+ All Categories
Home > Documents > RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1....

RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1....

Date post: 23-Mar-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
77
RFP for 100 Cash Recyclers Allahabad Bank Request for Proposal (RFP) For Procurement and Installation of 100 Cash Recycler Modules RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Date: 16.10.2017 Cost of the RFP: Rs 25,000/- (Rupees Twenty Five Thousand only) NOTE: This document contains 77 pages including this cover page RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 1 of 77
Transcript
Page 1: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

Allahabad Bank

Request for Proposal (RFP) For

Procurement and Installation

of 100 Cash Recycler Modules

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Date: 16.10.2017

Cost of the RFP: Rs 25,000/- (Rupees Twenty Five Thousand only)

NOTE: This document contains 77 pages including this cover page

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 1 of 77

Page 2: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

Invitation For Bids

1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter called “The Purchaser” or “Bank”, which term or expression unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns intends to issue this Bid document, hereinafter called Request for Proposal, or “RFP”.

1.2. Bank invites bids from eligible bidders (hereinafter referred to as ‘Bidder’ or ‘Vendor’) to supply, installation commissioning and Maintainance of 100 Cash Recyclers for a period of five years.

1.3. The complete RFP has also been published at the Bank’s official website www.allahabadbank.in & Bank’s present E-Tender website www.tenderwizard.com for the purpose of downloading and applications made on such a form shall be considered valid for participating in the tender process.

1.4. The Bidders who want to participate in the bidding process are required to submit non-refundable fee of Rs.25,000/-(Rupees Twenty Five Thousand Only), towards cost of the RFP, in the form of Demand Draft or Bankers Cheque or IOI drawn in favor of ALLAHABAD BANK, payable at Kolkata.

Schedule details for the Tender process are as under :

Bid particulars Schedule/ Details RFP Reference HO/ IT & DB/CR/2017-18/01 Dt.: 16.10.2017

Price of RFP

Rs.25,000/- (Rupees Twenty Five Thousand only)

Bid Security Rs.25,00,000/- (Rupees Twenty Five Lakh only)

Courier Charges Rs.500/- ( Rupees Five Hundred only) Date of commencement of Sale of RFP 16th October 2017 11:00 Hours IST

Date of Pre-Bid Meeting with the bidders

23th October 2017 11:00 Hours IST

Last Date and time for sale of RFP 06st November 2017 11:00 Hours IST

Last date and time of submission of Bid(Technical & Commercial)

06st November 2017 13:00 Hours IST

Date and time of opening of Technical Bids

06st November 2017 15:00 Hours IST

Date and time of opening/downloading and reverse auction of the Indicative Commercial Bids.

Will be intimated to the qualified bidders in due course.

Address of Communication and Pre Bid Meeting

Allahabad Bank, Head Office Information Technology & Digital Banking Department, 2 – Netaji Subhash Road Kolkata (W. B.) , 700001

e-mail Address [email protected] Contact Telephone Numbers Telephone: 091-033 - 22315798, 22319472

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 2 of 77

Page 3: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 1.5. All bids must be accompanied by a Bid Security (as per format: Annexure – G) for

Rs.25,00,000/-(Rupees Twenty Five Lakh only) as specified in the RFP and must be delivered at the above office, on or before specified date and time indicated in the RFP.

1.6. Bidders are required to submit the Technical Bid in physical form, whereas the Commercial Bid is required to be submitted / uploaded online through e-Tendering process only on or before the last date and time mentioned in RFP. The Language of Bid should be in English.

1.7. Technical Bids will be opened as per schedule specified in the RFP, in the presence of the bidder’s representatives, who choose to attend the same. Technically qualified bids will be taken up for further processing and Commercial Bids of the technically qualified bidders will be opened. The lowest (L1) price arrived at on evaluation of the TCO, as bank may decide, in the presence of their representatives on a specified date and time, which will be notified separately. Non-attendance at the Bid opening will not be a cause for disqualification of a bidder.

1.8. The Original RFP (and any addendums to it) needs to be signed and stamped by the Bidder and is to be submitted along with the Bid Security on or before the last date & time of submission of technical bid mentioned above.

1.9. This tender is not transferable. Only the Bidders who have officially purchased this tender document or downloaded from the Bank’s website and paid the requisite tender fee shall be entitled to quote.

1.10. Each Bidder is eligible for submitting only one Bid in response to this RFP. 1.11. The RFP can be obtained from the following address during office hours on all

working days during RFP sale period between 10.00 A.M. to 4.00 P.M. either in person or by post.

1.12. No further discussion will be entertained to Bidders whose bids have been disqualified.

1.13. Allahabad Bank reserves the right to accept or reject, in part or full any or all the offers without assigning any reasons whatsoever at any stage of procurement.

1.14. This RFP is not an offer by the Bank, but an invitation to receive offers from Bidders. No contractual obligation whatsoever shall arise from the tender process unless and until a formal contract is signed and executed by duly authorized officers of the Bank with the Bidder.

1.15. Any publicity by the Bidder, in which the name of the Bank is to be used, should be done only with the explicit written permission of the Bank.

1.16. This tender is meant for the exclusive purpose of bidding as per the terms, conditions and specifications indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued.

1.17. Bank reserves the right to change the dates, timings mentioned above or elsewhere mentioned in the RFP, which will be communicated by placing the same as corrigendum under Tender section on Bank’s web-site.

Chief Manager - IT

Allahabad Bank

IT & DB, Head Office

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 3 of 77

Page 4: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers TABLE OF CONTENTS

TENDER NOTICE ................................................................................................................................................................................................. 2

BACKGROUND .................................................................................................................................................................................................... 4

SECTION I: ELIGIBILITY CRITERIA ................................................................................................................................................................... 4

SECTION II: REQUIREMENT DESCRIPTION .................................................................................................................................................... 9

SCOPE OF WORK ......................................................................................................................................................................................... 9

TERMS OF EXECUTION OF WORK ........................................................................................................................................................... 11

UTILISATION OF KNOW-HOW AND PERSONNEL FOR COMPETITORS ............................................................................................... 12

INTELLECTUAL PROPERTY RIGHTS ....................................................................................................................................................... 12

SOLICITATION OF EMPLOYEES ............................................................................................................................................................... 13

LOCATIONS TO BE COVERED .................................................................................................................................................................. 13

TRAINING .................................................................................................................................................................................................... 14

PRE-DELIVERY FACTORY INSPECTION .................................................................................................................................................. 14

AVAILABILITY OF PRODUCT AND SPARES ............................................................................................................................................ 14

COMPREHENSIVE GUARANTEE / WARRANTY ....................................................................................................................................... 14

PREVENTIVE MAINTENANCE ................................................................................................................................................................... 15

ANNUAL MAINTENANCE CONTRACT ...................................................................................................................................................... 16

MAINTENANCE STANDARD DURING WARRANTY & POST WARRANTY MAINTENANCE .................................................................. 17

PUBLICITY ................................................................................................................................................................................................... 17

SECTION III: BID GUIDELINES ........................................................................................................................................................................ 18

BID PRICE ................................................................................................................................................................................................... 18

AMENDMENT OF BIDDING DOCUMENT .................................................................................................................................................. 18

BID SECURITY / EMPANELMENT (PERFORMANCE) SECURITY .......................................................................................................... 19

TWO BID SYSTEM TENDER ...................................................................................................................................................................... 20

TECHNICAL OFFER (TO) ........................................................................................................................................................................... 20

COMMERCIAL OFFER ............................................................................................................................................................................... 22

PRICE COMPOSITION ................................................................................................................................................................................ 22

NON-TRANSFERABLE TENDER ................................................................................................................................................................ 23

ELIGIBLE GOODS AND SERVICES ........................................................................................................................................................... 23

ERASURES OR ALTERATION ................................................................................................................................................................... 23

COST OF BIDDING ...................................................................................................................................................................................... 23

OFFER VALIDITY PERIOD/MODIFICATION AND WITHDRAWAL OF OFFERS ...................................................................................... 23

CLARIFICATION OF RFP ............................................................................................................................................................................. 24

PRE-BID MEET ............................................................................................................................................................................................. 24

AMENDMENT OF RFP ................................................................................................................................................................................. 24

LANGUAGE OF BID ..................................................................................................................................................................................... 25

FORMAT AND SIGNING OF BID ................................................................................................................................................................. 25

SUBMISSION OF BIDS ................................................................................................................................................................................ 25

DEADLINE FOR SUBMISSION OF BIDS ..................................................................................................................................................... 27

LATE BIDS .................................................................................................................................................................................................... 27

MODIFICATION AND WITHDRAWAL OF BIDS ........................................................................................................................................... 27

BID OPENING .............................................................................................................................................................................................. 28

CLARIFICATION OF BIDS ............................................................................................................................................................................ 29

PRELIMINARY EXAMINATION .................................................................................................................................................................... 29

EVALUATION AND COMPARISION OF BIDS ............................................................................................................................................. 30

EVALUATION OF TECHNICAL BIDS .......................................................................................................................................................... 30

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 4 of 77

Page 5: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers EVALUATION OF COMMERCIAL BIDS ...................................................................................................................................................... 30

PRICE COMPOSITION ............................................................................................................................................................................... 30

CONTACTING THE PURCHASER ............................................................................................................................................................. 31

SELECTION OF VENDORS ON RATE CONTRACT BASIS ...................................................................................................................... 31

PURCHASER’S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD ........................................................................................... 31

PURCHASER’S RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS ............................................................................................ 31

INFORMATION FOR SELECTION OF VENDOR ....................................................................................................................................... 31

SIGNING OF CONTRACT ........................................................................................................................................................................... 32

NO COMMENT TO ACCEPT LOWEST OR ANY TENDER ....................................................................................................................... 32

PRICE FREEZING ....................................................................................................................................................................................... 32

PAYMENT TERMS ...................................................................................................................................................................................... 32

LIQUIDATED DAMAGES ............................................................................................................................................................................. 33

EXCLUSIONS TO BIDDER‟S LIABILITY FOR PENALTY .......................................................................................................................... 33

ORDER CANCELLATION ............................................................................................................................................................................ 34

PRE-BID QUERIES ...................................................................................................................................................................................... 34

DISPUTE RESOLUTION ............................................................................................................................................................................. 34

FORCE MAJEURE ....................................................................................................................................................................................... 35

TERMINATION FOR DEFAULT .................................................................................................................................................................. 35

CONFIDENTIALITY ..................................................................................................................................................................................... 35

LIMITATION OF LIABILITY .......................................................................................................................................................................... 36

GOVERNING LAW AND DISPUTES ........................................................................................................................................................... 36

COMPLIANCE WITH STATUTORY AND REGULATORY PROVISIONS .................................................................................................. 36

LIMITATION ON PROMOTION ................................................................................................................................................................... 36

INDEMNITY ................................................................................................................................................................................................. 37

TAXES & DUTIES ………………………… ………………………………………………………………………………………………………….37

SECTION IV: ANNEXURES .............................................................................................................................................................................. 38

ANNEXURE -A ............................................................................................................................................................................................. 38

ANNEXURE-B .............................................................................................................................................................................................. 39

ANNEXURE-C ............................................................................................................................................................................................. 44

ANNEXURE-D ............................................................................................................................................................................................. 46

ANNEXURE-E .............................................................................................................................................................................................. 59

ANNEXURE - F ............................................................................................................................................................................................ 60

ANNEXURE- G ............................................................................................................................................................................................. 62

ANNEXURE- H ............................................................................................................................................................................................. 64

ANNEXURE- I .............................................................................................................................................................................................. 65

ANNEXURE- J .............................................................................................................................................................................................. 66

ANNEXURE- K ............................................................................................................................................................................................. 68

ANNEXURE- L ............................................................................................................................................................................................. 70

ANNEXURE - M ………………………………………………………………………………………………………………………………………..72

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 5 of 77

Page 6: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Background:

Allahabad Bank, a body corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter called “The Purchaser” or “Bank”, which term or expression unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns intends to issue this Bid document, hereinafter called Request for Proposal, or “RFP”. Allahabad Bank is one of the major public sector banks in India having 3200+ branches and 1000+ ATMs installed across the country. Bank intends procurement of 100 Cash Recycler Modules (hereinafter referred to ask Cash Recycler) on PAN India Basis. Allahabad Bank of India (hereinafter referred to as THE BANK) is looking for a vendor who complies with the following criteria and can supply, install, commission and maintain 100 Cash Recyclers as per the requirement of Bank.

Section I: Eligibility Criteria

The eligibility criteria have been set keeping in mind the requirements of the Bank for supply, delivery and services covering the length and breadth of the country. Since the support and services offered by the Bidder will have a direct bearing on the reputation of the Bank, Bidders need to have a proven track record, minimum installed base, sufficient means and net worth

Only those bidders who fulfill the following criteria are eligible to respond to the RFP. Offers received from Bidders who do not fulfill all or any of the following eligibility criteria will be summarily rejected.

1. The bidder should be registered as a Company in India as per Company Act 2013.

2. The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. Either the Cash Recyclers manufacturer (OEM) or their authorised distributer in India can directly bid in the tender but both of them cannot bid for the same make of Cash Recycler. In case the bidder is an authorised representative, is not able to perform obligations as per contract during contract period, the OEM would perform all the obligations on behalf of bidder as spelt out in the RFP and agreement executed by the authorised representative subsequently.

3. Bidder/OEM should be in the business of supplying, installing, commissioning and maintaining Cash Recyclers in India for last three years.

4. Bidder/OEM should have a minimum annual turnover of Rs.200 Crores from ATM/Cash Recycler/ Bunch note acceptor business in the Indian market for each of the last three financial years.

5. Bidder should have made operating Profit during the last three financial years, i.e. 2014-15, 2015-16 & 2016-17.

6. Bank will be installing Cash Recyclers across the length and breadth of the country. Bidder or its own franchisee should have support centers at least at minimum 100 locations across India including all the state capital, which should cover our 49 zonal offices across the country.

7. The production unit / factory of the brand of the Cash Recyclers being quoted should

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 6 of 77

Page 7: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers be ISO 9001:2015 certified. If the production unit is outside of India, it should meet equivalent international standard.

8. The Bidder/OEM should have a minimum installed base of 500 Cash Recyclers in India as of the date of RFP and should have executed and installed a single order for supply of 100 Cash Recyclers for any PSU bank as on date of RFP.

9. The quoted model or their base model should have minimum installation of 250 Cash Recyclers in India as on date of the RFP.

10. Bidder/OEM should have certificate that the proposed model of Cash Recyclers is certified for IST ATM Switch integration.

11. The Bidder/OEM should not have been Blacklisted/ terminated by any Government/ Public sector organization/PSU Bank / IBA / RBI /any regulatory authority during the last five years for unsatisfactory past performance, corrupt, fraudulent or any other unethical business practices, at any point. If a bidder chooses not to disclose any such issue, and the same comes to Bank’s notice at a later date, the Bank will be free to revoke/terminate any contract entered with the vendor and invoke Bank guarantee at its discretion.

12. Bidder/OEM should ensure that there are no pending cases against the bidder involving cheating /fraudulent activities. In case there are any such incidents, full details should be furnished.

13. Bidder/OEM should not classified as a loan defaulter of any Bank. 14. Bidder/OEM has to provide All India toll free contact number/s & email ids for call

logging and submit the escalation matrix chart for logging of service calls. 15. The support for Bill Validation technology must be available for the entire period of

the contract. A certificate from the Bidder / OEM of the Bill Validation technology, who has licensed the technology to the Bidder/OEM of the Cash Recycler, must be enclosed with the Eligibility bid certifying and assuring that the said OEM shall provide all support to the bidder for the licensed technology for the entire duration of the contract of five years.

