request for proposal (rfp) for back atms.pdf · canara bank, transaction banking wing, ho – rfp...

90
____________________________________________________________________________________ Canara Bank, DIT Wing, HO RFP 02/2013-14 dated 23/01/2014. Page 1 of 90 REQUEST FOR PROPOSAL (RFP) FOR “SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF CASH DISPENSER UNDER BUY BACK” ISSUED BY - DEPUTY GENERAL MANAGER CANARA BANK TRANSACTION BANKING WING NAVEEN COMPLEX M G ROAD , BANGALORE 560001

Upload: others

Post on 06-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

____________________________________________________________________________________ Canara Bank, DIT Wing, HO – RFP 02/2013-14 dated 23/01/2014. Page 1 of 90

REQUEST FOR PROPOSAL (RFP)

FOR

“SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF

CASH DISPENSER UNDER BUY BACK”

ISSUED BY - DEPUTY GENERAL MANAGER CANARA BANK TRANSACTION BANKING WING NAVEEN COMPLEX M G ROAD , BANGALORE 560001

Page 2: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90

Bid Details in Brief

Sl. No. Description Details

1 RFP No. and date RFP 02/2013-14 dated 23/01/2014

2 Brief Description of the RFP Supply, Installation, Commissioning and Maintenance of Cash Dispensers under Buyback.

3 Bank’s Address for Communication and Submission of Tender

Deputy General Manager Canara Bank, Transaction Banking Wing Naveen Complex 86 M G Road, Bangalore

Tel - 080-25588028 Fax- 080- 25585591 Email: [email protected]

4 Date of Issue 23/01/2014, Thursday

5 Last Date of Submission of Queries for Pre Bid Meeting

01/02/2014, Saturday, 1.00 PM

6 Date of Pre Bid Meeting 04/02/2014, Wednesday, 3.00 PM

7 Last Date of Submission of Bids 24/02/2014, Thursday, 3.00 PM

8 Date and time of Opening of Part A- Conformity to Eligibility Criteria.

24/02/2014, Thursday, 3.30 PM

9 Date and time of Opening of Part-B- Technical Proposal.

Will be intimated at a later date.

10 Date and time opening of Commercial bid Will be intimated at a later date.

11 Application Fees (Non-Refundable) Rs. 25,000 /-

12 Earnest Money Deposit(Refundable) Rs. 1,50,00,000 /-

This document can be downloaded from Bank’s website http://www.canarabank.com/English/Scripts/Tenders.aspx. In that event, the bidders should pay the Application Fee for tender document by means of DD drawn on any scheduled Commercial Bank for the above amount in favour of Canara Bank, payable at Bangalore and submit the same along with the Bid document.

Page 3: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 3 of 90

DISCLAIMER The information contained in this Request for Proposal (“RFP”) document or information provided subsequently to bidders or applicants whether verbally or in documentary form by or on behalf of Canara Bank (or Bank), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP document is not an agreement and is not an offer or invitation by Canara Bank to any parties other than the applicants who are qualified to submit the bids (hereinafter individually and collectively referred to as “Bidder” or “Bidders” respectively). The purpose of this RFP is to provide the Bidders with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder require. Each Bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. Canara Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. The information contained in the RFP document is selective and is subject to updating, expansion, revision and amendment. It does not purport to contain all the information that a Bidder require. Canara Bank does not undertake to provide any Bidder with access to any additional information or to update the information in the RFP document or to correct any inaccuracies therein, which may become apparent. Canara Bank in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. Such change will be published on the Bank's Website(www.canarabank.com) and it will become part and parcel of RFP. Canara Bank reserves the right to reject any or all the proposals received in response to this RFP document at any stage without assigning any reason whatsoever. The decision of Canara Bank shall be final, conclusive and binding on all the parties.

Page 4: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 4 of 90

Abbreviations used in this Document:

1 AMC Annual Maintenance Contract

2 ANSI American National Standards Institute

3 ATM Automated Teller Machine

4 ATP Acceptance Test Procedure

5 BG Bank Guarantee

6 BOM Bill of Material

7 CD Cash Dispenser

8 CST Central Sales Tax

9 DD Demand Draft

10 DIT Department of Information Technology

11 DES Data Encryption Standard

12 DR Disaster Recovery

13 DVSS Digital Video Surveillance System

14 EMD Earnest Money Deposit

15 EPP Encrypted Pin Pad

16 HO Head Office

17 ISO International Organization for Standardization

18 IPv6 Internet Protocol version 6

19 LAN Local Area Network

20 LD Liquidated Damage

21 LST Local Service Tax

22 MAF Manufacturer Authorization Form

23 MTBF Mean Time Between Failure

24 MTTR Mean Time To Restore

25 NPCI National Payments Corporation of India

26 NEFT National Electronic Funds Transfer

27 NI Act Negotiable Instruments Act

28 OEM Original Equipment Manufacturer

29 OS Operating System

30 PDI Pre Delivery Inspection

31 PERT Project Execution and Review Technique

32 PIN Personal Index Number

33 POC Proof of Concept

34 RFP Request For Proposal *Interalia the term ‘Tender’ is also used+

35 RRB Regional Rural Bank

36 RTGS Real Time Gross Settlement

37 STQC Standardization Testing & Quality Certification

38 TM Technology Management

Page 5: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 5 of 90

39 TM Keys Terminal Master Keys

40 UTP Untwisted Pair

41 VAT Value Added Tax

LIST OF CONTENTS

Clause No.

TOPIC Clause No.

TOPIC

INTRODUCTION 27 Determination of L1 Price

1 About Canara Bank 28 Bid Validity Period

2 About RFP 29 Proposal ownership

3 Objective 30 Project ownership

4 Eligibility Criteria 31 Acceptance of offer

5 Participation Methodology 32 Right to alter quantities

6 Requirement Details 33 Award of Contracts

7 Scope of Work D. TERMS & STIPULATIONS

BID PROCESS 34 Effective Date

8 Bid Document and Cost 35 Project execution

9 Clarification of RFP & Pre-Bid queries 36 Execution of Agreement

10 Pre-Bid Meeting 37 Delivery, Installation & Commissioning and Acceptance

11 Amendment to the Bidding Document 38 Pre-Dispatch Inspection

12 Bid System Offer 39 Penalty / Liquidated Damages

13 Preparation of Bid 40 Pricing and Payments

14 Earnest Money Deposit 41 Payment Terms

15 Make & Models 42 Security Deposit / PB Guarantee

16 Documentation 43 Order cancellation/termination of contract

17 Cost & Currency 44 Local support

18 Erasures or Alternation 45 Software, Drivers and Manuals

19 Assumptions / Presumptions/Modifications

46 Training

20 Submission of Bid 47 Uptime

21 Bid opening 48 Data Security

C. SELECTION OF BIDDER 49 Site and Infrastructure

22 Preliminary Scrutiny 50 Warranty

23 Clarification of Offers 51 Annual Maintenance Contract

24 Evaluation of Bids 52 Scope involved during warranty & AMC period

25 Bidders Presentation/Site Visit/POC 53 Spare parts

26 Normalization of Bids 54 Consumables

Page 6: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 6 of 90

E.GENERAL CONDITIONS

55 MTBF 66 Amendments to the agreements

56 Defect Liability 67 General contract agreement conditions

57 Intellectual Property Rights 68 Negligence

58 Roles & Responsibility during project Implementation

69 Responsibility for completeness

59 Indemnity 70 Responsibilities of the Bidder

60 Inspection of Records 71 Force majeure

61 Assignment 72 Corrupt and Fraudulent Practices

62 Publicity 73 Resolution of disputes

63 Insurance 74 Modification/Cancellation of RFP

64 Guarantees 75 Jurisdiction of the court

65 Confidentiality and Non Disclosure

Page 7: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 7 of 90

F. ANNEXURES ( To be submitted with Part A- conformity to eligibility criteria)

1 Check List

2 Eligibility Criteria declaration

3 Technical Bid covering letter format

4 Bid Covering Letter Format

5 Authorization Letter Format

6 Applicant’s Profile

7 Details of Offices/Branches/Service Centers

8 Non-Disclosure agreement format

9 Track Record of Past 3 Years in Implementation of Cash Dispensers

ANNEXURES ( To be submitted with Part B-Technical Proposal)

10 Technical Specifications for Cash Dispenser

11 Undertaking of Authenticity for Supply of Cash Dispensers and other Items

12 Compliance Statement

13 Undertaking Letter Format

14 Escalation Matrix

15 Manufacturer/Distributor in India Authorization Form

ANNEXURES ( To be submitted with Part-C -Commercial Bid)

16 Commercial Bid Covering Letter Format

17 Bill of Material

18 Solution for Visually Impaired Persons

G. APPENDICES

1 Instructions for Part A- Eligibility Conformity

2 Instructions for Part B-Technical Proposal

3 Instructions for Part C-Commercial Bid

4 Pro forma Bank Guarantee for Contract Performance

5 Location Details

6 Bank Guarantee Format for Earnest Money Deposit

Page 8: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 8 of 90

INTRODUCTION 1. About Canara Bank CANARA BANK, a body Corporate and a premier Public Sector Bank established in the Year 1906 and nationalized under the Banking Companies (Acquisition and Transfer of Undertakings) Act, 1970, having its Head office at 112, J C Road Bangalore-560002 and among others is having Transaction Banking Wing at Naveen Complex, No.86, M G Road, Bangalore - 560 001. The Bank is having pan India presence of more than 4500 branches and 34 Circle offices situated across the States. The Bank is working on Core Banking System using Flex cube solutions. The Bank is a forerunner in implementation of IT related products and services and continuously making efforts to provide the state of art technological products to its customers. At present Bank is having more than 4600 ATMs/Cash Dispensers both under CAPEX and OPEX model. All the ATMs/CDs are connected to BASE24 Switch installed by M/s Financial Software and Systems Pvt Ltd. 2. About RFP The Bank wishes to procure Cash Dispensers under buyback arrangement for various branches/offices of Bank. In this connection, Bank invites sealed offers (subject to ‘Conformity to Eligibility Criteria’, ‘Technical Proposal’ and ‘Commercial Bid’) for Supply, Installation & Commissioning of Cash Dispensers under buyback arrangement at various Branches of our Banks, across the country as per the Terms & Conditions, Technical Specifications and Scope of Work described elsewhere in this document. In this RFP the term ‘Canara Bank’ is referred to as the Bank, which term or expression unless excluded by or repugnant to context or the meaning thereof, shall be deemed to include its successors and permitted assigns, issues this Request For Proposal hereinafter called the “RFP”. A vendor submitting the proposal in response to RFP for Supply, Installation, Commissioning and Maintenance of Cash Dispensers under buyback arrangement shall hereafter be referred to as “Bidder”. The RFP document is not a recommendation, offer or invitation to enter into a contract agreement or any other arrangement in respect of the services. The provision of the services is subject to observance of selection process and appropriate documentation being agreed between the Bank and successful bidder as identified by the Bank after completion of the selection process. 2.1 Definitions:

‘Bank’ means, unless excluded by and repugnant to context or the meaning thereof, shall mean ‘Canara Bank’, described in more detail in paragraph 1 above and which has invited bids under this Request For Proposal and shall be deemed to include it successors and permitted assigns.

RFP means this Request For Proposal prepared by Canara Bank for selection of vendors for supply installation and maintenance of 484 Cash Dispensers under Buy Backarrangement.

‘Bidder’ means a vendor submitting the proposal in response to this RFP.

Page 9: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 9 of 90

‘Solution’ means Supply, Installation and Commissioning of Cash Dispensers under buyback arrangement in the Bank as per this RFP.

‘Contract’ means the agreement signed by successful bidder and the Bank at the conclusion of bidding process.

‘Proposal’ means that Technical proposal and financial proposal as per the formats prescribed in the RFP.

‘Successful Bidder’/’L1 Bidder’ means the bidder who is found to be the lowest bidder after conclusion of the bidding process, subject to compliance to all the condition of the RFP, etc.

3. Objective Bank intends to install Cash Dispenser under buyback arrangement at select branches/locations across the country. Bank proposes to select one or more vendor who can Supply, Install, Commission and Maintain Cash Dispensers under buyback arrangement for all locations: 4. Eligibility Criteria: A vendor submitting the proposal in response to this RFP shall hereinafter be referred to as ‘Bidder’ and Supply, Installation & Commissioning of Cash Dispensers under buyback arrangement in the Bank shall hereinafter be referred as “Solution”. The Bidder could be a System Integrator or Original Equipment Manufacturer of ATM/Cash Dispensers. The Bidder shall furnish an undertaking in the format prescribed at Annexure 2 regarding Eligibility criteria. Interested Bidders, who can supply, install commission and maintain Cash Dispensers in the Bank and meeting the following Eligibility Criteria may respond:

Sl. No

Criteria Documents to be submitted

1

The Bidder should be a registered Company in India as per Indian Companies Act, 1956.

Copy of Certificate of Incorporation and Certificate of Commencement of business in case of Public Limited Company or Certificate of incorporation in case Private Limited Company, issued by the Registrar of Companies.

2

The bidder should be having a turnover of minimum Rupees 100 Crores & above per year during last three financial years.

Copies of the last three financial years’ audited balance sheets should be submitted along with the offer.

3

The bidder should have positive net worth during last three financial years.

Copies of the last three financial years’ audited balance sheets should be submitted along with the offer.

4

The bidder should have executed order/s during at least 2000 ATMs/CDs in India during last three years.

Copies of firm orders/purchase orders should be enclosed along with the offer.

Page 10: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 10 of 90

5

The bidder should have experience of supply, installation and maintaining of Cash Dispensers/ATMs minimum of 300 ATM/CDs during any of the last three years, through a single order in any scheduled Bank in India.

Letter from the scheduled Bank, where the supplies have been implemented, confirming that Cash Dispensers/ATMs have been supplied and commissioned in their organization and are working satisfactorily.

6

The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India and should be in the business of supplying, installing and commissioning of CDs/ATMs in India for last three years as on 31.12.2013. 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 will provide the same

A declaration to this effect is to be provided by the bidder. If bidder is not the solution owner, such Declaration should be provided from OEM.

7

The bidder should have network of service centers / franchises at Metro, Urban places in India. List of service centre / franchises with full details of Name, Address / Telephone Numbers should be attached

A self declaration by solution owner is to be provided with details of addresses.

8

The production unit/factory of the brand of ATM/Cash Dispensers being quoted should be ISO 9001:2000 certified. If the production units are outside India, it should meet equivalent international standards.

Photocopies of relevant documents/certificates should be submitted as proof in support of the claims made.

5. Participation Methodology: Either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. If an agent bids on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product. In the event of Agent/ Representative being not able to perform the obligations as per the provisions of the contract during the contract/ warranty/AMC period, the principal Bidder should assume responsibility on behalf of the OEM/Agent for providing end-to-end solution i.e., technology, personnel, financial and any other infrastructure that would be required to meet intent of this RFP. 6. Requirement Details The Bank intends to install Cash Dispenser under buyback arrangement at select branches/locations across country as per Technical Specifications and Scope of Work described elsewhere in this document. This tender consists of following requirements:

Page 11: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 11 of 90

Item Details Quantity Locations

Supply, Installation, Commissioning and Maintenance of Cash Dispensers including UPS under buyback (old ATMs only) arrangement at various branches in our Bank including all the relevant activities and AMC for hardware items as mentioned in Scope of Work as per Clause-7 and also Technical Specifications narrated in ANNEXURE-10.

484

Various branches/ offices of the Banks APPENDIX-E

All the Hardware / Software ordered for Cash Dispensers including UPS under buyback arrangement should have comprehensive onsite warranty of 3 years and AMC support for further 5 years. Bank reserves the right to increase or decrease the quantum of purchase under buyback arrangement by 25% in respect to the quantity specified in this tender at the same rate arrived at on the Terms and Conditions of this Tender. 6.1 Disposal of Old/Damaged/Vandalized ATMs: Bank proposes to replace old, obsolete and damaged ATMs which are beyond repair under this ATM Procurement. Under the commercial bid format ANNEXURE-17, Commercial bid is invited for quoting rates for disposal of our existing old /ATMs (of any make) which may be in working/non-working condition at various locations of our Bank and which are more than 8 years old or which are damaged/ vandalized beyond repair. The rates are to be offered under the buy-back arrangement on “as is where is basis”. The quotation should be uniform for the buy-back of ATMs all across geographical locations/types of locations/ATM make. The buy-back will be done against fresh purchase order of a new ATM with UPS system by the purchaser which may be installed at the same or any other locations. Orders for the ATMs under the buy-back scheme may not be placed in bulk and shall be placed periodically as per requirement of the Purchaser and at its discretion during the rate contract period. Bidders will have to ensure that the old machines under the buyback will be taken to their respective plants and scrapped strictly under the "E-Waste (Electronic Waste) scrapping methods using eco friendly processes authorized by the Pollution control board and as per the E-Waste management and handling rules issued by Ministry of Environment & Forests and other government agencies from time to time. A certificate for the same shall be submitted by the bidder in their bid. Commercial Rates offered to the Bank for disposal of such old/damaged/vandalized ATMs/ATMs are to be quoted strictly in ANNEXURE-17. 7. Scope of Work The Bank is planning to purchase 484 Lobby Model Cash Dispensers with front loading access and UPS systems under buyback arrangement as detailed in clause 6. The Selected Bidder has to undertake all the works mentioned in Scope of Work as detailed below.

