allahabad bank access to bank‟s internet banking portal for all functionalities printer to print...
TRANSCRIPT
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 1
ALLAHABAD BANK
Open Tender
for selection of Vendor on Rate Contract
for Procurement, Installation and Maintenance Of
Self Service Kiosks at e- Lobby & Cash Deposit Kiosks at
Branches and offsite locations
e-Delivery Department
14, India Exchange Place
Kolkata - 700001
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 2
Open Tender for selection of Vendor on Rate Contract for
Procurement, Installation and Maintenance of Self Service Kiosks
at e- Lobby & Cash Deposit Kiosks at Branches and offsite
locations
a) Bank intends to install e-Lobbies in 250 metro/urban branches/ offsite locations of the
Bank and cash deposit kiosks in 100 rural branches of the Bank over a period of one
year.
b) The bank invites sealed Technical & Indicative Commercial Bids for selection of vendor
on Rate Contract for supply, installation and maintenance of Self Service Kiosks
comprising of Self Service Passbook Printing Kiosk, Cash Deposit Kiosk, Cheque
Deposit Kiosk, Net Banking Kiosk at e lobbies and offsite locations and Cash
Deposit Kiosks in some branches on pan India basis. The bank wishes to place
order to the selected vendor for supplying these kiosks in various branches/ offsite
locations of the Bank over a period of one year.
c) The above Kiosks must be integrated with Bank‟s CBS System (B@ncs 24 Software from
TCS). The Kiosks must be connected with the CBS System using ISO 8583 (1993
standard) messages over TCP/IP protocol. The detail functionalities of the Kiosk are
given in Annexure-I.
d) In this context the bank invites proposal from prospective bidders having proven track
record in the field of Self Servicing Kiosks to enhance customer service on 24x7 basis
across e-lobbies at 250 locations of the bank/ offsite locations and Cash Deposit Kiosk at
100 locations to be established in Bank‟s branches over a period of 1 years.
e) The Bidder‟s Eligibility criteria are enclosed in Annexure-II. The Bidder must comply
with the criteria as mentioned. Non-compliance of the criteria will entail rejection of the
offer summarily. Documentary evidence in respect of each criterion must be attached
with the Bid. Bidder may tie-up with third party preferably with OEM for providing
support service but the bidder will have single point responsibility to fulfill all obligations
under this TENDER.
f) The Scope of Work is defined in Annexure-III. The selected bidder has to supply all
the types of Kiosks for a period of ONE year on rate contract basis. However, Bank may
extend the period for ONE more year on mutual consent with vendor.
g) The bidder should submit the Technical Bid, item wise, as per the format specified in the
Annexure- V in sealed envelope and Indicative Commercial Bid as per the format
specified in Annexure-VI separately in sealed envelopes positively within 3 PM on
07/06/2013, at the office address as mentioned below.
h) The Technical Bid should contain detailed technical information relating to hardware,
undertaking of authenticity for hardware / software as per Annexure-VII and OEM
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 3
Certificate as per Annexure-VIII. All the pages should be signed by the authorized
representative of the Vendor / Bidder under the company‟s seal invariably.
i) The Indicative Commercial Bid should contain rates for equipment with the above
configuration. Selection of vendor on Rate Contact shall be done on the basis of rate
quoted in reverse auction and score obtained in technical evaluation. Rates quoted in
reverse auction by the bidder must be valid for 1 year. A bid valid for a shorter period
shall be rejected by the Purchaser as non-responsive. In exceptional circumstances, the
Purchaser may solicit the Bidders‟ consent to an extension of the period of validity. The
request and the responses thereto shall be made in writing or by fax/email. The bid
security provided shall also be suitably extended. A Bidder may refuse the request
without forfeiting its bid security. A Bidder granting the request will not be permitted to
modify the bid.
j) Bids submitted after the due date or after the stipulated time of the due date or
incomplete in any respect are liable to be rejected.
k) Incomplete and / or unsigned bids are liable to be rejected summarily. Bids not
submitted along with relevant, necessary and sufficient documents/ certificates will be
treated as incomplete.
l) The sealed Technical Bids will be opened on 07/06/2013 at 5 PM in presence of the
Vendor‟s representative. No price indication should be enclosed with the technical bid. In
case the date of opening of the tender is declared a Holiday, the tenders will be opened
on the next working day. Allahabad Bank reserves the right to accept / reject any or all
the Tenders without assigning any reason.
m) The Indicative Commercial Bids of the technically qualified bidders will be opened on
14/06/2013 at 5 PM. In case the date of opening of tender is declared a Holiday, the
tenders will be opened on the next working day. Allahabad Bank reserves the right to
accept/ reject any or all the Tenders without assigning any reason.
n) The customization and Proof of Concept (POC) should be done within 4 weeks of
Selection of successful bidders. The complete Installation and customization should be
completed within 8 weeks from the date of receipt of order. Orders may be placed in
lots at per the discretion of the Bank.
o) Non-refundable application money of Rs. 10,000/- (Rupees Ten Thousand only) has to
be submitted with the Application through Demand Draft or Bankers Cheque/ Pay Order,
in favour of ALLAHABAD BANK payable at Kolkata, at the time of submission of bid.
p) All bids must be accompanied with EMD (Earnest Money Deposit) of Rs. 20, 00,000.00
(Rs. Twenty Lacs only) through Demand Draft or Bankers Cheque/ Pay Order, in favour
of ALLAHABAD BANK payable at Kolkata.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 4
Schedule of BID
S N PARTICULARS DATE TIME
1 Start date for downloading TENDER Document 10/05/2013 10:00 Hrs
2 Date of Pre-Bid Conference 24/05/2013 15:00 Hrs
3 Last Date for submission of Eligibility, Technical & Indicative
Commercial Bid in sealed envelope
07/06/2013 15:00 Hrs
4 Date of Opening of Technical Bid 07/06/2013 17:00 Hrs
5 Date of Opening of Indicative Commercial Bid 14/06/2013 17:00 Hrs
6 Date of reverse auction of Commercial Bidding 24/06/2013 15:00 Hrs
7 Bids to be submitted to: Assistant General Manager, E-Delivery, Allahabad Bank Head
Office, 3rd Floor,14 India Exchange Place, Kolkata- 700 001
8 Place of opening Bids: Allahabad Bank Head Office, 2 N.S. Road, Kolkata – 700 001
Yours faithfully,
(Sukanta Chakraborty)
Assistant General Manager,
Allahabad Bank Head Office,
2 N.S. Road, Kolkata
Kolkata – 700 001
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 5
Table of Contents
I. Functional Specifications of Kiosks
II. Bidder‟s Eligibility Criteria
III. Scope of Work
IV. Terms & Conditions
V. Technical Specifications of Kiosks (Technical Bid)
VI. Format of Indicative Commercial Bid for Kiosks
VII. Undertaking of authenticity for Hardware / Software
VIII. OEM Certificate
IX. Bid Evaluation
X. Project Reference
XI. Bill Of Material (Technical Bid)
XII. Bill Of Material (Commercial Bid)
XIII. TCO Format (Commercial Bid)
XIV. Technical Bid Check List
XV. Technical Deviation Statement
XVI. Functional Deviation Statement
XVII. Commercial Deviation Statement
XVIII. Bid Form
XIX. Bid Security Form
XX. Contract Form
XXI. Performance Security Form
XXII. Format of Bank Guarantee for Annual Maintenance
XXIII. Business Rules and Terms & Conditions of e- Tendering
XXIV. Compliance Statement
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 6
Annexure- I
FUNCTIONAL SPECIFICATIONS OF KIOSKS
Kiosk Functionalities Compliance
Y/N
Remark
If any
Self Service
Passbook
Printing Kiosk
Access through Bar Code. Ability to
read Bar Code on Pass Book. High
speed printing
Interface / Integration with CBS
application (B@ncs 24)
Capable of fetching the data from CBS
for passbook printing
Touch screen facilities for printing
options
Ability to print, update the passbook for
various predefined periods such as the
previous day, week, month and
specified date range
Any other differentiating feature,
specify
Cash Deposit
Kiosk
Access through entry of account
number
Should be able to accept cash of all
Gandhi Series Note denominations (50,
100, 500, 1000)
Should detect & reject Fake/
Counterfeit/ Suspect notes
Interface / Integration with CBS
application (B@ncs 24)
Real time credit in accounts
Should be rugged to work in Non- AC
environment
Stacker facility to stack notes (No loose
falling allowed)
Large storage facility
Instant receipt generation
Periodical reports on cash deposited by
various parameters such as by account,
quantity etc.
Any other differentiating feature,
specify.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 7
Kiosk Functionalities Compliance
Y/N
Remark
If any
Cheque
Deposit Kiosk
Image based Receipt to be generated
All MICR details to be captured and
printed like Cheque No., Bank Name,
Location
Scanner used should be a CTS
compatible scanner
Image should be directly uploadable for
CTS processing
Interface / Integration with CBS
application (B@ncs 24)
Generation of Outward Clearing file
In built IQA engine
Any other differentiating feature,
specify.
Net Banking
Kiosk
Access to bank‟s Internet Banking
Portal for all functionalities
Printer to print statement of account /
Receipts etc.
Any other differentiating feature,
specify.