16. The Cash Recycler offered as part of the current RFP must pass the Genuine Note Recognition (as per RBIs Note Authentication and Fitness Sorting parameters) test with 100% accuracy, i.e. Pass awarded if 100% of genuine notes accepted in all orientations and other RBI parameters – At this stage of eligibility bid, a self-certificate from the Bidder / OEM will be accepted though a certificate from an independent agency / a central bank or a bank currently using the same model of the machine has to be furnished, before commercial Bid opening. However, the Genuine Note Recognition test will have to be demonstrated to the Bank and carried out by the Bank at the time of technical evaluation as also at the time of integration testing (with the finally selected Bidder). A failure at any stage will entail disqualification of the bidder / cancellation of the contract. (A Test bed of at least two machines for testing this functionality must be set-up by the Bidder well in advance, as per the dates given for technical evaluation. Only one chance will be given to the Bidder to demonstrate the success of this test. No second chance will be given under any circumstances).

17. The Cash Recycler offered as part of the current RFP must pass the Counterfeit Recognition (as per RBIs Note Authentication and Fitness Sorting parameters) test with 100% accuracy, i.e. Pass awarded if all counterfeit notes are rejected / not given value for. At this stage of eligibility bid a certificate from the Bidder / OEM will be accepted though a certificate from an independent agency / a central bank or a bank currently using the same model of the machine has to be furnished. However, the Counterfeit Recognition test will have to be demonstrated to the Bank and carried out by the Bank at the time of technical evaluation as also at the time of

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 7 of 77

Page 8: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers integration testing (with the finally selected Bidder). A failure at any stage will entail disqualification of the bidder / cancellation of the contract. (A Test bed of at least two machines for testing this functionality must be set-up by the Bidder well in advance, as per the dates given for technical evaluation. Only one chance will be given to the Bidder to demonstrate the success of this test. No second chance will be given under any circumstances)

18. The Cash Recycler offered as part of the current RFP must pass the Counterfeit Retention and Tracing test with 100% accuracy, i.e. Pass awarded if counterfeits are retained and traceable to customer. At this stage of eligibility bid a certificate from the Bidder/OEM will be accepted though a certificate from an independent agency / a central bank or a bank currently using the same model of the machine has to be furnished. However, the Counterfeit Retention and Tracing test will have to be demonstrated to the Bank and carried out by the Bank at the time of technical evaluation as also at the time of integration testing (with the finally selected Bidder). A failure at any stage will entail disqualification of the bidder / cancellation of the contract. (A Test bed of at least two machines for testing this functionality must be set-up by the Bidder well in advance, as per the dates given for technical evaluation. Only one chance will be given to the Bidder to demonstrate the success of this test. No second chance will be given under any circumstances)

19. As per Central Vigilance Commission (CVC) directives, it is required that Bidders/ OEMs/ Suppliers/ Contractors observe the highest standard of ethics during the procurement, execution and continuation of such contracts in pursuance of this policy. Further, all bidders to submit an “PRE CONTRACT INTEGRITY PACT” as per Annexure – M on non-judicial stamp paper of requisite value.

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

PART 2: DISCLAIMER

a) The information contained in this RFP document or any information provided subsequently to Bidder(s) either verbally or in documentary form by or on behalf of the Bank, is provided to the Bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

b) This RFP is neither an agreement nor an offer and is only an invitation by the Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advice. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 8 of 77

Page 9: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

c) This is not an offer by the Bank but only an invitation to bid in the selection process initiated by the Bank. No contractual obligation whatsoever shall arise from the RFP process until a formal contract is executed by the duly authorized signatory of the Bank and the Bidder.

Section II: Requirement Description

1. Scope of Work

The Bidder shall undertake all the supplies & works as below:

1.1. The Bank proposes to procure 100 Real time Cash Recyclers with front loading along with two digital image camera (One Internal & One External).

1.2. Cash Recyclers should be able to accept/dispense minimum Rs.50, Rs.100, Rs.200, Rs.500 and Rs.2000 denominations notes.

1.3. Cash Recyclers should also verify the genuineness of the notes online while accepting currency notes from depositing in accounts.

1.4. Cash Recyclers should have the capability of impounding the counterfeit currency.

1.5. Vendor should update the software to support all new variants currency notes as well as new denominations, if any, issued subsequently without any extra cost to the Bank during the period of warranty and AMC. Bidder should undertake to upgrade the counterfeit currency detecting software minimum once in six month.

1.6. Cash Recyclers should accept Bulk cash deposit module with facility to recognize genuine currency of multiple denominations and accept at least 200 notes at one go.

1.7. Cash Recyclers should have Capacity of notes storage up to 10,000 notes with four storage cassettes and each cassette should have capacity of minimum 2500 notes.

1.8. Cash Recyclers should have capabilities to accept the deposits using any Bank’s Debit / Credit cards and without cards also.

1.9. Cash Recyclers, in terms of cash transactions should support both cash deposit and Cash Withdrawals with recycling capabilities.

1.10. Cash Recyclers should be able to perform all the normal and value added services like balance Inquiry, Pin Change, mini statement printing etc., without any charge or up gradation.

1.11. All cassettes of the Cash Recyclers or part should be configurable for cash Deposit and withdrawals.

1.12. It should possible for Cassette Configuration to be assigned individual denomination-wise or to have more than one or all denominations per cassette.

1.13. Cash Recyclers should have pilfer proof camera at the cash accepting/dispensing slots and be able to capture the images at the time of accepting and dispensing the cash.

1.14. The bidder must provide comprehensive warranty of three years from the

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 9 of 77

Page 10: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers date of installation of Cash Recyclers a t site & comprehensive AMC for two years. However bank have right to extend the AMC period for next two years on the same AMC price & terms and conditions. The warranty & AMC will cover the Cash Recycler and all parts of the Cash Recyclers. The bidder has to rectify the defects / replace the defective parts and equipment wherever required free of cost during the said warranty and AMC period. However during the period of AMC due to any force majeure reasons or due to any reasons attributable to Bank, Cassette, cassette lock, purge bin shall be replaced by Bank at mutually agreed price.

1.15. The vendor must ensure before delivery that operating system is hardened to block the services which are not required.

1.16. The Bank proposes to connect these to its IST Switch. The successful vendor will take total responsibility for supplying, installation of Cash Recyclers and making them operational with integration to IST switch within one month from the date of letter of intent.

1.17. The vendor should also undertake to customise 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 Cash Recyclers.

1.18. It will be the responsibility of the vendor to create, customise and deploy the required screens in the Cash Recyclers. It is also a responsibility of the vendor to customise and deploy the display screens in Cash Recyclers whenever Bank makes any modifications in screens (maximum six in a year) as part of the warranty/AMC services, without any extra cost to the Bank during the tenure of the contract.

1.19. The vendor should undertake the grouting of Cash Recyclers at all sites. Cash Recyclers have to be fixed on bolts into the concrete while installation of Cash Recyclers at new premises. In case of any challenge at existing site, Anchor fasteners should be used for grouting the Cash Recyclers.

1.20. Vendor should undertake the diversion of Cash Recyclers in case of requirement including all expenditures incidental to shifting including dismantling, packing, loading, unloading, unpacking, insurance and reinstallation and transportation charges, at no extra cost to the bank.

1.21. The vendor should provide all the software and other utilities for facilitating integration/interface with Digital Video Surveillance systems/alarm systems for these Cash Recyclers, if required, at no extra cost to Bank.

1.22. Cash Recyclers should recognize the chip card/Biometric cards and accordingly display the screen/voice prompts. Transaction details entered by the client will first be sent to the switch and switch will identify the card as Biometric card or normal and authenticate the client accordingly.

1.23. Cash Recyclers should be capable of working without air-conditioner in temperatures ranging between 5 to 45 degree Celsius.

1.24. Cash Recyclers should have vinyl wrapping as per the Bank’s branding. 1.25. The Bank reserves the right to negotiate the rates for optional items with

selected vendors.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 10 of 77

Page 11: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 2. Terms of execution of work

2.1. The delivery will be spread over a period of 6 months, as per Bank's requirements. The Bank may extend this period at its discretion by a maximum of a further six months.

2.2. The vendor shall deliver Cash Recyclers at the respective sites within Six (6) weeks from the date of receiving the intimation over e-mail/ letter from the Bank, failing which the Bank reserves its right to levy liquidated damages as prescribed elsewhere in the document.

2.3. Bidder is required to support such installations and will have to enter into Service Level Agreement (SLA) for uptime guarantee of minimum 96% for minimum five years.

2.4. Service Level Agreements (SLAs) and Non disclosure Agreement (NDA) will have to be entered into with the Bank with uptime guarantees for all installations within 30 days of receiving formal order.

2.5. Vendor should also perform Preventive maintenance of the Cash Recyclers once in a quarter and submitted consolidated report to Head Office and provide images on DVD to the branch as a part of Preventive maintenance.

2.6. The vendor would be responsible for timely applying/loading of all software patches, in all the individual Cash Recyclers 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.

2.7. In case the Cash Recycler accepts any counterfeit notes, the incident will be reported to the bidder and bidder has to make good for the loss immediately. In such a case the configuration of the Cash Recyclers should be checked immediately and rectified.

2.8. The vendor should not use any passwords, which is not known to Bank staff.

2.9. Cash Recyclers should have protection from Pests, Rats, rodents etc. starting from the date of delivery till the life of Cash Recyclers. Vendor will replace the Cash Recycler /damaged part during the life of Cash Recycler in case of any loss due to Pests, Rats, rodents etc. Bank will not entertain any claim of any part damaged by Pests, Rats, rodents etc.

2.10. The vendor to obtain transit insurance cover for the Cash Recyclers from factory/godown/warehouse to the delivery site and such insurance cover should be available for transit time plus 30 days.

2.11. The Cash Recyclers 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.

2.12. Vendor will also hand over S & G/Mass Hamilton lock codes to the Bank upon installation. Vendor will also be responsible to assist Cash Recyclers custodian for the change of combination lock password on the request of Branch staff without any extra cost once in every half year.

2.13. If any particular machine is frequently becoming out of order due to mechanical faults for more than three times in a month and for two consecutive months, the Bank may ask the vendor to replace the machine and vendor should replace the machine with another new machine with same configuration or higher configuration immediately which is acceptable

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 11 of 77

Page 12: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers to Bank without demur at no extra cost to the Bank. Mechanical faults cover machine down due to faulty parts.

2.14. All repairs and maintenance service 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 required for equipment similar to that covered by this Agreement.

2.15. The vendor shall undertake complete end-to-end installation & operationalization of Cash Recyclers.

2.16. List of MIS reports available out of box. 2.17. Customization of MIS reports – maximum up to three reports, as per

requirements of the Bank without any additional cost to the Bank. 2.18. Vendor will deliver along with the Cash Recycler 20 rolls of receipt printer

and 20 rolls of JP Printer for each cash recycler. The paper quality of each thermal printer paper should ensure print retention for up to two years.

3. Utilisation of Know-how and Personnel for Competitors

3.1. The Bank prohibits the Bidder from using any information or know-how gained in this contract for another organization whose business activities are similar in part or in whole to those undertaken by banks anywhere in the world without prior written consent of the Bank for a period of three years from the date of the contract.

4. Intellectual Property Rights

4.1 Bidder warrants that the Inputs and deliverables (including Hardware, Software, Documentation, etc) provided to the Bank shall not infringe upon any third party intellectual property rights, including copyrights, patents, trade secret, mask word, trade mark, utility model, industrial design and other intellectual property rights of any nature whatsoever. The Bidder has to ensure that such third party rights are not infringed even in case of equipment/ software provided on behalf of consortium as Bidder. In the event that the deliverables become the subject of a claim of violation or infringement of such third party’s intellectual property rights, Bidder shall, at its choice and expense: (a) procure for Bank the right to continue to use such Deliverables; (b) replace or modify such deliverables to make them non-infringing, provided that the same function is performed by the replacement or modified Deliverables as the infringing deliverables; or (c) if the rights to use cannot be procured or the deliverables cannot be replaced or modified, accept the return of the deliverables and reimburse Bank for any amounts paid to Bidder for such deliverables, along with the replacement costs incurred by Bank for procuring an equivalent equipment in addition to the penalties levied by Bank. However, Bank shall not bear any kind of expense, charge, fees or any kind of costs in this regard. Notwithstanding the remedies contained herein, the Bidder shall be responsible for payment of penalties in case service levels are not met because of inability of the Bank to use the proposed solution.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 12 of 77

Page 13: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers The indemnification obligations stated in this clause apply only in the event

that the Indemnified Party provides the Indemnifying Party prompt written notice of such claims; grants the Indemnifying Party sole authority to defend, manage, negotiate or settle such claims; and makes available all reasonable assistance in defending the claims (at the expense of the Indemnifying Party). Notwithstanding the foregoing, neither party is authorized to agree to any settlement or compromise or the like which would require that the Indemnified Party make any payment or bear any other substantive obligation without the prior written consent of the Indemnified Party. The indemnification obligations stated in this clause reflect the entire liability of the parties for the matters addressed thereby.

Bidder acknowledges that business logics, work flows, delegation and decision making processes of Bank are of business sensitive nature and hence shall not be referred to other clients, agents or distributors of the software.

Bidder also acknowledges any intellectual ideas of Bank’s team members and business processes of Bank that are incorporated in the system are the intellectual property of Bank to that extent and Bidder has to deal the matter in a way they shall deal with intellectual property rights and shall not share or use such intellectual property without prior consent of Bank in a written communication.

The Bidder shall ensure that the hardware, software etc. provided to the Bank meets all the requirements as envisaged in the scope of this document (and Annexures referred to in the RFP).

The Bidder shall install the equipment and commission the infrastructure and acceptance test at the Bidder’s own cost as per the accepted time schedules. The Bidder is liable for penalties levied by Bank for any deviation in this regard. The Bidder shall provide for all tools, testing instruments, drivers, consumables required to install, configure, and test the infrastructure without any further charge, expense and cost to Bank.

5. Solicitation of Employees

5.1. Bidder will not hire employees of the Bank or solicit or accept solicitation (either directly, indirectly, or through a third party) from employees of the Bank directly involved in this contract during the period of the contract and one year thereafter, except as the parties may agree on a case-by-case basis.

6. Locations to be covered

6.1. Vendors should note that Cash Recyclers will be deployed across the length and breadth of the country in both offsite and on site locations as per requirements of the bank and the Vendor will be required to support all such installations.

6.2. The list of the locations will be given to the successful vendors in due course, as and when the sites are identified. The Bank reserves the right to change locations by giving notice before delivery.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 13 of 77

Page 14: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 7. Training

7.1. Vendor shall provide operational onsite training to officers of Bank at each Cash Recycler site and at Branches including safe lock password change, viewing/ retrieval of images from DVSS system etc. The training should cover features of hardware, software, communication devices, security devices interfaces, admin job etc. including hands-on training and exercises.

7.2. At the request of the Bank, the Vendor should provide user/administrative training at the required locations, without any extra cost.

7.3. Before the goods and Servers are taken over by the Purchaser, the Bidder shall supply operation and maintenance manuals. These shall be in such details as will enable the Purchaser to operate, maintain, adjust and repair all parts of the works as stated in the specifications.

7.4. Vendor shall provide the user manuals & Technical document along with Cash Recycler. The manual & Technical document shall be in the ruling language (English).