Page 12: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 12 of 90

7.1 Delivery & Site Preparation The bidder to coordinate with Technology Management Section of the respective Circle Office and Branch in respect of all the works relating to this particular RFP. The bidder shall provide the Site Preparatory Guidelines to the bank well in advance. The bidder to take prior permission of the branch and complete all the preliminary works viz., Earthing and any other work related for installation etc. Bidder shall ensure that bank’s work is not interrupted. The bidder shall ensure that the site is ready as per the requirements before installation of Cash Dispenser and then make arrangements for delivery, unpacking, inspection etc. at no extra cost to the Bank. The Bidder is responsible for supply & delivery, transportation, transit insurance, storage and installation, insurance up-to Acceptance by the bank, installation and commissioning of CD at sites including integration, acceptance testing, documentation, warranty, annual maintenance, if contracted, and training of Bank's personnel. The loss payee endorsement shall be in favour of the bidder for all the above mentioned insurance. Any delay in installation of the CD and other equipments for whatsoever reasons should not entail in expiry of insurance and the same should be continued to be extended up to the date of installation and acceptance of the CD and other equipments by the Bank. The insurance shall be on amount equal to 100% of the total value of equipments on “all risks” basis, including war risks and theft and robbery clauses, valid for a period up to delivery installation supervision of Commissioning and acceptance of the equipments by the Bank. The Bidder shall be responsible for installation and commissioning of the system including cabling and other related activities such as unpacking, uncrating, inspection etc. During installation the bidder shall check physical availability of items as per the packing list. If any of the items are not delivered / not as per specifications / are damaged etc., the bidder or his engineer/s at the site shall take immediate steps and ensure all the items are delivered so that installation work is not hampered. The Bidder shall have to arrange for all testing equipments and tools required for installation, maintenance and also arrange vehicle for transport at no extra cost to the Bank. All the cabling done for CDs shall be neat and structured. The bidder shall document the cabling path along with equipment and get it approved by the respective controlling office of the Bank before actual installation. Copy of the cabling diagram should be made available to the branch. Power and telecommunications cabling carrying data or supporting CD services should be protected from interception or damage. CD vendors should follow stringent guidelines and best industry practices to protect the systems from unauthorized access and wire-tapping. The Bidder shall provide required technical assistance for connecting CDs to DR Switch as and when the Bank requires.

Page 13: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 13 of 90

The bidder shall ensure proper line condition before connecting the CD. The bidder shall co-ordinate with our existing network vendor M/s Wipro/HECL/HCL Infosystems/IBM/Any other vendor for configuring the ports for connecting CDs as per the IP addressing scheme of the bank. The bidder shall ascertain the Network Addressing from the bank and the free ports/ interface points available at all locations before installation. The bidder shall ensure proper Grouting of the CDs as part of installation activity. In case damage of bank’s property during CD delivery and installation which is attributable to the bidder, bidder has to replace the damaged property at his own cost. 7.2. Installation The bidder shall perform the following activities at the time of installation /commissioning the CDs and obtain confirmation of satisfactory completion from the Bank officials. The bidder shall ensure the compatibility of the hardware and peripherals which they supply with the hardware and software systems being used in the Bank viz., Financial transaction Switch (FTS)-Base24 supplied by Financial Software and Systems Pvt Ltd and Flexcube Core Bank solution. The CD supplied by the Bidder should support Bio-metric functions and integrated with the Bank`s Biometric solution without any additional cost of the Bank. The bidder shall ensure that the operating system is hardened to block the services which are not required. The bidder shall ensure the following while installation and subsequent maintenance activities:

Loading Multilingual Screens / Canara Bank Product screens for other values added services like mobile top up, utility bill payment etc. (Screens will be given by Bank)

Enabling electronic journal log.

Loading InfoBase Agent software for EJ pulling and content download (Will be given by the Bank).

Loading of Terminal Master Keys (TMK) co-ordination with branch officials.

Adding Base24 Switch (or any other Switch) IP and InfoBase server IP in the CDs. CDs to ensure connectivity to Infobase server and obtain docket number from Switch Service Provider/Bank officials (FSS Infobase team).

The bidder to customize and deploy the display screens in CDs as and when the bank makes any modifications in CDs without any additional cost in the tenure of the Contract including AMC period, if contracted.

Vendor should undertake shifting of CDs in case of requirement as per mutually agreed terms. Bank has outsourced the ATM Managed services. The successful vendor should provide and install all the software and other utilities required for facilitating the ATM Managed services (including but not limited to EJ pulling and software distribution) for the new CDs also, without any extra cost.

Page 14: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 14 of 90

The vendor should provide all the software and other utilities required for facilitating integration/interface with the Alarm Panels and two Digital Video Surveillance systems for these CDs also. It should also be the responsibility of the vendor to provide the patch cord of required length (up to 5 meters) and attend the LAN cable issues from I/O port to Cash Dispenser under warranty and AMC period of the CDs without any extra cost or visit charges to Bank. The damaged patch cord to be replaced without any extra cost during warranty and AMC period. If any particular machine is frequently becoming out of order for technical reasons for more than five times in a month and for two consecutive months, the Bank may ask the vendor to replace the machine and vendor should replace the machine with another new machine at no extra cost to the Bank. The bidder has to update/supply/install necessary changes in CDs, if any, due to regulatory compliance at no extra cost. The privacy screen filter enables the view of the CD screen only to the customer standing in the front of the CD. This is mandatory to implement for the CDs. 7.3. CD Documentation All documents supplied shall be in English language, in CD and also in printed media. One copy of overview summary of the whole project, Project Completion Report detailing site, equipment/rack layout, cabling diagram, earthing, network connectivity etc. to be submitted to Transaction Banking Wing, HO, Bangalore. One copy of original comprehensive manuals shall be supplied for each CD location along with the supply of CD equipment. One copy of site survey reports, including cabling, configuration/settings details shall be submitted to each CD location. Two copies of Acceptance Test Procedure document of all testing, installation, commissioning activities carried out including the final results to be submitted before issue of acceptance certificate by the Bank, one to the CD location and one to DIT, HO. Wherever applicable the Bidder shall submit the relevant test certificate/guarantee certificate / licenses along with the supplies, installation and acceptance, as applicable to CD location. 7.4. Training The Bidder shall provide user level training for a minimum of 2 and a maximum of 4 employees of the Bank identified by the Bank, at each CD site, without any additional cost to the Bank.

Page 15: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 15 of 90

The Scope of training shall cover all aspects of the operating of the CD, trouble shooting of the CD, First Level maintenance, taking back up of images captured by VSS, retrieval of images etc at the time of installation to the identified users at every CD location. The same shall also be incorporated in the training manual/document. The Bidder shall complete the training immediately on installation/commissioning of the CD. 7.5. Project Management: For smooth completion of the project the bidder should identify one or two of its representatives at all Circle office locations and Bangalore as a single point of Contact for the Bank. The representatives nominated for the project should submit a weekly report to T B Wing, HO regarding implementation of the Project. Project Completion Report shall contain details of site, equipment/, cabling, etc. Project Completion Document should be comprehensive to enable the bank to refer to any details at a future date in case of faults/errors or maintenance/upgradation. The project implementation team should be conversant with local rules and conditions/resolve the issues, if any, since major CD installations are likely to happen in rural and semi-urban areas. BID PROCESS 8 Bid Document & Cost: This document can be downloaded from Bank’s website http://www.canarabank.com/English/Scripts/Tenders.aspx . In that event, the bidders should pay the Application Fee of Rs.25,000.00 (Non-Refundable) for tender document by means of DD drawn on any scheduled Commercial Bank for the above amount in favour of “Canara Bank”, payable at Bangalore and submit the same along with “Part-A-Conformity to the Eligibility Criteria”. Submission of the cost of the bid document in other than with “Part-A-Conformity with the Eligibility Criteria” is liable to be rejected on grounds of non-payment of the cost of the bid document. The Bidder shall bear all costs associated with the preparation and submission of the bid and the Bank will not be responsible for the costs, regardless the conduct or outcome of the bidding process. The Bank is not liable for any cost incurred by the bidder in replying to this RFP. It is also clarified that no binding relationship will exist between any of the respondents and the Bank until the execution of the contract. 9 Clarification to RFP and Pre-Bid Queries: The bidder should carefully examine and understand the specifications, terms and conditions of the RFP and may seek clarifications, if required. The bidders in all such cases seek clarification in writing in the same serial order of that of the RFP by mentioning the relevant page number and clause number of the RFP. All communications regarding points requiring clarifications and any doubts shall be given in writing to the Deputy General Manager, Transaction Banking wing, Naveen Complex, HO Bangalore by

Page 16: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 16 of 90

the intending bidders before 1 PM on 01.02.2014. No oral or individual consultation shall be entertained. No queries will be entertained from the bidders after the pre-bid meeting. 10 Pre-Bid meeting: A pre-bid meeting of the intending bidders will be held as scheduled below to clarify any point/doubt raised by them in respect of this RFP.

Date Day Time Venue

04/02/2014 Tuesday 3.00PM Canara Bank, 2nd Floor, Naveen Complex, 14 M G Road Bangalore 560001

No separate communication will be sent for this meeting. If the meeting date is declared as a holiday under NI Act by the Government subsequent to issuance of RFP, the next working day will be deemed to be the pre-bid meeting day. Authorized representatives of interested bidders shall be present during the scheduled time. In this connection, Bank will allow a maximum of 2 representatives from each Bidder to participate in the pre-bid meeting. Bank has the discretion to consider any other queries raised by the bidder’s representative during the pre-bid meeting. Bank will have liberty to invite its technical consultant or any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the Bidders in the meeting. The Bank will consolidate all the written queries and any further queries during the pre-bid meeting and the replies for the queries shall be made available in the Bank’s website and no individual correspondence shall be made. The clarification of the Bank in response to the queries raised by the bidder/s, and any other clarification/amendments/corrigendum furnished hereof will become part and parcel of the RFP and it will be binding on the bidders. Non-receipt of reply to the queries raised by any of the bidders shall not be accepted as a valid reason for non-submission of the bid. In addition, non-reply to any query may not be deemed the version of the bidder as reflected in the query has been accepted by the Bank. 11. Amendment to Bidding Document: At any time prior to deadline for submission of Bids, the Bank, for any reason, whether, at its own initiative or in response to a clarification requested by prospective bidder, may modify the bidding document, by amendment. Notification of amendments will be made available on the Bank’s website (www.canarabank.com) and will be binding on all bidders and no separate communication will be issued in this regard. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Bank, at its discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids. 12 Bid System Offer Bid shall have the following 3 (three) parts: Part-A - Eligibility Conformity: Indicating their compliance to Eligibility Criteria. The format for submission of Conformity to Eligibility Criteria is as per APPENDIX-A.

Page 17: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 17 of 90

Part-B - Technical Proposal– indicating the response to the Technical and Functional requirement specification of Cash Dispensers. The format for submission of Technical Proposal is as per APPENDIX-B. Part-C - Commercial Bid- furnishing all relevant information as required as per Bill of Material as per ANNEXURE-17. The format for submission of Commercial bid is as per APPENDIX-C 13 Preparation of Bids: The Bid shall be typed or written in English language with font size of 12 in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un-amended printed literature. The three parts as stated above should be placed in three separate envelopes each one super scribed with ‘Conformity to Eligibility Criteria’, ‘Technical Proposal’ and ‘Commercial Bid’ and properly closed and sealed. Thereafter, all the three enveloped shall be placed inside another envelope and properly closed and sealed. The final envelope should be super scribed as “Offer for Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement at Various Branches in response to RFP-02/2013-14 Dt.23/01/2014” (includes separately sealed ‘Conformity to Eligibility Criteria’, ‘Technical Proposal’ and ‘Commercial Bid’) on the top of the envelope. All the envelope shall bear the name and complete postal address of the bidder as well as the addressee, namely the Deputy General Manager, Canara Bank, Transaction Banking Wing, Naveen Complex,14 M G Road, Bangalore 560 001. All the pages of Bid including Brochures should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be paginated with Name, Seal and Signature of the Authorized Signatory. Bids with erasing / overwriting / cutting are without authentication will be liable for rejection. Authorization letter for signing the Bid documents duly signed by Company’s Authorized signatory should be submitted. 13.1 Part A- Conformity to Eligibility Criteria: Before submitting the bid, the bidders should ensure that they conform the eligibility criteria as stated in clause-4 of RFP. Only after satisfying themselves of the eligibility, the Offer should be submitted. The Conformity to Eligibility Criteria as per ANNEXURE-2 among others, must contain EMD DD (Application Money)/ Bank Guarantee in lieu of EMD as per APPENDIX-F of Instructions of this document. The Conformity to Eligibility Criteria should be complete in all respects and contain all information sought for, as per APPENDIX-A. After ensuring the above, it shall be placed inside a separate envelope and sealed and super scribed on the top of the cover as “PROPOSAL-PART-A for Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement”.

Page 18: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 18 of 90

13.2 Part B-Technical Proposal: Technical Proposal should be submitted as per instructions contained in APPENDIX-B. Relevant technical details and documentation should be provided along with Technical Proposal. It is mandatory to provide the technical details of the Solution required by the bank in the exact format of ANNEXURE-10 of this tender. The offer may not be evaluated and may be rejected by the Bank without any further reference in case of non-adherence to the format or partial submission of technical information as per the format given in the offer. If any part of the technical specification offered by the bidder is different from the specifications sought in our RFP, the bidder has to substantiate the same in detail the reason of their quoting a different specification than what is sought for, like higher version or non availability of the specifications quoted by us, invariably to process the technical offer. The Bank shall not allow / permit changes in the technical specifications once it is submitted. The relevant product information, brand, and model number offered, printed product brochure, Technical specification sheets etc. should be submitted along with the Offer. Failure to submit this information along with the offer may result in disqualification. The Technical Proposal for Cash Dispensers is to be sealed in a separate envelope superscribed on the top of the cover as “PROPOSAL PART-B for Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement”. The Technical Proposal should be complete in all respects and contain all information sought for, as per APPENDIX-B. Masked Bill of Material must be attached in Technical Offer and should not contain any price information. The Part B-Technical Proposal should be complete and should cover all products and services. 13.3 Part C-Commercial Bid: The Bidder has to quote as per the following:

Cost of New Front Loading Cash Dispenser, UPS with technical specifications and Implementation, cabling charges under Table-1 of ANNEXURE 17

Cost of AMC (Annual Maintenance Contract) charges for Front Loading ATM which will be applicable for 5 years after the warranty period of 3 years under Table-2 of ANNEXURE 17

Commercial offer of buyback price of our existing old/damaged/vandalized ATMs which are offered to them under the buy-back option as per terms and conditions fully explained in Clause 6 of this RFP document under Table-3 of ANNEXURE 17

Total cost of Ownership of the above as per Table-4 of ANNEUXRE-17 and PV of AMC will be the basis of commercial evaluation and selection of L1 and subsequent bidders who have been shortlisted after technical evaluation; i.e. the bidder whose total cost of Ownership is lowest will be L1 bidder and whose net cost of above three items is second lowest will be L2 bidder and so on and so forth. However, please note that merely by becoming L1 and L2 bidder does not qualify a bidder as successful bidder

Page 19: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 19 of 90

The Commercial Bid for Cash Dispensers is to be submitted in a separate sealed Envelope superscribed on the top of the cover as “Commercial Bid PART-C for Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement”. Commercial Bid shall be submitted as per Bill of Material and other terms and conditions of RFP on prices. The Commercial Bid should give all relevant price information as per ANNEXURE-17. Any deviations from the Bill of Material / non submission of prices as per the format shall make the bid liable for rejection. Under no circumstances the Commercial Bid should be kept in Part-A (i.e. Conformity to Eligibility Criteria) or Part B (i.e. Technical Proposal) Covers. The placement of Commercial Bid in Part A (i.e. Conformity to Eligibility Criteria) & Part B (i.e. Technical Proposal) covers will make bid liable for rejection. The Bill of Material must be attached in Technical Proposal as well as Commercial Bid. The format will be identical for both Technical Proposal and Commercial Bid, except that the Technical Proposal should not contain any price information (with Prices masked). Technical Proposal without masked Bill of Materials will be liable for rejection. Any change in the Bill of Material format may render the bid liable for rejection. Bidder must take care in filling price information in the Commercial Offer, to ensure that there are no typographical or arithmetic errors. All fields must be filled up correctly. The Bidder should indicate the individual taxes, and its applicable rate along with the estimated tax amounts to be paid by the Bank. If any of the deliverable product, mainly, Hardware, software, Service/Support etc. has both VAT and Service Tax, the bidder has to indicate the Goods component with percentage of VAT and Service Component with service Tax involved. The Goods Component + Service Component should be limited to 100% of the Cost Price. For example, if Goods Component is 60% then, the Service Component cannot be more than 40%. Arithmetical errors, if any, will be rectified on the following basis:

If there is discrepancy between the unit price and total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price shall be corrected accordingly.

If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected.

If there is a discrepancy between words and figures, the rate/ amount in words shall prevail, unless the amount expressed in words is related to an arithmetical error in which case, the amount in figures will prevail, subject to the above two provisions.

If the bidder does not accept the correction of errors, the bid will be rejected. 14. Earnest Money Deposit (EMD)/Bank Guarantee In Lieu Of EMD:

Page 20: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 20 of 90

The bidder shall furnish Non interest earning Earnest Money Deposit (EMD) of Rs.1,50,00,000/- (Rupees One Crore Fifty Lakhs Only) by way of Demand Draft drawn on any scheduled bank in favour of “Canara Bank”, payable at Bangalore and should be kept along with the Part-A - Conformity to Eligibility Criteria. In Case the EMD is submitted in the form of Bank Guarantee (issued by other than Canara Bank) the same should be valid for the minimum period of 9 months from the last date for submission of offer. The format for submission of EMD in the form of Bank Guarantee is as per APPENDIX-F. Submission of EMD in other than Part A - Conformity to Eligibility Criteria Envelope is liable to be rejected on grounds of non submission of EMD. The EMD of the Bidders not qualified under Technical Proposal will be returned within 15 days after opening the commercial bid of the technically qualified bidders. The EMD of other bidders will be returned upon the selected bidder accepting the order and furnishing the performance guarantee. The EMD may be forfeited/ Bank Guarantee may be invoked:

If the bidder withdraws or amends the bid during the period of bid validity specified in this document.

If the selected bidder fails to accept the purchase order within 7 days or fails to sign the contract or fails to furnish performance guarantee in accordance with the terms of the RFP.