In view of the criticality of the application, the equipment at all times should be kept in efficient
running condition by regular preventive maintenance and immediate replacement of defective
parts, etc, with a view to ensuring 99.0% daily uptime of the equipments.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 8
Annexure- II
BIDDERS’ ELIGIBILITY CRITERIA
(Please submit documentary proof)
1. The bidder should be registered company in India as per company act 1956 or other
eligible Public Sector Enterprises (PSE) as per Department of Public Enterprises (DPE),
Government of India (GOI) guidelines and should be in IT related business for past 5
years. (Certificate of Incorporation to be submitted as proof)
2. The bidder should be a financially solvent company with organizational ability to
implement Self Service Kiosk solution and must have annual turnover of at least 100
Crores in last three financial years i.e. 2012-13, 2011-12 & 2010-11.
3. The bidder should be a profit making company or should have positive net worth for last 3
years. (Audited Balance Sheet for FY 2010-11, 2011-12 & preferably audited balance sheet
for 2012-13 to be submitted)
4. Bidder must not be a blacklisted company declared by any Regulator/ Statutory
Organization / Govt. (Central/ State) Organisation/ Public Sector Companies / Banks in
India (An undertaking of this effect on the letter head of the company should be
submitted).
5. The bidder should be the Original Equipment Manufacturer (OEM) or their authorized
representative in India. An authorization letter from manufacturer to this effect should be
furnished. This letter should specify that in case authorized representative is not able to
perform obligations as per contract during contract period, the Original Equipment
Manufacturer should provide the same.
6. The bidder should have national presence and should have minimum two years experience
in handling installations of Self Service Kiosks and successful execution of similar nature of
work - complete management of day to day operations (Certificate of completion from
bidder‟s clients to be submitted as proof).
7. The bidder should have proven experience of integrating all types of Kiosks with Core
Banking Solution in live operation in at least one Bank in India. POC will not be accepted
(Letter from the Bank to this effect should be submitted as proof).
8. The Bidder should have support service centers all over the country and should be able to
provide immediate support service through direct presence of its support personnel in our
branches and offices where the Kiosk would be installed (Name and address of Service
Centres to be provided as proof).
9. The bidder has to submit application money of Rs. 10,000/- (Rupees Ten Thousand only)
through Demand Draft or Banker‟s cheque/ Pay Order in favour of Allahabad Bank payable
at Kolkata.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 9
10. The bidder has to submit refundable Earnest Money Deposit (EMD) of Rs. 20,00,000/-
(Rupees Twenty Lakh only) with the application through Demand Draft or Banker‟s
cheque/ Pay Order in favour of Allahabad Bank payable at Kolkata.
11. Bidder should bid for all types of kiosks. Partial bidding is not permitted. Bidder may tie-up
with third party for providing products, support service, customization etc. However, the
bidder shall have single point responsibility to fulfill all the obligations under this tender.
Bidder must comply with all the above-mentioned criteria. Non-compliance of any of the criteria
will entail rejection of the offer summarily. Documentary evidence in respect of each
criterion must be attached with Technical Bid.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 10
Annexure- III
SCOPE OF WORK
i. The bidder should supply, customize, install and maintain Self Service Kiosk (Passbook
Printing Kiosks, Cheque Deposit Kiosks, Cash Deposit Kiosks, Net Banking Kiosks) as per
specification including all required hardware, software, operating systems, databases,
middleware, third-party utilities and interface the same with Core Banking Solution i.e.
B@ncs 24 with present or higher version to be implemented in the Bank.
ii. Bank would only provide network access required for the above kiosks. The bidder
should provide all required hardware, system software and required application
software, as per the implementation architecture proposed by the bidder. The solution
proposed must adhere to Bank specified message standards and bidder should integrate
the solution with CBS system B@ncs 24 (existing or higher version) at their own cost.
iii. The selected bidder shall provide necessary hardware/application, if necessary, to be
located at Central Site (DC & DR), which should be interfaced with B@ncs 24 Host
systems by the Bidder using ISO 8583 messages over TCP/IP protocol. Such central
hardware / Application provided by the bidder should be capable of remotely managing
the kiosk transactions, component level health monitoring like printer/ cheque scanner
connected/ not connected, remote loading of Patch as and when needed like antivirus
updates, web based central office application with dash board facility to support
minimum 1200 Self Service Kiosks.
iv. Required Antivirus, patch updation and new product updation will be done by the
selected bidder centrally at DC/ DR.
v. The selected bidder should maintain the system during comprehensive warranty period
of three years and post-warranty AMC for minimum 2 years. During the warranty and
AMC period, the selected bidder is bound to do all hardware spares replacement in order
to maintain the required uptime, without extra cost to Bank covering all parts & labour
from the date of acceptance of the systems by Bank at the respective locations i.e. on-
site comprehensive warranty or maintenance.
vi. The scope of the services is to be provided for the period of 5 years from the date of
order placed by the Bank.
vii. The selected bidder should also undertake to customize Self Service Kiosks display
screens as desired by Bank in graphic mode in Bilingual mode (Hindi and English) for all
transactions undertaken by Self Service Kiosks without any extra cost.
viii. Self Service Kiosks should be able to provide MIS reports like number of pass books
printed, details of cash deposited, details of deposited cheques, uptime etc. as per the
Bank‟s requirement on a daily / monthly basis. These Kiosks should generate Audit Trail
also for each type of transaction.
ix. The customization and Proof of Concept (POC) should be done within 4 weeks of
Selection of successful bidder. The complete Installation and customization should be
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 11
completed within 8 weeks from the date of receipt of order irrespective of location,
failing which the Bank reserves its right to levy liquidated damages.
x. The bidder shall enter into Service Level Agreements (SLAs) with the Bank with 99%
uptime guarantees for all installations. SLA has to be entered after issuing of LOI and
before issuance of Purchase Order. The SLAs will be for uptime for each separate
machine and also for error rate for each action to be performed by each machine.
xi. The following matrix of SLA needs to be adhered with financial penalties.
SN Description Response Penalty
1 Call response time 30 minutes
2 Call resolution time
including Part replacement
0- 4 hours
4– 8 hours
above 8 hours
No penalty
Rs. 500/- per hour
Rs. 1000/- per hour
The penalty amount will be subject to a maximum of 15% of the order value for the period
of warranty.
xii. The Bidder would be responsible for timely applying / loading of all the software patches
into all the individual Self Service Kiosks and other hardware if any 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. The bidder will undertake upgradation of the software
patches on time to time basis as per the Bank‟s requirement as well as the regulatory
compliance.
xiii. The selected Bidder has to obtain transit insurance cover for the Self Service Kiosks from
their factory/go-down to the site and such insurance cover should be available till
acceptance of the Self Service Kiosks by Bank. If installation is delayed due to the Banks
reason the insurance must be available for minimum 30 days from the delivery of Self
Service Kiosks.
xiv. No visit /service charges will be borne by the Bank for installation / upgradation /
maintenance /replacement of hardware or software component pertaining to Self
Service Kiosks.
xv. Onsite Customer assistance for enabling Kiosks services should be provided by the
vendor.
xvi. Bank may increase or decrease the numbers as per the requirement later.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 12
Annexure-IV
TERMS & CONDITIONS
This document is the property of Allahabad Bank and the addressee is required to keep the
contents confidential. Copying or further distribution beyond the original recipient may be
unlawful.
1. Vendor(s) who do not meet the eligibility criteria stipulated by the Bank will not be
considered for further evaluation.
2. Bids containing deviations from the terms and conditions are liable to be rejected. However,
vendor (s) requesting/ suggesting deviations will be afforded an opportunity to withdraw the
deviations unacceptable to the Bank. The bids will be considered for further evaluation,
subject to withdrawal of any / all the deviations unacceptable to the Bank.
3. No change will be permitted in the Technical and Commercial Bid whatsoever, once they are
opened, unless agreed to by the Bank.
4. The commercial bid should contain price for both card based authentication as well as bar
code based authentication in kiosks individually and jointly wherever required.
5. The technical & Commercial bids shall be placed in separate sealed envelopes as follows:
Technical bid duly sealed and super scribed:
“Technical Bid for Selection of Vendor on Rate Contract for supply, installation
and maintenance of self service kiosks”
Indicative Commercial Bid duly sealed and super scribed:
“Indicative Commercial Bid for Selection of Vendor on Rate Contract for supply,
installation and maintenance of self service kiosks”
6. The sealed cover containing separately sealed Technical Bid & Indicative Commercial
Bid should be submitted to the
Assistant General Manager
E-Delivery Department
Allahabad Bank
2 N.S Road
Kolkata- 700001
so as to reach us latest by 15.00 hrs on 07/06/2013
7. No tenders shall be accepted after the stipulated date and time. Bank reserves the right to
accept in part or in full or reject the entire quotation, without assigning any reason at any
stage.
8. The bidder whose bid is not accepted shall not be entitled to claim any costs, charges,
damages and expenses of and incidental to or incurred by him through or in connection
with his submission of bid, even though the Bank may elect to modify / withdraw/ cancel
the tender.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 13
9. Validity: The rates quoted by Vendor/bidder should be valid for a period of 1 Year after
finalisation of the tender. In exceptional circumstances, the Purchaser may solicit the
Bidders‟ consent to an extension of the period of validity. The Bank, however, reserves the
right to call for fresh quotes at any time during the period, if considered necessary.