8 Pre-delivery factory inspection:

8.1. Bank shall carry out pre-delivery inspection of the Cash Recyclers at the vendor’s factory or point of dispatch. However, Bank reserves the right todirect the vendor for delivery without factory inspection in some specific cases.

8.2. Vendor should demonstrate all the functionality of Cash Recyclers during PDI including DVSS etc at the Vendor’s factory/warehouse which does not require support of Bank’s switch.

9 Availability of Product and Spares

9.1. The product/configuration offered should be available during the validity of the purchase order including extended period.

9.2. Spares for the product offered should be available for at least 7 years from date of installation.

9.3. In case the product/configuration offered is discontinued during the contract period, the vendor should provide Cash Recycler of the new model (better configuration) at the same price.

9.4. The spare parts rates asked for in the rates for major spares/optional items will be applicable for the Cash Recyclers also during the period of 7 years.

10 Comprehensive Guarantee / Warranty

10.1. Vendor should guarantee that the equipment delivered to the Bank is brand new, including all components.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 14 of 77

Page 15: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 10.2. The vendor should also guarantee that all the software supplied by the

vendor is licensed and legally obtained. 10.3. Vendor shall be fully responsible for the manufacturer’s warranty in

respect of proper design, quality and workmanship of all equipment, accessories etc. covered by the offer.

10.4. Vendor must warrant all equipment, accessories, spare parts etc., against any manufacturing defects during the warranty period. 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.

10.5. If any particular machine is frequently becoming out of order for mechanical reasons for more than three times in a month and for two consecutive months, the Bank may ask the vendor to replace the machine and vendor should replace the machine with another new machine with same configuration or higher configuration immediately which is acceptable to Bank without demur at no extra cost to the Bank.

10.6. The vendor should provide three years Comprehensive Warranty and during warranty period Bank will not pay any charges for Engineer’s visit to site and any part replacement cost during Warranty Period except if the Cash Recyclers part is physically damaged by miscreant or otherwise. Bank should not be charged for the parts damaged due to earthing issues not reported to bank in advance.

11 Preventive Maintenance

11.1. The vendor must perform the Preventive Maintenance (PM) activities for the Cash Recyclers once in a quarter during warranty and AMC period. During PM the engineer should also check and maintain the earthing voltage, functioning of Alarm systems and DVSS status at the site to check the images are captured correctly and getting store in the hard disk drive of machines.

11.2. Preventive maintenance includes but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the Equipment and necessary repairing of the Equipment as may be necessary from time to time to ensure that the equipment is in efficient running condition so as to ensure trouble free functioning.

11.3. The scope of Services for DVSS covers the following: • At the time of preventive maintenance services, check if image is captured

correctly; • using VENDOR VSS menu under supervisor mode to check that images

captured are getting stored in the hard disk drive of machines; • checking camera status, image capturing and data storage at every

preventive maintenance of machines; • Digital VSS hardware and software maintenance – In the event of failure

take appropriate actions to rectify the same:

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 15 of 77

Page 16: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers a. Change of cable if faulty b. Change of camera if faulty c. Change of HDD if faulty d. Reload s/w in case of s/w crash or change of HDD

11.4. With submission of AMC bill for payment, a copy of DVSS image along with

others is must as a proof for doing the preventive maintenance of DVSS. 11.5. The Bank may maintain a register at its site in which, the Bank’s

operator/ supervisor shall record each event of failure and / of malfunction of the machine. The bidder’s engineer shall enter the details of the action taken in such register. Additionally every time a preventive or corrective maintenance is carried out, the bidder’s engineer shall make, effect in duplicate, a field call report which shall be signed by him and thereafter countersigned by the Bank’s official. The original of the field call report shall be handed over to the Bank’s official.

12 Annual Maintenance Contract

12.1. The vendor is expected to provide Comprehensive Annual Maintenance contract without any visit charges and part replacement charges and maintain the Cash Recyclers supplied including DVSS, Alarm Systems and spare parts for the next 7 years, i.e, 3 years warranty, 2+2 years AMC. The same maintenance standards are expected during warranty period as well as during AMC period. The payment for AMC would be made quarterly in arrears. Taxes will be paid at actual. Bank may have right to extend the AMC period for next two years.

12.2. At the same time, the vendor is also expected to make available the spare parts for the systems for the project period of Seven (7) years. Thereafter, vendor will give at least twelve months notice prior to discontinuation of support services.

12.3. 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 additional charges to the Bank, during the warranty period and AMC.

12.4. For spare parts / accessories ordered by the Bank, impacting the operation of Cash Recyclers, the response and resolution time will be four hours in metro/urban centre and 6 hours at other centre and for all other items which do not impact the operations of the Cash Recyclers, two working days. Penalties will be levied @ Rs.2000/= per incident per day subject to maximum of Rs 1 Lac for incidents which affect the working/operations of the Cash Recyclers. The penalties will be recovered from any payment due to the vendor under any contract with the Bank. No penalties will be levied for delays on account of uncontrollable circumstances in difficult and extremely remote areas. Vendor will have to provide necessary confirmation that delay was beyond their control from the concerned Branch Official / Zonal officials.

12.5. Maintenance under this agreement shall cover, inter alia, free provision of such spares, parts, kits, software, including EJ pulling, as and when

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 16 of 77

Page 17: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers necessary to ensure that the machines function in a trouble-free manner. Bidder shall correct any faults and failures in the machine and shall repair and replace worn out defective parts of the machine as and when required / requested by the Bank, 24 hours a day, 7 days a week. In other words, such services should be made available to the Bank round the clock throughout the year including Sundays and Holidays.

12.6. In cases where unserviceable parts of the machine need replacement on account of product malfunction caused by circumstances not attributable to the Bank, Bidder shall repair/ replace such parts at no extra cost to the Bank.

12.7. All repairs and maintenance service described herein shall be performed by qualified maintenance engineers totally familiar with the machines.

12.8. No Separate Annual Maintainance Contract is required for initial five (5) years period (i.e 3 year warranty & 2 year AMC). The same contract will be valid for five years and after that separate AMC contract is required for extended period of Annual Maintainance Contract.

13 Maintenance Standard during Warranty & Post Warranty Maintenance

13.1. Vendor should supply the Cash Recyclers with three years on-site warranty from the date of Cash Recyclers installations without any visit charges and part replacement charges and maintenance of Cash Recycler including DVSS, alarm systems and spare parts.

13.2. Vendor is expected to submit monthly Cash Recyclers uptime report within a week after expiry of every calendar month. Delays if any on account of procurement of spares will not be exempted while reckoning the uptime SLA of 96%.

13.3. Vendor should also ensure that the maximum response time for any service call excluding parts replacement, does not exceed two hours where there is local support centre of the vendor / franchisee. The maximum response time at other locations shall not exceed 2 hours plus the normal travel time from the nearest support centre. In any case the call must be attended on the next working day including the travel time. For parts replacement calls, TAT as per point 12.4 will apply.

13.4. Bank may recover such amount of liquidated damages from any payment being released to the vendor, irrespective of the fact whether such payment is relating to this contract or otherwise. The same may be recovered from Performance guarantee submitted by vendor.

13.5. Vendor shall indemnify, protect and save Allahabad Bank against all direct claims, losses, costs, damages, expenses action suits and other proceedings, resulting from infringement of any patent, trademarks, copyrights etc. or any other statutory infringement in respect of all the material/services applicable to the product.

14 Publicity

14.1 For any publicity by the vendor in which the name of Allahabad Bank is to be used, explicit written permission should be obtained from the Bank.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 17 of 77

Page 18: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Section III: Bid Guidelines

15 Bid Price: 15.1. The Bidding Document may be obtained from the Bank as under or

downloaded from Bank’s Website www.allahabadbank.in and the bid should be submitted on or before the due date and time brought out in the bidding document at the address given below: Assistant General Manager, Information Technology & Digital Banking Department, Allahabad Bank, 2nd Floor, 2 N. S Road, Head Office, Kolkata - 700001

15.2. Bidders should note that all the information required by the Bank in RFP needs to be provided. Incomplete information may lead to rejection of the tender document submitted by the vendor.

15.3. A non refundable bid amount of Rs. 25,000/- is to be paid by means of a demand draft favouring Allahabad Bank, payable at Kolkata being cost of Bid document. The amount will not be refunded to any prospective bidder under any circumstances including cancellation of RFP or procurement process at any stage. If bid is downloaded from website, the cost of the bid may be paid in the form of a demand draft while submitting the Bid.

15.4. The Bidder shall bear all costs associated with the preparation and submission of its Bid and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

15.5. In the event of non-payment of the fee of Rs. 25,000/- towards the RFP form at the time of tender submission, the offer will not be opened/ considered.

15.6. The bidder has to enter into an Integrity Pact with the Bank to the effect that they will not resort to any corrupt practices in any aspect/stage of the contract. Only those bidders who enter into such a contract with the bank will be considered for participation in the tender. Pact to be signed by authorised signatory at the time of submission of RFP as per Annexure-M.

16 Amendment of Bidding Document

16.1. At any time prior to the deadline for submission of Bids, the Bank may, for any reason, whether, at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Document, by amendments.

16.2. Notification of amendments will be put up on the Bank’s Website and will be binding on all Bidders.

16.3. In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Bank, at its

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 18 of 77

Page 19: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids.

17 Bid Security / Empanelment (Performance) Security:

17.1 The bidder shall furnish a bid security (as per the Annexure - G) for Rs.25,00,000/- (Twenty Five Lakhs only), as a part of their bid.

17.2 The bid security is required to protect the Purchaser against risk of bidder’s conduct during the period of bid validity.

17.3 The bid security shall be denominated in INDIAN RUPEES only and shall be in the form of Bank Guarantee, issued by a Scheduled Commercial Bank located in India, as per the format given in Annexure - G and should be valid for sixty (60) days, beyond the validity of the bid.

17.4 Any bid not secured in accordance with Clause-17.1 and 17.3 above will be rejected by the Purchaser as non-responsive.

17.5 The bid shall remain valid for 180 days after the scheduled date of opening of Technical Bid prescribed by the Purchaser. Therefore, the bid security will have to be submitted valid for a period of (180+60) days. A bid valid for a shorter period shall be rejected by the Purchaser as non responsive.

17.6 The Bid security shall be forfeited:

(a) If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form;

Or (b) In case of successful bidder, if the bidder:

(i) Fails or refuses to sign the Contract Form; Or (ii) Fails or refuses to furnish the Empanelment Security, in accordance with

the Terms & Conditions of the RFP or Contract. 17.7 In exceptional circumstances, the Purchaser may solicit the Bidders’

consent to an extension of the period of validity of the bid and bid security. The request and the responses thereto shall be made in writing or by fax or email. The bid security provided under Clause-17 shall also be suitably extended. A bidder may refuse the request without forfeiting its bid security. A bidder granting the request will not be required nor permitted to modify its bid.

17.8 The Bid Security of the unsuccessful bidders will be discharged upon completion of bid-evaluation process. The Successful bidder(s), however will be required to submit the empanelment security for the period of empanelment as per clause 17.11.

17.9 The Bid Security will be refunded to the unsuccessful bidders only after completion of the bid process.

17.10 No interest will be payable on the Bid Security amount. 17.11 The successful Bidders should replace the bid security with a performance

guarantee (10 % of the five year TCO of the project) which is valid for a period of 60 months from the date of Letter of Intent (LOI), with an action period of 10 days after receiving a formal order. An Performance security valid for a shorter period shall be rejected by the Purchaser, as non responsive.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 19 of 77

Page 20: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 18 Two Bid System Tender

18.1 The offer will be in two parts - Technical and Commercial. 18.2 The Bank would adopt the E-Tendering process for the submission of

Commercial Bid, whereas the technical Bid is to be submitted in physical form.

18.3 Technical Bid in duplicate duly sealed and super-scribed ‘Bid for Supply & Installation of 100 Cash Recycler Module in Allahabad Bank - Technical Bids’ shall be submitted as per bid details given in the RFP. Softcopy of the Technical Bid in MS-Word format should be submitted in a CD(R)/DVD (R), properly super-scribing Bidder’s Name and “Bid for Supply & Installation of 100 Cash Recycler Module in Allahabad Bank - Technical Bids”, in the inner envelope containing the Original Technical Bid”.

18.4 The covers should also indicate name and address of the vendor submitting the offers.

The covers should be addressed to, The Assistant General Manager, Information Technology & Digital Banking Department, Allahabad Bank, 2nd Floor, 2 N. S Road, Head Office, Kolkata – 700001.

18.5 The bid not submitted in the prescribed format or incomplete in details will

be liable for rejection. Allahabad Bank will not be responsible for non receipt of bids within the specified date and time due to any reason including postal delays or Holidays.

18.6 The Technical Bid and Commercial Bid should be prepared in an organized, structured and neat manner.

18.7 The Technical Bid including Brochures/leaflets etc. should be submitted in Technical Bid as a bound document and not in a loose form.

18.8 All the pages of the Technical bid should be serially numbered indicating beginning and ending page on each and every page (for e.g. : page 1 of 99) ..

19 Technical Offer (TO)

19.1 It is mandatory to provide the technical details in the exact format of Technical Specifications of Equipments & Accessories offer given in the RFP. Correct technical information of the product being offered must be filled in. Filling of the information using terms such as- “OK”, “Accepted”, “Complied”, “Noted”, “As given in Brochure/ manual”- is Not acceptable. The Purchaser reserves the right to treat offers, not adhering to these guidelines, as unacceptable.

19.2 The Purchaser shall not allow/permit changes in the technical specifications once it is submitted.

19.3 The relevant product information, brand and model number offered, printed product brochure, technical specification sheets, documents in support of various certifications, wherever applicable, as asked for

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 20 of 77

Page 21: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers by the bank etc., should be submitted along with the offer. It is mandatory to provide make, model of the Cash Recycler and their sub-components as asked in the technical specification. Non-submission or partial submission of this information along with the offer could result in disqualification. Please note that substituting this information by just brand name is not enough.

19.4 The Technical offer (TO) should be complete in all respects and contain all information asked for in this document any deviation is likely to cause rejection of the bid.

19.5 It is mandatory to submit the technical details only in the prescribed formats duly filled in, along with the offer. The Bank, at its discretion, may not evaluate a TO in case of non-submission or partial submission of technical details. Bank may ask the vendor to furnish the support documents, if required.

19.6 Bidders should offer a model that is state of the art and which (including the Operating System) will be supported for a period of 7 years from the date of installation.

19.7 Deviations in technical specifications may be clearly indicated. In case, current models of the bidder do not meet all the specifications sought by the Bank, vendor should confirm that they will provide the specification required by Bank in the model offered.

19.8 The supply and successful operation of relevant software will be the sole responsibility of the bidder. The Purchaser will not enter into any separate contract for supply of software, support services etc. through any third party. Version number must be mentioned in case of software. It is required to indicate if the software requires any particular version of the operating system for compatibility. Software(s), which will be supplied free and those that will be charged for, should be clearly indicated. Restrictions on software usage, if any, should also be mentioned.