15. Make and Models: It is mandatory to provide make & model of all the items and their subcomponents as has been sought in the technical specification. The Offer may not be evaluated and / or will be liable for rejection in case of non-submission or partial submission of make, model of the items offered. Please note that substituting required information by just brand name is not enough. Bidder should not quote hardware/Software items which are impending End Of Life/End Of Support during the contractual period. 16 . Documentation: Technical information in the form of Brochures / Manuals / CD etc of the most current and updated version available in English must be submitted in support of the Technical Bid made, without any additional charges to the Bank. The Bank is at liberty to reproduce all the documents and printed material produced by the bidder in relation to the RFP for its own use. 17. Costs & Currency: The offer must be made in Indian Rupees only as per Bill of Material (ANNEXURE-17). 18. Erasures or Alterations: The Offers containing erasures or alterations or over writings will not be considered. There should be no hand-written material, corrections or alterations or over writings in the offer. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as “OK”, “accepted”, “noted”, “as given in

Page 21: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 21 of 90

brochure/manual” is not acceptable. The Bank may treat such Offers as not adhering to the tender guidelines and as unacceptable. 19. Assumptions/Presumptions/Modifications: The Bank would like to expressly state that any assumption, presumptions, modifications, terms, conditions, deviation etc., which the bidder includes in any part of the Bidder’s response to this RFP, will not be taken into account either for the purpose of evaluation or at a later stage, unless such assumptions, presumptions, modifications, terms, conditions deviations etc., have been accepted by the Bank and communicated to the bidder in writing. The bidder at a later date cannot make any plea of having specified any assumption, terms, conditions, deviation etc in the bidder’s response to this RFP. No offer can be modified or withdrawn by a bidder after submission of Bid/s. 20. Submission of Bids: The bid/s properly superscribed in the manner prescribed in paragraphs 8,13 and 14 of this RFP should be deposited in the Tender Box kept at Canara Bank, Transaction Banking wing, Naveen Complex, 14 M G Road, Bangalore 560 001 on or before 24.02.2014 . If last day of submission of bids is declared a holiday under NI Act by the Government subsequent to issuance of RFP the next working day will be deemed to be the last day for submission of the RFP. The Bid/s which is/are deposited after the said date and time shall not be considered. No offer will be accepted directly. The Name and address of the Bidder and Due Date of the RFP are to be specifically mentioned on the Top of the envelope. If the envelopes, including the outer envelope is not sealed and marked, the Bank will assume no responsibility for the bid’s misplacement or premature opening. 21 Bid Opening: The Part A- Conformity to Eligibility Criteria shall be opened in the presence of the Bidder’s representative/s who may choose to attend the bid opening as per following schedule.

Date Day Time Venue

24/02/2014 Monday 3.30 PM 2nd Floor, Naveen Complex, 14 M G Road, Bangalore 560 001

Bidder’s representative may be present in the place and venue well in time along with an authorization letter in hand for each bid opening under this RFP, as per the format (ANNEXURE–5) enclosed. Note: Authorisation letter should be carried in person and shall not be placed inside any of the bid covers. Attendance of all the representatives of the bidders who are present at bid opening will be taken in a register against Name, Name of the Company and with full signature. The Bidders may note that no further notice will be given in this regard. Further, in case the bank does not function on the aforesaid date due to unforeseen circumstances or holiday then the bid will be accepted up to 3.00 PM on the next working day and bids will be opened at 3:30 PM at the same venue on the same day. The following details will be announced at the time of bid opening.

Page 22: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 22 of 90

Bidders name - Presence or absence of cost of the bidding document and Bid security(In case of Technical bid opening)

Such other details as the Bank at its discretion may consider appropriate. If any of the bidders or all bidders who submitted the tender are not present during the specified date and time of opening it will be deemed that such bidder is not interested to participate in the opening of the Bid/s and the bank at its discretion will proceed further with opening of the Part A - Conformity to Eligibility Criteria in their absence. The Part A- Conformity to Eligibility Criteria submitted by the bidder will be evaluated based on the eligibility criteria stipulated. The Part B-Technical Proposal of only those bidders who qualified in Part A- Conformity to Eligibility Criteria will be opened with due communication by the bank. The Commercial Bid of only those bidders who qualified in Part B-Technical Proposal will be reckoned for evaluation purpose. SELECTION OF BIDDER 22 Preliminary Scrutiny: The Bank will scrutinize the Bid/s received to determine whether they are complete in all respects as per the requirement of RFP, whether the documents have been properly signed and whether items are offered as per RFP requirements, whether technical documentation as required to evaluate the offer has been submitted. Prior to detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the bidding document. Substantial responsiveness means that the bid conforms to all terms and conditions of the Eligibility Criteria and bidding document is submitted without any material deviations. 23 Clarification Of Offers: During the process of scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, seek clarifications from all the bidders/any of the bidders on the offer made by them. The bidder has to respond to the bank and submit the relevant proof /supporting documents required against clarifications, if applicable. The request for such clarifications and the Bidders response will necessarily be in writing and it should be submitted within the time frame stipulated by the Bank. The Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in the offer. This waiver shall be binding on all the bidders and the Bank reserves the right for such waivers. 24 Evaluation of Bids: The Bank will evaluate the bid submitted by the bidders under this RFP. The Part A- Conformity to Eligibility Criteria submitted by the bidder will be evaluated based on Clause-4 of RFP. The Part B-Technical Proposal of only those bidders who qualified in Part A- Conformity to Eligibility Criteria, will be opened with due communication by the Bank. The Commercial Bid of only those bidders who qualified in Part B- Technical Proposal will be reckoned for evaluation purpose. The Bid will be evaluated by a Committee of officers of the Bank. If warranted, the Bank may engage the services of external consultants for evaluation of the bid. It is Bank's discretion to decide at the relevant point of time.

Page 23: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 23 of 90

25 Bidders Presentation /Site Visits / Product Demonstration/POC The Bank reserves the right to call for a presentation on the features and functionalities from the short listed bidders based on the technical bids submitted to make an evaluation. Bidders are further required to be in preparedness to demonstrate the proposed solution by arranging for product walk-through at their own installations/principals/ R&D labs duly meeting the specific requirements / issues raised by the Bank. The Bank may at its discretion, as a part of the technical evaluation may request either all bidders or any of them to arrange for the demonstration of their product more than once if felt necessary before commercial evaluation. The Bank at its discretion can call for providing of Proof of Concept ( POC) of proposed solution at the site mutually agreed. Bidders should arrange for visits to the reference sites wherein the product is successfully implemented by them. The bidder shall take necessary permission from the site owner and demonstrate the features and performance to the Bank at their own cost. The Bank may require onsite reference visit or a Telephonic conversation with the concerned. All expenses incurred in connection with the above shall be borne by the bidder. However, Bank will bear the travelling, boarding and lodging expenses related to its own personnel and its Consultants, if any. Setting of evaluation criteria for product demonstrations shall be entirely at the discretion of the Bank. The decision of Bank in this regard shall be final and in this regard, no correspondence shall be entertained. 26 Normalization of Bids The Bank may go through a process of technical evaluation and normalization of the bids to the extent possible and feasible to ensure that, shortlisted bidders are more or less on the same technical ground. After the normalization process, if the Bank feels that, any of the Bids needs to be normalized and that such normalization has a bearing on the price bids; the Bank may at its discretion ask all the technically shortlisted bidders to re-submit the technical and commercial bids once again for scrutiny. The resubmissions can be requested by the Bank in the following two manners. Incremental bid submission in part of the requested clarification by the Bank OR Revised submissions of the entire bid in the whole . The Bank can repeat this normalization process at every stage of bid submission till Bank is satisfied. The shortlisted bidders agree that, they have no reservation or objection to the normalization process and all the technically shortlisted bidders will, by responding to this RFP, agree to participate in the normalization process and extend their co-operation to the Bank during this process.

Page 24: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 24 of 90

The shortlisted bidders, by submitting the response to this RFP, agree to the process and conditions of the normalization process. 26.1 Short-Listing Of Bidders: The Bank will prepare a list of technically qualified bidders and the names of shortlisted bidders would be announced on the Bank’s website/Notice Board. Only shortlisted bidders can participate in the commercial bidding process. 27 . Determination of L1 Price: The L1 bidder will be determined on the basis of the lowest price quoted in the Bill of Material as per ANNEXURE-17 of this RFP. Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. Price ranking as L1,L2,L3 and so on will be determined based on Commercial Bid submitted by the Bidders. The Bank reserves the right to modify any terms, conditions and specifications of the RFP and Bank reserves the right to obtain revised price bids from the bidders with regard to change in RFP clauses. The Bank reserves the right to accept/reject any bid in whole or in part. The bank reserves the right to release part order or more than one order. Cost of Hardware & Software items (inclusive of taxes) + AMC (inclusive of taxes) at present values as per BOM. The Present Value (PV) of the AMC cost offered for all the years of AMC shall be added to the price of the Hardware Items offered, for the purpose of evaluation of the price bid and arriving at L1, L2 & L3. The Present Value (PV) for the AMC component will be calculated as per the following formula:

Where 'C' is the annual AMC amount of each year ‘r' is Bank’s prevailing Base Rate which is presently 9.95% 'n' is number of years, i.e. 'n' is 1 for 1st year, 2 for 2nd year ... 5 for 5th year. 28 Bid Validity Period: The Offer submitted and the prices quoted therein shall be valid for 6 calendar months from the date of opening of commercial Bid. 29 Proposal Ownership: The proposal and all supporting documentation submitted by the bidder shall become the property of the Bank. As the Bidder’s proposal is central to the evaluation and selection process, it is important that, the bidder carefully prepares the proposal as per the prescribed format only. Under no circumstance, the format can be changed, altered or modified. Bidders must provide categorical and factual replies to specific questions. Bidders may provide additional technical literature relating to their proposal but in a separate Annexure. Correct and current technical details must me completely filled in. The Appendices/Annexure to this RFP shall form integral part of the RFP.

Page 25: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 25 of 90

30 Project Ownership: If the bidder is offering solutions/products from other bidders/principals, as required in this RFP, they shall detail the responsibilities of the parties involved and also submit a letter of undertaking from the parties mentioning their consent and assurance for satisfactory performance of the project. The bidder must specify any and all relationships with third parties in respect of the ownership and also maintenance & support of all hardware and software related to Cash Dispensers, which are relevant to this RFP. Ownership letter by the bidder to be submitted (Undertaking letter by the bidder taking the ownership of the project execution in case third party also involved in project execution either fully or partially. The bidder shall also submit the ownership certificate issued by the third party clearly mentioning the extent of ownership) The bidder should submit an undertaking letter that they will provide necessary hardware with latest product and software with latest version and any third party licenses with latest version required for the implementation of the solution. The charges for the above should be factored in Bill of Material (BOM), otherwise the Bid is liable for rejection. Changes in the BOM by the bidder will also be liable for rejection. The Bidder also to submit a certificate/Letter from OEM that the proposed Architecture, Hardware, OS, any other related software and the solution offered by the bidder to the Bank are correct, viable, technically feasible for implementation and the solution will work without any hassles in all the locations and can be integrate and interoperate with Bank’s existing CBS Software. 31 Acceptance of Offer: The Bank reserves its right to reject any or all the offers without assigning any reason thereof whatsoever. The Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. The bank reserves the right to re-tender. The bidder including those, whose tender 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 tenders, even though the Bank may elect to modify/withdraw the tender. 32 Right to Alter Quantities: In the event of changes in plans of the Bank, Bank reserves the right to increase or decrease the quantum of purchase by 25% in respect to the quantity specified in this tender at the same rate arrived at on the Terms and Conditions of this Tender.

Page 26: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 26 of 90

33 Award of Contract: The bidder whose Commercial bid is accepted by the Bank will be referred to as the selected bidder and Bank will notify the name of the selected bidder by display in the Notice Board of the Bank. The contract shall, be awarded and the order shall be placed on selected L1 Bidder. Bank releases the order either in Full or in part or place more than one order towards the contract based on project plan. The selected bidder shall submit the acceptance of the order within seven days from the date of receipt of the order. No conditional or qualified acceptance shall be permitted. The effective date for start of provisional contract with the Selected Bidder shall be the date of acceptance of the order by the bidder. Bank reserves its right to consider at its sole discretion the late acceptance of the order by selected bidder. The period of contract shall commence from the date of execution of the contract by the bidder till the successful completion of the warranty. D.TERMS AND STIPULATIONS. 34 Effective Date: The effective date shall be date of acceptance of the order by the selected bidder. However, the bidder shall submit the acceptance of the order within seven days from the date of receipt of order. The Bank reserves the right to consider the late acceptance of the order, if any, at its discretion. 35 Project Execution: The Bank and the selected bidder shall nominate a Project Manager each immediately on acceptance of the order, who shall be the single point of contact for the project at Bangalore. However, for escalation purpose, details of other persons shall also be given. The project manager nominated by the bidder should have prior experience in implementing similar project. Project Kick-Off meeting should happen within 7 days from the date of acceptance of purchase order. The selected bidder shall submit a detailed Project Evaluation and Review Technique (PERT) chart on acceptance of the Order. The Bidder shall submit a Weekly progress report to the Bank on the progress in installation/commissioning of the solution as per format, which will be made available to the selected bidder. 36 Execution of Agreement: Within 21 days from the date of acceptance of the Order, the selected bidder shall sign a stamped “Contract Agreement” with the Bank at the time, place and in the format prescribed by the Bank. Failure to execute the Contract Agreement makes the EMD liable for forfeiture at the discretion of the Bank and also rejection of the selected Bidder. The Contract Agreement shall include all terms, conditions and specifications of RFP and also the Bill of Material and Price, as agreed finally after Bid evaluation and negotiation. The Contract shall be executed in English language in one original, the

Page 27: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 27 of 90

Bank receiving the duly signed Original and the selected Bidder receiving the photocopy. The contract shall be valid till all contractual obligations are fulfilled. 37 Delivery, Installation & Commissioning and Acceptance: Delivery of CD/ATM and equipments at all sites should be within Three weeks (including holidays at respective CD/ATM location) from the date of intimation by the Bank specifying the locations. However, if the delivery is not effected as per the clause on account of any reasons attributable to the Bank, the bidder shall provide evidence to such effect, acknowledged by the respective CD/ATM location of the Bank. Non-compliance of the above delivery clause will result in imposing penalty at 0.50% per week or part thereof, on the total invoice value of the items to be delivered to branch / location wise. Please note that no extra charge/ tax will be paid for those locations where road permit is required. Vendor only has to arrange for road permit at his cost. It will be the sole responsibility of the vendor to submit any form required for release of shipment from the check post. Installation and commissioning at sites including software configuration, integration should be completed within Two Weeks (including holidays at respective CD/ATM location) from the date of delivery of CD/ATM equipment if the site is ready for installation or from the date on which site is made ready and communicated accordingly to the selected bidder by the Bank. Non-compliance of the above installation clause will result in imposing penalty at 0.50% per week or part thereof, on the invoice value branch / location wise. After delivery / installation of the New Cash Dispenser, the old/damaged/vandalised ATM/Cash Dispenser has to be removed from the site within a week time and commence/follow destruction process as mentioned in clause 6 above. 37.1 Acceptance by the Bank: The schedule of activities towards completion of Acceptance test is given below: The Acceptance Test Procedures (ATP) to demonstrate the feature, quality and capabilities of the CD and all equipment supplied and installed by the bidder shall be finalized on mutual agreement with the selected bidder after signing the contract agreement. The ATP shall demonstrate features, qualities and capabilities of CD solutions as committed in the bid and as agreed upon after final evaluation, by the selected bidder. The CD shall be accepted within 7 days of successful working from the date of installation, commissioning and on successful completion of Acceptance Test Procedures (ATP). The acceptance tests shall be conducted for each CD separately. Pending completion of acceptance tests, the bank reserves the right to use the system and such usage shall not be construed as acceptance of the system by the selected bidder.

Page 28: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 28 of 90

Completion of Acceptance test: Immediately on successful installation and commissioning, the vendor shall ensure that, all the ATP documents reach the CD site in time. If the delay as per the clause is attributable to the Bank and the Bidder has delivered all the deliverables and installed /commissioned as per the terms of this RFP, though the ATP has been done subsequently, it is deemed to have been accepted CD/Equipments after 7 days of installation commissioning. Reasons for delay in conducting the ATP, either attributable to the Bank or the Bidder, shall be specifically recorded in the ATP document and duly authenticated by the Bank officials of respective CD location. Commissioning of the CD & Other Equipments will be deemed as complete only when the same is accepted by the Bank in accordance with the Terms & Conditions of this RFP. Bank reserves the right to change/modify locations for supply of the items. In the event of any change/modification in the locations where the CD & Other Equipments items are to be delivered, the bidder in such cases shall deliver, install and commission at the modified locations at no extra cost to the Bank. However if the CD & Other Equipments items are already delivered, and if the modifications in locations are made after delivery, the bidder shall carry out installation and commissioning at the modified locations and the Bank in such cases shall bear the shifting charges/arrange shifting. The Warranty/AMC should be applicable to the altered locations also. The Installation will be deemed as incomplete if any component of the CD & Other Equipments is not delivered or is delivered but not installed and / or not operational or not acceptable to the Bank after acceptance testing / examination. In such an event, the Supply, Installation and Commissioning will be termed as incomplete and system(s) will not be accepted and the warranty period will not commence. The installation will be accepted only after complete commissioning of CD & Other Equipments. The Bank will not arrange for any Road Permit / Sales Tax clearance for delivery of CD & Other Equipments to different locations and the Vendor is required to make the arrangements for delivery of CD & Other Equipments to the locations as per the list of locations /items provided from time to time by the Bank. However, the Bank will provide letters / certificate regarding placing of order / authority to the Vendor, if required. 38 Pre-Dispatch Inspection (PDI): The Bank and/or its nominated officials/consultants may carry out pre-dispatch inspection of all ordered equipment or any part thereof before delivery. On account of PDI, there will not be any change in delivery terms and conditions. However the bank will have the discretion to conduct PDI. The selected bidder shall inform his readiness for pre-dispatch inspection at least 7 days in advance. Inspection of the ordered equipment to be supplied to the Bank shall be carried out at bidder’s site/facility. There shall not be any additional charges payable by the Bank for such inspection. However, the Bank will have the discretion to recover the costs related to travel and stay of its staff/consultants from the bidders if the ordered equipment offered for inspection are not as per the Bank’s order or if the vendor fails to comply with the test and inspection procedure.