10. The vendors will arrange for live demonstration of each type of kiosks at their own cost.
11. The equipment will be inspected and tested after installation at the Bank‟s site. The Bank
may also choose to have a hardware acceptance test conducted by a representative
nominated by the Bank.
12. Please note that the payments will not be released for any part-shipment or short-
shipments.
13. The invoices, Challan should indicate numbers of the various components.
14. Documentary evidences should also be made available by the vendor in the form of official
brochures regarding the validity component & serial numbers.
15. In view of the criticality of the application, the equipment at all times should be kept in
efficient running condition by regular preventive maintenance and immediate replacement
of defective parts, etc, with a view to ensuring 99.0% daily uptime of the equipment.
16. Prices:
The prices quoted by the Vendor/Bidder shall be in Indian Rupees and not subject to
any price escalation within the validity period.
The Price quoted should be inclusive of all Central/State Government levies, taxes,
sales tax, excise duty, insurance charges etc.
Service Tax/ Octroi/ Entry Tax/ Road Tax, if any, shall be paid at actual on production
of relevant documents, in original,
Further, subsequent to the orders being placed, the Vendor / Bidder shall pass on to
Allahabad Bank all fiscal benefits arising out of reductions, if any, in Government levies
viz. sales tax, excise duty, custom duty, etc.
The Allahabad Bank reserves the right to re-negotiate the prices in the event of
change in the market prices of both the hardware and software.
17. Methodology for Placing Order for Supply of Kiosks:
After completing the tendering process, the Purchaser (Bank) will declare L1 Bidder. The firm
achieving the highest combined Technical and Financial Score will be treated as lowest bidder.
The order will be placed to the selected bidder over a period of one year.
Further, Bank reserves the right to cancel the selection/ order at any stage during the execution
of the project.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 14
17. Delivery:
The customization and Proof of Concept (POC) Should be done within 4 weeks of selection
of successful bidders, The complete Installation and customization should be completed
within 8 weeks from the date of receipt of order irrespective of location, failing which the
Bank reserves its right to levy liquidated damages. In case of failure the Bank reserves the
right to cancel the purchase order and forfeit EMD or charge penalty @ 1% of the cost for
every week of delay or part thereof, subject to a maximum of 10% of the order value. This
amount of penalty so calculated shall be deducted at the time of making final payment after
successful installation and commissioning of hardware. In the event of such cancellation,
the vendor is not entitled to any compensation. Please note the delivery schedule shall be
followed strictly as stipulated. Any delay shall be viewed seriously and penalties will be
levied.
18. Vendor has to ensure that the best quality systems are supplied to the Bank. The Bank
reserves the right to cancel the purchase order if the supplied machines fail the acceptance
test. A certificate to this effect has to be provided on company‟s letter head in the format as
mentioned in Annexure-VIII.
19 .The payment terms will be as under:
No advance payment will be made. 100% on delivery, installation and operationalisation of
the Kiosk subject to satisfaction of the Bank and submission of the Performance Bank
Guarantee. Delivery, Installation Receipt and copy of Purchase Order should be submitted
along with each Bill. The performance guarantee for 10% of the total project cost will be
submitted by selected bidder from any scheduled Bank (other than Allahabad Bank).
20. Acceptance Tests:
Acceptance tests may be designed and carried out by the representatives of the Bank for
the kiosks as ordered after installation at the site for a period of 7 working days and this
period may be extended, if found necessary. If, after the tests the Bank ascertains that the
kiosks delivered is not what was ordered, in terms of hardware, software, or performance,
the bank reserves the right to reject the kiosks or cancel the order.
21. Transfer of Ownership
Transfer of ownership of the property will be effective as soon as the kiosk are brought to
the site in the Bank‟s premises, installed and accepted by the Bank after conducting
acceptance tests.
22. Maintenance:
After the expiry of the warranty & initial AMC period, Allahabad Bank may select for
continued maintenance by the vendor on mutually agreed terms and conditions or may elect
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 15
for comprehensive maintenance by a third party or undertake in-house maintenance with a
back-up support from the vendor. The vendor shall provide required support service by way
of actual maintenance by their engineers and/ or arrange for supply of kits or parts and
spare parts on terms mutually agreed upon.
If, Allahabad Bank desires to enter into an agreement with the vendor for Annual
Maintenance, then the same would be executed by the vendor in the standard format
designed by the Bank, on a stamp paper of suitable amount. The charges for the annual
maintenance, if paid, will be at mutually agreed rates.
23. Future additions of Hardware / Software
The Bank would have the right to:
a) Disconnect/ connect/ substitute peripherals such as printers etc. or devices or any
equipment/ software acquired from other vendor.
b) Expand the capacity/ enhance the features/ upgrade the hardware/ software
supplied, either from the vendor, or any other vendor, or developed in-house.
c) Shift the supplied systems to an alternate site of Bank‟s choice.
The warranty or service contract terms would not be considered as violated if any of (a), (b)
or (c) above takes place. Should there be a fault in the operations of the system, the
vendor, would not unreasonably assume that the causes lie with those components/
software not acquired from them.
24. Legality of the Software
The Vendor shall supply standard software packages published by third parties in or out of
India in their original publisher-packed status only, and should have procured the same
either directly from the publishers or from the publisher‟s authorized representatives only.
25. Warranty And Post-Warranty
This warranty shall remain valid for a period of 36 months from the date of the completion
and acceptance of the entire project. The vendor has to offer a comprehensive Annual
Technical Support for the solution and infrastructure for a minimum period of 2 years after
the warranty period.
26. Technical Support
Vendor has to provide support for the infrastructure and application for the entire warranty
& post-warranty period. For any break down, the vendor must arrange for immediate on
site support for recovery and resumption of operations. Technical support will include the
following:
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 16
1. Any modification/ addition required at any application level to meet the RBI‟s
requirement at no extra cost.
2. Any bug fixing /installation of system updates/patches released by third party
application vendor like OS, Database, and Antivirus.
3. Any new internal reports / analytics asked by the Bank during handholding / warranty
period, within the current scope at no extra cost.
4. However for any new modules & new report / analytics beyond the current scope, a
mutually agreed cost at the time of requirement will be offered.
5. In case of any OEM/OSD publicly announces „No-Official-support‟ for the version
deployed in the Bank, this is the responsibility of vendor to ensure smooth functioning of
the project, if required has to provide higher version, without any additional cost to the
Bank.
6. Vendor has to provide a support escalation matrix during the submission of detailed
project plan.
27. Insurance
1. The Bidder is responsible for acquiring insurance for all components, equipment and
software. The goods supplied under the Contract shall be fully insured in Indian Rupees
naming the Bank as the beneficiary.
2. The insurance shall be for an amount equal to 110% of the value of the goods from
“warehouse to Final Destination” on “All Risks” basis including War Risks and Strike
clauses valid for a period not less than 3 months after installation and commissioning
and issue of acceptance certificate by the Bank.
3. For any loss or damage occur, the Bidder shall initiate and pursue claim till settlement,
and promptly make arrangements for repair and/or replacement of any damaged item/s
irrespective of settlement of claim by the underwriters.
28. Change of Order
1) The purchaser may at any time, by written order given to the vendor make changes
within the general scope of the purchase order in any one or more of the following:
The Place of delivery/installation
The Services to be provided by the vendor.
2) If any such changes causes an increase or decrease in the cost of, or the time required
for the vendor‟s performance of any provisions under the contract, an equitable
adjustment shall be made in the contract price or delivery schedule, or both and the
contract shall accordingly be amended. Any claims by the vendor for adjustment under
this clause must be asserted within 30 days from the date of the vendor‟s receipt of the
purchaser‟s changed order.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 17
29. Order Cancellation
The purchaser reserves the right to cancel the order in the event of one or more of the
following circumstances:
1) Delay in delivery and installation beyond the period mentioned in „DELIVERY
SCHEDULE‟.
2) Breach by the vendor of any of the terms & conditions of the tender.
3) If the vendor goes into liquidation voluntarily or otherwise
In addition to the cancellation of purchase order, the purchaser reserves the right to forfeit
the Performance Security deposit / Performance Guarantee submitted by the vendor.
30. Delay in Vendor’s Performance
Delivery of the kiosks and performance of services shall be made by the vendor in
accordance with the time schedule specified by the purchaser.
If at any time during performance of the purchase order, the vendor encounters conditions
impeding timely delivery of the kiosk and performance of the services, the vendor shall
promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its
causes. As soon as practicable after receipt of the vendor‟s notice, the purchaser shall
evaluate the situation and may at its discretion extend the vendor‟s time for performance,
with or without liquidated damages in which case the extension shall be ratified by the
parties by amendment of the contract.
31. Liquidated Damage
If the vendor fails to deliver or perform the services within the time period(s) specified in
the contract, the Purchaser shall, without prejudice to its other remedies under the contract,
deduct from the contract price, as liquidated damages, a sum equivalent to 0.5% of the cost
of the particular product / services/ performance for each week or part thereof of delay until
actual delivery or performance up to a maximum deduction of 10% of the TCO of the
Project. Once the maximum is reached the Purchaser may consider termination of the
contract and the Performance Security submitted may be invoked.