19.9 The Technical offer must NOT contain any price information. 19.10 The Technical offer is further divided into two sections (1. Eligibility criteria

and 2. Technical offer) and shall comprise of the following documents:

a. Covering letter on the prescribed format (Annexure - A) b. Confirmation with the eligibility criteria (Annexure - B) with photocopies

of required certificates / documents / proof c. Conformation of Functional Specifications (Annexure - C) d. Confirmation of Technical Specifications (Annexure - D) e. Reference Site details (Annexure - E) f. Documentation (Product Brochures, leaflets, manuals etc.) g. Bid security of Rs.25,00,000/- (Rupees Twenty Five Lakh Only), in the

form of a demand draft or Bank Guarantee (as per the format mentioned in Annexure - G) issued by a scheduled commercial bank favouring Allahabad Bank, payable at Kolkata.

h. Bid price of Rs.25,000/- (Rupees Twenty Five Thousand Only), in the form of a demand draft issued by a scheduled commercial bank favouring Allahabad Bank, payable at Kolkata. In case of nonpayment of this fee along with the tender document the offers will not be opened / considered.

i. Compliance certificate in Annexure – H

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 21 of 77

Page 22: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers j. Query on eligibility criteria in Annexure – I k. Manufacturer’s Authorisation in Annexure – J (In case OEM’s authorised

company is a bidder.) l. Service location mapping in Annexure – K m. Masked Commercial Bid (without Price Details) – Annexure – F

19.11 The vendor should agree and confirm to the terms & conditions specified in the RFP. The vendor is advised not to specify or mention any other terms and conditions, as the Bank may take such conditions as deviations/non - conformity with the RFP terms.

19.12 The vendor should provide proof that he has successfully installed the Cash Recyclers claimed. Vendor is required to furnish a letter from the respective Bank, where machines are already supplied. Bank is entitled to make its own independent queries to verify the claims of the bidders.

20 Commercial Offer

20.1 The bidder has to submit the commercial offer online. 20.2 The Commercial offer should give all relevant price information and should

not contradict the Technical offer and masked commercial offer in any manner.

20.3 For both goods manufactured in India or goods of foreign origin already located in India and goods offered from outside India, the prices should be quoted in Indian Rupees only.

20.4 The bidder shall indicate on the appropriate Price Schedule, specifying the unit prices of the goods proposed to be supplied.

20.5 Commercial offer should give all the relevant price information in line with “Price Composition”.

20.6 It should be as per the formats Annexure – F only. 20.7 It should not contain any terms and conditions or additional documents. 20.8 The bidders are advised in their own interest, to quote the best

possible offer for the item offered.

21 Price Composition

21.1 The price quoted should be only in Indian rupees only. 21.2 There should be no hand written material, corrections or alterations in

the commercial offer. 21.3 The prices offered shall be on a fixed price basis and should not be linked

to the Foreign exchange rate fluctuation. 21.4 The component of GST should be shown separately in the invoice. 21.5 The TCO should include total cost of the 100 cash recycler including

three year warranty & total cost of two year comprehensive AMC of 100 cash recyclers as mentioned in Annexure – F.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 22 of 77

Page 23: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 22 NON-TRANSFERABLE TENDER :

22.1 This tender document is not transferable. Only the vendor, who purchases this tender document, is entitled to bid.

23 ELIGIBLE GOODS AND SERVICES :

23.1 The Purchaser is looking for well-proven branded quality products, which are produced in volume and are used by a large number of users in India /Abroad. All products quoted should be associated with specific model numbers and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document.

23.2 The bidder should ensure that any internal components or subsystems of products offered for being empanelled, are not substituted by similar items from different manufacturers, without adequate justification that is acceptable to the Purchaser.

24 Erasures or Alteration

24.1 The offers containing unauthenticated erasures or alterations will not be considered. Therefore, there should be no unauthenticated hand written material, corrections or alterations in the offer. If such unauthenticated erasures or alterations are present, these should be initialed by the person or persons authorized for signing the bid. Any deviation may lead to the rejection of the bid.

25 COST OF BIDDING :

25.1 The Bidder shall bear all costs associated with the preparation and submission of its bid and the Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

26 Offer Validity Period/Modification and withdrawal of Offers

26.1 The offer should remain valid for a period of at least 180 days from the date of the submission of bid.

26.2 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.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 23 of 77

Page 24: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 27 CLARIFICATION OF RFP :

27.1 A prospective bidder requiring any clarification of the RFP may notify the Purchaser in writing or by fax/e-mail at the Purchaser’s mailing address indicated in the invitation For Bids (IFB). The Purchaser will respond in writing /by email / publish in its official website, to any request for clarification of the RFP, which it receives 2 (two) working days prior to the date of Pre-Bid Meeting.

28 PRE-BID MEET :

28.1 Only the prospective bidders, who have purchased a copy of the RFP, will be eligible to attend a pre-bid meeting to be held, as indicated in the Bid Data Sheet, after publication of RFP and well before the last date for receipt of bids. Upto a maximum of two representatives of each prospective bidder will be permitted to attend the pre-bid meeting. However the Purchaser, at its discretion, may permit any additional representative of any prospective bidder or any representative of manufacturer of the related equipments to attend the pre-bid meeting.

28.2 The purpose of the meeting is to clarify issues and to answer questions on any matter that may be raised upto that stage. The issues/questions to be raised must be in writing. The Purchaser will have liberty to invite its technical consultant or any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the bidders in the meeting.

28.3 Clarifications including the text of the questions raised (without indicating the source of inquiry) will be sent to all prospective bidders who have purchased the RFP, allowing at least seven days time, prior to the last date for receipt of bids.

28.4 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a bidder.

29 AMENDMENT OF RFP:

29.1 Any modification of the RFP, which may become necessary as a result of the Pre-bid Meeting or otherwise, shall be made by the Purchaser exclusively through the issue of an Addendum/ Corrigendum.

29.2 At any time prior to the deadline for submission of bids, the Purchaser, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the RFP, by amendment.

29.3 All prospective Bidders who have purchased the RFP will be notified of the amendment in writing or by fax or e-mail and will be binding on them.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 24 of 77

Page 25: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 29.4 In case of amendment(s) taking place in the RFP, the Purchaser at its sole

discretion, may extend the deadline for the submission of bids to ensure availability of reasonable time to the prospective bidders for preparing their bids.

30 LANGU AGE OF BID :

30.1 The bid prepared by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder & the Purchaser, shall be written in English.

31 FORMAT AND SIGNING OF BID:

31.1 The Bidder shall prepare two copies of the Technical bid, clearly marking each “Original Technical Bid” and “Copy Technical Bid” as appropriate. In the event of any discrepancy between them, the original shall govern. Original copy of Bid Security should be submitted with the Original Technical Bid.

31.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. All pages of the Bid, except for un-amended printed literature shall be initialled by the person or persons signing the bid.

31.3 The bid shall contain no interlineations, erasures or overwriting, except as necessary to correct errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the bid.

32 SUBMISSION OF BIDS :

Bidders are required to submit the Technical Bid in physical form, whereas the Commercial Bid is required to be submitted online on or before the last date and time mentioned in RFP.

32.1 SUBMISSION OF TECHNICAL BID:

32.1.1 The Bidders shall seal the original Technical Bid and copy Technical Bid separately. Thus there will be two inner envelopes named as Original Technical Bid and Copy Technical Bid. Both the inner envelopes should be kept inside a single outer envelope.

If above bids are found not properly sealed in respective inner envelopes, the bid is liable for rejection.

32.1.2 The two inner envelopes for each Pack marked as “ORIGINAL TECHNICAL BID” and “COPY TECHNICAL BID”.

32.1.3 In addition to the above marking, each envelope (Both Inner & Outer) must be super-scribed with the following information –

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 25 of 77

Page 26: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers a) RFP Reference Number: b) Bid for Procurement & Installation of 100 Cash Recycler

Module. c) Name and Address of Bidder

This will enable the Purchaser to return the bid unopened, in case it is declared unacceptable for any reason whatsoever.

32.1.4 All the inner and outer envelopes shall be addressed to the Purchaser at the address given below:

The Asst. General Manager (IT)

Allahabad Bank

Information Technology & Digital Banking Department,

Head Office, 2nd Floor

2, Netaji Subhas Road

Kolkata- 700 001, INDIA

32.1.5 If the inner & outer envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the bid’s misplacement or premature opening.

32.1.6 If envelope earmarked as “Original Technical Bid” is found to contain “copy technical bid”, then that bid will be summarily rejected.

32.1.7 Telex, Cable, Facsimile or E-mail Bids will be rejected.

32.2 SUBMISSION OF ONLINE COMMERCIAL BID (E-TENDERING)

32.2.1 The Bank will adopt E-Tendering process for online submission of Commercial Bids. The service provider for Bank's e-Tendering process is M/s Antares Systems Limited and the portal address for the same is www.tenderwizard.com/abbank, wherein the necessary details for e-Tendering are available.

32.2.2 The prospective bidders are advised to submit only the commercial bids online. The following steps are to be taken for online submission of Commercial Bids:

32.2.2.1 Registration with Service Provider Portal

www.tenderwizard.com/abbank

32.2.2.2 The bidder should possess Class III Digital Signature Certificate (Mandatory). (Commercial Bids will not be uploaded without Digital Signature Certificate)

32.2.2.3 M/s Antares Systems Ltd. may be contacted (as per details under)

, in case of any clarification/assistance required with respect to RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 26 of 77

Page 27: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers uploading of the Commercial Bid before the schedule date & time of Online Bid Submission.

Contact Persons:- Mr. Kumar Chandan : 09674758720 Mr. Debraj Saha : 09674758721 Helpdesk : 09674758722 E-mail : [email protected]

[email protected]

32.2.3 Bidders are required to submit their Tender Request latest by 11.00 Hrs on 06.11.2017 (Last Date and time of sale of RFP) at the portal www.tenderwizard.com/abbank. Without the tender request process within the said schedule, the bidder will not be able to submit the Commercial bid online.

32.2.4 The prospective bidders are advised to ensure on-line submission of

Commercial Bid (Annexure - F) only in a single pdf file with name “Comm.pdf” of size less than 5MB, duly signed and stamped by the authorized signatory latest by the last date and time of submission of Bids.

33 DEADLINE FOR SUBMISSION OF BIDS :

33.1 Bidders must ensure that their Technical Bids are received by the Purchaser at the address specified under ITB Clause 18.1.4, no later than the time and date specified in the IFB. Further they have to ensure that their Commercial Bid must be submitted online latest by the last date and time of submission of bids. In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the bids will be received up to the appointed time on the next working day.

33.2 The Purchaser may, at its discretion, extend the deadline for submission of Bids by amending the RFP in accordance with Clause-29, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

34 LATE BIDS :

34.1 Any bid (Technical or Online Commercial or both) submitted by the bidder after the deadline for submission of bids prescribed by the Purchaser, pursuant of Clause- 33, will be rejected.

35 MODIFICATION AND WITHDRAWAL OF BIDS :

35.1 The Bidder may modify or withdraw its bid after submission of the bid, provided that written notice of the modification including substitution or withdrawal of the bids is received by the Purchaser prior to the deadline prescribed for submission of bids.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 27 of 77

Page 28: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 35.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed,

marked and dispatched in accordance with the provisions of Clause – 32. A withdrawal notice may also be sent by fax/e-mail but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

35.3 No bid may be modified subsequent to the deadline for submission of Bids.

35.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of Bid validity specified on the Bid Form. Withdrawal of the bid during this interval may result in the Bidder’s forfeiture of its Bid security, pursuant to Clause – 17.6.

36 BID OPENING :

36.1 As the Technical bids will be evaluated first for technical suitability, the Purchaser will open only the Technical Bids as per the schedule mentioned in RFP. The Commercial bids of only technically qualified bidders will be opened on a later date, subsequent to the technical evaluation. The Purchaser will notify the date and time of opening of the Commercial bids to the technically qualified bidders.

36.2 Attendance of all the authorised representatives of the bidders, who are present at Bid Opening will be taken in a register against name, name of the company and with full signature.

36.3 Each Bid will be numbered serially, signed and dated by the three Officers of

the purchaser, on the first page. Each page of the bid will also be initialled with date, by two Officers of the purchaser.

36.4 The following details will be announced at the bid opening –

a) Bidder’s names, b) Bid Modifications or withdrawals c) Technical Details viz. Make & Model etc. (in case of Technical bid

opening), d) Bid Prices (in case of Commercial bid opening), e) Presence or absence of Bid Security (in case of Technical bid opening)

and such other details as the Purchaser, at its discretion, may consider appropriate.

36.5 Alterations in the bids, if any, made by the bidder would be signed legibly to

make it perfectly clear that such alterations were present on the bids at the time of opening. It would be ensured that alterations are signed by the bidder/company’s executive who has signed the bid or by the bidder/company’s representative authorised by the executive who has signed the bid.

36.6 Wherever any erasing or cutting is observed, the substituted words would be encircled and initialled by the bank officer singly and the fact that such erasing / cutting of the original entry were present on the bid at the time of opening should be recorded.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 28 of 77

Page 29: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 36.7 An “on the spot statement” giving details of the bids opened and other

particulars as read out during the opening of the bids will be prepared.

36.8 Bids (and modifications sent pursuant to Clause-35.2) that are not opened and read out at Bid opening shall not be considered further for evaluation, irrespective of the circumstances. Such Bids will be returned unopened to the Bidders.

36.9 Commercial bids of those bidders who have not been technically qualified will not be opened for further evaluation.

37 CLARIFICATIONS OF BIDS:

37.1 To assist in the scrutiny, evaluation and comparison of offers, the Purchaser may, at its discretion, ask some or all vendors for clarification of their offer. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. If deemed necessary the vendor is required to give presentation on the systems offered.

38 PRELIMINARY EXAMINATION :

38.1 The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

38.1.1 Bids from Agents without proper authorisation from the manufacturer shall be treated as non-responsive.

38.2 Arithmetical errors will be rectified on the following basis –

38.2.1 If there is discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the bidder does not accept the correction of errors, its bid will be rejected.

38.2.2 If there is a discrepancy between words and figures, the amount in words will prevail.

38.3 The Purchaser, at its discretion, may waive any minor informality, nonconformity or irregularity in a Bid, which does not prejudice or affect the relative ranking of any Bidder. This shall be binding on all bidders and the Purchaser reserves the rights for such waivers.

38.4 Prior to the detailed evaluation, pursuant to Clause-39, the Purchaser will

determine the substantial responsiveness of each bid to the RFP. For purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms & conditions of the RFP without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Bid Security, Warranty, Force Majeure, Applicable Law and

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 29 of 77

Page 30: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Taxes & Duties will be deemed to be material deviation. The Purchaser’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence.

38.5 If a Bid is not substantially responsive, it will be rejected by the Purchaser

and may not subsequently be made responsive by the bidder by correction of the non-conformity.

39 EVALUATION AND COMPARISON OF BIDS :

39.1 The Purchaser will evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to Clause-38.

39.2 EVALUATION OF TECHNICAL BIDS:

39.2.1 The Technical Bids opened pursuant to Clause-36 will be evaluated by the Purchaser on the basis of following criteria -

a. Completeness of the Technical bid in all respects and availability of all information/details asked vide Clause-19

b. Point to point conformity of the goods offered, to the Technical specifications provided in the RFP.

39.3 EVALUATION OF COMMERCIAL BIDS :

39.3.1 The Bids technically qualified pursuant to Clause-39.2 will be commercially evaluated by the Purchaser.

39.3.2 Evaluation of all eligible bidders will be done in Indian Rupees only.

39.3.3 For commercial evaluation, Five years’ TCO (initial Three year Warranty and Two years AMC) in respect of quantity mentioned in schedule of Requirement, will be the basis of comparison amongst the eligible Bidders to rank them, in order to determine the lowest evaluated Bid. AMC of the cash recycler will be calculated at the rate of 8% of the Basic price quoted by bidder.