Page 29: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 29 of 90

39 . Penalty / Liquidated Damages: Penalty for delay in Delivery and Installation of Hardware and Software in all Locations. Non-compliance of the above delivery & installation clauses 37 will result in imposing penalty (0.50% on delay in delivery and 0.50% on delay on installation) per week or part thereof, on the invoice value location/office address wise. However the total LD to be recovered under this clause shall be restricted to10% of the total value of Cash dispenser at the respective location. Penalty / Liquidated Damages for non-performance: If the specifications of the RFP are not met by the bidder during various tests, the bidder shall rectify or replace the same at bidders cost to comply with the specifications immediately to ensure the committed uptime, failing which the Bank reserves its right to reject the items. The Penalty / liquidated damages shall be deducted / recovered by the Bank from any money due or becoming due to the bidder under this purchase contract or may be recovered by invoking of Bank Guarantees or otherwise from bidder or from any other amount payable to the bidder in respect of other Orders. All the above Penalty / LDs are independent of each other and are applicable separately and concurrently. Penalty / LD is not applicable for the reasons attributable to the Bank and Force Majeure. 40. Pricing & Payments: The Price offered to the Bank must be in Indian Rupees and inclusive of Duties/Insurance/Freight / charges of road permit but Exclusive of all taxes CST / LST / VAT/Octroi/Entry Tax/ Local Body Tax, etc. The Vendor has to quote the applicable taxes separately. The item value along with CST/VAT should be claimed in the invoice, location wise and CST/VAT will be paid in actual at our end to the maximum of taxes indicated in the Bill of Material. Octroi / Entry Tax, if applicable, will also be paid / reimbursed at our end centrally on production of original payment receipt from the respective location where the items were delivered. The Octroi /Entry Tax will have to be claimed separately by submitting the original Octroi/entry tax paid receipt, location wise and it should be claimed along with delivery & installation payment. No escalation in price quoted is permitted for any reason whatsoever. Prices quoted must be firm till the completion of the contract including warranty period. From the date of placing the order till the delivery of the systems, if any changes are brought in the duties such as excise/customs etc., by the Government resulting in reduction of the cost of the systems, the benefit arising out of such reduction shall be passed on to the Bank. Applicable Taxes will be paid at actual to the maximum of taxes indicated in the Bill of Material. If there is any delay in delivery of the hardware ordered on account of the Bidder, then any increase in tax rate has to be borne by the bidder. However if any decrease in the tax rates, then the taxes at actual will be paid.

Page 30: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 30 of 90

If any of the deliverable product, mainly, Hardware, Software, services / Support etc. has both VAT and Service Tax, Bank will pay only VAT for Goods Component of Hardware/ Software and Service Tax for Service Component of Hardware/Software. The Goods Component + Service Component should be limited to 100% of the Cost Price of Hardware/ Software. 41. Payment Terms: Payment schedule will be as under:

Sl No

Payment Type

Percentage of Payment

Condition/Remarks

1 Delivery 50% On delivery

2 Installation, commissioning and removal of old/damaged/vandalized ATM/cash Dispenser

20% On installation, commissioning and removal of old/damaged/vandalized ATM/Cash Dispenser from the site

3 Acceptance 20% On completion of the acceptance test

4 Warranty 10% After completion of warranty period of three year. 10% of the total cost shall be paid only after completion of warranty period of 3 years or on submission of a bank guarantee for equivalent amount by the vendor after releasing 20% Acceptance payment.

Please note that Delivery Proof, Installation Report and Acceptance Report duly signed by Bank officials of the respective branch/office should be submitted in originals while claiming payment in respect of orders placed. The Bank shall finalize the installation and Acceptance format mutually agreed by the bidder. The bidder shall strictly follow the format of Bank and submit the same for each location wise while claiming installation and acceptance payment. The payments will be released through NEFT / RGTS and the Selected Bidder has to provide necessary Bank Details like Account No., Bank’s Name with Branch, IFSC Code etc. 42. Security Deposit / Performance Bank Guarantee: The successful bidder should submit a Security Deposit / Performance Guarantee for 10% of total value of the contract within 15 days from the date of acceptance of the Order. If the Security Deposit /Performance Guarantee is not submitted within the time stipulated above, penalty at 0.50% for each completed calendar week of delay or part thereof on the cost of the order will be deducted from the delivery payment or from any other payments for the delay in submission of Bank Guarantee. The total penalty under this clause shall be restricted to 5% of the total order value. Security Deposit should be submitted by way of DD drawn on Canara Bank payable at Bangalore OR Bank Guarantee may be obtained from any of the Scheduled Banks (other than Canara Bank). However it should be as per the bank’s format.

Page 31: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 31 of 90

Security Deposit/Performance Bank Guarantee should be valid for 3 years and shall be retained till the completion of warranty period. The guarantee should also contain a claim period of Three months from the last date of validity. The selected bidder shall be responsible for extending the validity date and claim period of the Bank guarantees as and when it is due, on account of incompletion of the project and warranty period. The security deposit / bank guarantee will be returned to the bidder on completion of Warranty Period. The Bank shall invoke the Bank guarantee before the expiry of validity, if work is not completed and the guarantee is not extended, or if the selected bidder fails to complete his obligations under the contract. The Bank shall notify the selected bidder in writing before invoking the Bank guarantee. 43. Order Cancellation / Termination of Contract: The Bank reserves its right to cancel the entire / unexecuted part of the Purchase Order at any time by assigning appropriate reasons and recover expenditure incurred by the Bank in the event of one or more of the following conditions:

Delay in delivery beyond the specified period for delivery.

Serious discrepancies noted in the items delivered.

Breaches in the terms and conditions of the Order.

Non satisfactory performance of the Solution during implementation.

Failure to implement / integrate the Solution as per the requirements of the Bank. In addition to the cancellation of purchase order, the Bank reserves its right to invoke the Bank Guarantee or foreclose the Security Deposit given by the bidder towards non- performance/non-compliance of the terms and conditions of the contract, to appropriate towards damages. Bank shall serve the notice of termination to the bidder at least 30 days prior, of its intention to terminate services during Warranty & AMC period (If contracted). 44. Local Support: The bidder should be capable of meeting the service & support standards as specified in this tender. Service support should be available as given below: The bidder shall provide Warranty and AMC support [if contracted] during office Hours on all Bank Working days of the year for all the locations. Response Time and Meantime to Restore [MTTR] Response Time shall be 2 hours for State Capitals/UTs and a response time of 4 hours for other CD locations. The MTTR shall be 4 hours. However penalty shall be applicable as per uptime clause. 45. Software, Drivers and Manuals: The bidder shall supply along with each item, all the related documents, Software Licences and necessary media of the software loaded in the hardware without any additional cost. The media and documents shall be in English. These will include but not restricted to User Manual, Operation

Page 32: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 32 of 90

Manual, Other Software and Drivers etc. All related documents, manuals, catalogues and information furnished by the bidder shall become the property of the Bank. 46. Training: The Bidder shall provide user level training for a minimum of 2 and a maximum of 4 employees of the Bank identified by the Bank, at each CD site, without any additional cost to the Bank 47. Uptime: The bidder shall guarantee a 24x7 availability with monthly uptime of 99.50% for each CD and other equipment as specified in ANNEXURE-10, during the period of the Contract and also during AMC, if contracted, which shall be calculated on monthly basis. The "Uptime" is, for calculation purposes, equals to the Total contracted hours in a month less Downtime. The "Downtime" is the time between the Time of Failure and Time of Restoration within the contracted hours. "Failure" is the condition that renders a customer unable to perform any of the defined functions on the CD/Equipment. "Restoration" is the condition when the selected bidder demonstrates that the CD/Equipments is in working order and the Bank acknowledges the same. If the Bidder is not able to attend the troubleshooting calls on CD working due to closure of the branch/non-availability of access to the CD ante-room, the response time/uptime will be taken from the opening of the branch for the purpose of uptime calculation. The Contractor shall provide all monthly uptime reports at the end of warranty period before claiming AMC, if contracted. The Downtime calculated shall not consider any failure due to bank, third party and Force Majeure. The percentage uptime is calculated on monthly basis as follows: (Total contracted hours in a month – Downtime hours within contracted hours) ______________________________________________________________ X 100 Total contracted hours in a month If the bidder fails to guarantee the required uptime, the Bank shall, for every half percent or part thereof decrease in guaranteed monthly uptime for each CD/equipment, impose penalty as mentioned below.

Sl. No.

Uptime Penalty for every half percent or part thereof decrease in guaranteed monthly uptime for each CD/equipment

1 Below 97% Rs. 500/- for every reduction in %

The maximum penalty levied per location shall not be more than the AMC amount payable, if contracted, for the location per quarter. If monthly uptime is less than 90%, the Bank shall levy penalty as above and shall have full right to terminate the contract under this RFP or AMC, if contracted. The right of termination shall be in addition to the above extension period and penalty.

Page 33: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 33 of 90

The above penalty shall be applied for each CD/Equipment separately and the total penalty shall be calculated cumulatively and shall be deducted from any payments due to the bidder (including AMC payments) or will be recovered directly from the bidder. 48. Data Security The bidder shall submit a technical write-up on the features relating to Encryption/Decryption of Data of all CDs/Equipment. Any special Security features or any special security utilities available shall be indicated separately. The total CD operation, transfer of data on the network between CDs and Switch, shall be in encrypted mode. For link security the Bank proposes to use encryption available on Routers. The bidder can offer hardware and/or software product, if any, which can be used for data security as an integral part of other devices. Both the primary and back-up link to Off-site CDs shall be protected by encryption/decryption. The Bidder shall confirm that the security encryption standard of Triple DES offered is meeting VISA/Master/NPCI security standard. 48.1. Anti Virus. CD OS and application software should be protected with necessary hardening tools. The same should be upgraded as a part of warranty/AMC services. The vendor would be responsible for timely applying/loading of all the software patches, loading of new screens in all the individual CDs during the warranty and AMC period. This job has to be done as a part of warranty and AMC support services, without any extra cost/visit charges. Bidder shall ensure ATM software is OS hardened and with firewall restricted. 49. Site and infrastructure The bidder shall indicate the site preparation requirements for installation in terms of the size and weight of the System/sub-system (space required), operating temperature and relative humidity, dust level, power requirement (stabilizer, UPS, isolation transformer), cabling, electrical grounding (earthing), grouting requirement, floor/ceiling type, requirement of false floor/ceiling, etc., separately for each CD/equipment. Load on power and heat dissipation for each CD/equipment shall also to be mentioned. The CD shall be operable in 230V AC power supply, (+20% to -35%), Single phase 45-55 Hz AC power supply. The specification for earthing proposed to be clearly mentioned in the bid and it should be as per the standard. The bidder shall offer UPS and other power conditioning equipments as per the Technical specification in ANNEXURE-10 at each location. The bidder shall offer to supply UPS and related batteries of reputed make from Companies conforming to ISO 9001-2000 Standards and the product should be certified by any one of the following: 1.CEIL (Certificate Engineers International Limited) 2.PDIL (Projects and Development India Limited – Govt. of India organization).

Page 34: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 34 of 90

The bidder shall offer CAT 6 UTP cabling including Information outlet/ patch cord/ connectors/ adapters/port interfaces / other interfaces/ PVC conduits / casing / capping / pipe as required to interface CD/equipment with the branch Host. All the necessary cables/connectors/ shall be quoted for the above types of equipment. The Bidder shall ensure proper grouting of the CD to the floor at each CD location. The CD area to be dug out to build a 6” thick concrete platform with reinforced concrete. Bolts have to be fixed into the concrete and install CD on the bolts. This will ensure that the CD machine is safe from any burglary or theft. Bank can permit to grout the CD with anchor fasteners without digging the floor if required. The technical specification of CD is detailed in ANNEXURE–10. The Bidder shall submit their Technical Bid indicating the compliance or otherwise to the conditions in the RFP. The bidder shall furnish the response time for each defined function of CD, for each configuration as per ANNEXURE–10 separately. 50. Warranty: The entire equipments / hardware (including OS) & software deployed for this project shall be under Comprehensive Onsite Warranty covering all parts of CD/other equipment/software, maintenance or support for its proper operation, performance and output as specified in the tender technical specifications for a period of 36 months from the Date of acceptance by the Bank. 51. Annual Maintenance Contract: The bidder shall offer a comprehensive Annual Maintenance support of the CD/Equipments, after successful completion of the warranty period. Such support shall be on a 24x7 basis on all days of the year including holidays. The bidder shall offer AMC for a minimum period of 5 years from the date of expiry of warranty. If the bidder fails to offer AMC for 5 years then the bid is liable for rejection. The Bank shall not pay any separate AMC charges on any software supplied and installed to meet the requirements of this RFP. The Bank reserves right to enter into AMC for one or more years after expiry of Warranty at the finalized price and terms. The bidder shall detail the conditions of AMC including Preventive and Corrective maintenance in the Technical Bid. The bidder shall submit a list of spares covered and not covered under AMC. The price for each part/component not covered under AMC to be furnished. The Bank will pay AMC charges after the end of warranty period. Such payment shall be released quarterly in arrears. Loading of Infobase Agent, changing of IP address, cassette configuration, changing of combination lock password, viewing and taking backup of video surveillance images should be done as part of maintenance support at the request of the Bank. In case of requirement of reloading of Infobase agent, the bidder has to carry out the same without any additional cost to bank. The bidder shall provide Service support on all days of the year on a 24x7 basis, including holidays. The bidder shall submit the call log-in procedures, preventive and break down/corrective maintenance procedures, diagnostic/test procedures and escalation procedure for maintenance of

Page 35: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 35 of 90

CD/ATM/equipments offered during Warranty and AMC, if contracted. The bidder shall detail the first-level maintenance to be done by the Bank's official for the CD/ATM/Equipments, if any. All repair and maintenance services described herein shall be performed by qualified maintenance engineers totally familiar with the equipment. Bank shall arrange to maintain appropriate environmental conditions related to temperature, power supply, dust within the acceptable limits required for the equipment. It shall be responsibility of the bidder to monitor such environmental conditions and bring to the notice of Bank well in advance to arrange for such rectifications. AMC Payment will be made quarterly in arrears after satisfactory completion of service during the period and submission of reports and invoices. The Bank shall have the option to terminate the service contract at any time during the contract period by giving a written notice of 30 days, without assigning any reason thereof. However, the selected bidder shall commit himself to service for a minimum period of 5 years, unless the service contract is terminated by the Bank and the selected bidder will have no right to terminate the contract within this period. During the Warranty and AMC period, the Bidder should extend the On Site Service Support. The scope of Warranty and AMC shall include:

Fixing the Cash Dispensers problems

Upgradation, supply, installation and implementation of upgraded versions of software (updates /upgrades)

Rectification of Bugs/defects if any

Maintenance of Hardware/Software

Reinstallation of firmware/software, whenever required. The AMC charges shall be paid after completion of warranty period. Such payment shall be released quarterly in arrears. The bidder shall submit the preventive maintenance activity report, service call report, downtime report duly certified by bank’s official along with payment claim letter. Bank will calculate the uptime and impose penalty as per uptime clause. However total penalty shall be restricted to 25% of quarterly AMC claiming value. Downtime report should be collected from the respective locations duly certified by Bank’s officials. In case of any disputes in downtime, it should be resolved amicably/mutually agreed upon. However the bidder shall submit the necessary proof that the failures are not on account of hardware/software of the Cash Dispenser. It may be noted that the Bank reserves the right to demand performance Bank Guarantee to the tune of 10% of the value of the Purchase Order, if AMC charges quoted by the bidder are abnormally low (below 5% of the cost). The Bank has discretion to consider such offer or for seeking clarification from the bidder to decide for consideration. This Bank Guarantee will be towards contractual/AMC obligations of the bidder. Bidder shall quote the charges of AMC as per the Bill of Material (ANNEXURE-17).

Page 36: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 36 of 90

52. Scope Involved During Warranty and AMC Period During the period of contract up to completion of Warranty and also during annual maintenance (if contracted), the bidder shall do the following: Any engineering changes/ minor upgradations applicable to the Hardware shall be communicated to the Bank by the Bidder within a period of one month from the date of release/observation. It shall be supplied, installed and commissioned free of cost by the bidder. The bank reserves the right to procure the update/enhancement/system software upgrade and at an extra cost, if the software is not under Warranty and AMC. Any software support like update/enhancement/software upgrade etc. as defined below released till the completion of warranty and during annual maintenance (if contracted) shall be supplied, installed and commissioned free of cost by the bidder. However, any such software support like update/ enhancement/upgrade shall be communicated to the Bank by the Bidder within a period of one month from the date of release. The Bank reserves the right to procure the update/enhancement/ System software upgrade and at an extra cost, if the software is not under warranty and AMC. If any software and Hardware upgrades and updates provided by the OEM as free of cost, it should be provided and installed & configured by the selected bidder during Warranty and AMC support [If contracted]. Any corruption in the Software or media shall be rectified during the full period of the contract including Warranty and AMC, if contracted, at no extra cost to the Bank. The system spare parts/services, as and when required, and complete maintenance of the System during warranty period and AMC (if contracted), shall be supplied / supported for a period not less than 5 years from the date of acceptance of the System by the Bank. Service Support is defined specifically as helpdesk, update/enhancement, upgrade, technical guidance, technical consultancy, enablement of features and functionality, problem solving and troubleshooting, providing technical solution, rectification of bugs, enabling features of the software already provided, providing additional user controlled reports, Changes in configuration & settings, device configuration, enabling parameterized features, future product information, migration, manpower resource allotment for pre-planned activity, co-ordination for changes in structure, etc. The support shall be given in person or through telephone, FAX, letter and E-mail within a reasonable time as the case may be. In future, if any configuration changes are required in the Cash Dispenser, it should be done by the bidder during warranty and AMC period [if contracted]. However bank will intimate the bidder well in advance for doing such configuration changes. Configuration changes may be done either centrally or remotely. However If bidder personnel required at the remote place as informed by the Bank, the bidder should arrange the personnel to make such configuration / cooperation at the respective location. However in case the bidder has any concerns, it should be informed to the bank in writing with reason for taking appropriate/ amicable/ mutually agreed on decision in the matter. The Bank reserves the right to modify/update the parameter files/configuration with required awareness of its consequences and any such modification/ updation will be recorded for information of the selected bidder without any impact on the media as per OEM descriptions.