32. Vendor’s Integrity:
The vendor is responsible for and obliged to conduct all contracted activities in accordance
with the contract using state of the art methods and economic principles and exercising all
means available to achieve the performance specified in the contract.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 18
33. Vendor’s Obligations:
1. The vendor is obliged to work closely with the Purchaser‟s staff, act within its own
authority and abide by directives issued by the Purchaser and implementation activities.
2. The vendor is responsible for managing the activities of its personnel or subcontracted
personnel and will hold itself responsible for any misdemeanors.
3. The vendor will treat as confidential all data and information about the Purchaser,
obtained in the execution of his responsibilities, in strict confidence and will not reveal
such information to any other party without the prior written approval of the Purchaser.
34. Use of Contract Documents And Information
1. The Vendor shall not, without the Purchaser‟s prior written consent, disclose the
Contract or any provision thereof or any specification, plan, drawing, pattern, sample or
information furnished by or on behalf of the Purchaser in connection therewith, to any
person other than a person employed by the Vendor in the performance of the Contract.
Disclosure to any such employed person shall be made in confidence & shall extend only
as far as may be necessary for purposes of such performance.
2. Any document, other than the Contract itself, shall remain the property of the Purchaser
and shall be returned (in all copies) to the Purchaser on completion of the Vendor‟s
performance under the Contract if so required by the Purchaser.
35. Patent Right
1. The Vendor shall indemnify the Purchaser against all third party claims of infringement
of patent, trademark or industrial design rights arising from use of the Software package
or any part thereof in India and abroad.
2. In the event of any claim asserted by the third party of infringement of copyright,
patent, trademark or industrial design rights arising from the use of the solution or any
part thereof in India and abroad, the Vendor shall act expeditiously to extinguish such
claims. If the Vendor fails to comply and the Purchaser is required to pay compensation
to a third party resulting from such infringement, the Vendor shall be responsible for the
compensation including all expenses, court costs and lawyer fees. The Purchaser will
give notice to the Vendor of such claims, if it is made, without delay.
36. Force Majeure
1. The vendor shall not be liable for forfeiture of its performance Security, liquidated
damages or termination for default, if and to the extent that it‟s delay in performance or
other failure to perform its obligations under the contract is the result of an event of
force Majeure.
2. For purposes of this clause, “Force Majeure” means an event beyond the control of the
vendor and not involving the Vendor‟s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the Purchaser in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 19
3. If a Force Majeure situation arises, the Vendor shall promptly notify the Purchaser in
writing of such condition and the cause thereof. Unless otherwise directed by the
Purchaser in writing, the Vendor shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.
37. Termination For Convenience
The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole
or in part, at any time for its convenience. The notice of termination shall specify that
termination is for the Purchaser‟s convenience, the extent to which performance of work
under the Contract is terminated and the date upon which such termination becomes
effective.
38. Resolution Of Disputes
1. The Purchaser and the Supplier 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.
2. If, after thirty (30) days from the commencement of such informal negotiations, the
Purchaser and the Supplier have been unable to resolve amicably a Contract dispute,
either party may require that the dispute be referred for resolution to the formal
mechanisms specified in SLA. These mechanisms may include, but are not restricted to,
conciliation mediated by a third party, adjudication in an agreed national forum and/or
national arbitration.
39. Corrupt or Fraudulent Practices
1. As per CVC directives it is required that Bidders/Suppliers/Contractors observes the
highest standard of ethics during the procurement and execution of such contracts. In
pursuance of this policy;
2. “ Corrupt practice” means the offering, giving, receiving or soliciting of anything of value
to influence the action of a public official in the procurement process or in contract
execution;
And
3. “ Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of contract to the detriment of the Purchaser and
includes collusive practice among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to deprive the Purchaser of
the benefits of free and open competition;
4. The Purchaser will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for
the contract in question;
5. The Purchaser will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if at any time it determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing a contract.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 20
40. Indemnification
Bidder shall indemnify, protect and save the Bank and hold the Bank harmless from and
against all claims, losses, costs, damages, expenses, action suits and other
proceedings, (including reasonable attorney fees), relating to or resulting directly or
indirectly from
(i) An act or omission of the Bidder, its employees, its agents, or employees of the
consortium in the performance of the services provided by this contract,
(ii) Breach of any of the terms of this Tender or breach of any representation or warranty by
the Bidder,
(iii) Use of the deliverables and or services provided by the Bidder,
(iv) Infringement of any patent, trademarks copyrights etc. or such other statutory
infringements in respect of all components provided to fulfill the scope of this project.
Bidder shall further indemnify the Bank against any loss or damage to the Bank‟s
premises or property, Bank‟s data, loss of life, etc., due to the acts of the Bidder‟s
employees or representatives.
The Bidder shall further indemnify the Bank against any loss or damage arising
out of loss of data, claims of infringement of third-party copyright, patents, or
other intellectual property, and third-party claims on the Bank for malfunctioning of the
equipment or software or deliverables at all points of time, provided however,
(i) The Bank notifies the bidder in writing in a reasonable time frame on
being aware of such claim,
(ii) The Bidder has sole control of defense and all related settlement negotiations,
(iii) The Bank provides the Bidder with the assistance, information and authority
reasonably necessary to perform the above, and
(iv) The Bank does not make any statement or comments or representations about
the claim without prior written consent of the Bidder , except under due
process of law or order of the court. It is clarified that the bidder shall in no
event enter into a settlement, compromise or make any statement (including
failure to take appropriate steps) that may be detrimental to the Bank‟s (and/or
its customers, users and service providers) rights, interest and reputation.
Bidder shall be responsible for any loss of data, loss of life, etc, due to acts of Bidder‟s
representatives, and not just arising out of gross negligence or misconduct, etc, as
such liabilities pose significant risk.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 21
Bidder should take full responsibility for its and its employee‟s actions. Further, since the
Bank‟s data could be integrated/used under Bidder provided software and since the
Bidder would be managing the services, the Bidder should be responsible for
loss/compromise or damage to Bank‟s data.
The bidders should indemnify the Bank (including its employees, directors or
representatives) from and against claims, losses, and liabilities arising from:
• Non-compliance of the bidder with Laws / Governmental Requirements
• IP infringement under any laws including Copyrights Act 1957 & IT Act 2000
• Negligence and misconduct of the Bidder, its employees, and agents
• Breach of any terms of Tender, Representation or Warranty
• Act or omission in performance of service.
• Loss of data due to any of the reasons mentioned above
Indemnity shall be for direct claims, limited to the damages as awarded by arbitrator /
court for direct claim and shall exclude indirect, consequential and incidental
damages provided that the claims against users and service providers of the Bank and
also claim by and against customers would be considered as “direct” claim.
In the event that the Bank is called as a defendant for IPR infringement of
patent, trademark or industrial design rights arising from use of any of the
components of the supplied solution, the Bidder on its own expense, will undertake to
defend the Bank.
It will be the Bidder‟s responsibility to rapidly do away with such third-party
claims. The Bidder will also pay any compensation arising from the infringement
claims and the Bank will in no manner be responsible for such payments. In
addition, the Bidder will bear all the related expenses and legal fees.
On its part, the Bank will immediately relay to the Bidder any such claims and offer
assistance within reasonable limits to rid the claim.
The Bidder must undertake to indemnify that all the components delivered are free of
defects, are brand new and original. If at some stage it is discovered that the
components do not meet these criteria, the Bank has the right to cancel the order and
the Bidder will have to refund the total amount received from the Bank along with the
interest and separate penalties. Similar conditions apply to software as well – the
system software must be licensed and original.
41. PUBLICITY
Any publicity by the vendor in which the name of the Purchaser is to be used should be
done only with the explicit written permission of the Purchaser.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 22
Annexure- V
TECHNICAL SPECIFICATIONS OF KIOSKS
Pass Book Printing Kiosk: Quantity: 250 Nos.
Item Technical Specification Compliance
Y/N
Remark
If any
PC
Configuration
Quad Core processor (3.1 GHz, 6 MB Cache) or
higher
4 GB RAM
160 GB HDD
3 USB ports
Microsoft Windows 7 / Linux
OS hardening (with Firewall)
Networking Intra Net of Allahabad Bank. IP Address and Port
will be assigned by the Bank
Touch Screen Size:15.6”wide
Type: SAW
Material : 3mm Pure Glass
Touch-Screen Resolution: 4096 touch points per
axis within the calibrated area.
Life: 50 million touches
Light Transmission :>90%
Accuracy: Less than +/-1% error within the
active area.
Touch activation force : Less than 85 grams
Endurance: Scratch resistant. {must withstand
more than 50,000,000 touches in one location
without failure}
Operating Temperature : 5 to 50 Centigrade
Passbook
Printer with
integrated Bar
Code Reader
Print speeds up to 480 cps
Print Head Life of 400 million characters
Print method 24 pin, impact dot matrix
Print direction: Bi-direction with logic seeking
Columns : 94 (10cpi)
Scan Engine : CCD
Scan Rate: 400 scans per second maximum.
Depth of Field: 10 cm ( 0 - 4")
Barcode Code Width: 12cm(4") maximum
Interface : Rs232
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 23
Item Technical Specification Compliance
Y/N
Remark
If any
Barcodes Supported: UPC E, A, EAN, Code 39;
Interleaved, Matrix, Industrial and Standard 2 of
5; Code 128, ISBT-128, Coda bar, Code93, MSI,
Plessey
Cabinet The above must be housed in ergonomically
designed cabinet, wall mountable preferred.