40 PRICE COMPOSITION:

40.1 The Bidder is expected to quote unit price in Indian Rupees (without decimal places) for all components (hardware, software etc.) and services on a fixed price basis as part of the commercial Bid inclusive of all costs and taxes like import taxes, freight, forwarding, insurance, delivery, installation, training etc.. at the respective delivery location of the bank but exclusive of only applicable (in India) Sales Tax/VAT, which shall be paid / reimbursed on actual basis on production of bills. The Bank will not pay any other taxes, cost or charges.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 30 of 77

Page 31: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 41 CONTACTING THE PURCHASER:

41.1 No Bidder shall contact the Purchaser on any matter relating to its Bid, from the time of the bid opening to the time the Empanelment of vendors is made.

41.2 Any effort by a Bidder to Influence the Purchaser in the Purchaser’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder’s bid.

42 SELECTION OF VENDORS ON RATE CONTRACT BASIS:

42.1 After completing the commercial evaluation process as per clause 39.3, the Purchaser will select One vendor who have quoted lowest five years’ TCO prices in respect of quantity mentioned in the RFP. Five years’ TCO L1 prices i.e. Cost with Three year comprehensive warranty and Two years comprehensive AMC, amongst these vendors. If a vendor does not agree to provide & maintain the Cash Recycler on the quoted price, an opportunity will be given to next higher vendor on L1 bidder price.

42.2 Head Office/Zonal office will procure the Cash Recycler and peripherals from

the selected vendor.

43 PURCHASER’S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD :

43.1 The Purchaser reserves the right at the time of award of contract to increase or decrease, the quantity of goods & services originally specified in the Schedule of Requirements without any change in price or other terms and conditions. The bank at its discretion and requirements may increase quantum of purchase by upto 15 % in respect to the quantity specified in this RFP.

44 PURCHASERS RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS:

44.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser’s action.

45 INFORMATION FOR SELECTION OF VENDOR:

45.1 Prior to expiration of the period of bid validity, the Purchaser will inform to selected bidder in writing or cable/fax/email, further confirmed in writing by registered letter, that the bidder has been selected as vendor by the Purchaser.

45.2 The information for selection will constitute the basis for formation of the Contract.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 31 of 77

Page 32: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 46 SIGNING OF CONTRACT

46.1 At the same time as the Purchaser informed the bidder that its bid has been accepted, the Purchaser will send the Bidder the Contract Form (Annexure - L, already provided in the RFP), incorporating all agreements between the parties.

46.2 Within 20 (Twenty) working days from information for selection, the bidder shall sign the contract.

46.3 Failure of the selected Bidder to comply with the requirement of clause 46.1 and 46.2 shall constitute sufficient grounds for the forfeiture of the bid security, in which event the Purchaser at its discretion may empanel the next ranked bidder.

47 NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER:

47.1 The Bank shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers, including those received late or incomplete offers, without assigning any reason whatsoever.

47.2 Purchaser will not be obliged to meet and have discussions with any vendor and/or to listen to any representations.

47.3 Purchaser reserves the right to make any changes in the terms and condition of the purchase.

48 Price Freezing

48.1 The price finalised shall remain valid for a period of 18 months from the date of acceptance of purchase order/letter of Indent for Cash Recycler and 7 (seven) years for the spare parts mentioned in the commercial offer.

48.2 No upward revision in the price would be considered on account of subsequent increases in foreign exchange.

48.3 However, if there is any reduction on account of government levies/taxes, during the offer validity period, the same shall be passed on to the Bank.

49 Payment Terms:

The terms of payment will be as follows:

49.1 No advance payment against purchase order. 49.2 60% of the value of the equipments will be paid after delivery, on per site

basis. The payment will be made against delivery challans and invoices. 49.3 25% of the value of the equipment will be paid on completion of installation, on

per site basis. Bank will make this payment on site-by-site basis against installation & training reports. If the installation is delayed beyond 30 days due to reasons attributes to Bank, it will be deemed installed and payment against installation will be released. However, the vendor should arrange the

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 32 of 77

Page 33: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers engineer for installation as when the site is becoming ready. In such cases the warranty will begin from the date of actual installation.

49.4 Remaining 15% of the value of the equipment will be paid after three months of successful installation.

49.5 AMC Charges will be payable quarterly in arrears.

50 Liquidated Damages

50.1 Notwithstanding the Bank's right to cancel the order, liquidated damages at 1% of the system value per site per week will be charged for every week's delay (attributable to the vendor) in the execution of the purchase order beyond the specified delivery/installation schedule subject to a maximum of 10% of the value of the systems ordered for that site. Liquidated damages will be calculated per week on per site basis. Part of week will be treated as no delay for this purpose.

50.2 Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company.

50.3 If the vendor claims that Bank is not in a position to accept the delivery of the Cash Recyclers, the Vendor should submit the documentary proof by the Bank Officials or the copy of mail to IT Dept./ Branch / RO.

50.4 In case of SLM call /Part replacement call for Cash Recyclers during Warranty/AMC Period the call has to be attended within maximum in 48 hours and should be completed within 72 hours, else, the penalty will be levied @ Rs. 1000/- per hour per incident subject to maximum One (1) lakh for incidents which affect the working/operations of the cash recyclers. This penalty will not apply in case of Chest door cutting and replacement of facia of Cash Recycler.

50.5 In case DVSS images are not provided on DVR to branches within 30 days after the end of each quarter, penalty of Rs. 1000.00 per Cash Recycler per month will be levied. In case of requirement of any specific image is not provided within Three (3) working days, vendor may be penalized with the cap of maximum the amount of transaction plus any penalty levied by higher authorities like RBI/BO/court of law, etc.

51 Exclusions to Bidder’s liability for penalty

51.1 The following exclusions would be taken into account in computing penalty: 51.1.1 A maximum of 5 (Five) hours for quarterly Preventive Maintenance including

copying the DVSS images to DVR. 51.1.2 Actual Supervisory Time (which should be reasonable & in tune with national

average) 51.1.3 Actual downtime on account of the Switch and network connectivity at site. 51.1.4 Power outage or UPS is not working at site. 51.1.5 Core Banking Solution Host outages. 51.1.6 Vandalism by any unauthorised person. 51.1.7 Chest door or facia of Cash Recycler needs to be replaced. 51.1.8 Non-availability of access to the Cash Recycler. 51.1.9 Force Majeure cases.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 33 of 77

Page 34: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

51.2 Bidder, in all such cases, shall inform the Bank regarding the same. The Branch Manager of the Branch or the Chief Manager of respective Zonal office has the discretion to decide regarding the exclusions which shall be final and binding on Bidder.

52 Order Cancellation

52.1 If the vendor fails to deliver and/or install the equipment within the stipulated time schedule or the extended date communicated by the Bank, it will be a breach of contract.

52.2 The Bank reserves its right to cancel the order in the event of delay in delivery / installation / commissioning of equipment by giving a notice of 30 days and charge liquidated damages for the delay.

53 Pre-bid Queries

53.1 Vendors should send the pre-bid queries in the format provided as annexure - I, if any, through e-mail to e-mail ids i.e., [email protected] and on or before the scheduled date.

53.2 No query / suggestions will be entertained after the opening of technical offer.

54 Dispute Resolution 54.1 Allahabad Bank and the Bidder/s 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 thirty days from the commencement of such informal negotiations, Allahabad Bank and the firm have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution by formal arbitration.

54.2 All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by Allahabad Bank and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the umpire appointed by them 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 Kolkata and language of arbitration should be English.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 34 of 77

Page 35: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 55 Force Majeure

55.1 Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purposes of this clause, "Force Majeure" means an event beyond the control of the Bidder and not involving the Bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, wars or revolutions and epidemics. 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 means of performance not prevented by the Force Majeure event.

56 Termination for Default

56.1 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 obligations(s) under the Contract.

56.2 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.

57 Confidentiality

57.1 This document contains information confidential and proprietary to the Bank. Additionally, the Bidders will 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.

57.2 Selected Bidder/s will have to execute a Service level agreement and non- disclosure agreement with the Bank within 1 (One) month of receiving formal order.

57.3 The Bidder (and his 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 will

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 35 of 77

Page 36: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers maintain strict confidentiality.

57.4 The Bidder, his 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.

57.5 In case of breach the Bank shall take such legal action as it may be advised.

58 Limitation of Liability

58.1 Vendor’s aggregate liability for actual direct damages shall be limited to a maximum of the Contract Value, provided that this limit shall not apply to (1) the infringement indemnity; or (2) bodily injury (including death) and damage to real property and tangible personal property caused by Vendor’s negligence. Vendor shall not in any event be liable for any indirect or consequential damages, or for loss of profit, business, revenue, goodwill, anticipated savings or data, or third party claims except with respect to bodily injury (including death) and damage to real and tangible personal property for which Vendor is legally liable. For the purposes of this Section, “Contract Value” at any given point in time, means the aggregate value of purchase orders placed by Bank on the Vendor under this project.

59 Governing Law and Disputes

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

60 Compliance with Statutory and Regulatory Provisions

60.1 It shall be the sole responsibility of the Bidder to comply with all statutory and regulatory provisions while delivering the services mentioned in this RFP.

61 Limitation on promotion

61.1 The Bidder 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.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 36 of 77

Page 37: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 62 Indemnity

62.1 The Bidder 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 award, in the event of the matter being adjudicated by a court or that is 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.

62.2 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.

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

63 Taxes and Duties

63.1 The Bidder shall be entirely responsible for all applicable taxes, duties, levies, charges, license fees, road permits, etc. in connection with delivery of products at site including incidental services and commissioning.

63.2 The Bidder must also ensure that all applicable laws framed by the Central Government, State Government and Local Bodies, including payment of applicable taxes/duties and all laws pertaining to contract employees/ labour laws are complied with.

63.3 Providing clarifications/particulars/documents etc. in relation to the project herein to the appropriate tax authorities for assessment of tax, compliance with labour and other laws, etc will be the sole responsibility of the Bidder at his cost.

63.4 Tax deduction at Source - Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Bidder. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Bidder from his responsibility to pay any tax that may be levied in India on income and profits made by the Vendor in respect of this contract.

******************************************************************************************************

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 37 of 77

Page 38: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Section IV: Annexures

Annexure – A – Covering Letter

(Letter to the bank on the vendor’s letterhead)

To Date:

The Asst, General Manager, Allahabad Bank, Information Technology & Digital Banking Department, 2nd Floor, Head Office, 2 N.S. Road, Kolkata – 700001.

Dear Sir,

Sub: Your RFP for 100 Cash Recycler Modules dated 16.10.2017

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 supply of the equipment as detailed in your above referred RFP. We agree to all the terms and conditions mentioned in the RFP.

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.25.00 lakhs (Rs. Twenty Five lakhs only) favouring Allahabad Bank and payable at Kolkata, towards bid security, details of the same as under:

63.4.1 No. : 63.4.2 Date : 63.4.3 Name of Issuing Bank :

Yours faithfully, (Name & Designation, seal of the firm)

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 38 of 77

Page 39: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure – B – Eligibility Bid Template

We confirm having complied with all the prescribed eligibility criteria as under: S. no.

Eligibility Criteria Compliance

Details of documents submitted

1. The bidder should be registered as a Company in India as per Company Act 2013.

Copy of registration and certificate of incorporation of business and Certificate of commencement of business in case of a public limited company.

2. The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. Either the Cash Recyclers manufacturer (OEM) or their authorised distributer in India can directly bid in the tender but both of them cannot bid for the same make of Cash Recycler. In case the bidder is an authorised representative is not able to perform obligations as per contract during contract period, the OEM would perform all the obligations on behalf of bidder as spelt out in the RFP and agreement executed by the authorised representative subsequently.

Production certificate of the product manufacturing company or authorization letter from OEM.

3. Bidder/OEM should be in the business of supplying, installing, commissioning and maintaining Cash Recyclers in India for last three years.

Certificates from Banks to supply & installation of Cash Recycler for last three years i.e from FY 2014-15.

4. Bidder/OEM should have a minimum annual turnover of Rs.200 crores from ATM/Cash Recycler/ Bunch note acceptor business in the Indian market for each of the last three financial years.

Audited financial Balance sheet copies for 2014-15, 2015-16 & 2016-17 (ATMs/BNAs/Cash Recycler turnover should be certified separately by CA)

5. Bidder should have made operating Profit during the last three financial years, i.e. 2014-15, 2015-16 & 2016-17.

Audited financial Balance sheet copies for 2014-15, 2015-16 &

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 39 of 77

Page 40: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 2016-17

6. Bank will be installing Cash Recyclers across the length and breadth of the country. Bidder or its own franchisee should have support centers at least at minimum 100 locations across India including all the state capital, which should cover our 49 zonal offices across the country.

List of service centres with complete addresses, contact person and contact numbers as per annexure-K

7. The production unit / factory of the brand of the Cash Recyclers being quoted should be ISO 9001:2015 certified. If the production unit is outside of India, it should meet equivalent international standard.

Copy of valid certificates.

8. The Bidder/OEM should have a minimum installed base of 500 Cash Recyclers in India as of the date of RFP and should have executed and installed a single order for supply of 100 Cash Recyclers for any PSU bank as on date of RFP.

PO copies from Banks in India to be submitted along with performance certificate as per Annexure - E.

9. The quoted model or their base model should have minimum installation of 250 Cash Recyclers in India as on date of the RFP.

PO copies submitted.

10. Bidder/OEM should have certificate that the proposed model of Cash Recyclers is certified for IST ATM Switch integration.

IST switch certificate for the model /make offered.

11. The Bidder/OEM should not have been Blacklisted/ terminated by any Government/ Public sector organization/PSU Bank / IBA / RBI /any regulatory authority during the last five years for unsatisfactory past performance, corrupt, fraudulent or any other unethical business practices, at any point. If a bidder chooses not to disclose any such issue, and the same comes to Bank’s notice at a later date, the Bank will be free to revoke/terminate any contract entered with the vendor and invoke Bank guarantee at its discretion.

Certificate from company secretary or external auditor to be submitted.

12. Bidder/OEM should ensure that there Certificate from

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 40 of 77

Page 41: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers are no pending cases against the bidder involving cheating /fraudulent activities. In case there are any such incidents, full details should be furnished.

company secretary or external auditor to be submitted.

13. Bidder/OEM should not classified as a loan defaulter of any Bank.

Certificate from existing Bankers to be submitted.

14. Bidder/OEM has to provide All India toll free contact number/s & email ids for call logging and submit the escalation matrix chart for logging of service calls.

Toll free contact numbers & email ids to be submitted in escalation matrix.

15. The support for Bill Validation technology must be available for the entire period of the contract. A certificate from the Bidder / OEM of the Bill Validation technology, who has licensed the technology to the Bidder/OEM of the Cash Recycler, must be enclosed with the Eligibility bid certifying and assuring that the said OEM shall provide all support to the bidder for the licensed technology for the entire duration of the contract of five years.

