undertake to pay to you an amount not exceeding Rs. 64,00,000, (Rupees Sixty Four Lacs

only) against any non-compliance with conditions contained in the RFP.

3. We (the issuing bank) undertake to

pay the amounts due and payable under this guarantee without any demur, merely on a demand from

you stating that the amount claimed is due by way of loss or damage caused to or that would be caused

to or suffered by you by reasons of any breach by the said vendor of any of the terms or conditions

contained in the RFP by reason of the vendor’s failure to perform the terms thereof. Any such demand on

us during the currency shall be conclusive as regards the amount due and payable by us under this

guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.

64,00,000/-, (Rupees Sixty Four Lacs only).

4. Any notice by way of demand or otherwise hereunder may be sent by courier, or registered post to our

local address of the issuing Bank and if sent accordingly it should be received and duly and acknowledged

by the bank on or before the expiry date of the guarantee.

5. We further agree that the

guarantee herein contained shall remain in force during the period that would be taken for the

performance of the said obligation and that it shall continue to be enforceable till satisfactory compliance

of the terms and conditions thereof by the vendor or till you certify that the terms and conditions of the

said RFP have been fully and properly carried out by the said vendor and accordingly discharge the

guarantee or till expiry date whichever is earlier.

6. This bank guarantee shall remain in operation from the date of issue and we shall not revoke this

guarantee during the currency except with your previous consent in writing. You may enforce your rights

pursuant to this guarantee in any court or tribunal in accordance with laws of India.

7. We further agree with you, that you

shall have the fullest liberty without our consent and without affecting in any manner our obligation

hereunder to very any of the terms and conditions of the said RFP or to extend time of

performance by the said vendor from time to time or to postpone for any time or from time to any of the

power exercisable by you against the said vendor and to forbear or enforce any of the terms and

RFP for 400 Multi Function Kiosk

Page 49 of 54 Transaction Banking Department, Bank of Baroda

conditions relating to the said RFP and we shall not be relieved from our liability by reason of any such

variation or extension being granted to the said vendor or for any forbearance, act or omission on your

part or any indulgence by you to the said vendor.

8. The bank guarantee shall not in any way be affected by your taking or giving up any securities from the

vendor or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency

or as the case may be of the vendor.

9. The bank guarantee shall not be affected by any change in our constitution or of the vendor nor shall it be

affected by any change in your constitution or by any amalgamation or absorption but will ensure to the

benefit of and be available to and be enforceable by the absorbing or amalgamating company or concern

till expiry date.

10. We have the power to issue this bank guarantee in you favour and the undersigned has full power to

execute this bank guarantee under the power of attorney dated issued by .

Notwithstanding anything contained herein

i) Our liability under this bank guarantee shall not exceed Rs. 64,00,000/-, (Rupees Sixty Four Lacs only).

ii) This bank guarantee shall be valid up to ; and iii) We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only

and only if you serve upon us a written claim or demand on or before .

RFP for 400 Multi Function Kiosk

Page 50 of 54 Transaction Banking Department, Bank of Baroda

Annexure –O : List of Support centres as per Bank’s requirement :

Sr No Name of City Support Centre ( Yes/ No)

1 AHMEDABAD

2 MUMBAI

3 SURAT

4 VADODARA

5 DELHI

6 JAIPUR

7 CHENNAI

8 DELHI

9 KOLKATA

10 BANGALORE

11 PUNE

12 RAJKOT

13 INDORE

14 DELHI

15 KANPUR

16 NAGPUR

17 HYDERABAD

18 NASHIK

19 BHOPAL

20 COIMBATORE

21 BAREILLY

22 JODHPUR 23 RAIPUR

24 ANAND

25 VALSAD

26 JAMNAGAR

27 KOTA

28 GUWAHATI

29 UDAIPUR

30 AGRA

31 AJMER

32 BHARUCH

33 CHANDIGARH

34 DEHRADUN

35 MARGAO

36 JAMSHEDPUR

37 MEHSANA

38 BHUBANESWAR

39 PATNA

RFP for 400 Multi Function Kiosk

Page 51 of 54 Transaction Banking Department, Bank of Baroda

Annexure :P “Template for "Technical Assessment”

Sr. No.