The footprint of the kiosk in case of floor
standing kiosk should not exceed 2.5 ft x 2.5 ft x
5ft
All devices must be optimally located and
secured, with easy serviceability.
The collection box must be made secure with
password operated lock.
Application
Software
The Application Software must be capable of
generating file in the format as desired by Bank
for integration with CBS.
Desired Work Flow : Kiosk terminal <-> B@ncs
24 (CBS Application)
The touch-Screen based menu-driven
Application Software.
Maintenance of log for all transactions between
kiosks and CBS.
Capable of remotely managing the kiosk
transactions.
Component level health monitoring like Printer,
Connected / Not connected Remote loading of
Patch as and when needed like anti-virus
updates.
CASH DEPOSIT KIOSK: Quantity: 350 Nos.
Item Technical Specification Compliance
Y/N
Remark
If any
PC
Configuration
Quad Core processor (3.1 GHz, 6 MB Cache) or
higher
4 GB RAM
160 GB HDD
3 USB ports
Microsoft Windows 7 / Linux
OS hardening (with Firewall)
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 24
Item Technical Specification Compliance
Y/N
Remark
If any
Networking Intra Net of Allahabad Bank. IP Address and
Port will be assigned by the Bank
Touch Screen
Size:15.6”wide
Type: SAW
Material : 3mm Pure Glass
Touch-Screen Resolution: 4096 touch points
per axis within the calibrated area.
Life: 50 million touches
Light Transmission :>90%
Accuracy: Less than +/-1% error within the
active area.
Touch activation force : Less than 85 grams
Endurance: Scratch resistant. {must withstand
more than 50,000,000 touches in one location
without failure]
Operating Temperature : 5 to 50 Centigrade
Currency
Validator
Design must be modular
Serial Stacker with capacity of minimum 2200
notes should be an integral part of the
currency acceptor.
Serial Stacker with hardware & software lock
mechanism, Spring mechanism, no free falling
Must accept Gandhi series Indian Notes of
denominations 50, 100, 500, 1000. Must
detect Fake Notes as per RBI guidelines
The Acceptor must Indicates note
denominations and acceptor status.
Acceptance rate > 98 % on 1st insertion
Receipt Printer 40 column Thermal Printer
Capable of printing graphics on receipt
Cabinet
The footprint of the kiosk in case of floor
standing kiosk should not exceed 2.5 ft x 2.5 ft
x 5ft
All devices must be optimally located and
secured, with easy serviceability.
The collection box must be made secure with
password operated lock.
Application
Software
The Application Software must be capable of
generating formats acceptable to B@ncs 24
(CBS Application) for Integration for real time
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 25
Item Technical Specification Compliance
Y/N
Remark
If any
data updation.
CBS Integration should consist of:
Validation of Account No.
Validate Status of A/c – should not
accept in Dormant / In operative/
Stopped A/c
Display of Title of the Account
Tally of Amount entered with the actual
Currency received in Kiosk
Should not accept the amount more
than pre defined limit
Instant Credit in Customer A/c to be
provided
Contra entry with Cash GL head / Pre
defined GL head should be generated
in B@ncs 24
Value Date / Transaction Date should
be generated based on pre defined
time and holiday calendar of base
branch
Day end summary / Clearance summary
should have complete details of denomination
wise summary.
The touch-Screen based menu-driven
Application Software.
Maintenance of log for all transactions
between kiosks and CBS.
Capable of remotely managing the kiosk
transactions.
Component level health monitoring like Printer,
Cash Acceptor etc – Connected / Not
connected Remote loading of Patch as and
when needed like anti-virus updates.
Audit
Audit Report features required in the Kiosk
Summary of Notes Calculated details:
Number of Inserted Notes, Rejected Notes,
Accepted Notes, Total Notes Stacked, Total
Value of Notes Stacked
General Audit details
Total Operating hours, Notes passed
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 26
Item Technical Specification Compliance
Y/N
Remark
If any
Recognition, Notes passed Validation, Total
Cassettes Full, Total Cassettes Removed
Notes Audit:
Quantity Accepted: Shows the actual
number of notes accepted.
% of Total: Shows the number of notes
accepted as a percentage of all notes
accepted.
Total Value: Shows the total value of this
quantity of notes.
% of Takings: Shows the value of each note
type shown as a percentage of the overall
value of notes accepted.
Audit Accept Rate: Is based on the number
of notes recognized vs. the number stacked.
Failures Audit:
Out of Service conditions-Totals, Total Out of
Order conditions, Total No. Of Jams, Total Jam
recovery efforts, Total Rejects followed by Jam
Total Stacker Jams, Total Jams with recovery
disabled
CHEQUE DEPOSIT KIOSK: Quantity: 250 Nos.
Item Technical Specification Compliance
Y/N
Remark
If any
PC
Configuration
Quad Core processor (3.1 GHz, 6 MB Cache)
or higher
4 GB RAM
160 GB HDD
3 USB ports
Microsoft Windows 7 / Linux
OS hardening (with Firewall)
Networking Intra Net of Allahabad Bank. IP Address and
Port will be assigned by the Bank
Cheque
Scanner
The machine should have a CTS compatible
cheque scanner
Must be capable of reading cheques / DD /
bankers cheques
Programmable for accepting / rejecting
documents based on business rules
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 27
Item Technical Specification Compliance
Y/N
Remark
If any
The scanner should be a linear path scanner
Scanning Method: Concurrent Two-Sided
Duplex
(2 Scan Modules)
Scan Module: Contact Image Sensor (CIS)
Resolution: 300 dpi (850 Pixel Linear Array)
Light Source: Tri-Color LEDs
Cheque by cheque scanning
Product Life & Duty Cycle: Designed for a
useful life of over 1,000,000 items
Optical Character Recognition to enhance
MICR Read
The scanner should have an integrated
endorser for CTS requirements
Endorser should be Programmable, Inkjet
printer, User replaceable cartridge
It has to have check pull in facility with
programmable reverse(e.g. bad MICR read)
The scanner must be programmable for full
MICR line validation as per RBI guidelines.
Must have features capable of providing
images as per RBI CTS requirement
Touch Screen Size:15.6”wide
Type: SAW / Capacitive
Material : 3mm Pure Glass
Touch-Screen Resolution: 4096 touch points
per axis within the calibrated area.
Life: 50 million touches
Light Transmission :>90%
Accuracy: Less than +/-1% error within the
active area.
Touch activation force : Less than 85 grams
Endurance: Scratch resistant. {must
withstand more than 50,000,000 touches in
one location without failure]
Operating Temperature : 5 to 50 Centigrade
Receipt Printer 40 column Thermal Printer
Capable of printing graphics on receipt
Cabinet The above must be housed in ergonomically
designed cabinet, wall mountable preferred.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 28
Item Technical Specification Compliance
Y/N
Remark
If any
The footprint of the kiosk in case of floor
standing kiosk should not exceed 2.5 ft x 2.5
ft x 5ft
All devices must be optimally located and
secured, with easy serviceability.
The collection box must be made secure with
password operated lock.
Application
Software
Application Software
The Application Software must be capable of
generating formats acceptable to B@ncs 24
(CBS Application) for Integration.
B@ncs 24 Integration should consist of:
Validation of Account No.
Validate Status of A/c – should not
accept in Dormant / Stopped A/c
Display of Title of the Account
Tally of Cheque(s) total with total
amount to be credited
Cheque Date Validation
Entry of voucher and Cheque
Information in outward Clearing Batch
Based on pre defined time and holiday
calendar of base branch, the
transaction date of Outward Clearing
Batch should be identified
Images generated must be capable of
integrating with CTS application. Bank will
provide the formats in which the file will be
required for integration.
Reports for IQA failure should be generated.
The touch-Screen based menu-driven
Application Software will be a communication
tool and will maintain log for all transactions
between kiosks and CBS Server.
Capable of remotely managing the kiosk
transactions.
Component level health monitoring like
Printer, Cheque Scanner, Connected / Not
connected Remote loading of Patch as and
when needed like anti-virus updates.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 29
Net Banking Kiosk: Quantity: 250 Nos.
Item Technical Specification Compliance
Y/N
Remark
If any
PC
Configuration
Quad Core processor (3.1 GHz, 6 MB Cache) or
higher
4 GB RAM
160 GB HDD
3 USB ports
Microsoft Windows 7 / Linux
OS hardening (with Firewall)
Touch Screen
Size: 19”wide
Type: SAW
Material : 3mm Pure Glass
Touch-Screen Resolution: 4096 touch points
per axis within the calibrated area.
Life: 50 million touches
Light Transmission :>90%
Accuracy: Less than +/-1% error within the
active area.
Touch activation force : Less than 85 grams
Endurance: Scratch resistant. {must withstand
more than 50,000,000 touches in one location
without failure]
Operating Temperature : 5 to 50 Centigrade
Statement
Printer Printing in A 4 size paper
Application
Able to access to Bank‟s Website and Net
Banking site.
The touch-Screen based menu-driven
Application Software.
Maintenance of log for all transactions between
kiosks and CBS.
Capable of remotely managing the kiosk
transactions.