Certificate from OEM of the bill validation technology

16. The Cash Recycler offered as part of the current RFP must pass the Genuine Note Recognition (as per RBIs Note Authentication and Fitness Sorting parameters) test with 100% accuracy, i.e. Pass awarded if 100% of genuine notes accepted in all orientations and other RBI parameters – At this stage of eligibility bid, a self-certificate from the Bidder / OEM will be accepted though a certificate from an independent agency / a central bank or a bank currently using the same model of the machine has to be furnished, before commercial Bid opening. However, the Genuine Note Recognition test will have to be demonstrated to the Bank and carried out by the Bank at the time of technical evaluation as also at the time of integration testing (with the finally selected Bidder). A failure at any stage will entail disqualification of the bidder / cancellation of the contract. (A Test bed of at least two machines for testing this

Certificate from OEM

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 41 of 77

Page 42: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers functionality must be set-up by the Bidder well in advance, as per the dates given for technical evaluation. Only one chance will be given to the Bidder to demonstrate the success of this test. No second chance will be given under any circumstances).

17. The Cash Recycler offered as part of the current RFP must pass the Counterfeit Recognition (as per RBIs Note Authentication and Fitness Sorting parameters) test with 100% accuracy, i.e. Pass awarded if all counterfeit notes are rejected / not given value for. At this stage of eligibility bid a certificate from the Bidder / OEM will be accepted though a certificate from an independent agency / a central bank or a bank currently using the same model of the machine has to be furnished. However, the Counterfeit Recognition test will have to be demonstrated to the Bank and carried out by the Bank at the time of technical evaluation as also at the time of integration testing (with the finally selected Bidder). A failure at any stage will entail disqualification of the bidder / cancellation of the contract. (A Test bed of at least two machines for testing this functionality must be set-up by the Bidder well in advance, as per the dates given for technical evaluation. Only one chance will be given to the Bidder to demonstrate the success of this test. No second chance will be given under any circumstances)

Certificate from OEM

18. The Cash Recycler offered as part of the current RFP must pass the Counterfeit Retention and Tracing test with 100% accuracy, i.e. Pass awarded if counterfeits are retained and traceable to customer. At this stage of eligibility bid a certificate from the Bidder/OEM will be accepted though a certificate from an independent agency / a central bank or a bank currently using the same model of

Certificate from OEM

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 42 of 77

Page 43: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers the machine has to be furnished. However, the Counterfeit Retention and Tracing test will have to be demonstrated to the Bank and carried out by the Bank at the time of technical evaluation as also at the time of integration testing (with the finally selected Bidder). A failure at any stage will entail disqualification of the bidder / cancellation of the contract. (A Test bed of at least two machines for testing this functionality must be set-up by the Bidder well in advance, as per the dates given for technical evaluation. Only one chance will be given to the Bidder to demonstrate the success of this test. No second chance will be given under any circumstances)

19. As per Central Vigilance Commission (CVC) directives, it is required that Bidders/ OEMs/ Suppliers/ Contractors observe the highest standard of ethics during the procurement, execution and continuation of such contracts in pursuance of this policy. Further, all bidders to submit an “PRE CONTRACT INTEGRITY PACT” as per Annexure – M on non-judicial stamp paper of requisite value.

PRE CONTRACT INTEGRITY PACT as per Annexure – M

Note:-Vendor must comply with all the above mentioned criteria. Non-compliance of any of the criteria will entail rejection of the offer summarily. 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.

SIGNATURE (Name & Designation, seal of the firm)

(The following documents are enclosed in support of our claim)

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 43 of 77

Page 44: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure – C – Functional Specification

Functional Specifications: Cash Recyclers and the software to be provided should have the capability of performing the following functions through Display Menu:

Our Requirements Response 1. Accepting currency note 0f Rs. 50, 100, 200, 500 and 2000 and verification of

genuineness of the notes before acceptance. Should be capable to integrate

with Bank’s ATM switch (IST) and B@nks-24 for Direct credit to customers

2. Transfer of Funds between two accounts.

3. Account enquiries

4. Account Statement Printing

5. Cheque Book Requisitioning

6. PIN change facility

7. Facility for utility bill payments

8. Facility to top-up mobile phones

9. Admin functions for Cash , reconciliation

10. Card to card transfers

11. Creation / renewal of Term deposits

12. Updation of mobile number

13. Product cross sale, tax payments,

14. Three Languages Display (English, Hindi and Regional Language)

(Vendor to provide and deploy screens for the languages as desired by Bank)

15. Facility to support all Visa/Master/RuPay/Diners/AMEX etc. transaction

1. Transaction Detail/ Receipt Printing with following details:

1. Device ID, Date and Time 2. Location Code (Alphanumeric)

3. Card no 4. Account No.

5. Transaction SL No. 6. Amount

17. There should be provision to add further functions easily and also to disable

any of the functions as per Bank’s requirements

18. Should support MPEG full motion video

19. Should allow cancellation of a transaction before its execution.

(Appropriate message should appear guiding the customer)

20. Should have the diagnostic tools for

• monitoring cash position and CD status

• giving comprehensive error reporting including DVSS & Alarm

System to Bank’s switch

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 44 of 77

Page 45: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 21. Should maintain audit trail with date and time stamp for each transaction

22. Should recognize and differentiate between the cardholders of own Bank

and other Banks.

23. Should function round the clock with built-in fault tolerance features

24. Should be capable of Audio guidance in all the three languages. (The

required WAV files to be provided by the vendor)

25. Should support both pin based and biometric authorization of transactions

26. Should support contactless card transactions

27.MIS Report on:

• All Deposit Transactions

• All Dispense Transaction

• Denomination –wise Cash Balance Report

• Counterfeit Notes detected

• Soiled / Non-issuable Notes

• Transactions where deposit accepted but transaction failed

• Transaction successful but currency returned

• Reconciliation reports

• Admin function reports

Complete List of MIS reports to be enclosed.

28. On Screen instructions

• Menus for each deposit type

• Videos detailing transaction steps

• Flashing lead –through indicators

• Consumer – guidance labels

Distinguishing icons

SIGNATURE (Name & Designation, seal of the firm)

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 45 of 77

Page 46: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure-D – TECHNICAL REQUIREMENTS

3.1 FRONT ACCESS CASH RECYCLER

Brand of Cash Recyclers : Original Equipment Manufacturer : Model :

The offer may not be evaluated and/or will be liable for rejection in case of non-submission or partial submission of make and model of the items offered.

Sr. No

Features Compliance (Yes /

Remarks

1. Processor /CPU 1.1 4th Generation Intel® Core™ i3 Processor minimum 2.9

GHz and 4 MB cache or above

1.2 4 GB DDR3 RAM or higher 1.3 1 x 500 GB IDE/SATA HDD or higher for OS

1 x 1 TB IDE/SATA HDD or higher for image backup

1.4 4 or more USB ports in front for front access of cash recycler

1.5 DVD Writer 1.6 101 keys Keyboard integrated with Mouse operations

as an optional item

1.7 On-board 10/100/1000 Mbps Speed LAN Card (IPV 6 Compliance)

1.8 Microsoft Windows 7 or higher with latest Service Pack

1.9 CRM should be preloaded with CEN XFS 3.0 compliant layer and should be capable of running multi vendor software without any hardware / operating system changes and with support of Domain Naming Service (DNS) facility. (CRM must support and should be loaded with XFS/Multi vendor software).

1.10 OS hardening (with Firewall) and should protect against unauthorised booting from alternative media & an access to CR hard Disk.

1.11 Cash Recycler should be adequately hardened and only white listed necessary services run in the system (White listing of applications). No malware including viruses, worms and Trojans enter and affect the system. Cash Recycler should be pre-installed with whitelisting application solutions. All bidders must provide whitelisting solution with following feature:

1.11.1 The solution must ensure that only whitelisting applications run on the Cash Recycler.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 46 of 77

Page 47: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 1.11.2 The solution must prevent the execution of any non-

whitelisted files on the machine. Bidder to provide standard whitelisting solution which should meet above requirements and should come preloaded in the Cash Recyclers to be supplied and installed by the successful bidder.

1.12 Application interface required for Admin, reconciliation & MIS function.

2. Currency Chest

2.1 UL 291 Level 1/CEN1 Certified Secure Chest or higher-(Certification of confirmation to be enclosed as part of the bid document)

2.2 S&G / MAS Hamilton (KABAMAS-CENCON) dual electronic combination lock of 6+6 digits with capability having One time combination (OTC) option and audit trail without any hardware change.

All factory settings, including password for dual combination electronic lock should be changed at the time of handing over the machine and the same should be mentioned in the Installation Report. This will be a pre-requisite for release of payment.

2.3 Alarm sensors for temperature status, vibration status and chest open status while sending signal/ messages to Switch/Management Centre.

3. Hybrid Dip Card Reader 3.1 Dip Smart Card Reader with capability to read track 1 & 2

3.2 Smart Card/Chip card EMV Version 4.0 or later, as certified

3.3 Software, firmware, license for using Smart card, Chip Card and Magnetic strip on Cash Recyclers.

3.4 Cash Recyclers should be ready for using EMV Chip cards.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 47 of 77

Page 48: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 3.5 Dip Card Reader with anti-skimming device installed

and integrated with the card reader of the Cash Recycler. Details of the anti-skimming technology/ device to be enclosed. The device should be capable of providing comprehensive skimming protection solution which achieves the following objectives:- i) Senses unauthorized attachment of any device on/in surround of the card reader module, ii) Sends the signal to switch and further to the Remote Management Centre of the vendor, iii) Capable of enabling the switch and/or Remote Management Centre to put the machine Out-Of-Service as well as block the card reader from accepting any more card insertions.

3.6 Cash Recycler must also have biometric authentication functionality with finger-print reader as per Aadhaar 2.0 or higher specifications or any other regulatory specified database and same is required from the initial stage. The Cash recycler should support Bio-metric functions and integrated with the Bank’s Biometric solution and UIDAI certified solution (Aadhar) without any additional cost to Bank.

3.7 Contactless Card reading & integration capability

3.8 Conformance to RuPay, VISA & MASTER standards.

3.9 Cash Recycler must also have the readiness to start BAR code/QR code based transactions

3.10 Secure Biometric scanner that supplies the finger print data to the ATM switch. The Biometric Scanner should be of good quality and should accept finger scans in one go and should be STQC Level 0 certified and compatible with AEPS & Aadhaar specifications. Bidder to furnish the STQC/ Aadhaar certificate in this regards.

3.11 Cash Recycler should accept deposits using any Bank Debit / Credit cards, without cards, using Aadhar based authentications, with biometric, using Voice authentication. Cash Recyclers should recognize the Chip cards which includes EMV Cards, and should have Biometric authentication, and accordingly display the screen, voice prompts.

4. Customer Interface on Cash Recyclers

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 48 of 77

Page 49: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 4.1 Color screen, touch type: Capacitive/ SAW/Infrared

with support for visually challenged through FDK 4+4 and EPP both (Which means both FDK and touch screen are mandatory). Cash Recycler should also be capable for providing Virtual keyboard for entering Aadhar / Debit Card/ IFSC Number

4.2 Screen Size: 15” Minimum 4.3 Operating Temperature: Up to 45 degree C 4.4 Privacy screen filter, The CRMs should have privacy

screen filter to enable the view of the CRM Screen only to the customer standing in front of the CRM.

4.5 Adherence to Persons with Disability standards compliance – give details; Access for all (AFA) compliant and suitable for wheel chair based operation for physically challenged.

4.6 Rugged spill proof Triple DES enabled Keyboard with Poly Carbonate tactile / stainless steel EPP pin pad. Full PCI 1&2 compliant EPP keys with sealed metal key pads. EPP design so as to prevent / resist overlaying of fake pin will be required. In the event of forcible removal of EPP, it should bring the machine down and the data stored in the EPP must be destroyed / scrambled so as to prevent compromise even with high end decryption. Describe technology / solution fully and enclose relevant documentation.

4.7 Braille stickers on all devices as per requirements to support.

4.8 Minimum Trilingual Screen Support

4.9 Vandal proof Screen with Privacy Filter

4.10 Voice guidance support with internal speakers & headphone Jack 3.5 mm Mandatory for all the Cash Recyclers. It is the standard Text to speech files developed by the vendor. Bank shall provide flow. However TTS has to be provided as per RBI / IBA guidelines by the bidder at no additional cost to Bank.

4.11 PIN pad should be covered with PIN guard / shield. This pin guard/shield should cover all three sides to avoid shoulder surfing and capture by external camera.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 49 of 77

Page 50: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 5. Cash Module 5.1 Cash Recyclers with capacity of

accepting/dispensing minimum 200 notes at one time and accepting/dispensing all denominations Rs.20 and above.

5.2 Cash Recycler should have template for all new Variants of Rs.20 and above and should support recycling of all these denominations. Vendor should update the Cash Recycler to support all new variants of currency notes as well as new denominations subsequently issued by RBI without any extra cost to the Bank.

5.3 Minimum 4 recycling cassettes should be having recycling capability ab-initio with minimum storage of 2500 notes per cassette, one reject bin / cassette for Non issuable / ATM Unfit / cash retracted currency with capacity of minimum 2500 notes, and One Bin / cassette for counterfeit / suspect notes. The reject bin and counterfeit / suspect notes bin MUST MANDATORILY have dual locking mechanism. Each of these Cassettes should have capability to hold notes of any Denominations / any size. The cassettes should be configurable on the machine as per requirement of the Bank without any additional cost to Bank as: -Deposit Only -Dispense Only Deposit and dispense -Recycle Deposit / Dispense cassette capacity - New Bills

- Street Grade bills

5.4 Denomination-wise sorting of the deposited currency notes

5.5 Cassettes capacity of minimum 2500 Notes per cassette.

5.6 Reject Bin / cassette with capability to hold Reject / Retracted notes with dual locking mechanism – mandatory

5.7 Four orientation bill validation for good and bad currencies

5.8 Notes deposited should be categorized and put into individual cassettes / bins once they are accepted by the machine

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 50 of 77

Page 51: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 5.9 Must support all types of transactions – Card based,

Card less, contact less and biometric authentication transactions.

5.10 Appropriate treatment for various categories of Bank Notes, Viz. 1. No Bank Note (Reject) 2. Counterfeit Bank Note (Impound) 3. Suspicious Bank Note (impound) 4. Real Bank Note (Accept) 5. Cut/Mutilated note (Reject) 6. Soiled currency notes (Reject)

5.11 Capability to back-track the depositor for all notes deposited / dispensed or rejected with recording of serial numbers of individual currency notes. Capability of scanning and recognizing of serial number of notes should be available for dispense also.

5.12 Storing & Searching facility on image data at a later date.

5.13 Cassette that support tracking on docking (Logs should be created whenever cassettes are docked / undocked).

5.14 Foreign object detection / handling in the input tray

5.15 Cash transport movement should be secure and under dual locking

5.16 Capability to capture the cash balance (denomination wise) available in the machine for every supervisory activity.

5.17 Cash Recycler should be capable to communicate to Bank’s switch for updating the hopper wise counter for all the cassettes including universal BIN on real time basis.

5.18 In case of any transaction being timed out, the cash accepted by the Cash Recycler must not be delivered back to the depositor but rest in Reject / Retract bin for subsequent reconciliation by the Branch.

5.19 Reject Bin with capability to hold Reject /Retracted

5.20 The Bill Validation Technology must be available for the entire life span of the machine i.e. a minimum of 7 years.

6. DES chip / Security

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 51 of 77

Page 52: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 6.1 Capable of supporting Remote key Management –

Triple DES/RSA with encryption / verification / validation software chip. Should support AES without any additional hardware.

6.2 Mandatorily must have anti-skimming devices installed and integrated for card readers.

7. Integrated Cash Recycler Surveillance Solution 7.1 Cash recycler should have pilfer-proof cameras able

to capture the images of the user / customer at the time of accepting and dispensing the cash. Also capture images at the cash slot cameras evidencing acceptance / dispensation of cash besides images of the user. There should be two pilfer proof camera inside the Cash Recycler 1. To capture the customer image and 2. Capture hand movement while depositing / withdrawing cash from cash slot only. Vendor will ensure that PIN pad should be covered with PIN guard.