Page 37: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 37 of 90

Only licensed copies of software shall be supplied and ported for the Cash Dispensers. The bidder shall grant an irrevocable perpetual license to the Bank to use the software. Further, all software supplied shall be of latest version. The Bidder shall also give an undertaking as a part of this contract to provide technical consultancy and guidance for successful operation of the Cash Dispensers and its expansion in future by the Bank during the warranty and AMC period (if contracted). The said undertaking letter shall be submitted along with the bid, otherwise, the bid is liable for rejection. Preventive maintenance shall be compulsory during Warranty and AMC period [if contracted]. Preventive maintenance activity should be completed every quarter and report should be submitted to the bank. Preventive maintenance activity should take care of physical verification, device configuration verification, device health checkup, cleaning of devices, fine-tuning the configuration, security checkup, verification of bugs/patches, etc. The preventive maintenance report format shall be prepared by bank, the bidder shall strictly follow the format of bank and submit the same for each location while claiming AMC payment if contracted. The image/video data stored on hard disk should be periodically taken as backup on media provided by the Bank and handed over to the concerned branch. The bidder shall provide centralized complaint booking facility to the bank and the dash board, if available, shall be provided to the Bank. The method of booking complaints shall be E-mail, Toll-free no, on line portal, web, etc. Escalation matrix should be provided for support, technical, project, etc. as per ANNEXURE-14 During AMC period [If contracted] Bank may, by notice of not less than 30 days in writing to the bidder, modify or delete either any location or all location, either partial items or all items of the contract. 53. Spare Parts: The vendor shall make available the spare parts, components etc. for the systems for a minimum period of 5 years, after warranty and AMC period. If any of the peripherals / components is not available during the warranty /AMC period, the substitution shall be carried out with peripherals/components of equivalent or higher capacity. 54. Consumables: Bank shall consider the following as consumables viz., Catridges, Ribbons Paper Rolls, Purge bin and Cassettes. E.GENERAL CONDITIONS: 55. Mean Time Between Failures (MTBF): If during the warranty period and AMC period [If contracted], any hardware and/or software items fails on four or more occasions in a quarter, such hardware items shall be replaced by equivalent / superior new hardware items by the bidder at no additional cost to the Bank.

Page 38: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 38 of 90

56 Defect liability In case any of the supplies and equipment delivered under the Contract are found to be defective as to material and workmanship and / or not in accordance with the requirement, and/or do not achieve the guaranteed performance as specified herein, the bidder shall forthwith replace/make good such defective supplies at no extra cost to the bank without prejudice to other remedies as may be available to the bank under the contract. 57 Intellectual Property Rights: Bidder warrants that the inputs provided shall not infringe upon any third party intellectual property rights, including copyrights, patents and other intellectual property rights of any nature whatsoever. Bidder warrants that the deliverables shall not infringe upon any third party intellectual property rights, including copyrights, patents and other intellectual property rights of any nature whatsoever. The bidder should ensure that the Hardware and Software supplied to the Bank shall not infringe the third party intellectual property rights, if any. The bidder has to ensure that third party rights are not infringed even in case of equipment /software supplied on behalf of consortium as bidder. In the event that the Deliverables become the subject of claim of violation or infringement of a third party’s intellectual property rights, bidder shall at its choice and expense: [a] procure for Bank the right to continue to use such deliverables; [b] replace or modify such deliverables to make them non-infringing, provided that the same function is performed by the replacement or modified deliverables as the infringing deliverables; or [c] if the rights to use cannot be procured or the deliverables cannot be replaced or modified, accept the return of the deliverables and reimburse bank for any amounts paid to bidder for such deliverables, along with the replacement costs incurred by Bank for procuring an equivalent equipment in addition to the penalties levied by Bank. However, Bank shall not bear any kind of expense, charge, fees or any kind of costs in this regard. Notwithstanding the remedies contained herein, the bidder shall be responsible for payment of penalties in case service levels are not met because of inability of the bank to use the proposed solution. The indemnification obligation stated in this clause apply only in the event that the indemnified party provides the indemnifying party prompt written notice of such claims, grants the indemnifying party sole authority to defend, manage, negotiate or settle such claims and makes available all reasonable assistance in defending the claims [at the expenses of the indemnifying party]. Notwithstanding the foregoing, neither party is authorized to agree to any settlement or compromise or the like which would require that the indemnified party make any payment or bear any other substantive obligation without the prior written consent of the indemnified party. The indemnification obligation stated in this clause reflects the entire liability of the parties for the matters addressed thereby. The bidder acknowledges that business logics, work flows, delegation and decision making processes of Bank are of business sensitive nature and shall not be disclosed/referred to other clients, agents or distributors of Hardware/Software. 58 Roles & Responsibility during Project Implementation All tools, tackles, testing instruments, consumables, vehicles, etc., as required during all operations such as transport, installation, testing, commissioning maintenance during warranty and AMC etc.,

Page 39: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 39 of 90

shall be provided by the Bidder at no extra cost to the Bank for completing the scope of work as per this RFP. The selected Bidder shall take all steps to ensure safety of theirs and the bank’s personnel during execution of the contract and also be liable for any consequences due to omission or act of the selected bidder or theirs sub-bidders. The bidder shall also ensure cleanliness of the site (work area) during execution of the contract. The bidder should take all care not to hamper the working of the offices. Any interruption in the offices has to be foreseen by the bidder and the same has to be brought to the notice of the Bank in writing and only on approval by the Bank, the bidder shall proceed ahead. The bidder shall always take prior permission of the premise in-charge of the Bank before starting any work. The selected bidder shall supply identity cards to all their employees scheduled to work in the bank’s premises and formally submit request letter to the bank’s official for permitting access. The bidder shall abide by the security rules & procedures of the bank. Any requirement of working after office-hours and on holidays of the bank shall be foreseen and a request in writing shall be made to the bank in advance and obtain permission from the bank. In case any damage of Bank’s property during execution of work is attributable to the bidder, bidder has to replace the damaged property at his own cost. The selected bidder has to execute an Undertaking of Authenticity for Hardware items as per ANNEXURE-11. 59 Indemnity: The bidder shall keep and hold the Bank indemnified and harmless from time to time and at all times against all actions, proceedings, claims, suits, liabilities (including statutory liability), penalties, demands, charges, costs (including legal costs) and expenses, damages, losses and any other expenses which may be caused to or suffered by or made or taken against the Bank arising out of:

The breach, default or non-performance of undertakings, warranties, covenants or obligations by the bidder;

Any contravention or Non compliance with any applicable laws, regulations, rules, statutory or legal requirements by the bidder;

Further, the bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any law pertaining to patent, trademarks, copyrights etc. or such other statutory infringements in respect of Cash Dispenser supplied by them.

All indemnities shall survive notwithstanding expiry or termination of the contract and bidder shall continue to be liable under the indemnities.

Bidder’s aggregate liability shall be subject to an overall limit of the total Cost of the project.

The limits specified above said clause shall not apply to claims made by the Bank/third parties in case of infringement of Intellectual property rights or for claims relating to the loss of damage to real property and tangible personal property and for bodily injury or death and in these cases the liability will be unlimited.

60 Inspection of Records:

Page 40: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 40 of 90

Bank at its discretion may verify the records or appoint third party for verification of records including Hardware, Software provided to the Bank and the vendor shall extend all cooperation in this regard. 61 Assignment: The vendors shall not assign to any one, in whole or in part, it’s obligations to perform under the RFP/contract, except with the Bank’s written consent. If the Bank undergoes a merger, amalgamation, take-over, consolidation, reconstruction, change of ownership etc., this RFP shall be considered to be assigned to the new entity and such an act shall not affect the rights of the Vendor under this RFP. 62 Publicity: Any publicity by the bidder in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank. 63 Insurance: The Hardware to be supplied will be insured by the bidder against all risks of loss or damages from the date of shipment till such time, the same is delivered, installed and commissioned at site and handed over to the Bank/Office. Certificates of the “Comprehensive Insurance Cover” will be submitted to the Bank for verification / examination and record, if required. 64 Guarantees: The bidder should guarantee that the hardware items delivered to the Bank are brand new, including all components. In the case of software, the bidder should guarantee that the software supplied to the Bank includes all patches, upgrades/ updates etc., and the same are licensed and legally obtained. All hardware and software must be supplied with their original and complete printed documentation. 65 Confidentiality and Non-Disclosure The bidder shall take all necessary precautions to ensure that all confidential information is treated as confidential and not disclosed or used other than for the purpose of project execution. Bidder shall suitably defend, indemnify Bank for any loss/damage suffered by Bank on account of and to the extent of any disclosure of the confidential information. The bidder shall furnish an undertaking as given in ANNEXURE-8. 66 Amendments to the Agreement: Once contract agreement and AMC agreement [If AMC contracted] are executed with the bidder, no amendments or modifications of Agreement and no waiver of any of the terms or conditions hereof shall be valid or binding unless made in writing.

Page 41: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 41 of 90

67 General Contract Agreement Conditions: Neither Bank nor Bidder shall assign any rights or obligations herein without obtaining the prior consent of the other Party. No forbearance, indulgence, relaxation or inaction by any Party [Bank or Bidder] at any time to require the performance of any provision of Agreement shall in any way affect, diminish, or prejudice the right of such Party to require the performance of that or any other provision of Agreement. No waiver or acquiescence of any breach, or any continuing or subsequent breach of any provision of Agreement shall be construed as a waiver of any right under or arising out of Agreement or an acquiescence to or recognition of any right and/or any position other than that expressly stipulated in the Agreement. All remedies of either Bank or Bidder under the Agreement whether provided herein or conferred by statute, civil law, common law, custom, or trade usage, are cumulative and not alternative may be enforced successively or concurrently. If any provision of Agreement or the application thereof to any person or Party [Bank/Bidder] is or becomes invalid or unenforceable or prohibited by law to any extent, this Agreement shall be considered divisible as to such provision, and such provision alone shall be inoperative to such extent and the remainder of the Agreement shall be valid and binding as though such provision had not been included. Further, the Parties [Bank and Bidder] shall endeavor to replace such invalid, unenforceable or illegal provision by one that is valid, enforceable, and legal and achieve substantially the same economic effect as the provision sought to be replaced. If during the term of Agreement, the performance in whole or in part by either Party [Bank/Bidder] of any obligations under the Agreement is prevented or delayed by reason of war, destructive act of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemic, quarantine restrictions, strikes, lock-outs, or acts of god (hereinafter referred to individually as an “Event” the notice of happening of which shall be given by either Party to the other within seven days of the date of occurrence of such Event), neither Party [Bank nor Bidder] shall be entitled to terminate this Agreement nor have any claim for damages against the other by reason only of such non-performance or delay in performance. None of the provisions of Agreement shall be deemed to constitute a partnership between the Parties [Bank and Bidder] and neither Party [Bank nor Bidder] shall have any right or authority to bind the other as the other’s agent or representative and no Party shall be deemed to be the agent of the other in any way. Agreement shall not be intended and shall not be construed to confer on any person other than the Parties [Bank and Bidder] hereto, any rights or remedies herein. Agreement shall be executed in English language in 1 (one) original, the Bank receiving the duly signed original and bidder receiving the duly attested photocopy. Contract/Service Level Agreement (SLAs) and Non disclosure Agreement (NDA) will have to be executed with the Bank with uptime guarantee clause for all installations.

Page 42: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 42 of 90

68 Negligence: In connection with the work or contravenes the provisions of General Terms, if the selected bidder neglects to execute the work with due diligence or expedition or refuses or neglects to comply with any reasonable order given to him in writing by the Bank, in such eventuality, the Bank may after giving notice in writing to the selected bidder calling upon him to make good the failure, neglect or contravention complained of, within such times as may be deemed reasonable and in default of the said notice, the Bank shall have the right to cancel the Contract holding the selected bidder liable for the damages that the Bank may sustain in this behalf. Thereafter, the Bank may make good the failure at the risk and cost of the selected bidder. 69 Responsibility for Completeness: The bidder shall ensure that the Solution provided [Hardware/Software/Middleware etc] meets all the technical and functional requirements as envisaged in the scope of the RFP. The bidder is required to customize the software/develop interface as per Bank’s requirement either at Bank’s site or at off site. The bidder shall deliver, install the equipment and port the software, customize and arrange for user acceptance test at bidder’s cost as per accepted time schedules. The bidder is liable for penalties levied by Bank for any deviation in this regard. The bidder shall provide for all tools, testing instruments, drivers, consumables required to install, customize and test the software without any further charge, expense and cost to Bank. Any supplies and services which might not have been specifically mentioned in this tender but are necessary for installation, testing, commissioning, performance or completeness of the order, shall be provided / made available as per the time schedule for smooth and efficient operation and maintenance of the system under Indian condition. The Bidder shall be responsible for any discrepancies, errors and omissions in the drawings or other information submitted by him irrespective of whether these have been approved, reviewed or otherwise accepted by the bank or not. The bidder shall take all corrective measures arising out of discrepancies, error and omission in drawings and other information as mentioned above within the time schedule and without extra cost to the bank. 70 Responsibilities of the Bidder. By submitting a signed bid/response to this RFP the Bidder certifies that:

The Bidder has arrived at the prices in its bid without agreement with any other bidder of this RFP for the purpose of restricting competition.

The prices in the bid have not been disclosed and shall not be disclosed to any other bidder of this RFP.

No attempt by the Bidder to induce any other bidder to submit or not to submit a bid for restricting competition has occurred.

Each Bidder must indicate whether or not they have any actual or potential conflict of interest related to contracting services with CANARA BANK. In case such conflicts of interest do arise, the Bidder must indicate the manner in which such conflicts can be resolved.

Page 43: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 43 of 90

The Bidder represents and acknowledges to the Bank that it possesses necessary experience, expertise and ability to undertake and fulfill its obligations, under all phases involved in the performance of the provisions of this RFP. The Bidder represents that all software and hardware to be supplied in response to this RFP shall meet the proposed Bidder solution requirements. The Bidder shall be required to independently arrive at a solution, which is suitable for the Bank, after taking into consideration the effort estimated for implementation of the same. If any services, functions or responsibilities not specifically described in this RFP are an inherent, necessary or customary part of the deliverables or services and are required for proper performance or provision of the deliverables or services in accordance with this RFP, they shall be deemed to be included within the scope of the deliverables or services, as if such services, functions or responsibilities were specifically required and described in this RFP and shall be provided by the Bidder at no additional cost to the Bank. The Bidder also acknowledges that the Bank relies on this statement of fact, therefore neither accepting responsibility for, nor relieving the Bidder of responsibility for the performance of all provisions and terms and conditions of this RFP, the Bank expects the Bidder to fulfill all the terms and conditions of this RFP. 71 Force Majeure: The bidder shall not be liable for default or non-performance of the obligations under the contract, if such default or non-performance of the obligations under this contract is caused by any reason or circumstances or occurrences beyond the control of the bidder, i.e. Force Majeure. For the purpose of this clause, “Force Majeure” shall mean an event beyond the control of the bidder, due to or as a result of or caused by acts of God, wars, insurrections, riots, earth quake and fire, events not foreseeable but does not include any fault or negligence or carelessness on the part of the bidder, resulting in such a situation. In the event of any such intervening Force Majeure, the Bidder shall notify the Bank in writing of such circumstances and the cause thereof immediately within five calendar days. Unless otherwise directed by the Bank, the Bidder shall continue to perform / render / discharge other obligations as far as they can reasonably be attended / fulfilled and shall seek all reasonable alternative means for performance affected by the Event of Force Majeure. In such a case, the time for performance shall be extended by a period (s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the Bank and the Bidder shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the Bank shall be final and binding on the Bidder. 72. Corrupt And Fraudulent Practices As per Central Vigilance Commission (CVC) directives, it is required that Bidders /Suppliers / Contractors observe the highest standard of ethics during the procurement and execution of such contracts in pursuance of this policy:

Page 44: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 44 of 90

"Corrupt Practice" means the offering, giving, receiving or soliciting of any thing of values to influence the action of an official in the procurement process or in contract execution AND

"Fraudulent Practice" means a misrepresentation of facts in order to influence a procurement process or the execution of contract to the detriment of the Bank and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Bank of the benefits of free and open competition.

The Bank reserves the right to reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

The Bank reserves the right to declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

73. Resolution of Disputes: All disputes and differences of any kind whatsoever, arising out of or in connection with this Offer or in the discharge of any obligation arising under this Offer (whether during the course of execution of the order or after completion and whether beyond or after termination, abandonment or breach of the Agreement) shall be resolved amicably. In case of failure to resolve the disputes and differences amicably the matter may be referred to a sole arbitrator mutually agreed upon after issue of at least 30 days notice in writing to the other party clearly setting out there in the specific disputes. In the event of absence of consensus about the single arbitrator, the dispute may be referred to joint arbitrators; one to be nominated by each party and the said arbitrators shall appoint a presiding arbitrator. The provisions of the Indian Arbitration and Conciliation Act, 1996, shall govern the arbitration. The venue of arbitration shall be Bangalore, INDIA. 74. Modification/Cancellation Of RFP: The bank reserves the right to modify/cancel/re-tender without assigning any reasons whatsoever. The bank shall not incur any liability to the affected bidder(s) on account of such rejection. Bank shall not be obliged to inform the affected bidder(s) of the grounds for the Bank's rejection. 75 . Jurisdiction of the Court: All disputes and controversies between Bank and Bidder shall be subject to the exclusive jurisdiction of the courts in Bangalore and the parties agree to submit themselves to the jurisdiction of such court this RFP/contract agreement shall be governed by the laws of India. DEPUTY GENERAL MANAGER

Page 45: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 45 of 90

ANNEXURE-1 Checklist Vendors to verify the checkpoints and ensure accuracy of the same before submission of the bid.

ANNEXURES ( To be submitted with Part A- conformity to eligibility criteria)

No DESCRIPTION

1 Checklist

2 Eligibility Criteria Declaration

3 Technical Bid Covering Letter Format

4 Bid Covering Letter Format

5 Authorization Letter Format

6 Applicant’s Profile

7 Details of Offices/Branches/Service Centers

8 Non-Disclosure Agreement

9 Track Record of Past 3 Years in Implementation of Cash Dispensers

ANNEXURES ( To be submitted with Part B-Technical Proposal)

10 Technical Specifications for Cash Dispensers

11 Undertaking of Authenticity for Supply of Cash Dispensers and other Items

12 Compliance Statement

13 Undertaking Letter Format

14 Escalation Matrix

15 Manufacturer/Authorized Distributor in India Form

ANNEXURES ( To be submitted with Part-C -Commercial Bid)

16 Covering Letter for Commercial Bid

17 Bill of Material, Table -I , Table-II and Table-III

Checked for accuracy Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation

Page 46: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 46 of 90

No.