Component level health monitoring like Printer,
Connected / Not connected Remote loading of
Patch as and when needed like anti-virus
updates.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 30
Annexure-VI
FORMAT OF INDICATIVE COMMERCIAL BID FOR KIOSKS
Please note that cost of Kiosk should include all hardware, software (including requisite OS,
database, application etc), Anti-virus and other components required for commissioning of the
Solution. The cost should include all transportation, transit insurance, installation, travelling /
boarding, local conveyance etc for commissioning of the Kiosk at any location. Cost should be
inclusive of all Central/State Government levies, taxes, sales tax, excise duty, insurance charges
etc. However, Service Tax/ Octroi/ Entry Tax/ Road Tax, if any, will be paid on actual.
Type Qty Unit
Cost
(`)
Total Cost per
Unit
(including 3
years AMC)
(`)
AMC
Cost for
4th year
(`)
AMC
Cost for
5th year
(`)
Total
Cost
(`)
Pass Book Printing
Kiosks
250
Cheque Deposit
Kiosks
250
Cash Deposit Kiosks 350
Net Banking Kiosks 250
Grand total 1100
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 31
Annexure- VII
UNDERTAKING OF AUTHENTICITY FOR HARDWARE / SOFTWARE
The Assistant General Manager ........................................., Allahabad Bank, Head office, ……………., Kolkata-700 001.
Sub: Undertaking of Authenticity for Hardware Supply
Ref: 1 Your Purchase Order No…………. Dated……………
2. Our Invoice no / quotation No………. dated…………
With reference to the equipment being quoted to you vide our quotation No: Dated……..
We, hereby confirm that all the components / parts / assembly / software etc. used in the
equipment to be supplied shall be original new components / parts / assembly / software only,
from respective OEMs of the products and that no refurbished / duplicate / second hand
components / parts / assembly / software shall be supplied or shall be used. We also undertake
to produce certificate from the Original Equipment Manufacturers (If required by you) in
support of the above statement at the time of delivery / installation.
We also confirm that in respect of licensed operating systems and other software utilities to be
supplied, the same will be procured from authorized sources and supplied with authorized
license certificate (e.g. product key on certification of Authenticity in case of Microsoft Windows
Operating System).
In case of default and the Bank finds that the above conditions are not complied with, we agree
to take back the equipment supplied and return the money paid by you, in full within seven
days of intimation of the same by the Bank, without demur or any reference to a third party
and without prejudice to and remedies the Bank may deem fit.
In case of default and we are unable to comply with above at the time of delivery ore during
installation, for the IT Hardware / Software already billed, we agree to take back the
equipment without demur, if already supplied and return the money if any paid to us by you in
this regard.
We (System OEM Name) also take full responsibility of both parts & Service SLA as per the
contend even if there is any defect by our authorized Service Centre / Reseller / SI etc.
Authorised Signatory
Company Stamp:
Name: Designation: Date:
Name of the Company………………………Tender AB/HO/.../2012-13/ Dated: xx.xx.2013
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 32
Annexure VIII
OEM CERTIFICATE
The Assistant General Manager
...………………………...,
Allahabad Bank, Head office,
……………, Kolkata-700 001.
OEM CERTIFICATE
Dear Sir,
Tender reference No ITS AB/HO/.../2012-13/ Dated: xx.12.2013, we ……………………………
Who are established and reputable manufacturers of…………………………….. having factories
at…………. do hereby authorize M/s……………………………….. (Name and address of Agent /
Dealer) to offer and sell ……………………. Products.
Products quoted shall bear standard manufacturer‟s warranty terms and conditions. Warranty
support shall be provided to you directly by ………. or any of ………………….. authorized service
provider, to be decided by us.
In case……………………….. (Name of the Agent / Dealer), defaults in execution of this
tender……………….. will take steps for successful execution of the project pertaining to……………
products as may be mutually agreed between the parties.
Yours faithfully
Authorised Signatory
Company Stamp:
(Name)
Designation:
For and on behalf of M/s………………………….
(Name of Manufacturers)
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 33
Annexure- IX
BID EVALUATION
The purpose of bid evaluation is to determine the technically compliant and commercially lowest
bid from amongst the responsive bids received by the Bank. In order to determine the lowest
evaluated responsive bid, the Bank has adopted a systematic evaluation process comprising of
the following steps:
1. General Evaluation
The Bank will examine the bids against Bidder‟s Eligibility Criteria mentioned in the TENDER.
The Bank will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether Participation Fee, Earnest Money Deposit have
been furnished, whether the documents have been signed and whether the bids are generally
in order.
The Bank may waive any minor informality, nonconformity or irregularity in a bid which does
not constitute a material deviation, provided such waiver does not affect the relative ranking of
any bidder.
Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each
bid against this TENDER. For purposes of these clauses, a substantially responsive bid is one
which conforms to all the terms and conditions of the TENDER without material deviation.
During evaluation of the bids, the Bank may, at its discretion, ask the bidder for providing
clarification on any point mentioned in its bid. The request for clarification and the response
shall be in writing, and no change in the prices or substance of the bid shall be sought, offered,
or permitted.
2. Technical Evaluation
The technical bid containing all the documents mentioned in this TENDER shall be evaluated as
per the criterion determined by the Bank. The Bank will evaluate technical bids on the following
criteria:
Technical Completeness of the bid containing Functionality of the entire solution.
Compliance with Scope of Work, Functional Requirements and Technical feasibility
Bidder‟s experience and ability to provide support
Bidder‟s experience in Bank‟s financial institution and ability to interface with B@ncs 24.
Evaluation of functional capabilities of the Kiosks offered, through product presentation,
product walkthrough
Shortlisted Bidders will be required to make Presentation of the Solution/Product and reference
visits as part of the final technical evaluation
On the basis of the above the vendor will be evaluated on each of the areas given below:
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 34
SI. No. Functional Area Max Score
1 Bidders Experience & Similar past projects done 200
2 Functionality of Kiosk 200
3 Kiosk Physical structure & Ease of use 200
4 User Interface (Screen Design & Ability
to Undertake customisation
100
5 Experience of Connectivity with CBS 100
6 Capability of MIS generation/Audit trail 100
7 Central Monitoring System 100
Total 1000
1. The evaluation of the Technical Bids would be as follows:
a) The highest bid will be assigned the maximum Technical Score of 100 points.
b) The Technical Scores of the other Technical Bids will be computed relative to the highest evaluated Commercial Bid.
c) The Technical Score computing methodology is as follows:
100 x Score of Bidder under consideration Technical Score = -----------------------------------------------------
Score of the highest bidder
2. Based on the total scores achieved on technical evaluation the vendors will be ranked
according to their scores with vendors having the highest score being “T1“followed by
other vendors. The vendors who have achieved the top 3 scores will qualify for the
commercial evaluation stage.
3. Commercial Evaluation
1. Only top 3 firms successfully qualifying the requisite criteria of the Technical Bid process
would be considered eligible for the Commercial Bid Round.
2. The evaluation of the Commercial Bids would be as follows:
a) The lowest bid will be assigned the maximum Financial Score of 100 points.
b) The Financial Scores of the other Commercial Bids will be computed relative to the lowest evaluated Commercial Bid.
c) The Financial Score computing methodology is as follows:
Financial Score = 100 x Price(Lowest Bid)
(Bid Under Consideration) Price (Bid Under Consideration)
3.
4. Final Processing:
a. Proposals would be ranked according to their Final Score arrived at by combining Technical and Financial Scores as follows:
Final Score = Technical Score x T + Financial Score × F
(T - Weightage given to the Technical Bid, F - Weightage given to the Financial Bid, T + F = 1)
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 35
b. Weightage for the bids is as follows:
Sl. No. Bid Type Weightage
1 Technical Bid T 40%
2 Financial Bid F 60%
Total Weightage 100%
The firm achieving the highest combined Technical and Financial Score will be treated as lowest
bidder.
Note: The Bank reserves the right to revise the evaluation criteria, methodology, distribution
points and weightage; if it finds it necessary to do so.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 36
Annexure –X
PROJECT REFERENCE
SN Project
Description
Client Name Start
Date
Commenced
Live Date
Project
Completion
Date
Client Contact
Details (Name,
Designation,
Tel No & e-mail
ID)
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 37
Annexure- XI
BILL OF MATERIAL (TECHNICAL BID)
S N Componen t # T y p e * V e r s i o n / M o d e l N o / P a r t N o Make (OEM/OSD) Q u a n t i t y
# Component must have details as much possible.
* Type like H/w, N/w, OS, Database, Storage, Application S/w
IMP: Detailed Technical Specification broachers must be provided for each item mentioned in
the BoM Table
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 38
Annexure-XII
BILL OF MATERIAL (INDICATIVE COMMERCIAL BID)
(Quoted Price Should be in INR and excluding Service Tax, Entry tax/Octroi tax and sales
tax/VAT)
SN Component Type Version/
Model
No./
Part No.