7.2 Solution should be able to store the images in a digital Format for minimum 6 months at an average of 300 transactions per day. The back-ups will be taken at quarterly intervals and to be delivered at the branch. Vendor to ensure that DVSS images are being recorded regularly in the second hard disk.

7.3 Solution must provide an interface to browse, search and archive the stored images on hard disk or external media.

7.4 Solution must be configurable to suit different Site requirements and must be capable of performing under extreme conditions.

7.5 Solution must be able to capture & stamp the transaction information on the images.

7.6 The solution must have a search facility to locate an image/event by date & time, card no., transaction reference no. and Cash Recycler ID.

7.7 The solution must be capable of monitoring from a central Location and should be capable of sending a health report /message for the surveillance equipment to the central switch for proactive monitoring.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 52 of 77

Page 53: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 7.8 The solution must not degrade the performance of

Cash Recyclers, e.g. should not slow down the speed of normal transactions.

7.9 The hardware should be integrated within the Cash Recycler.

8. Software Agent 8.1 Bidder should have their own software agent for

EJ Pulling and Remote Monitoring Software support for the Cash Recycler to monitor its functions from a Central site. The Cash Recycler should be capable of supporting a third party software agent such as SDMS/ Infobase / Radia / Tranxit, etc. The Bidder also agrees to install any software selected by the Bank at no cost to the Bank.

8.2 Should be capable & interfaced with the Bank’s Switch – IST. Bidder to provide proof of certification and/or actual integration with IST switch.

8.3 Software should be capable of reading EMV chip cards / Smart Card / chip Card EMV version 4.0, Level 2 approved terminal resident application. Copy of Level 2 approval certificate to be enclosed.

8.4 Should capable of Remote diagnostic agent to diagnose problems with the machine including but not limited to predicting part failures. This service including pro-active rectification of problems reported by remote diagnostic agent will have to be provided by the bidder / OEM mandatorily at no additional cost to the Bank.

9. Connectivity

9.1 Should be capable of connecting to the Bank’s Switch – IST– using existing device handlers at no additional

9.2 Cash Recyclers must support TCP/IP 10. Bill Validator

10.1 Validating Head width path should be minimum 177 mm or more.

10.2 Fixed width or centering mechanism with self-adjustable bill path.

10.3 Validation rate should be 98% or more. 10.4 Machine should be able to accept, dispense and

Validate all Indian Currencies.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 53 of 77

Page 54: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 10.5 Bill escrow capacity should have capacity of min 200

Bills or more.

10.6 Bill identification time in seconds – should complete in 10 notes / second or in less time.

10.7 Full validation time in seconds – multi width front load. Maximum time taken for full validation should be 30 seconds or less (200 bills).

10.8 Speed of cash acceptance in seconds for standard 200 notes – Cash Insert to Amount Confirmation – The entire cash acceptance for 200 standard notes should be completed in 40 seconds or in less time.

10.9 Both side scanning of all bills 10.10 Compliance to RBI’s Note Authentication and Fitness

sorting parameters (Documentation required on process of configuration. Configuration can be carried out at Bank location only). Configuration change has to be done in 2 weeks.

11. Interface for Banking Software & ATM/Cash Recycler Switch Connectivity 11.1 Software required for connecting the Cash Recycler

to Bank’s own Network shall be provided by the vendor

11.2 Bidder to provide utility for converting the Cash Recycler files, Containing transaction details, into ASCII format.

11.3 Cash Recycler should be preloaded with CEN XFS 3.0 compliant layers and should be capable of running multi vendor software.

11.4 The Cash Recycler should deactivate immediately when a skimming or cloning device has been installed on Cash Recycler.

11.5 Must support DDC / NDC 4 protocol 11.6 Cash Recycler must have capability for integration

with ATM switch/B@NCS-24/Any other Switch

12. Transactions to be made available at the Cash Recycler 12.1 Display of graphics/animation/scrolling/ date & time 12.2 Cash deposit (at least 6 accounts) including other

Customer’s accounts

12.3 Withdrawal from any Bank accounts (at least 6 t )

12.4 Fast cash 12.5 PIN change facility 12.6 Transfer of funds from one account to another 12.7 Statement of Accounts including Mini – Statement

(last 10 txns.)

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 54 of 77

Page 55: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 12.8 Utility Payment facility 12.9 Account balance enquiry 12.10 Card less and card based Transactions 12.11 Payment of Taxes, Bills and other value added

i

12.12 All available and proposed value added services 12.13 Contactless card transactions 12.14 Multi-lingual screens (minimum 3 languages) as per

Bank’s requirements to support.

12.15 Request for cheque book/passbook/draft 12.16 Biometric finger print reader with software (UIDAI

approved standard)

12.17 Display unit with audio integrated jack

12.18 Card to Card transfer of funds

12.19 Mobile topup

12.20 Support for all Card schemes – VISA/Master/RuPay/Diners club/AMEX/Discover etc.

13. Cash Dispenser 13.1 Friction/Vacuum pick technology 13.2 Multi-media dispenser (ticket/ coupon/ stamp/ receipt)

with bunch presenter

13.3 Dispense used notes 13.4 Indication of proper insertion of cassettes 13.5 Divert cassette bin with lock and key / latch 13.6 Each cassette should hold minimum of 2500 notes. 13.7 Capable of Multi currency dispensing 13.8 Capable of dispensing Rs.50/-, Rs.100/-, Rs.200/-,

Rs.500/-, Rs.2000/- etc. notes. All cassettes should be capable of dispensing all Notes.

13.9 Dispense at least 10 notes per seconds. 13.10 Cash retraction should be completely disabled on the

Cash Recycler.

14. Others 14.1 Graphic Thermal Receipt Printer, Cash Recycler,

must be capable of printing graphics like Bank logo on the receipt and should also capable of printing receipts in Hindi Language.

14.2 Electronic journal to be also written on Cash Recycler hard disk and be replicated simultaneously on the second hard disk which records images. The solution should include an EJ viewer.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 55 of 77

Page 56: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 14.3 Support centralized EJ Pulling. Serial Numbers of all

notes should be available with EJ or stored separately and made available as and when required. While pulling EJ, the same should be non-editable with encryption or with checksum or any other solution to prove the authenticity of EJ before a third party such as the regulator (RBI), a Banking Ombudsman, Police authorities etc.

14.4 Low media warning for all items viz. bills, journal roll, consumer printer roll etc. and high media warning for bills / notes, Consumer printer roll etc.

14.5 In-built SMPS to work on 230V 50 Hz power supply.

14.6 Support input voltage of 230V AC/50 Hz with +/-10% variation.

14.7 Specify Power Consumption when in operation. Maximum permissible power consumption when in operation 470 Watts.

14.8 Specify Power consumption when the machine is idle Maximum permissible power consumption in idle situation 230 Watts.

14.9 Remote Power-on / Power-off facility (Bank desires remote power off and subsequent power on facility. However remote power off and restart facilities independently will also be acceptable).

14.10 Should provide hardware, software and MIS for the day-to-day operations required by the custodian.

14.11 Bidder to integrate – where feasible - the alarm sensors of the Cash Recycler to the branch siren / hooter without any additional cost to Bank.

14.12 Cash Recycler capable of One to One Marketing. Client when Loaded on Cash Recycler should be able to interact with different CRM sources using open standard messaging standards.

14.13 Cash Recycler should have rear view mirrors covering majority area of site which allow users to see what is happening behind them when they enter PIN to avoid shoulder surfing.

14.14 Cash Recycler MUST MANDATORILY have PIN pad shield covering all three sides to avoid shoulder surfing and capture by the external cameras.

14.15 Mention the physical foot print of machine in mm (LxBxH) max HXWXD 1525x570x1170 mm permissible

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 56 of 77

Page 57: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 14.16 Should support admin functions for updation of switch

counters.

14.17 List of MIS & other reports available out of box. 14.18 Bar code reader compatibility. 14.19 Should be capable of being integrated to Solar power

UPS.

14.20 Should operate in a range of temperature from 5 degree centigrade to +45 degree centigrade.

14.21 Should be capable of operating in range of relative humidity conditions from 5% to 95%.

14.22 Energy saving features. Indicating Power consumed include standby / sleep mode.

14.23 Three years comprehensive onsite warranty covering all parts & labour. This period will start from date of acceptance of each installation.

14.24 Machine should be capable of centrally downloading Software / Patches upgrades and idle screen and content distribution.

The Bank reserves the right to consider only those vendors who can demonstrate a fair degree of accuracy in their Cash Recyclers. The Bank will test the machines at no cost to the bank, before placing the orders.

Additional terms

1. Deviations from technical specifications may be clearly indicated. Though the Bank has laid down the minimum configuration of both hardware and software of Cash Recycler to meet present requirements, the Cash Recycler should be upgradable to support any statutory /regulatory future compliance requirements.

2. Modification/Upgradation of the software pertaining to Cash Recycler for the purpose of enhancing the functionality will be done by the bidder at no cost to the Bank.

3. All operating system upgrades / proprietary software upgrades / patches/ licenses will be provided free of cost and also installed in all the Cash Recyclers at no cost to the Bank for the entire period of support committed. OS Hardening has to be done for the Cash Recyclers. The vendor is responsible for ensuring that system does not get affected by virus/malware.

4. The system should be enabled for EJ pulling and all software required for EJ pulling must be factory loaded or loaded at no extra cost at the time of installation of the Cash Recyclers. EJ pulling is the sole responsibility of the successful bidder. If Bank decides to outsource the Managed services of Cash recycler to other vendor, the bidder will be responsible for loading the Bank approved software agent and must coordinate with the Managed Services vendor to make the Cash Recycler operational. No charges will be payable by

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 57 of 77

Page 58: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers the Bank for installation of EJ pulling software, any other software/patches at all machines. During preventive maintenance if EJ agent is found to be disabled/ disconnected, the Bidder will restore it at no extra cost to the Bank. Preventive maintenance of Cash Recycler should be done at least once in three months. Machine should be capable of central download/upload.

5. The vendor will ensure that at the time of delivery of Cash Recyclers they are not affected by virus/malware, bugs and covert channel in codes, (of the version of application / software being delivered as well as any subsequent version / modification done) and is free from OWASP vulnerabilities for web applications / softwares therein. The vendor will also ensure that the vendor’s employees attending to the Cash Recyclers during warranty period/AMC period do not introduce virus/malware and in case of dispute Bank’s decision will be final.

6. The Vendor will arrange for User Acceptance Test (UAT) of the untested model of its machines at no cost to the Bank at the Bank’s test-bed. Orders/ LOI will be placed only after successful completion of the UAT. We enclose the technical brochures for the model quoted. We agree for the delivery period of systems and installation as per your above

letter. We offer a comprehensive warranty period of 36 (Thirty Six) months

from the date of installation/satisfactory commissioning of the equipment without any visit charges/part replacement charges and comprehensive AMC of 48 months after warranty period without any visit charges/part replacement charges.

We agree for insuring the systems covering transit period till delivery at the destination.

We submit that we shall abide by your Standard terms and conditions governing the quotations and Warranty mentioned.

We submit that we abide by the details given above.

SIGNATURE (Name & Designation, seal of the firm)

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 58 of 77

Page 59: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure – E – Reference Site Details

Reference 1 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:

Total Number of Cash Recycler supplied Order. no and date of order

Please mark satisfaction level on the below items (1/2/3/4/5)

Quantity ordered Quantity supplied till date Quantity installed Quantity operational

Satisfaction level for Cash Recyclers

* Minimum Two references from Banks having at least 50 Cash Recyclers of the same OEM/vendor. Letter from respective bank must accompany the documents submitted.

Yours faithfully,

SIGNATURE

(Name & Designation, seal of the firm)

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 59 of 77

Page 60: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

Annexure – F - Commercial Bid Template

Table 1

Table 2 (Optional Items: Indicative Price List of Spare Parts)

S.

No.

Item Unit Price (in INR) (E)

1. Currency Cassette – Secure with lock & key (deposit or dispense) 2. Cash Recycler module 3. Stacker unit 4. Dispenser Unit 5. Recycler Solution 6. 500 GB SATA Hard Disk 7. 1 TB SATA Hard Disk 8. Keyboard with inbuilt mouse 9. DIP Smart Card reader

10. 15” LCD Monitor with touch screen 11. 15” LCD Monitor without touch screen 12. PC Core mother board 13. Biometric unit 14. SMPS 15. BAR code unit 16. Journal Printer 17. Journal Printer Head 18. Skimming device 19. Fascia 20. Vandal Shield 21. EPP 22. Hood Door Lock & Key 23. Divert / Reject Cassette 24. Receipt Printer 25. Receipt Printer Head 26. S & G/ Mass Hamilton Lock 27. Touch Screen 28. Four high Pick Module without cassette 29. Shutter assembly 30. Harness 31. Card Reader 32. Chest Door cutting Charges

Item Unit Price Quoted in INR

No. of Units

Total Price in INR

Cost of Cash Recycler (Product & Model) excluding GST

A

100

A x 100 = [B]

Fixed AMC Percentage @8% for two years from 4th year to 5th year

[0.08 x A = C] 100 C x 100 = [D]

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 60 of 77

Page 61: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 33. Chest Door handle 34. Controller 35. Visit Charges of Engineer (per Visit) 36. Grouting of Cash Recycler 37. De-Grouting of Cash Recycler 38. Shifting of Cash Recycler within same premises with all work

incidental to shifting including de-installation, dismantling and reinstallation at the new site / location

39. Shifting of Cash Recycler within same City with all work incidental to shifting including de-installation, dismantling, packing, loading, transportation, transit insurance, unloading, unpacking and reinstallation at the new site / location

40. Shifting of Cash Recycler from one City to other City with all work incidental to shifting including de-installation, dismantling, packing, loading, transportation, transit insurance, unloading, unpacking and reinstallation at the new site / location

Total

Table 3

Item Total Total Price of Cash Recycler from Table 1 From Table 1 (B) = Total AMC amount from Table 1 From Table 1 (D) = TCO- CR Machine (B+D)

Total Amount in words:

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:

2.1. Cost of the equipment / product or services. 2.2. License fee (Corporate or user specific as defined in RFP) including OS / Data Base /

Application licenses 2.3. Installation and commissioning charges, if any. 2.4. Comprehensive three year on-site warranty of the equipments covering all components,

services, and visits to the concerned offices as specified in the RFP. 2.5. Comprehensive Annual Maintenance Charges for the period as specified in the RFP. 2.6. Transportation and Forwarding charges to respective sites. 2.7. Training costs for the product / service / equipment as defined in RFP. 2.8. Service Level Agreement (SLA) costs as defined in RFP for applicable period. 2.9. Insurance to cover the equipment for and from transit period till installation or 15 days after

delivery at the locations specified, whichever is later. 3. L1 bidder will be decided on the basis of TCO cost as per Table 3. 4. Prices of optional items of Table 2 will be negotiated with L1 bidder separately. 5. Above prices are exclusive of applicable taxes.

RFP Ref. No.: HO/ IT & DB/CR/2017-18/01 Page 61 of 77

Page 62: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure- G – Format for Bank Guarantee

Format for Bank Guarantee (BG) for BID Security)

(ON A NON-JUDICIAL STAMP PAPER OF RS. 100/-)

Bank Guarantee No.: Date:

To

Allahabad Bank,

Head Office,

Information Technology & Digital Banking Department,

2nd floor, 2 Netaji Subhas Road,

Kolkata - 700001, West Bengal, India.

WHEREAS _____________________ (hereinafter called “the Bidder”) has submitted its

bid dated _______________ (date of submission of bid) for supply and Maintainance of

Cash Recycler Module in response to Allahabad Bank’s Request for Proposal (RFP) Ref.

No. : ______________________________ dated ________________ (hereinafter called

“the Bid”).

KNOW ALL PEOPLE by these presents that, WE ____________ (name of Bank) of

________________ (name of Country) having our registered office at ____________

(address of bank) (hereinafter called “the Bank”) are bound unto ALLAHABAD BANK

(hereinafter called “the Purchaser”) in the sum of Rs. 25 Lakh (Rupees Twenty Five Lakh

only) For which payment will and truly to be made to the said Purchaser, the Bank binds

itself, its successors and assigns by these presents.

Sealed with the common seal of the said Bank this ______ day of ______, 20__.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the

Bid Form; or

2. In case of successful bidder, if the bidder:

(i) Fails or refuses to sign the Contract Form; or

(ii) Fails or refuses to furnish the Empanelment Security, in accordance with the

Terms & Conditions of the RFP or Contract

Page 62 of 77

Page 63: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers We undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its

demand the purchaser will note that the amount claimed by it is due to it owing to the

occurrence of any of the above conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 60 days after the period of the bid

validity i.e up to _____________ (mention date of expiry which should be a minimum of bid

validity + 60 days), and any demand in respect thereof should reach the Bank not later than

the above date.

Notwithstanding any other term contained herein

a) This guarantee shall be valid only upto _____________ (Insert Gurantee End Date)

whereupon it shall automatically expire irrespective of whether the original

guarantee is returned to the Bank or not; and

b) The total liability of Bank under this guarantee shall be limited to Rs.25,00,000/-

(Rupees Twenty Five Lakhs Only).

Date:

Place: SEAL Code No. SIGNATURE.

NOTE:

1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY

IS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG

2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED

IN INDIA.

Page 63 of 77

Page 64: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure - H - Compliance Certificate

To

Allahabad Bank,

Information Technology & Digital Banking Department,

2nd floor, 2 N.S. Road,

Kolkata – 700001, West Bengal, India.

Dear Sir,

Ref:

1. Having examined the tender document including all annexure, the receipt of

which is hereby duly acknowledged, we the undersigned offer to supply, install,

commission and maintaining Cash Recycler at Allahabad Bank in conformity

with the said tender document and in accordance with our proposal and the

schedule of prices indicated in the price bid and made part of this tender.

2. If our bid is accepted, we undertake to complete the project within the scheduled

time lines.

3. We confirm that this offer is valid for 180 days from the last date for submission of

tender document to Allahabad 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 Allahabad Bank is not bound to accept the lowest or any bid that

Allahabad Bank may receive.

7. We have never been barred / black-listed by any Bank or regulatory /statutory

authority in India.

SIGNATURE

(Name & Designation)

(seal of the firm)

Page 64 of 77

Page 65: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure – I – Format for queries

Bidders have to provide their queries on RFP in t he f o l lowing f o rmat on ly . Bidders are requested to categories queries under appropriate headings. Bidders are requested to provide a reference of the page number, state the clarification point and the queries/suggestion/deviation that they propose as shown below:

Sl no.

Page # Point /Section #

Clarification point as stated in the tender

document

Queries/Suggestion /Deviation

1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

SIGNATURE (Name & Designation, seal of the firm)

Page 65 of 77

Page 66: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers Annexure - J - MANUFACTURERS' AUTHORIZATION FORM

No.: dated:

The Asstt. General Manager - IT,

Information Technology & Digital Banking Department,

Allahabad Bank,

2nd floor, 2 N.S. Road,

Kolkata – 700001, West Bengal, India.

Dear Sir

Ref: Your RFP for 100 Cash Recycler Modules dated XX.XX.XXXX

We M/s ___________________________________________ (Name of OEM), who are

the Original Equipment Manufacturers of __________________________________

(Make & Model No.) of Cash recyclers having our manufacturing factories/plants in

________________ (Name of countries from where the offered product will be

sourced) do hereby authorize M/s ____________________________ (Name and

address of Authorized Representative) to submit a bid, and sign the contract with you

for the supply, installation and maintenance of the above mentioned 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:

i. advance notification to the Bank of the pending termination, in sufficient time

to permit the Bank to procure needed requirements; and

Page 66 of 77

Page 67: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers ii. Following such termination, furnishing at no cost to the Bank, the blueprints,

design documents, operations manuals, standards, source codes and and

specifications of the products, if requested.

We duly authorise 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 authorised representative in

India failing to perform its obligations under the Contract for supply, installation and

Maintainance 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 Authorised official)

(Name of OEM)

(Seal of OEM)

Page 67 of 77

Page 68: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

Annexure – K - Service Centre Location Mapping

Sl No Zonal office

Location from which Service will be

Provided to this Region

Address & Contact Details of Service Centers Covering this

Region

1 AGRA

2 AHMEDABAD

3 ALLAHABAD

4 AMRITSAR

5 ASANSOL

6 BAHRAICH

7 BANGALORE

8 BARASAT

9 BEHALA

10 BERHAMPORE

11 BHAGALPUR

12 BHOPAL

13 BHUBANESHWAR

14 CHANDIGARH

15 CHENNAI

16 CHINSURAH

17 DEHRADUN

18 DELHI-NCR

19 DEOGHAR

20 DIBRUGARH

21 GONDA

22 GORAKHPUR

23 GUWAHATI

24 HAMIRPUR

25 HYDERABAD

26 JABALPUR

Page 68 of 77

Page 69: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers 27 JAIPUR

28 KANPUR

29 KOLKATA METRO

30 KOLKATA URBAN

31 LAKHIMPUR KHERI

32 LUCKNOW

33 LUDHIANA

34 MEERUT

35 MIDNAPORE

36 MIRZAPUR

37 MORADABAD

38 MUMBAI

39 MUZAFFARPUR

40 NAGPUR

41 NEW DELHI

42 PATNA

43 PUNE

44 RAIPUR

45 RANCHI

46 SATNA

47 SILIGURI

48 SITAPUR

49 VARANASI

Page 69 of 77

Page 70: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

Annexure - L - CONTRACT FORM

Non-Judicial Stamp Paper of appropriate value CONTRACT NUMBER: THIS AGREEMENT made the _________ day of ______, 20___ Between ALLAHABAD BANK (hereinafter “the Purchaser”) of one part and __________ (Name of Vendor) of ____________ (City and Country of Vendor) (hereinafter “the Vendor”) of the other part: WHEREAS the Purchaser is desirous that certain goods and ancillary services should be provided by the Vendor, viz, ________________ ________________ (Brief Description of Cash Recyclers and Services) and has accepted a bid by the Vendor for supply of Cash Recyclers and services to meet its requirement from time to time.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of

this Agreement, viz. :

(a) the Bid form and price schedule submitted by the bidder; (b) the schedule of requirements; (c) the Technical Specifications; (d) the Conditions of Contract; (e) the Conditions of Discrete Procurement ; and (f) The Purchaser’s Intimation letter

3. In consideration of the payments to be made by the Purchaser to the selected Vendor in terms of RFP and Purchase Orders for procurement of cash recycler and services placed by Head Office of the Purchaser, the selected vendor hereby covenants with the Purchaser to provide the cash recyclers and services and to remedy defects therein in conformity in all respects with the provisions of the contract.

4. The Purchaser hereby covenants to pay the selected vendor in consideration of the

provision of the Cash recycler and services and the remedying of defects therein, the Purchase order Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and service which the selected vendor shall be required to supply/provide to the Purchaser from time to time in terms of purchase orders for procurement of goods and services that will be placed by Head Office of the Purchaser are as under:

GOODS SERVICES

Page 70 of 77

Page 71: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

(Please Mention) Supply, Installation, Commissioning , Training and on-site maintenance during Warranty & Post Warranty Maintenance Period of the equipments and related software, if any.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, sealed and Delivered by the Said ________________________ (For the Empanelled Vendor) in presence of _______________________ Signed, sealed and Delivered by the Said ________________________ (For the Purchaser) in presence of ______________________

Page 71 of 77

Page 72: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

ANNEXURE – M - FORMAT OF INTEGRITY PACT

This pre-bid contract agreement (hereinafter called the Integrity Pact) is made on

day of the month of 2017,

Between on one hand,

Allahabad Bank, a body Corporate constituted under Banking Companies (Acquisition and Transfer of Undertaking) Act, 1970 having its Head Office at 2 N. S. Road, Kolkata-700001 (hereinafter referred to as “The Bank or the BUYER” which expression shall include its successors and assigns)

AND

M/s __________________ a company registered under Companies Act 2013 having its registered Office at ___________________ India, (hereinafter referred to as the BIDDER which expression shall include its successors and assigns).

Whereas the BUYER proposes to procure and the BIDDER is willing to offer/has offered the stores/equipment, and

Both parties undertake to avoid all forms of corruption by following a system that is fair, transparent, and free from any influence of prejudiced dealings prior to, during, and subsequent to the currency of the contract to be entered into with a view to:

Enabling the BUYER to obtain the said stores/equipment in a competitive price in conformity with the defined specifications by avoiding the high cost and distortionary impact of corruption on public procurement and

Enabling BIDDERS to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials, by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly, or indirectly to the contract, will demand, take a promise for or accept, directly, or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or advantage form the BIDDER, either for themselves, or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will, during the pre-contract stage, treat all BIDDERS alike, and will

Page 72 of 77

Page 73: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

provide to all BIDDERS the same information and will not provide any such information to any particular BIDDER which could afford a particular advantage to that particular BIDDER in comparison to other BIDDERS.

1.3 All the officials of the BUYER will report to the appropriate Government office any attempt or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

1.4 In case any such preceding misconduct on the part of such officials is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER, the proceedings under the contract would not be stalled.

2. Commitments of BIDDERS:- The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post- contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

2.1 The BIDDER will not offer directly, or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

2.2 The BIDDER further undertakes that it has not given, offered or promised to give directly or indirectly, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Bank for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Bank.

2.3 BIDDERs shall disclose the name and address of agents and representatives

and Indian BIDDERS shall disclose their foreign principals or associates.

2.4 BIDDERs shall disclose the payments to be made by them to agents/brokers, or any other intermediary, in connection with this bid/contract.

2.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is

not engaged any individual or firm or company, whether Indian or foreign, to intercede of facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid to any such individual, firm or company

Page 73 of 77

Page 74: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

in respect of any such intercession, facilitation or recommendation.

2.6 The BIDDER either while presenting the bid or during the pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any intermediaries in connection with the contract and the details of services agreed upon for such payments.

2.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation contracting and implementation of the contract.

2.8 The BIDDER will not accept any advantage in exchange for any corrupt

practice, unfair means and illegal activities.

2.9 The BIDDER shall not use improperly, for purposes of competition or personal gain or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

2.10 The BIDDER commits to refrain from giving any complaint directly or through

any other manner without supporting it with full and verifiable facts.

2.11 The BIDDER shall not instigate or cause to instigate any third person to instigate any of the actions mentioned above.

2.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of

the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of any officer of the BUYER has financial interest/stake in the BIDDERS firm, the same shall be disclosed by the BIDDER at the time of filing of tender.

The term “relative” for this purpose would be as defined in section 2(77) of the Companies Act, 2013.

2.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions directly or indirectly with any employee of the BUYER

3. PREVIOUS TRANSGRESSION

3.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government department in India that could justify BIDDER’s exclusion from the tender process.

Page 74 of 77

Page 75: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

3.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER shall be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

4. EARNEST MONEY (SECURITY MONEY)

4.1 While submitting commercial bid, the BIDDER shall deposit an amount (to be specified in the RFP) as Earnest money/Security deposit, with BUYER through any of the following instruments:

i.) Bank draft or Pay Order in favour of Allahabad Bank, Payable at Kolkata. ii.) A confirmed guarantee by any Indian Nationalised bank, promising payment of

the guaranteed sum on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof of payment.

iii.) Any other mode through any other instrument (to be specified in the RFP)

4.2 The Earnest money/Security deposit shall be valid unto a period of Five years or the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period, whichever is later.

4.3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions for Sanctions for Violation shall lie applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

4.4 No interest shall be payable by the BUYER to the BIDDER on Earnest

money/Security deposit for the period of its currency.

5. SANCTIONS FOR VIOLATIONS

5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required: i) To immediately call of the pre-contract negotiations without assigning any

reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

ii) The Earnest Money Deposit, (in pre-contract stage) and/or Security Deposit Performance Bond (after the contract is signed) shall stand forfeited, either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore.

iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

iv) To recover all sums already paid by the BUYER and in case of an Indian Page 75 of 77

Page 76: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

BIDDER with interest thereon at 2% higher than the prevailing Prime Lending rate of State Bank of India, while in case of a BIDDER from a country other than India, with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract of any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

v) To encash the advance bank guarantee and performance bond warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

vi) To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/ rescessation and the buyer shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

vii) To debar the BIDDER form participating in future bidding processes of the Bank for a minimum period of five years, which may be further extended at the discretion of the BUYER.

viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middle men or agent or broker with a view to securing the contract.

ix) In cases where irrevocable Letters of Credit have been received with respect of. x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit

the same without assigning any reason for imposing sanction for violation of this Pact.

5.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 5.1 (i) to (x) of this Pact also on the commission by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offense as defined in Chapter IX of the Indian Penal code 1860 or Prevention of Corruption Act 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this act have been committed by the BIDDER shall be final and conclusive on the BIDDER. However the BIDDER can approach the Independent Monitor(s) appointed for the purpose of this Act.

6. FAIL CLAUSE

6.1 The BIDDER undertakes that it has not supplied/is not supplying similar product/system or sub-systems at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India or PSU and if it is found at any stage that similar products/systems or sub-systems was supplied by the BIDDER to any other Ministry/Department of the Government of India or PSU at a lower price then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded to the BUYER by the BIDDER if the contract has already been concluded.

7. FACILITATION OF INVESTIGATION

Page 76 of 77

Page 77: RFP For 100 Cash Recyclers - Allahabad Bank...RFP for 100 Cash Recyclers Invitation For Bids 1.1. Allahabad Bank, a body corporate established under the Banking Companies (Acquisition

RFP for 100 Cash Recyclers

7.1 In case of any allegation of violation of any provision of this Pact, or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the books of accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall all possible help for the purpose of such examination.

8. LAW AND PLACE OF JURISDICTION

8.1 This Pact is subject to Indian law. The place of performance and jurisdiction is the seat of the BUYER.

9. OTHER

9.1 Legal Actions- The actions stipulated in this Integrity Pact are without any prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10. VALIDITY

• The validity of this Integrity Pact shall be from the date of its signing and extend up to Five years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire six months from the date of the signing of the contract.

• Should one or several provisions of this Pact turn out to be invalid, the reminder of this Pact shall remain valid. In this case the parties will strive to come to an agreement to their original intentions.

This Integrity Pact is signed on

By:

ON BEHALF OF THE BUYER ON BEHALF OF THE BIDDER

Name of the Official Name of the Official

Designation Designation

Allahabad Bank M/s _____________________

Signature of Witness 1 Signature of Witness 2

Name: Name:

Address: Address:

Page 77 of 77


Recommended