Annexure-1: Other Clauses Vendor Response [Yes/No]

Page No. at which details are enclosed

1 Whether Cost of the Tender document (Demand Draft payable at Bangalore) is submitted along with the Part A-Conformity to Eligibility Criteria?

2 Whether EMD / Bank guarantee Submitted in the Part A- Conformity to Eligibility Criteria?

3 Whether the Bid is authenticated by authorized person? Copy of Power of Attorney or Authorization letter from the company authorizing the person to sign the bid document to be submitted in Part A-Conformity to Eligibility Criteria

4 Whether Call log in Procedure, Preventive and Break down/Corrective Maintenance is provided?

5 Whether all pages are authenticated with signature and seal (Full signature to be affixed and not initials).Erasures / Overwriting / Cutting / Corrections authenticated Certification / Undertaking is authenticated?

6 Whether address of Office on which order has to be placed is indicated in ANNEXURE-6

7 Whether ensured that, the Hardware/Software Items quoted are not End Of Life/End Of Support?

8 Whether ensured that, the separately sealed envelopes containing Part A-Conformity to Eligibility Criteria, Part B-Technical Proposal and Commercial Bid for Supply, Installation, Commissioning & Maintenance of Cash Dispensers at Various Branches in our Bank are placed and sealed in another big envelope super scribed as per RFP instructions. The Name of the Bidder and Due date of the RFP is specified on the top of the envelope.

9 Whether replica of price Bid is enclosed in Part B-Technical Proposal masking the price?

10 Whether the following clause is agreed? If any of the deliverable product, mainly, Hardware, software, Service/Support etc. has both VAT and Service Tax, the bidder has to indicate the Goods component with percentage of VAT and Service Component with service Tax involved. The Goods Component + Service Component should be limited to 100% of the Cost Price. For example, if Goods Component is 60% then, the Service Component cannot be more than 40%.

Page 47: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 47 of 90

11 Whether ensured Indexing of all Document submitted with page numbers?

12 Ownership letter by the bidder (Under taking letter by the bidder taking the ownership of the project execution in case third party also involved in project execution either fully or partially. The bidder shall also submit the ownership certificate issued by the third party clearly mentioning the extent of ownership)

13 Whether replica of Price Bid ( Masked price bid) as per Bill of Material is submitted in Technical-Part-B.

14 The bidder should submit an undertaking letter that they will provide necessary hardware with latest product and software with latest version and any third party licenses with latest version required for the implementation of the solution. The charges for the above should be factored in Bill of Material (BOM), otherwise the Bid is liable for rejection. Changes in the BOM by the bidder will also be liable for rejection.

15 The Bidder also to submit a certificate/Letter from OEM that the proposed Architecture, Hardware, OS, any other related software and the solution offered by the bidder to the Bank are correct, viable, technically feasible for implementation and the solution will work without any hassles in all the locations and can be integrate and interoperate with Bank’s existing CBS Software.

Vendors to verify the above checklist and ensure accuracy of the same before submission of the bid. Checked for accuracy Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

The Authorization letter as per format ANNEXURE-5 is to be carried in person and shall not be placed inside any of the bid covers.

Ensure

Page 48: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 48 of 90

ANNEXURE-2 Eligibility Criteria Declaration The Deputy General Manager Canara Bank Transaction Banking Wing Naveen Complex M G Road: BANGALORE SUB: RFP for “Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement” Ref; Your RFP 02/203-14 dated 23/01/2014 We have carefully gone through the contents of the above referred RFP and furnish the following information relating to Eligibility Criteria.

No ELIGIBILITY CRITERIA as per RFP Clause No.4

BIDDER RESPONSE Documents Submitted

1 The Bidder should be a registered Company in India as per Indian Companies Act, 1956.

2 The bidder should be having a turnover of minimum Rupees 100 Crores & above per year during last three financial years.

3 The bidder should have positive net worth for the last three years financial years

4 The bidder should have executed order/s for at least 2000 ATMs/CDs in India during last three financial years.

5 The bidder should have experience of supply, installation and maintaining of Cash Dispensers/ATMs minimum of 300 ATM/CDs during any of the last three years through a single order in any scheduled Bank in India.

6 The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India and should be in the business of supplying, installing and commissioning of CDs/ATMs in India for last three years as on 31.12.2013. An authorization letter from manufacturer to this effect should be furnished. This letter should specify that in case authorized representative is

Page 49: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 49 of 90

not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer will provide the same

7 The bidder should have network of service centres / franchises at Metro, Urban places in India. List of service centre / franchises with full details of Name, Address / Telephone Numbers should be attached

8 The production unit/factory of the brand of ATM/Cash Dispensers being quoted should be ISO 9001:2000 certified. If the production units are outside India, it should meet equivalent International standards.

We confirm that the information furnished above is true and correct. We also note that, if there are any inconsistencies in the information furnished above, the bid is liable for rejection. Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 50: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 50 of 90

ANNEXURE-3 Technical Bid Covering letter Format The Deputy General Manager Canara Bank Transaction Baking Wing Naveen Complex M G Road: BANGALORE SUB: RFP for “Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement” Ref: Your RFP 02/203-14 dated 23/01/2014 We have carefully gone through the contents of the above referred RFP and furnish the following information relating to Technical Bid/Specification.

Sl No

Particulars Details to be furnished by the Bidder

1 Technical specification as per ANNEXURE-10

2 Name of the Bidder

3 E-mail address of contact persons

4 Details of: Description of business and business background Service profile & Client profile

5 Approach and methodology for the proposed scope of work along with illustrative deliverables.

6 Details of similar assignments executed by the bidder during the last three years in India ( Name of the Bank, time taken for execution of the assignments and documentary proof from the Bank are to be furnished)

7 Mention Make & Model of the item/equipment is mentioned with corresponding brochures write ups.

8 List of applicants major customers in last 3 years and details as below may be taken: Name and complete postal Address of the customer. Name, designation, Telephone , Fax, Telex Nos., e-mails and address of the contact person(customer) Nature & Description, Staff consultancy work ordered by the customer during 3 years. Whether reference letter enclosed.

9 Details of inputs/requirements required by the

Page 51: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 51 of 90

bidder to execute this assignment.

10 Conformity to the obtaining of various certificates/bench mark testing standards for the items quoted to meet the intent of the RFP

11 Conformity regarding back to back arrangements with third party hardware software for providing continuous and un-interrupted support to meet SLA obligations as per RFP Terms.

Declaration: We confirm that we will abide by all the terms and conditions contained in the RFP. We hereby unconditionally accept that Bank can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of bidders. All the details mentioned by us are true and correct and if Bank observes any misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations. Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………

Page 52: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 52 of 90

ANNEXURE-4 Bid Covering letter format Reference No: Date: The Deputy General Manager, Canara Bank, Transaction Banking wing, Naveen Complex , 86 M G Road, Bangalore – 560 001 Karnataka Dear Sir, Sub : RFP for “Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement” Ref : Your RFP 02/203-14 dated 23/01/2014 Having examined the tender document including all Annexures / Appendices the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply, install, commission & Maintain Cash Dispensers in conformity with the said tender in accordance with the schedule of prices indicated in the commercial offer and made part of this offer. If our offer is accepted we are ready to supply the required quantity as per purchase order. We undertake to complete delivery of materials within 2 weeks from the date of receipt of the site readiness letter from the Bank. Also, we undertake to complete installation, configuration and commissioning of the delivered Hardware & Software and complete all the works specified in the Scope of Work at the bank branch/office within 2 weeks from the date of delivery of all the materials for each ordered locations. We also undertake to remove/take back the old/damaged/vandalized ATM/Cash dispenser from the site with a week time after installation, commissioning of the new Cash dispenser and follow/commence destruction process as per E-waste management guidelines issued by Ministry of Environment & Forests, Government of India. If our offer is accepted, we undertake to provide Technical consultancy / Service support / Guidance for the devices supplied as per the above referred RFP, during three years warranty as well as 5 years AMC, if contracted. We enclose a Demand Draft /Bank Guarantee in lieu of EMD for Rs. 1,50,00,000/- in favour of Canara Bank as EMD. We agree to abide by this offer till 6 calendar months from the date of opening of Commercial Bid last day for submission of offer (Bid) and for such further period as mutually agreed between the bank and successful bidder, and agreed to in writing by the bidder. We also agree to keep the Earnest Money Deposit/Bank Guarantee in lieu of EMD during the entire validity period of the tender. However if we withdraw our offer within the said validity period, you shall have the right to forfeit the EMD/invoke the Bank Guarantee in lieu of EMD, without reference to us. We agree to abide by and fulfill all the terms and conditions of the tender and in default thereof, to forfeit and pay to you or your successors, or authorized nominees such sums of money as are stipulated in the

Page 53: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 53 of 90

conditions contained in tender together with the return acceptance of the contract for reverse auction services. We enclose a list of clients in India (giving their full addresses) where we have implemented Cash Dispensers. We accept all the Instructions, Technical Specifications, Terms and Conditions and Scope of Work of the subject RFP. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive without assigning any reason whatsoever. Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 54: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 54 of 90

ANNEXURE-5 Authorization letter format (To be presented by the authorized person at the time of Technical / Commercial Bid Opening on the letter head of Bidder and should be signed by an Authorised Signatory with Name and Seal of the Company) Ref No: Date: The Deputy General Manager, Canara Bank, Transaction Banking Wing, Naveen Complex, 86 M G Road, Bangalore – 560 001 Karnataka Dear Sir, Sub : RFP for “Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement” Ref : Your RFP–02/203-14 dated xx/01/2014 This has reference to your above RFP. Mr./Miss/Mrs. ________________________________________is hereby authorized to attend the bid opening of the above RFP on _________________ on behalf of our organization. The specimen signature is attested below: _________________________________ Specimen Signature of Representative _________________________________ Signature of Authorizing Authority _________________________________ Name & Designation of Authorizing Authority NOTE: This Authorization letter is to be carried in person and shall not be placed inside any of the bid covers.

Page 55: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 55 of 90

ANNEXURE-6 Applicant’s Profile

Sl. No Particulars Details

A Company / Supplier Profile- If the bidder is not manufacturer

1. Name of the Suppliers/Firm / Company

2. Constitution

3. Date of Establishment/Incorporation

4.

Address (Order to be placed on which Office) Registered Office Corporate Office

5.

Telephone No FAX No E-mail Address Website

6.

Sales Turnover from IT related business. 2009-2010 2010-2011 2011-2012

7. Domestic Customer Base (Number of Clients where Cash Dispensers/ATMs implemented in India)

8.

Service Net Work (Number of Service Centers in ) North India South India East India West India Central India Our PAN number for Income Tax is _______________________. We are registered with the Sales Tax/Service Tax authorities and our registration numbers are as follows. Sales Tax/VAT Registration Number is _____________________. Service Tax Registration Number is ______________________. Our Bank Details Name and Style of Bank Account Name of the Bank and Branch address Account Number RTGS / NEFT Code

B. Manufacturer’s Profile-if bidder is manufacturer

1. Name of the Manufacturing Company

2. Constitution of the Manufacturing Company

Page 56: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 56 of 90

3. Date of Establishment/Incorporation of the Manufacturing Company

4. Address of the Manufacturing Company Registered Office Corporate Office

5.

Telephone No FAX No E-mail Address Website

6.

Nature of Relationship of your company with the Manufacturing Company. Subsidiary of the Manufacturing Company/Division of Manufacturing Company/Sole Distributor/Non Exclusive Distributor/Agent/Others Please Specify

7. Experience of the Manufacturing Company in Implementation of Cash Dispensers/ATMs

8.

Our PAN number for Income Tax is _______________________. We are registered with the Sales Tax/Service Tax authorities and our registration numbers are as follows. Sales Tax/VAT Registration Number is _____________________. Service Tax Registration Number is ______________________. Our Bank Details Name and Style of Bank Account Name of the Bank and Branch address Account Number RTGS / NEFT Code

Signature of the Authorised Signatory with date & seal [Note: These details should be on the letter head of Bidder and should be signed by an Authorised Signatory with Name and Seal of the Company]

Page 57: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 57 of 90

ANNEXURE-7 Details of Offices/ Branches /Service Centers

Sl. No

Place Postal Address

Contact Details (including Name of In charge and his contact no. email etc)

Service Facilities Available (Describe)

No. of Engineers

Jurisdiction

1

2

3

4

5

6

7

Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 58: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 58 of 90

ANNEXURE-8 Non-Disclosure Agreement (To be given on the Company’s Letter Head) WHEREAS, we, _______________________________________________________________, having Registered Office at __________________________________, hereinafter referred to as the Bidder, are agreeable to provide IT Infrastructure services to Canara Bank, having its registered office at 112, J C Road, Bangalore -2 hereinafter referred to as the BANK and, WHEREAS, the Bidder understands that the information regarding the Bank’s IT Infrastructure shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and WHEREAS, the Bidder understands that in the course of submission of the offer for “Supply, Installation & Commissioning of Cash Dispensers at Various Branches in our Bank” and/or in the aftermath thereof, it may be necessary that the Bidder may perform certain jobs/duties on the Banks properties and/or have access to certain plans, documents, approvals or information of the BANK; NOW THEREFORE, in consideration of the foregoing, the Bidder agrees to all of the following conditions, in order to induce the BANK to grant the Bidder specific access to the BANK’s property/information. The Bidder will not publish or disclose to others, nor, use in any services that the Bidder performs for others, any confidential or proprietary information belonging to the BANK, unless the Bidder has first obtained the BANK’s written authorization to do so. The Bidder agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the Bidder for the purpose of submitting the offer to the BANK for the said solution, will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK. The Bidder shall not, without the Bank’s written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the Bidder for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance. Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 59: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 59 of 90

ANNEXURE–9 Track Record of Past three year in Implementation of Cash Dispensers

Sl. No.

Name and complete Postal Address of the Customer (Purchaser)

Name, Designation, Telephone, Fax, Telex Nos., e-mail address of the contact person (customer)

Nature and Description, Quantity of Goods supplied by the customer during last 3 years

Value of Goods supplied in last 3 years

1) Reference Letter to be Enclosed 2)Purchase Orders to be enclosed for the above References

1 2 3 4 5 6

(Enclose necessary documentary proof) Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 60: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 60 of 90

ANNEXURE-10 Technical Specifications for CDs Supply, installation and commissioning of Cash Dispensers: Bank’s Reference Code: Cash Dispensers of Lobby Model (Front Loading)

Note: 1. The Bidder shall specifically mention the make and model of the items offered for all the

requirements in terms of RFP without fail, failing which the Bid is liable for rejection. 2. If the Bidder feels that certain features offered are superior to what has been specified by

the Bank, it shall be highlighted separately. Information regarding any modification required in the proposed configuration to meet the intent of the specifications and state-of-the-art technology shall be provided. However, the Bank reserves the right to adopt the modifications / superior features suggested/offered.

3. The Bidder shall provide all other required equipments and services, whether or not explicitly mentioned in this RFP, to ensure the intent of specification, completeness, operability, maintainability and upgradability of the network.

4. The selected bidder shall own the responsibility to demonstrate that the products offered are as per the specification/performance stipulated in this RFP and as committed by the bidder either at site or in his works without any extra cost to the Bank.

Name of the Vendor: Make: Model:

Sl no.

FEATURE SPECIFICATION/CONFIGURATION COMPLIANCE YES/NO

REMARKS

1. MODEL Lobby model CD compatible to conventional UPS and solar UPS

2. PROCESSOR Processor-Intel Pentium or Atom or any other equivalent processor or higher, with minimum clock speed of 1.60 GHz or higher.

3. MEMORY(RAM) 2 GB DDR2 or higher (Upgradable to 4 GB)

4. HARD DISK DRIVE Minimum 160 GB X 2 SATA HDD or above.

5. INTERNAL DVD WRITER (R/W)

22x and above speed with controller card

6. OPERATING SYSTEM AND CONTROLLING SOFTWARE

Bidder to provide windows 2007 licenses and complete the installation work using Windows XP. The upgradation to Windows 2007 at each of the CD shall be carried out at a later date without any additional cost to the Bank. Compatible with Base24 Switch Connectivity VSAT/Leased line/ISDN/CDMA technology Reversal Message of Transactions. Multi-lingual software for customer display apart from Hindi and English Remote retrieval of Journal particulars electronically Should support checking transactions for Hot

Page 61: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 61 of 90

cards, Warm Cards, Expired Cards, Skimmed Cards, Account type, and service restriction, online or offline mode. 100 Mbps Ethernet controller At least one serial + minimum 3 USB ports with at least 2 in the front side Remote login facility for such utilities like Remote load of Screens, to shutdown/start Cash Dispenser to make Cash Dispenser clear fitness etc. Trace features (provide log file for all messages received and sent by Cash Dispenser. Especially in net worked conditions, log should provide information from where the message is received and to which the message sent) CD should be preloaded with XFS/equivalent software and should be capable of running multi vendor software without hardware & operating system changes.

7. CURRENCY CHEST

UL certified (UL 291 level 1 and above standard) and certificate should be in force Resistance to Fire/Water/Temperature Provision for external alarm system The CDs must have alarm system with sensors capable to monitor the following: Chest Door Status, Duress Status, Temperature status, Vibration status, and Burglary Alarm. There must be a mechanism by which these alarms can be connected to a hooter or LED indicators, kept away from the CDs.

8. CURRENCY CHEST LOCKING SYSTEM

Dual combination electronic locking system with capability of having one time combination option and audit trail without any hardware change. Mention Model:

9. DISPENSER Mention type of technology: vaccum/friction technology Mode: (stalk and present/Bunch) Can dispense old/new/mixed currency Delivery speed: (not less than 4 notes per second) Delivery notes it dispenses at a time: (should not be less than 40 notes at a time) Note retraction facility/feature by CD should be disabled. Capable of diverting non-ATM fit notes.