Particulars Maximum Marks

Minimum Requirement

7/11 Marks (for max of 10 & 15 respectively)

8/13 Marks (for max of 10 & 15 respectively)

10/15 Marks (for max of 10 & 15 respectively)

A Service Provider Profile

1 Bidder or OEM should have supplied MFK in at least one commercial Bank and integrated to Finacle and Base 24 Switch (Except RRB/CCB/Co-operative Bank/Sahkari Bank) Reference letter should be attached

15 One Commercial Bank

1 Commercial Bank

2 Commercial Bank

More than 2 commercial Bank

2 Bidder or OEM should have deployed at least 10 MFK in at least 1 commercial Bank/Financial Institution / Telecom operator. Reference letter should be attached

15 10 Kiosk >= 10 in India. >= 25 in India >=50 in India

3 Bidder should have maintained minimum annual Turnover of Rs. 10 Crore during last 3 year.Audited balance sheet should be provided as specified in eligibility criteria.

10 10 Crore >= 10 Crore >=15 Crore >= 20 Crore

RFP for 400 Multi Function Kiosk

Page 52 of 54 Transaction Banking Department, Bank of Baroda

4 Net Profit in Last Financial Year i.e. 2013-14

10 Net profit in last F.Y. i.e. 2013-14

Net Profit in last F.Y. i.e. 2013-14

Net Profit in last 2 F.Y.

Net Profit in last 3 F.Y.

B Support Infrastructure

1 The bidder should have support centers in at least 20 major cities as per the list attached

10 20 centers >= 20 centers >= 30 centers >= 40 centers

C Capability of the proposed model

1 Ready availability of proposed model/s having capability for integration with Finacle/ Base 24 Switch

10 1 Model 1 Model 2 Model More than 2 model

D Technical Requirement

Maximum Marks (10/5)

Minimum Requirement

3.5/7 Marks(for max of 5 & 10 respectively)

4/8 Marks(for max of 5 & 10respectively)

10 Marks

1 MFK with Industrial Grade PC having Processor + 4 GB RAM,500 GB HDD,Industrial Grade keyboard with track pad

10 Intel i3 Intel i3 Not applicable Intel i5

2 Operating System in the PC of MFK as specified

5 Windows 7 Windows 7 Not applicable Windows 8/8.1

3 MFK with SAW type LCD touch screen

5 17 inch 17 Inch Not applicable 19 inch

RFP for 400 Multi Function Kiosk

Page 53 of 54 Transaction Banking Department, Bank of Baroda

4 OEM type Cheque Scanner with UV scanning capability

10 OEM letter

Certified but no OEM letter provided

Not applicable

Certified with OEM letter

5 Cheque acceptance with metal tray, linear path and auto alignment technique

6 Thermal Printer with printing width 80 mm

Mandatory

7 Card reader - Dip type Card Reader capable of reading bank's Debit Cards /EMV 4.0 Level 1 approved

Mandatory

8 Encrypting PIN Pad -16 Key PIN Pad /PCI PED and EMV approved - PCI PED 1.3 online and offline approved 3DES encryption, Master/Session and DUKPT key management

Mandatory

9 In built Camera for recording picture of person doing transactions as specified

Mandatory

10 Customized Internet Banking facility on Web based/Icon based approach-as specified

Mandatory

11 Central Monitoring Tool as per Functional specifications -as specified

Mandatory

RFP for 400 Multi Function Kiosk

Page 54 of 54 Transaction Banking Department, Bank of Baroda

12 Application Software as per functional specifications -as specified

Mandatory

13 Middleware to interface the MFK with Finacle/Base 24

Mandatory

Total Score 100