Rate Quantity #Total
Indicative
Price
including
3 yr AMC
#AMC
for 4th
year
#AMC
for 5th
year
Total
# AMC for H/w, S/w, Storage
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 39
Annexure –XIII
TCO FORMAT (INDICATIVE COMMERCIAL BID)
(Quoted Price Should be in INR for 5 years and excluding Service Tax, Entry tax/Octroi tax and
sales tax/VAT)
SN Description Total Cost Total AMC/ATS TCO (5
years)
1 Total H/w, & Storage
2 Total OS/ Database
3 Total Application S/w
4 On-site Support
5 Others (if, pls Specify)
TOTAL
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 40
Annexure – XIV
TECHNICAL BID CHECK LIST
A. Eligibility Proof
SN Document Provided (Yes / No)
1 Bid Form(Annexure – XVIII) on Company‟s Letter Head
2 Certificate of incorporation
3 Proof of Certification(CMM and/or ISO as applicable)
4 Bid Security ( DD of Rs.10,00,000/- ) (Annexure –XIX)
5 Proof of Previous Experience statement (Annexure –X)
6 Copy of last 2 years Audited balance Sheet for FY 2010-11, 2011-12 and for 2012-13 preferably audited
7 Undertaking for not black listed/debarred
8 Proof / Authorisation Certificate for OEM/OSD
B. Technical Offer
SN Document Provided (Yes / No)
1 Technical Specification (Annexure –V)
2 Functional Specification (Annexure –I)
3 BoM (Annexure – XI)
4 Technical Deviation Statement (Annexure –XV)
5 Functional Deviation Statement (Annexure –XVI)
6 Project Reference (Annexure - X)
7 Check List (Annexure -XIV)
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 41
Annexure -XV
TECHNICAL DEVIATION STATEMENT
The following are the particulars of deviations from the requirements of the tender
specifications (Ref No…………dated……):
CLAUSE DEVIATION REMARKS (Including justification)
The system configuration/technical specifications furnished in the bidding document shall
prevail over those of any others document forming a part of our bid except only to the extent of
deviations furnished in this statement.
Dated ________________
Signature and seal of the
Manufacturer/Bidder
Note: Where there is no deviation, the statement should be returned duly signed
with an endorsement indicating “No Deviations”.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 42
Annexure -XVI
FUNCTIONAL DEVIATION STATEMENT
The following are the particulars of deviations from the requirements of the tender
specifications (Ref No………dated………):
CLAUSE DEVIATION REMARKS (Including justification)
The system configuration/technical specifications furnished in the bidding document shall
prevail over those of any others document forming a part of our bid except only to the extent of
deviations furnished in this statement.
Dated ________________
Signature and seal of the
Manufacturer/Bidder
Note: Where there is no deviation, the statement should be returned duly signed
with an endorsement indicating “No Deviations”.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 43
Annexure -XVII
COMMERCIAL DEVIATION STATEMENT
The following are the particulars of deviations from the requirements of the tender
specifications (Ref No………dated………):
CLAUSE DEVIATION REMARKS (Including justification)
The system configuration/technical specifications furnished in the bidding document shall
prevail over those of any others document forming a part of our bid except only to the extent of
deviations furnished in this statement.
Dated ________________
Signature and seal of the
Manufacturer/Bidder
Note: Where there is no deviation, the statement should be returned duly signed
with an endorsement indicating “No Deviations”.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 44
Annexure -XVIII
BID FORM
Ref.: Date:
(Bid ref. no. of the bidder)
To
Allahabad Bank,
Head Office,
..................,
Kolkata – 700 001
Having examined the Tender ref no.HO/e-Del/2013-14/xx Dated: xx/xx/2013 including
all Annexure, the receipt of which is hereby duly acknowledged, we the undersigned, offers to
supply and deliver the equipments and services including installations, commissioning and
maintenance in conformity with the said Tender in accordance with the Schedule of Prices
indicated in the Commercial Offer and made part of the Bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in schedule of requirement.
We agree to abide by this bid for the period of 90 days after the date of finalisation of Tender
and it shall remain binding upon us and may be accepted at any time before the expiration of
that period.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988” and /or other applicable laws for the time being in force in
India.
We understand that the Bank is not bound to accept the lowest of any bid the Bank may
receive.
Dated this ________________ day of _____________ 2013 .
--------------------------------
(Signature) (In the Capacity of)
Duly authorised to sign bid for and on behalf of
(Name & Address of Bidder) ________________________________
Business_________________________ Address________________
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 45
Annexure-XIX
BID SECURITY FORM
(FORMAT OF BANK GUARANTEE (BG) FOR BID SECURITY)
(ON A NON-JUDICIAL STAMP PAPER OF Rs. 100.00)
TO:
ALLAHABAD BANK Head Office, ... ..., 2 Netaji Subhas Road Kolkata –700001, India
WHEREAS ____________________ (hereinafter called “the Bidder”) has submitted its bid dated
_________ (date of submission of bid) for the supply of ________________________ (name
and/or description of goods) (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…………….. (address)
(hereinafter called “the Purchaser”) for the sum of ________________ for which payment well
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 CONDITONS of this obligation are:
1. If the Bidder withdraws its Bid (Ref No………. dated…..) during the period of bid validity
specified by the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the period of bid validity fails or refuses to execute the Contract Form if required;
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
one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including 45 days after the bid validity period of
180 days i.e. up to _________, and any demand in respect thereof should reach the Bank not
later than the above date.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 46
Notwithstanding anything contained herein above:
Our liability under this Bank Guarantee shall not exceed RS. _____ (Rupees _________ only)
This Bank Guarantee shall be valid upto _______
We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only
if you serve upon us a written claim or demand ( and which should be received by us ), on or
before ______ where after it ceases to be in effect in all respects whether or not the original
bank guarantee is returned to us.
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.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 47
Annexure - XX
CONTRACT FORM
Non-Judicial Stamp Paper of appropriate value
CONTRACT NUMBER:
THIS AGREEMENT made the _________ day of ______, 20___ Between __________ (Name of
Selected Vendor) of ____________ (City and Country of Vendor) (hereinafter “the Vendor”) of
the one part and ALLAHABAD BANK …………………… (address)(hereinafter “the Purchaser”) of
the other part.
WHEREAS the Purchaser is desirous that certain hardware, software & ancillary services should
be provided by the Vendor, viz. ________________ ________________ (Brief description) and
has accepted a bid by the Vendor for supply of software 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 and subsequent amendments
made into it as accepted by the bank.
(b) the schedule of requirements
(c) the Technical & Functional Specifications
(d) the Conditions of Procurement
(e) Service Level Agreement (SLA) & Purchase Order
3. In consideration of the payments to be made by the Purchaser to the Vendor in terms of
Purchase Order (purchase order reference no) for procurement of Software /Hardware/
Products and services placed by Head Office of the Purchaser, the vendor hereby
covenants with the Purchaser to provide the software and services and to remedy defects
therein in conformity in all respects with the provisions of the contract.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 48
4. The Purchaser hereby covenants to pay the vendor in consideration of the provision of the
software 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 Hardware, software including its updates and services which the vendor
shall be required to supply/provide to the Purchaser from time to time in terms of purchase
order for procurement and services that will be placed by Head Office of the Purchaser are as
under:
Software/Hardware/Products SERVICES
(As per Purchase order) Supply, Installation & maintenance during Warranty & Post
Warranty Maintenance Period and other 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 Vendor) in presence of _______________________
Signed, sealed and Delivered by the
Said ________________________ (For the Purchaser) in presence of
______________________
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 49
Annexure - XXI
PERFORMANCE SECURITY FORM
(FORMAT OF BANK GUARANTEE (BG))
(ON A NON-JUDICIAL STAMP PAPER OF Rs. 100.00)
TO:
ALLAHABAD BANK
Head Office
………………………….
Kolkata –700001, India
WHEREAS ____________________ (hereinafter called “the Bidder”) has submitted its bid dated
_________ (date of submission of bid) for the supply of ________________________ (name
and/or description of goods) (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 ……………
(address)(hereinafter called “the Purchaser”) for the sum of ________________ for which
payment well 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 Vendor, having been notified as selected for supplying Software/ Hardware/
Products as per Purchase Order ………….. dated …….. by the Purchaser, during the
period of warranty fails to perform obligations as vendor.
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
one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain valid for a period of 36 months plus 3 months from the date of
signing of the contract i.e. from _________ to _________, and any demand in respect thereof
should reach the Bank not later than the above date.
Place:
SEAL Code No. SIGNATURE
NOTE: 1 THE VENDOR 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.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 50
Annexure - XXII
FORMAT OF BANK GUARANTEE AGAINST ANNUAL MAINTENANCE
(ON NON-JUDICAIAL STAMP PAPER OF Rs. 100.00)
Bank Guarantee No………………………. Date: ……………..
To:
Allahabad Bank
Head Office,
……………………………….
Kolkata –700001, India
WHEREAS ______________________ (name of the Supplier) hereinafter called “the Supplier”
has under taken, in execution of contract No. dated ________________ 20___ to
supply._____________ _________________________________ (Description of goods)
hereinafter called “the Contract” to ALLAHABAD BANK………….(ADDRESS) herein after called
“the purchaser”
AND WHEREAS it has been stipulated by the purchaser in the said contract that the Supplier
shall furnish to the purchaser a Bank Guarantee by a scheduled Bank for the sum specified
therein as security for compliance with the Supplier‟s performance obligations under the
contract for Annual Maintenance and Repairs of the entire system including cost of spares after
warranty period for next 2 years.
AND WHEREAS we have agreed to give the Purchaser a Guarantee.