Page 62: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 62 of 90

10. CURRENCY CASSETTE

Four currency cassettes. Can dispense any denomination of Indian currency Rupees 100/ 500/1000. Capacity: Not less than 2500 pieces per cassette Compatibility: Old/New/Mixed currency Latching facility is required. The Cassette shall be compatible for Cassette Swap implementation One purge Bin Should have sensor to send message low-cash supply to the Switch centre

11. PRINTERS Customer: Either Thermal or dot-matrix Journal: Thermal/Dot-matrix along with EJ functionality Customer/Journal Printer rolls should have sensor to indicate low supply to the Switch centre. Should cut and present the Transaction slip to the card holder through the customer receipt slot. Whether graphic image is supported

12. KEY PAD 16 keys and above Type: Privacy in operation of key board with key guard. The CD should have PIN Pad Shield covering all three sides to avoid shoulder surfing or capture by the external camera. Metallic stainless steel/Poly carbonate PIN PAD. All CDs must have PCI compliant Encrypting Pin Pad (EPP) and 3 DES double length keys for protecting the PIN data. Rear view mirrors should allow CDs users to see what is happening behind him when he/she enters the PIN (Shoulder surfing). All CDs should have rear mirrors covering majority area of CD site.

13. OPERATIONAL KEYS

Eight Keys Type:

14. CARD READER with EMV/PCI-

Dip card reader with media entry indicator having capability to read magnetic strip track 1

Page 63: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 63 of 90

DSS compliant & 2 Compatible with VISA/Master/Rupay/Credit/Debit card/Kisan Credit Card any other Domestic and International standard Cards/ etc., Should be Hybrid card reader technology having capability to read both Smart Card and Magnetic card (with latest version EMV Compliant as per the requirement of VISA/MASTER/Regulatory requirement and standards and update/upgrade version as and when released without any additional cost to the Bank). Software/Firmware License for using the smart card on CD.

15. DES CHIP Triple DES enabled: (3 DES Chip with encryption and validation software. Should hold all the hardware and software to enable at any time)

16. DISPLAY MONITOR TO CUSTOMER

10” and above LCD or LED Colour Display (message display in multi lingual: local language, Hindi and English) Ability to add Flash messages on welcome loop screens and all screens as requested by Bank. The CDs should have Privacy screen filter to enable the view of the CD Screen only to the customer standing in front of the CD.

17. Support to Physically/ Visually challenged

Suitability for visually challenged (with audio support). Braille stickers on all devices as per requirement to support visually challenged. (Refer ANNEXURE-18) Suitable for wheel chair based operation for Physically challenged.

18 EDJC Compatible for remote Electronic Data Capture of Journal.

19. PROTOCOLS Should support TCP/IP or any other protocol introduced in future. Should support IPv6 also.

20. CD CABINET Should hold all the hardware for making above specified activities Like processors/Ports/Netware Interface Cards etc.

21. CD FUNCTIONALITY

Should be mechanically and electrically capable of functioning 24x365 basis. The ATM should support for Audio for enabling transactions to Visually Impared person. Required.wav file shall be provided by the

Page 64: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 64 of 90

Vendor and load the same in the selected CDs. CD should operational in a wide range of temperature and humidity conditions. Temperature : 10 to 40 degree Celsius. Humidity: 20% to 80%

22. POWER Mention power consumption in idle state in KVA only. Mention minimum UPS rating required in KVA only. Power and telecommunications cabling carrying data or supporting CD services should be protected from interception or damage. CD vendors should follow stringent guidelines and best industry practices to protect the systems from unauthorized access and wire-tapping.

23. SYSTEM HARDENING/TERMINAL SECURITY

All CDs should be adequately hardened. Only white listed necessary services should run on the machines. No malware including viruses, worms & Trojans enter the machine and affect the CD and the network. All CDs should be PA-DSS Compliant.

24. FINGER PRINT READER

STQC certified finger print scanner for biometric enabled payment System in the fascia.

25. OTHERS A complete write up on the security features of the Cash Dispensers shall be attached.

a

Should be capable of Audio guidance in all Nine languages (The required .WAV files to be provided by the Vendor.

b The CD should be capable to support Bio-metric functions and integrated with the Bank`s Biometric solution without any additional cost of the Bank.

c The software required for connecting the CD to the existing Base 24 Switch to be provided by the bidder.

d The bidder shall provide required mesh to cover the holes available in the CD to prevent the rat/lizards entering into the CD/equipment.

e The CD shall be properly grouted as defined in scope of work.

f Latest version EMV Compliant as per the requirement of VISA/MASTER/Regulatory requirement and standards and update/upgrade version as and when released without any additional cost to the Bank

Page 65: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 65 of 90

26 DIGITAL VIDEO SURVEILLANCE SYSTEM

The Digital Video Surveillance System which shall be the integral part of the CD and shall have the following features: The system shall have minimum two cameras and at least one camera installed inside the CD. The camera shall be pilfer proof. The system shall capture the image of the cardholder while doing the transaction and the image shall have the clarity to identify the cardholder The system shall be capable of motion activation. The system should be able to store the images in a digital format for minimum 6 months at an average of 300 transactions per day. The vendor will be responsible for maintenance activities like taking backup and image retrieval. The backups should be taken during preventive maintenance and supervised by the vendor .The media for back up will be provided by the bank The system should provide the necessary interface to view the stored images on hard disk or external media. The system shall take care of extreme light conditions The system must capture the image and the transaction with time stamp The system shall provide for locating and retrieving an image or event by date and time, card number, transaction number and CDID. The hardware shall be integrated within the CD The solution must not degrade the performance of CD e.g., speed of normal transaction. The image/video data stored on hard disk should be periodically taken as backup on media provided by the Bank and handed over to the concerned branch. There should not be any loss of data due to space constraint. The data backup is to be monitored to ensure that there will not overwriting after the specified minimum period. At no point of time cameras should focus on CD key pad (mask must be implemented on the key pad area) and the camera images shall have timestamp by default.

27. BIOMETRIC KIT FOR THE CDS

27.1 CD configuration as above along with scanner and thumb/finger print scanning software. CDs should have functionality required for illiterate persons. Trilingual screen

Page 66: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 66 of 90

support and capable of Voice Guidance. 27.2. The CD will be connected to the switch. The switch will identify whether transaction is PIN based or Biometric. 27.3 The CD software should be capable to support the Biometric card in future and prompt for the finger scan and the scanned image to be sent to verification server for authentication and revert the message to the switch for further transaction. The biometric transactions should be supported by voice guidance system. 27.4 Biometric Kit 27.4.1 The Biometric Kit with industry standard latest version of scanner and thumb/ finger print scanner software. 27.4.2 CDs must have capability for making transactions, using Bank’s central biometric authentication/any other central authentication system, through switch of NPCI/UIDAI (Unique Identification Authority of India) or any other agency approved by the Bank. 27.4.3 Complete Biometric Kit including scanner, Audio Jack should be as per STQC standards.

28. FUNCTIONS

Cash withdrawal both inter and intra bank

Balance Enquiry

Cheque Book Request

Statement Request

PIN Change

Mini Statement Printing

Enable linking for 4 Accounts like SB, CA, OD, etc. Any other functionality decided by the Bank.

29 UPS Specifications

COMPLIANCE YES/NO

REMARKS

29.1

Technology

2 number of 1 KVA (1 + 1 under Hot standby) single phase input & output, on-line double conversion unit with facility for Automatic Switch Over to battery and Visa-Versa without any delay. The UPS

Page 67: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 67 of 90

should be compatible to SOLAR system also. Bank reserves right to add the solar systems in future as per the requirements Any break down or malfunctioning of Batteries, the same shall be replaced by the bidder without any additional cost to the bank during the warranty period of 3 years. Bank shall replace the 0Batteries only during AMC Period, if Contracted.

Microprocessor controlled high frequency PWM technology

29.2 INPUT

Nominal Voltage 230 V AC, [+20 % TO -35%], Single Phase

Nominal Frequency 45 Hz to 55 Hz

Input Power Factor > 0.95

29.3 RECITIFIER & CHARGER

Type PWM with Active power factor control

Nominal voltage regulation + / - 1 %

Ripple (without battery) < 1 %

Charging method Constant voltage constant current [CVCC]

29.4 BATTERY

No. of hours of backup

Minimum of 8 hours

Battery voltage Specify as per backup requirement

Type Sealed Maintenance Free [SMF]

Make, Model As per clause 51.3

Voltage, rating

Total VAH shall be 7900 VAH using batteries of same batch to ensure minimum 8 hours battery back up

The bidder shall supply suitable Racks to house the batteries.

29.5 OUTPUT

Power Capacity 1 KVA each

Load Power Factor 0.7 lag to unity within KVA & KW rating

Page 68: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 68 of 90

Nominal voltage 220 / 230 / 240 VAC, Single Phase [Stepless Adjustable]

Regulation For Balanced Load +/- 1 %

For 100% Unbalanced Load +/- 2 %

Frequency 50 Hz [+/- 0.25 Hz]. 50 Hz [+/- 0.25 Hz] in synchronous mode

Waveform True sine wave

Total Harmonic Distortion

<= 3 % Max for 100% Linear load; <= 5 % Max for 100% Non-Linear load

Overload capacity 125% for 5 min 150% for 60 Sec

Inverter IGBT based PWM True On Line with INSTANTANEOUS SINEWAVE CONTROL

Dynamic Response

For 0 to 100 % step load change, the output shall remain within +/- 5 % and recovers to 98 % within quarter cycle

Crest Factor 3:1

Duty Continuous

29.6 BYPASS STATIC SWITCH

Frequency synchronization band + / - 3 Hz

Slew Rate 0.1 Hz / Sec

Transfer [Inverter to Bypass] In sync mode - < 2 to 3 m sec

In async mode - < 10 m sec

Retransfer [Bypass to Inverter]

In sync mode -No break in retransfer

29.7 MANUAL BYPASS FACILITY To be provided

29.8 EFFICIENCY

[At full load & nominal input voltage]

Inverter Efficiency [DC to AC]

> = 90 %

Converter Efficiency [AC to DC] > = 90 %

Overall Efficiency > = 85 - 90 %

29.9 ENVIRONMENTAL

Page 69: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 69 of 90

Acoustic Noise level < 55 db

Ambient Temperature 0 to 50 Deg C

Storage Temperature -10 to 70 Deg C

Humidity Upto 95 %, RH, Non-condensing

Altitude < 1000 Mtrs, above sea level [ without derating]

29.10 PHYSICAL

Enclosure - Protection grade IP - 20 or High

Cooling Forced Air

Cable Entry Bottom

29.11 METERING / LCD Digital Display

Input voltage

Battery voltage

Output current [%]

Input current

Battery current

29.12 INDICATORS / ALARMS

Battery low pre-alarm

Battery low

Load on battery

UPS indicator

Battery status indicator

Load on Bypass

Inverter Faulty

Mains, Inverter, Output on Indicator & Others if any, specify

29.13 PROTECTIONS

Input under / over voltage

Rectifier over voltage

Rectifier over current

Battery low

Battery charging current limit

Output under voltage

Output over voltage

Output overload

Output short circuit

Inverter over temperature

Input bypass, battery circuit

Page 70: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 70 of 90

Breaker

29.14 ISOLATION TRANSFORMER

To be provided as an internal feature of the system at the input

29.15 TESTING STANDARDS

IEC 62040 - PART III or latest

29.16 STABILIZER One Stabilizer with 2 KVA [ Provide make, model, Technical specs., etc]

29.17 COMMUNICATION INTERFACE

Standard RS 232 port for Software Interface

Optional SNMP facility. However, Inbuilt provision to be available in the UPS

30 Earthing.

Earthing either chemical or Copper wire of 9 SWG and the 'end copper plate’, minimum size 8''x8'' and 2 mm thickness (depending upon the site condition). Earth and neutral should not be > 1 volt." In case of Copper Plate Earthing:- Earthing with copper plate 600 mm X 600 mm X 3mm thick including accessories, 20mm watering GI medium class pipe and providing masonary enclosure with cover plate having locking arrangement and watering pipe, charcoal or coke and salt etc complete as required. As per IS 3043 standards.

31 Stickers and Tips to CD/ATM users

31.1 The bidder shall provide 6 no. of necessary stickers for displaying in CD/ATM, ATM lobby door.

Date: Signature with Seal ………………….………………… Name: ………………………………………… Designation: ………………………………………………….

Page 71: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 71 of 90

ANNEXURE-11 Undertaking of Authenticity for Supply of Cash Dispensers and other items under buyback arrangement Sub: Supply of Cash Dispensers and other items. Ref : Your RFP–02/203-14 dated 23/01/2014 With reference to the Cash Dispensers & other items being supplied/quoted to your RFP Ref. No cited above, We hereby undertake that all the components/parts/assembly/software's used in the Cash Dispensers & other items under the above like Hard Disk, Monitors, Memory etc 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 are being used or shall be used. We also undertake that in respect of licensed operating system if asked for by you in the purchase order the same shall be supplied along with the authorized license certificate (e.g. Product Keys on Certification of Authenticity in case of Microsoft Window Operating System) and also that it shall be sourced from the authorized source (e.g. Authorised Microsoft Channel in case of Microsoft Operating System) Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of above undertaking at the time of delivery/installation. It will be our responsibility to produce such letters from our OEM supplier's at the time of delivery or within a reasonable time. In case of default and we are unable to comply with the above at the time of delivery or during installation, for the IT Hardware/Software already billed, we agree to take back the Desktops & other items 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 and service SLA as per the content even if there is any defect by our authorised service centre/Reseller/SI etc. Authorized Signatory (Not less than Company Secretary of the Organisation) Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 72: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 72 of 90

ANNEXURE-12 COMPLIANCE STATEMENT SUB: RFP–02/203-14 dated 23/01/2014 for Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement at Various Branches/offices. DECLARATION We understand that any deviations mentioned elsewhere in the bid will not be considered and evaluated by the Bank. We also agree that the Bank reserves its right to reject the bid, if the bid is not submitted in proper format as per subject RFP.

Compliance Description Compliance (Yes / No)

Remarks / Deviations

Terms and Conditions

We hereby undertake and agree to abide by all the terms and conditions including all ANNEXUREs, corrigendum(s) etc. stipulated by the Bank in this RFP. (Any deviation may result in disqualification of bids)

Technical Specifications

We certify that the systems/ services offered by us for tender confirms to the specifications (as per ANNEXURE-10) stipulated by you except the following deviations.

Scope of Work As detailed in the RFP

(If left blank it will be construed that there is no deviation from the specifications given above) Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: …………………………………………………

Page 73: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 73 of 90

ANNEXURE–13 Undertaking Letter Format We understand that Bank shall be placing Order to the Selected Bidder exclusive of taxes only and that all applicable Taxes like CST/VST/VAT/Service Tax will be paid at actual to the maximum of taxes indicated in this Bill of Material against production of invoice / bills. We understand that Bank will pay VAT only for Goods Component of Hardware/ Software and Service Taxes for Service Component of Hardware/Software. We also understand that the Goods Component + Services Component should be limited to 100% of the Cost Price. We confirm that we have quoted for post warranty AMC rates (as per terms and conditions of the tender), giving the rates/price in our Commercial Offer. We are agreeable to the payment schedule as per “Payment Terms” of the RFP. Date: Signature with Seal ………………….………………… Name: ………………………………………………………….. Designation: ………………………………………………….

Page 74: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 74 of 90

ANNEXURE-14 ESCALATION MATRIX Name of the Company: Delivery Related Issues:

Sl No Name Designation Full Office Address

Phone No.

Mobile No.

Fax Email address

First Level Contact

Second level contact (If response not received in 24 Hours)

Regional/Zonal Head (If response not recd in 48 Hours)

Country Head (If response not recd in One week)

Service Related Issues:

Sl No Name Designation Full Office Address

Phone No.

Mobile No.

Fax Email address

First Level Contact

Second level contact (If response not received in 4 Hours)

Regional/Zonal Head (If response not recd in 24 Hours)

Country Head (If response not recd in 48 Hours)

Any change in designation, substitution will be informed by us immediately. Signature Name of representative Designation Company Seal

Page 75: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 75 of 90

ANNEXURE-15 Manufacturer/Authorised Distributor in India Authorization Form [Note: This Format Letter should be on the letterhead of the manufacturing concern/Distributor and should be signed by an Authorised Signatory of the manufacturer/Authorised Distributor. This Format is for reference only. However should contain the Para 1, 2 & 3] No._____________________ dated_________________ The Deputy General Manager, Canara Bank, Transaction Banking Wing Naveen Complex 14 M G Road, Bangalore–560 001 Karnataka Dear Sir, Sub : RFP for “Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement” Ref : Your RFP–02/203-14 dated 23/01/2014 We _________________________who are established and reputed manufacturers of ____________________________having factories/development facilities at 1)_________and 2)__________do hereby authorise M/s_________________(Name and address of the Agent/Dealer) to offer their quotation, negotiate and conclude the contract with you against the above invitation for tender offer. We (Manufacturer/Indian Distributor) hereby extend our full guarantee and warranty as per terms and conditions of the tender and the contract for the solution, products/equipment and services offered against this invitation for tender offer by the above firm and will extend technical support and updates for our products for a period of 8 years from the date of submission of this tender. We (Manufacturer/Indian Distributor)also confirm that we will ensure all product upgrades ( including management software upgrades and new product feature releases ) are provided by M/s ……..for all the products quoted for and supplied to the bank during the three year product warranty period. In case this is not considered while quoting and in the event M/s …………. fail in their obligations to provide the upgrades within 30 days of release/announcement, we hereby confirm that we will provide the same to the bank at no additional cost to the bank and we will directly install the updates and upgrades and any new product releases at the bank’s premises. Yours faithfully (Name) For and on behalf of M/s--------------------------------

Page 76: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 76 of 90

ANNEXURE-16 Covering letter format for Commercial Bid [Note: This Covering letter should be on the letter head of Bidder and should be signed by an Authorised Signatory with Name and Seal of the Company] Reference No : Date : To The Deputy General Manager, Canara Bank, Transaction Banking Wing, Naveen Complex, 14 M G Road, Bangalore – 560 001 Karnataka Dear Sir, Sub: RFP for “Supply, Installation, Commissioning & Maintenance of Cash Dispensers under buyback arrangement at Various Branches/office. Ref : Your RFP–02/2013-14 dated 23/01/2014 We thank you for providing us an opportunity to participate in the subject RFP. Please find our commercial offer as per ANNEXURE- 17 Commercial bid format of the subject RFP along with this covering letter. We also confirm that we are agreeable to the payment schedule mentioned in the subject RFP. Dated this _________day of __________2013 Signature with Seal ………………….………………… Name: ……………………………………………………… Designation: …………………………………

Page 77: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 77 of 90

ANNEXURE- 17- Bill of Material COMMERCIAL BID [Note: These details should be on the letter head of Bidder and each & every page should be signed by an Authorised Signatory with Name and Seal of the Company] TABLE - 1 Price Details for required items: Price Details of Hardware / Software items required for implementation of Cash Dispensers: Amt. in Rs.

Sl. No.

Item Details - Specify the details of Hardware (including OS) with Specifications

Cost Price AMC * Total Cost per unit with AMC (Incl. of tax)

Qty Total Cost (Incl. of tax)

Unit Price with 3 year Comprehensive onsite warranty (Excl. of Tax) for Hardware & Software

Tax for Column A

Unit Price Incl. of tax

5 years AMC charges per item after warranty period (Excl. of Tax)

Tax for Column E

Total AMC for 5 years incl. of tax

A B % of tax

C Tax Amt.

D=A+C E F-% of Tax

G-Tax Amt

H=E+G I =D+H J K=(IxJ)

1

Cash Dispensers

484

2 UPS

484

3

Implementation charges including Grouting,Cabling and Earthing charges

484

4 Total Cost (1+2+3)

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

*****

*****

**********

****** *****

******

*********

***** ****

*Year wise breakup of AMC charges should be furnished in Table II. Date: Signature with Seal ………………….…………… Name: …………………………………………………….. Designation: …………………………………………….

Page 78: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

____________________________________________________________________________________ Canara Bank, DIT Wing, HO – RFP 02/2013-14 dated 23/01/2014. Page 78 of 90

Table –II Commercial Version – Post Warranty AMC Calculation Table ** Note: The Charges mentioned above in column 21 should tally with the charges mentioned under Price Details in column H of Table -I. Date: Signature with Seal ………………….…………………

Sl. No.

D E S C R I P T I O N

Post Warranty AMC Charges year wise

Grand Total of AMC

4th Year 5th Year 6th Year 7th Year 8th Year

AMC Charge (Excl. of tax)

Tax

Tax in Amt.

Total AMC (Incl. of tax)

AMC Charge (Excl. of tax)

Tax

Tax in Amt.

Total AMC (Incl. of tax)

AMC Charge (Excl. of tax)

Tax

Tax in Amt.

Total AMC (Incl. of tax)

AMC Charge (Excl. of tax)

Tax

Tax in Amt.

Total AMC (Incl. of tax)

AMC Charge (Excl. of tax)

Tax

Tax in Amt.

Total AMC (Incl. of tax) % % % % %

1 2 3 4=1+3

5 6 7 8=5+7

9 10 11 12=9+11

13 14 15 16=13+15

17 18 19 20=17+19

21=4+8+12+16+20

1 Cash Dispensers

2 UPS

3

Implementation charges including Grouting,Cabling and Earthing charges

Page 79: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 79 of 90

Name: ………………………………………………………….. Designation: ………………………………………………….

Page 80: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

____________________________________________________________________________________ Canara Bank, DIT Wing, HO – RFP 02/2013-14 dated 23/01/2014. Page 80 of 90

ANNEXURE- 17- Bill of Material TABLE – 3 Price Details of Old/Damaged/Vandalised ATM/Cash Dispenser

Description Unit price Quantity Total

Cost of Old/Damaged/Vandalised ATM

484

TABLE – 4 TOTAL COST OF OWNERSHIP

Sl.No Description Amount

A Total cost of New Cash Dispenser + UPS + Implementation charges as per Table 1

B Total cost of old/damaged/vandalized ATM/Cash dispenser as per Table 3

C Total cost of ownership = A-B

Page 81: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 81 of 90

ANNEXURE-18 Solution for Visually Impaired Persons The proposed solution must have the following capabilities / facilities :- Use of Text-To-Speech(TTS) technology. Use of pleasant TTS voices in Indian accent with lexicon adjustment if words are not announced correctly by TTS engine. Language Support : Multilingual support. To start two languages offered, English and Hindi both. ATM Usage for both Sighted and Disabled. No Special ATM Card. Own Bank as well as other banks ATM card usage possible. Also it is recommended that after starting with three key ATM operations (Cash Withdrawal, Balance Inquiry and PIN Change) bank is aiming to make available all ATM functions in accessible talking mode in a phase wise manner. Work flow for the proposed solution for Visually Challenged Persons. Customer plugs in the headphone into the ATM audio jack – talking mode is enabled. Welcome audio message. Languages choice Volume control adjustment through keypad (EPP). Hide or display option for ATM screens. Listen to orientation message or skip Repeat orientation message or continue Inset ATM Card Enter your PIN ATM transactions Cash Withdrawal Balance Enquiry PIN Change For Cash Withdrawal press X For Balance Enquiry press X For PIN Change press X (Here used X as keypad number mapping will depend on bank’s FDK options) Important feature required in the proposed solution:-

A visually challenged person should be able to operate an ATM machine independently for Cash withdrawal, Balance Enquiry and PIN change ATM operations.

Braille signages should be the part of ATM machine for locating ATM parts like card slot, cash dispenser, receipt printer, etc.

Person with Visual disability should be able to operate the ATM with through insertion of a headphone in an audio jack of ATM machine and able to complete the transaction with keyboard. Orientation for the using is ATM facility is also provided which can be skipped next time.

Keypad buttons orientation is to be provided so that a visually challenged person can easily find buttons like Cancel, Clear and Enter. Also these three function keys have distinct raised

Page 82: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 82 of 90

symbols so that a visually challenged user can feel and press a correct key. Keypad number pressed is supported by a beep sound.

Bilingual orientation of ATM machine. This important talking ATM feature is added in Canara Bank’s talking ATM so that a visually challenged person who is a first time user will get complete orientation of the ATM and can learn different keys and slots on his own. Orientation feature also has skippability so that in future an experienced visually challenged user can skip orientation and can person an ATM transaction directly.

A visually challenged user can choose in the beginning of his ATM operation are language choice, volume control, hide or display screen and orientation to the ATM machine.

Complete screen text and audio synchronization is to be provided.

Page 83: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 83 of 90

APPENDIX –A Instructions to be noted while preparing/submitting Part A- Conformity to Eligibility Criteria The Proposal should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be filed and paginated (serially numbered) with seal and signature of the authorized signatory.

Index of all the document submitted with page numbers.

Cost of Tender document by way of DD payable at Bangalore.

Earnest Money Deposit (EMD)/Bank Guarantee in lieu of EMD .

Power of Attorney / Authorisation letter signed by the Competent Authority with the seal of the bidder’s company / firm in the name of the person signing the tender documents.

Bidder's Covering letter.

Documentary proof in support of the Eligibility Criteria.

Profile of the Company / Firm.

Write up on the Work Experience / Expertise in Supply, Installation, and Commissioning of Cash Dispenserss.

Track record of Past Three year in Installation / implementation of Cash Dispenserss covering Name and addresses of major clients and email ids, telephone numbers (landline and mobile no), fax numbers of their contact executives etc.

The Bidders to furnish the details of their existing Offices / Branches/service centers supporting for Cash Dispensers.

APPENDIX-B Instructions to be noted while preparing/submitting Part B- Technical Proposal The Technical Proposal should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be filed and paginated (serially numbered) with seal and signature of the authorized signatory. Technical Offer for this RFP shall be made as under:

Index of all the document submitted with page numbers.

Compliance to Technical specifications should be complete with all the columns filled in.

Ownership letter by the bidder. (Undertaking letter by the bidder taking the ownership of the project execution in case third party also involved in project execution either fully or partially. The bidder shall also submit the ownership certificate issued by the third party clearly mentioning the extent of ownership.)

Undertaking letter by the bidder for providing technical consultancy, service Support and guidance during warranty support period and AMC (if contracted).

Manufacturer Authorization Form [MAF] for the Equipments / Hardware items Solution offered for Cash Dispensers.

Page 84: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 84 of 90

Compliance Table. This table must cover bidder’s response to all the Technical Specification, terms and conditions and Scope of Work specified in the offer document (Terms and Conditions).

Masked price bid of Bill of Material.

The Bidder to furnish the Comprehensive Solution Offered to the Bank detailing the

Proposed architecture,

Make & Model

Hardware/Software configuration including licenses

Any other details required for successful implementation of the Solution. The bidder should submit an undertaking letter that they will provide necessary hardware with latest product and software with latest version and any third party licenses with latest version required for the implementation of the Solution. The charges for the above should be factored in Bill of Material (BOM), otherwise the Bid is liable for rejection. Changes in the BOM by the bidder will also be liable for rejection. The Bidder also to submit a certificate / letter from OEM that the proposed Architecture, Hardware, OS, any other related software and the solution offered by the bidder to the Bank are correct, viable, technically feasible for implementation and the solution will work without any hassles in all the locations and can be integrate and interoperate with Bank’s existing CBS Software. Technical Documentation (Product Brochures, leaflets, manuals, drawings). A detailed list of the other Infrastructure required and any other precautions to be undertaken should be given in detail along with the Technical Proposal. Escalation Matrix

Page 85: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 85 of 90

APPENDIX-C Instruction to be noted while preparing/submitting Part C-Commercial Bid The commercial Bid should be made in an organized, structured, and neat manner. Brochures / leaflets etc., should not be submitted in loose form. All the pages of the submitted bids should be filed and paginated (serially numbered) with seal and signature of the authorized signatory. The suggested format for submission of commercial Offer for this RFP is as follows: 1. Bidder's Covering letter. 2. Commercial Version of Bill of Materials.

Page 86: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 86 of 90

APPENDIX-D Proforma of Bank Guarantee for Contract Performance (To be submitted on Non-Judicial stamp paper of appropriate value Purchased in the name of the issuing Bank) To : The General Manager, Canara Bank, Transaction Banking Wing, Naveen Complex, 86 M G Road BANGALORE WHEREAS (Name and address of M/s XXXX Ltd (hereinafter referred to as “the CONTRACTOR”) has undertaken to supply, transportation, transit insurance, local delivery, storage and installation insurance up to Acceptance by the bank, cabling, installation, commissioning and integration, Acceptance testing and also includes documentation, warranty, annual maintenance, if contracted, and training or demo of your personnel related to establishment of Cash Dispensers as per their Contract dated _______________with you (hereinafter referred to as “the CONTRACT” ) AND WHEREAS in terms of the Conditions as stipulated in the Contract, the CONTRACTOR is required to furnish, a Bank Guarantee by way of Performance Guarantee, issued by a Scheduled Bank in India, in your favour, as per Clause ______ of the CONTRACT, to secure due and satisfactory compliance of the obligations by the CONTRACTOR on their part, in accordance with the CONTRACT, (which guarantee is hereinafter called as “the PERFORMANCE GUARANTEE)” AND WHEREAS the CONTRACTOR has approached us, (Name of the issuing Bank) for providing the PERFORMANCE GUARANTEE, AND WHEREAS in consideration of the fact that the CONTRACTOR is our valued constituent and the fact that he has entered into the CONTRACT with you, WE (Name of the Bank) having our Registered Office at, ______________and local office at __________,India have agreed to issue the PERFORMANCE GUARANTEE, THEREFORE WE (Name of the issuing Bank) through our local office at _________ India furnish you the PERFORMANCE GUARANTEE in manner hereinafter contained and agree with you as follows: We (Name of the issuing Bank), undertake to indemnify you and keep you indemnified from time to time to the extent of Rs__________ (Rupees___________) an amount equivalent to 10% of the Contract Price against any loss or damage caused to or suffered by or that may be caused to or suffered by you on account of any breach or breaches on the part of the CONTRACTOR of any of the terms and conditions contained in the Contract and in the event of the CONTRACTOR default or defaults in carrying out any of the work or discharging any obligation in relation thereto under the CONTRACT or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding the sum of Rs__________ (Rupees____________________) may be claimed by you on account of breach on the part of the CONTRACTOR of their obligations in terms of the CONTRACT. Notwithstanding anything to the contrary we agree that your decision as to whether the CONTRACTOR has made any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish

Page 87: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 87 of 90

your claim or claims under Performance Guarantee but will pay the same forthwith on your demand without any protest or demur. This Performance Guarantee shall continue and hold good until it is released by you on the application by the CONTRACTOR after expiry of the relative guarantee period of the Contract and after the CONTRACTOR had discharged all his obligations under the Contract and produced a certificate of due completion of the work under the Contract and submitted a “No Demand Certificate” provided always that the guarantee shall in no event remain in force after the day of___________ without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of three months from the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date. Should it be necessary to extend Performance Guarantee on account of any reason whatsoever, we undertake to extend the period of Performance Guarantee on your request under intimation to the CONTRACTOR till such time as may be required by you. Your decision in this respect shall be final and binding on us. You will have the fullest liberty without affecting Performance Guarantee from time to time to vary any of the terms and conditions of the Contract or extend the time of performance of the Contract or to postpone any time or from time to time any of your rights or powers against the CONTRACTOR and either to enforce or forbear to enforce any of the terms and conditions of the Contract and we shall not be released from our liability under Performance Guarantee by the exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the CONTRACTOR or any other forbearance, act, or omission on your part of or any indulgence by you to the CONTRACTOR or by any variation or modification of the Contract or any other act, matter or things whatsoever which under law relating to sureties, would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of Rs_________ (Rupees______________) as aforesaid or extend the period of the guarantee beyond the said day of __________ unless expressly agreed to by us in writing. The Performance Guarantee shall not in any way be affected by your taking or giving up any securities from the CONTRACTOR or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be of the CONTRACTOR. In order to give full effect to the guarantee herein contained, you shall be entitled to act as if we were your principal debtors in respect of all your claims against the CONTRACTOR hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship and other rights, if any, which are in any way inconsistent with any of the provisions of Performance Guarantee. Subject to the maximum limit of our liability as aforesaid, Performance Guarantee will cover all your claim or claims against the CONTRACTOR from time to time arising out of or in relation to the Contract and in respect of which your claim in writing is lodged on us before expiry of three months from the date of expiry of Performance Guarantee. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or registered post to our local address as aforesaid and if sent by post it shall be deemed to have been given when the same has been posted.

Page 88: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 88 of 90

The Performance Guarantee and the powers and provisions herein contained are in addition to and not by way of limitation of or substitution for any other guarantee or guarantees heretofore given to you by us (whether jointly with others or alone) and now existing un-cancelled and that Performance Guarantee is not intended to and shall not revoke or limit such guarantee or guarantees. The Performance Guarantee shall not be affected by any change in the constitution of the CONTRACTOR or us nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will endure to the benefit of and be available to and be enforceable by the absorbing or amalgamated company or concern. The Performance Guarantee shall come into force from the date of its execution and shall not be revoked by us any time during its currency without your previous consent in writing. We further agree and undertake to pay you the amount demanded by you in writing irrespective of any dispute or controversy between you and the CONTRACTOR. Notwithstanding anything contained herein Our liability under this guarantee shall not exceed Rs.____________ (Rupees______________________only) This guarantee shall be valid upto __________ and ; We are liable to pay the guaranteed amount or any part thereof under this guarantee only and only if you serve upon us a written claim or demand at Bangalore on or before ________________ (mention period of the guarantee as found under clause ii. above plus claim period). We have the power to issue Performance Guarantee in your favour by statute and the undersigned has full power to execute Performance Guarantee under the Power of Attorney to him by the Bank. Dated this ________________ day of ___________________ 2013. For and on behalf of ___________________ BRANCH MANAGER SEAL ADDRESS PLACE

Page 89: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 89 of 90

APPENDIX –E Location Details Proposed Locations for implementation of Cash Dispensers Various branches/offices under the jurisdiction of the following Circle Offices:

Sl.No Circle Name Sl.No Circle Name

1 Agra 18 Jaipur

2 Ahmedabad 19 Karnal

3 Bangalore Metro 20 Kolkata

4 Bangalore Rural 21 Lucknow

5 Bhopal 22 Madurai

6 Bhubaneswar 23 Mangalore

7 Calicut 24 Meerut

8 Chandigarh 25 Mumbai

9 Chennai 26 Mysore

10 Coimbatore 27 Nagpur

11 Dehradun 28 Patna

12 Delhi 29 Pune

13 Goa 30 Ranchi

14 Gulbarga 31 Shimoga

15 Guwahati 32 Trichy

16 Hubli 33 Trivandrum

17 Hyderabad 34 Visakhapatnam

List of branches/Offices to be installed under each of the above Offices will be provided to the selected bidder.

Page 90: REQUEST FOR PROPOSAL (RFP) FOR BACK ATMS.pdf · Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 2 of 90 Bid Details in Brief Sl. No. Description

Canara Bank, Transaction Banking Wing, HO – RFP 02/2013-14 Dt. 23/01/2014. Page 90 of 90

APPENDIX-F Bank Guarantee Format for Earnest Money Deposit To …………………………….……………… …………………………………………... …………………………………………... WHEREAS ______________________________(Name of Tenderer) (hereinafter called "the Tenderer" has submitted its tender dated _______________________ (Date) for the execution of (Name of Contract)_____________ _______(hereinafter called "the Tender") in favour of ______________________hereinafter called the "Beneficiary"; KNOW ALL MEN by these presents that we, _________(name of the issuing Bank), a body corporate constituted under the _______________________having its Head Office at __________________amongst others a branch/office at ________________ (hereinafter called "the Bank" are bound unto the Beneficiary for the sum of Rs_______________(Rupees________________________________________only) for which payment well and truly to be made to the said Beneficiary, the Bank binds itself, its successors and assigns by these presents; THE CONDITIONS of this obligation are: If the Tenderer withdraws its Tender during the period of Tender validity specified in the Tender; or If the Tenderer having been notified of the acceptance of his Tender by the Beneficiary during the period of Tender validity; (i) fails or refuses to execute the Agreement, if required; or (ii) fails or refuses to furnish the performance security, in accordance with clause ___________ of conditions of Contract. We undertake to pay to the Beneficiary up to the above amount upon receipt of his first written demand without the Beneficiary having to substantiate his demand, provided that in his demand the Beneficiary will note that the amount claimed by him is due to him owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. Notwithstanding anything contained herein i) Our liability under this Bank Guarantee shall not exceed Rs.__________ (Rupees ________________________________only) ii) This Bank Guarantee is valid up to ________________ and iii) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before ______________________ (mention period of guarantee as found under clause (ii) above plus claim period) Dated _________________day of ________________________2013. SIGNATURE & SEAL OF THE BANK