THEREFORE WE hereby affirm that we are guarantors and responsible to the Purchaser on
behalf of the supplier, up to a total of Rs. _______________________________ (Amount of
Guarantee in words and figures) and we undertake to pay the Purchaser, upon its first written
demand declaring the Supplier to be in default under the contract and without cavil or
argument, any sum or sums within the limit of Rs. _____________________________
(Amount of guarantee) as aforesaid, without it needing to prove or to show grounds or reasons
for the demand or the sum specified therein.
This guarantee is valid until _________ day of _________ 20________from the date of expiry
of warranty period i.e. from _________to_________ and any demand in respect thereof should
reach the Bank not later than the above date i.e.___________.
Signature and Seal of Guarantors Code No. Date:
NOTE: 1 SUPPLIER SHOULD ENSURE THAT SEAL AND CODE NO. OF THE SIGNATORY IS PUT
BY THE BANKERS, BEFORE SUBMISSION OF THE BANK GUARANTEES.
2 STAMP PAPER IS REQUIRED FOR THE BANK GUARANTEES ISSUED BY THE BANKS
LOCATED IN INDIA.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 51
Annexure- XXIII
Business Rules and Terms & Conditions of e- Tendering
1. Definition
“Bank” means “Allahabad Bank”.
“Service Provider” means “Antares Systems Ltd”.
“Bidder” means the party or his authorized representative who has participated in the
Tender Process/ and having valid Class III Digital Signature Certificate and willing to
comply with all the instructions, terms and conditions of TENDER.
“e- Tendering” means, the process to participate in online reverse auction.
2. Guidelines and Terms and Conditions of E- Tendering:
Eligibility:
Bidders should ensure that they have valid class III digital signature certificate
(Mandatory for login and submit) well in advance to participate in the E- Tendering
process. Bank and / or Service Provider will not be responsible in case Bidder could not
participate in E tendering process due to non-availability of valid digital signature certificate.
Web Portal
E-Tendering will be conducted on a specific web portal (www.tenderwizard.com/abbank)
meant for this purpose with the help of the M/s Antares Systems Ltd.
General Terms and Conditions of E-Tendering
The bidders participating in e-Tendering process shall submit the following duly signed (and
stamped) by the same Competent Authority who signed the offer documents in response to
the Tender floated by Bank.
Undertaking letter for acceptance of Business Rules and Terms & Conditions for e- Tendering
and Letter of Authority authorizing the name/s of official/s to take part in E-Tendering as per
the format Annexure XXIV (Compliance Statement)
Copy of Agreement between Service Provider and Bidder. This format will be provided by the
service provider.
In the event of failure of their internet connectivity (due to any reason whatsoever it may be)
the service provider and/or bank is not responsible.
In order to ward-off such contingent situation, Bidders are advised to make all the necessary
arrangements / alternatives such as back –up power supply, whatever required so that they
are able to circumvent such situation and still be able to participate in the E- Tendering
successfully.
However, the bidders are requested to not to wait till the last moment to submit and/or
quote their bids to avoid any such complex situations.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 52
Failure of power at the premises of vendors during the E-Tendering cannot be the cause for
not participating in the E-Tendering.
On account of this the time for the e-Tendering cannot be extended and BANK is not
responsible for such eventualities.
Bank and / or Service Provider will not have any liability to Bidders for any interruption or
delay in access to web portal irrespective of the cause.
For making the process of E-Tendering and its result legally binding on the participating
Bidders, Service Provider will enter into an agreement with each Bidder, without this Bidder
will not be eligible to participate in the E-Tendering.
Neither Bank nor service provider would be responsible for consequential damages such as
no power supply, system problem, inability to use the system, loss of electronic information,
power interruptions, UPS failure, or any force majeure etc.
Errors and Omissions
On any issue or area of material concern in respect of E-Tendering not specifically dealt with
in these Business Rules and Terms & conditions of E-Tendering, the decision of the bank
shall be final and binding on all concerned.
3. e-Tendering Process (Process of Online Reverse Auction):
Registration with the Service Provider Portal (www.tenderwizard.com/abbank).
The date & time of commencement of Online Reverse Auction will be notified to all the
eligible bidders.
Bank reserves the right to postpone / change / cancel the Online Reverse Auction event even
after its communication to Bidders without assigning any reasons thereof.
Online Reverse Auction will normally be conducted for a period of one hour. If a Bidder
places a bid price in last 10 minutes of closing of the Online Reverse auction, the auction
period shall get extended automatically for another 10 minutes. Maximum 3 extensions each
of 10 minutes will be allowed after auction period of 1 hour i.e. entire process can last
maximum for 90 minutes only. In case there is no bid price in the last 10 minutes of closing
of Online Reverse Auction, the auction shall get closed automatically without any extension.
The time period of Online Reverse Auction & Maximum number of its extensions & time are
subject to change and will be advised to eligible Bidders before the start of the Reverse
Auction event.
During Online Reverse Auction, if no bid is received within the specified time, the Bank, at its
discretion, may decide to revise Start price / scrap the Online reverse auction process /
proceed with conventional mode of tendering.
Bidding will be conducted in Indian Rupees (INR).
Start Base Price
Start Base price for Online Reverse Auction will be notified to all the eligible bidders.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 53
The start price of online reverse auction is open to all the participating bidders. Any bidder
can start bidding, in the online reverse auction, from the price with minimum one
decremented bid value below the start price. The subsequent bid that comes in to outbid the
L1 rate will have to be lesser than the L1 rate by one decrement bid value or in multiples of
the decrement bid value.
Decremented Bid Value:
The decremented value of the bid will be Rs. 10,000/-. This amount may be revised by Bank
before the start of Online Reverse Auction event.
Bidder is required to quote his bid price only at a specified decremented value.
Bidder need not quote bid price at immediate next available lower level, but it can be even at
2 / 3 / 4 ….level of next available lower level.
TRANSPARENCY IN BIDS:
Bidder will be able to view the following on their screen along with the necessary fields in
Online Reverse Auction:
i) Opening/ Starting Price for the auction
ii) Leading / Lowest Bid Price in Auction
iii) Last Bid Price placed by the respective Bidder
iv) Time left for the auction
MASKING OF NAMES:
Names of bidders/ vendors shall be anonymously masked in the Online Reverse Auction
process. After completion of online Reverse Auction, the service provider shall submit a
report to the Bank with all details of bid and the original names of the bidders.
Finalization of the Successful Bidder:
At the end of Online Reverse Auction event Service Provider will provide the Bank all
necessary details of the bid prices and reports of Online Reverse Auction.
After the completion of the Auction event, all the Bidders have to re-submit the within 3
working days of online Reverse Auction without fail.
Any variation between the online Reverse Auction bid price of the bidder and signed
document submitted by them will be considered as sabotaging the tender process and will
invite disqualification of Bidder/vendor to conduct business with Bank as per prevailing
procedure.
4. Bidder’s Obligation:
Bidder shall not involve himself or any of his representatives in Price manipulation of any
kind directly or indirectly with other suppliers / Bidders at any point of time. If any such
practice comes to the notice, Bank shall disqualify the vendor / bidders concerned from the
online reverse auction process.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 54
Bidder shall not divulge either his Bid details or any other details of Bank to any other party
without written permission from the Bank.
5. Change in Business Rules, Terms & Conditions of E tendering:
Bank reserves the right to modify / withdraw any of the Business rules, Terms & conditions
of Reverse Auction at any point of time.
Ref: HO/e-Del/2013-14/01 Dated: 10.05.2013 Allahabad Bank e-Delivery
Open Tender for Procurement, Installation and Maintenance Of Self Service Kiosks Page 55
Annexure-XXIV
COMPLIANCE STATEMENT
(To be submitted by all the technically qualified bidders)
To Date: ----------
e- Delivery Department Allahabad Bank, Head Office 14 India Exchange Place,Kolkata
DECLARATION
1 We ………………………….. (Name of the company) hereby confirm having submitted our bid for Participating in Bank‟s Tender Ref No. ……… dated ………. for supply, installation and maintenance of self Service Kiosks.
2 We confirm having read and understood the terms and conditions of the Tender as well as the Procedures relating to the process.
3 We hereby undertake and agree to abide by all the terms and conditions stipulated by the Allahabad Bank in the TENDER document including all Annexure and the Procedure, Business Rules and Terms and Conditions of E tendering process.
4 We shall participate in the E tendering conducted by M/s. Antares System Ltd (auction service provider retained by the Bank) and submit our commercial quote through online reverse auction. In doing so, we shall abide by the procedures prescribed for online auction by the Bank and auction company.
5 We, hereby confirm that we will honour the Bids placed by us during the E tendering process, failing which we shall be liable for any other consequential action that may be taken by the Bank including any debarment from participation in future procurement by the Bank.
6 We confirm having nominated our representative (Shri/Smt/Ms……………… designated as……………………………….of our company to participate in the E tendering process on behalf of the company. We accordingly authorize Bank and / or the Auction Company to issue user ID and password to the above named official of the company. We undertake that the company shall be bound by the actions made by him during the E tendering process and thereafter.
7 We undertake to submit the confirmation of last bid price and price breakup by us to the Auction Company /Bank within one working day of the completion of event and any other specific requirement indicated in the TENDER.
Signature with company seal
Name-
Address of Company:
Date:
Name & Designation of Authorized Representative: Signature of Authorized Representative: