You are on page 1of 26

No.

10(27)/2010-NICSI

REQUEST FOR PROPOSAL (RFP) No: NICSI/Cash Dispenser/2010/39 FOR SUPPLY, INSTALLATION AND MAINTENANCE OF

CASH DISPENCER

Page 1 of 26

Table of Contents
INTRODUCTION ......................................................................................................... 3 CONFIDENTIALITY ...................................................................................................... 3 CLARIFICATIONS OF RFP DOCUMENT & PRE-BID MEETING ......................... 3 AMENDMENT TO THE RFP DOCUMENT ............................................................... 4 1. Overview & Objectives: .......................................................................................... 4 1.1 Present Overview: ............................................................................................ 4 1.2 Objective: ........................................................................................................... 4 2. Schedules of Proposal: ........................................................................................... 4 3. Scope of Work: ........................................................................................................ 5 4. Bidder Eligibility Criteria:........................................................................................ 7 5. Earnest Money Deposit (EMD): ............................................................................ 7 6. Submission of Bids: ................................................................................................ 7 7 Contact Person(s): Telephone No: ........................................................................ 9 8 General Terms & Condition: ................................................................................... 9 9 Deliveries and Installation: ................................................................................... 11 10 Site Preparations: ........................................................................................... 12 11 Terms of Payment: .............................................................................................. 12 12 Maintenance Support: ......................................................................................... 13 13. Rejection of Bid:.................................................................................................. 13 14. Validity:................................................................................................................. 14 15. Force Majeure: .................................................................................................... 14 16. Acceptance by the NIC/NICSI/User Bank: ...................................................... 14 17. Contract Performance Guarantee: ................................................................... 15 18. Liquidated Damage (LD): .................................................................................. 15 19. Indemnity: ........................................................................................................... 15 20. Authorized Signatory:......................................................................................... 16 21. Arbitration: ........................................................................................................... 16 22. Applicable law & Jurisdiction of court: ............................................................ 16 23. Cancellation of the Contract & Compensation: .............................................. 16 24. Evaluation of Bids: .............................................................................................. 17 24.1 Technical Evaluation ..................................................................................... 17 24.2 Financial Evaluation ...................................................................................... 18 25. Defect liability: .................................................................................................... 19 26. Notices: ................................................................................................................ 19 27. Tendering Process: ............................................................................................. 19 Annexure-TS-I............................................................................................................ 20 Annexure-TS-II .......................................................................................................... 24 ANNEXUREFB-I...................................................................................................... 25

Page 2 of 26

REQUEST FOR PROPOSAL (RFP) for Procurement of Automated Teller Machines(ATMs)


RFP No: NICSI/Cash Dispenser/2010/39

PSEUDO CORE BANKING SYSTEMS : PCBS

INTRODUCTION
National Informatics Centre, Government of India is developing a Core banking Systems a complete Banking solution for Cooperative banks. This application will be used by State Cooperative banks, District Centre Cooperative banks and PACS levels. ATM interface with the PCBS is an important component. In process of implementation of Core banking NIC want to procure Automated Teller Machines along with ATM site preparation, Cash management, ATM Switch and interface application. This document is a Request for Proposal (RFP) from Bidders to participate in NIC evaluation exercise. Bidders are expected to examine all instructions, forms, terms, specifications, and other information in the RFP document. Failure to furnish all information required by the RFP document or to submit a bid not substantially responsive to the RFP document in every respect will be at the Bidders risk and may result in the rejection of its bid. The Terms and Conditions for submission of offer for supply, installation, commissioning of ATMs along with site preparation is enumerated below. CONFIDENTIALITY The NIC/NICSI expects the Bidder to strictly adhere to the instructions given in this document and maintain the confidentiality of this RFP. All the information contained in this document is confidential and is provided with the purpose of enabling the Bidders to understand the requirements of the PCBS. NIC/NICSI will not be liable and will hold the Bidder responsible for any misuse of this document.

CLARIFICATIONS OF RFP DOCUMENT & PRE-BID MEETING


A prospective Bidder requiring any clarification of the RFP document may notify the NIC/NICSI in writing or by fax or by email at the address indicated below: Managing Director, National Informatics Centre Services Inc. Hall No.2&3, 6th Floor, NBCC Tower -15, Bhikaji Cama Place, New Delhi-110066

NIC/NICSI will conduct a pre-bid meeting on 09/03/2011 at 11:30 AM for the interested Bidders to present the objectives/scope of the project, to clarify issues, and answer questions on any matter that may be raised at this stage. The pre-bid Meeting would be held at a NICSI Conference hall, 6Th Bhikaji Cama Place, New Delhi, India. The interested Bidders should confirm their participation at least one day before the pre-bid meeting date. If a Bidder feels that any important provision in the RFP document will be unacceptable, such an issue should be raised during the pre-bid meeting. The Bidders must submit written request for any clarification on the RFP document preferably two days prior to the pre-bid meeting date.

Page 3 of 26

AMENDMENT TO THE RFP DOCUMENT


At any time prior to the deadline for submission of bids, NIC/NICSI may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, amend the RFP document. Amendments will be provided in the form of Addenda to the RFP document and will be reflected in NICSI tender site. Bidders are required to immediately take notice of any such Addenda, and it will be assumed that they will take the amendments contained in Addenda into account in their bid. In order to afford prospective Bidders reasonable time to take the amendment into account in preparing their bids, NIC/NICSI may, at its discretion, extend the deadline for the submission of bids, NIC/NICSI will notify all Bidders who have participated in the RFP process by post, or fax, or email confirming the extended deadline. 1. Overview & Objectives:

1.1 Present Overview:


PCBS a Core Banking System is being developed by NIC/NICSI for its implementation in various state cooperative banks and its branches. Most of the state cooperatives have shown their interest for implementation of PCBS using ATM. In accordance with the cooperative banks NIC/NICSI, wants to implement ATM at some of the locations of the State Cooperative bank on Priority basis as POC (Proof of Concepts). Type of ATM will be a mixture of both onsite and offsite. NIC/NICSI wants a complete solution for a. b. c. d. Installation of ATM with ATM switch, Card management Cash management, Site Preparation and interface with PCBS application

1.2 Objective:
NIC/NICSI is going to implement PCBS solution in most of the state and its point of presence will be in up to village level to meet the growing customer expectations. NIC/NICSI aims at providing its customers with enhanced services through various retail delivery channels. The objective is to Procure, Install and commission of online/offline ATMs at various levels. 2. Schedules of Proposal: This quote comprises of following schedule. Schedule No 1 Schedule Name ATM Purchase & Site preparation Activity 1. Supply, Installation & commissioning of ATMs through the wall/lobby (upgradeable and nonupgradeable) with Accessories as per technical specifications detailed in Annexure-TS-I. Quantity 14

Page 4 of 26

ATM Connectivity with Switch

2. Site Inspection, Layout plan, Site preparation (Civil & Electrical) along with supply and installation of UPS and Air conditioner. 3. Card Preparation & Management 4. Cash Management To the BANK Server

It is mandatory for the bidder to quote for all the activities of the schedule. Bidders should give the scope of activities covered within each component in the schedule with detail explanation. Incomplete offers are liable for rejection. Bidders can give quotes for different models as specified in schedule-I above with features and corresponding site requirement as options, which have some special advantages to bank with detailed explanations about such advantages to the bank. The Word ATM in the document also covers ATM site preparation including supply & installation of UPS.

3. Scope of Work: Installation of Networked/ Standalone ATMs at various locations during the next six months. It will be either onsite or offsite. 3.1 Supply, Installation & commissioning of ATMs through the wall/lobby (upgradeable and non-upgradeable) with accessories as per technical specifications detailed in Annexure-TS-I. Establishing connectivity of these ATMs with the switch through Leased line/ISDN/VSAT or any two. The ATM may be connected as follows:
ATM and branch are connected through a common link to Switch (On-Site). ATM alone is connected to Switch (Off-Site). Software interface with PCBS Supply of ATM Card Cash Management at ATM Software for reconciliation of ATM transaction

3.2

3.3

The following are the civil works to be undertaken by the selected bidder: Site Inspection for feasibility. Plan Layout and cost estimation for deviation if any Site preparation on Banks approval and go ahead instructions. Inspection of completed sites along with NICs representative Installation of ATM. User acceptance test. Signoff. Annual Maintenance of ATM machine & support for ATM switch

3.4

Page 5 of 26

3.5

The bidder is required to develop the ATM site and take up complete site providing all necessary materials for the interior of the site. The site is to be developed as per Banks brand colour. The Bidder should indicate the total cost involved for developing a standard site of dimension of 8-0 x 10-0 (80sq. ft) as per the standard design of the Bank.

Page 6 of 26

4. Bidder Eligibility Criteria: The Bidder should be an Original Equipment Manufacturer (OEM) of ATM or Authorized Representative (AR) of the OEM. The AR should have OEM certificate valid on the date of bid submission. Documentary evidence in support of the above may be submitted as Annexure-EC-I. The bidder should be financially sound. The Audited Balance Sheet and Profit & Loss Statement for last three financial years and latest income tax clearance certificate has to be submitted as Annexure-EC-II. The Bidder should have a good installation base and should have experience of having successfully completed similar works during last 3 years ending on 30-07-2010. Bidder should have three similar completed works each costing not less than Rs 1 Crores. Documentary evidence in support of the above may be submitted as Annexure-EC-III. The bidder should have service, support and logistic centres across the country and bidder should be able to provide support service through its own support personnel directly in India where the Bank would establish its ATMs. Bidder shall provide a list of direct presence service centres with details of addresses along with Documentary evidence in support of the above may be submitted as Annexure-EC-IV.

5. Earnest Money Deposit (EMD): 5.1 The Bidders shall furnish, Earnest Money Deposit (EMD) of Rs. Five Lakhs in the form of Demand Draft / Bankers Cheques, from a scheduled commercial bank, drawn in favour of NICSI payable at New Delhi. The EMD of unsuccessful bidders shall be returned without interest after finalization of the tender. EMD of the successful bidders shall be returned without any interest, on receipt of BG of equal amount valid for the period of empanelment / extended empanelment.

6. Submission of Bids: 6.1 The competitive bids shall be in three parts viz. the Eligibility, Technical and Price Bid. Each of these three bids shall be submitted in separate sealed envelopes (preferably A4 size). 6.1.1 The top of the envelope containing the Eligibility bid, Tender Fees and EMD should be super scribed with ELIGIBILITY BID FOR ATM: TENDER REFERENCE No. NICSI/Cash Dispenser/2010/39 6.1.2 The top of the envelope containing the technical bid should be super scribed with TECHNICAL BID FOR ATM: TENDER REFERENCE NO NICSI/Cash Dispenser/2010/39 and 6.1.3 The top of the envelope containing price bid to be super scribed with PRICE BID FOR ATM: TENDER REFERENCE NO NICSI/Cash Dispenser/2010/39

Page 7 of 26

These three separate sealed envelopes should be put together in another sealed envelope super scribing BID FOR ATM: TENDER REFERENCE NO. NICSI/Cash Dispenser/2010/39 The bid completed in all respect, to be submitted at National Informatics Centre Service Inc., 6th floor, NBCC Tower Bhikaji Cama Place, New Delhi within the due date and time. 6.2 NIC/NICSI will not have any liability if the bid offer is sent through post/courier service or by any other means and not personally submitted in the office. The capabilities, operating characteristics and other technical details of the hardware and software offered should be furnished together with product brochures, literature, etc. in the Technical Bid. The bidder also should confirm in writing that the software versions being quoted are latest in the technical Bid. The bidder shall provide a list of direct presence service centres with details of addresses along with the Eligibility Bid. Application money of Rs.500/- and EMD costing Rs Five Lacs has to be submitted with the eligibility Bid in form of Demand Draft / Bankers Cheque / Pay Order drawn in favour of National Informatics Centre Services Inc. payable at Delhi. The Eligibility Bid shall be organized and submitted as per the following sequence: i) Table of Contents (list of documents enclosed with page numbers). ii) Document evidencing claim for Original Equipment Manufacturer or eligible PSE. iii) Draft/Pay order/Bankers Cheque towards application fees and EMD. iv) Profile statement comprising of the following: Companys Corporate structure Client information including certificate of satisfaction on installation and maintenance from Clients. Client wise present installed base. Documentary proof to support Sales (number of installation and value) for the last three years. Other documentary evidence like order copy. List of support service centres. Audited Balance Sheet and profit & loss statement for last three years & copy of Latest Income Tax Clearance Certificate. Any other required information / certificate etc. Duly filled Annexure-EC-(I,II,III,IV) The Technical Bid shall be organised and submitted as per the following sequence: Table of Contents (list of documents enclosed with page numbers) Duly filled in Technical Specification Duly filled in Compliance Chart as AnnexureTS-(I, II, ..) All Certificates, Statements and undertakings. Brochures. Any other required information / certificate etc.

6.1.4

6.3

6.4 6.5

6.6

6.7

Page 8 of 26

6.8

The Price Bid shall be organized and submitted as per the following sequence: Table of Contents (list of documents enclosed with page numbers) Bill of Material/Price Bid including part no. Bill of Material/Price Bid for site preparation Information like AMC, taxes, terms and condition etc. Any other information, certificate etc Duly filled in technical Bid as AnnexureFB-I All the pages of the bids including documents are to be numbered as Page-- (current page) of --- (total pages) and be signed by authorised signatory. The (current page) number should be a unique running serial number across the entire document.

6.9

6.10 The bidder shall submit the Bids properly filled so that the papers are not loose. The Bidder shall submit the bid in suitable capacity of the file such that the papers do not bulge out and tear during scrutiny. 6.11 The Bids shall be addressed and submitted to: Managing Director, National Informatics Centre Services Inc. Hall No.2&3, 6th Floor, NBCC Tower -15, Bhikaji Cama Place, New Delhi-110066

7 Contact Person(s): Telephone No: Mr. Vaibhav Agarwal Sr. Manager NICSI Mob : 09871751119 email : vaibhav.agarwal@nic.in , tender-nicsi@nic.in

8 General Terms & Condition: 8.1 8.2 Incomplete bids, conditional bids, bids not conforming to the terms and conditions are liable for rejection. The NIC/NICSI will open the Eligibility and Technical bids first. The technical bids of only those bidders found eligible as per eligibility bid will be evaluated. Price bid of only those bidders who are found suitable as per technical bids will be opened. The bids received and accepted will be evaluated by the NIC/NICSI to ascertain the 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 issuance of purchase order without assigning any reasons whatsoever. The NIC/NICSI reserves the right to retender. NICSI/NIC shall not incur any liability to the affected bidder(s) because of such rejection. The Bank shall not be obliged to inform the affected bidder(s) of the ground for the Banks rejection. The technical specification of the ATM is given in Annexure-TC-I. The bidder has to examine the technical feasibility of the same.

8.3

Page 9 of 26

8.4

NIC/NICSI reserves the right to modify any terms, conditions and specifications of this request for submission of offer and to obtain revised price bids from the bidders with regard to such changes. The NIC/NICSI reserves its right to negotiate with any or all bidders. The NIC/NICSI reserves the right to accept any bid in whole or in part. NIC/NICSI reserves its right to carry out a technical inspection and performance evaluation (benchmarking) of ATMs offered by short-listed bidders. The NIC/NICSI will enter into negotiations with the Lowest Bidder (L1), It will be binding upon the bidder to install the machine and integrate the system with the application for which these are purchased. Necessary power & interface cables are to be supplied with each set. Infrastructure requirements including power requirements, air conditioning, dust and humidity control etc. necessary for successful and efficient operation of the installation should be specified in the technical literatures.

8.5

8.6 8.7 8.8 8.9

8.10 All the hardware and software should be original, latest & licensed. 8.11 Bids once submitted shall not be returned to the bidder in future. 8.12 Purchase preference will be given to technically superior bidder and PSE as per DPE, GOI guidelines. 8.13 Any bid submitted with incorrect information will not only be rejected but the Bidder may also be debarred from participation in future tendering process. 8.14 Canvassing of any kind will not only invite disqualification but also will debar the Bidder from future participation in the tendering process. 8.15 The quotations shall be submitted strictly in conformity with the specifications. 8.16 The Bidder has to submit with the technical bid an undertaking for maintaining the uptime and to provide comprehensive warranty and AMC. 8.17 The Price Bid must include the system configuration along with Model No, Part No (Annexure-TS-I) and Price Tag for ATM and for site preparation. Prices should be exclusive of taxes with applicable taxes to be mentioned along with the rate. 8.18 Octroi, Waybill etc. if applicable, will be paid at actual against production of proof of payment in original. Payment of these charges and procurement is the responsibility of the Bidder. The bidder should specify the applicable taxes along with the price bid. 8.19 The Bidder is required to guarantee that exchange rate fluctuations, changes in import duty and other taxes will not affect the Rupee value of the commercial bid, over the validity period of the bid.

Page 10 of 26

8.20 The price of ATM should be quoted separately for the two items both for Front Loading and Rear Loading. 8.21 The prices quoted by the vendor shall be in Indian Rupees. 8.22 Further, subsequent to the orders being placed/agreement executed (and before import happens), the Vendor shall pass on to the Bank all fiscal benefits arising out of reductions in Government levies viz. Sales tax, excise duty, custom duty, etc. 8.23 The NIC/NICSI reserves the right to re-negotiate the prices in the event of change in the international market prices of both the hardware and software 9 Deliveries and Installation: 9.1 The schedule to be given for delivery at site is to be strictly adhered to in view of the strict time schedule for implementation of Projects. Any unjustified and unacceptable delay in delivery (Delivery of material and services) beyond the delivery schedule as per Purchase Order (which shall not be more than 49(Forty Nine) days for North-eastern States including Sikkim, J&K, Lahual-Spiti & Kinnaur in HP, Andaman Nicobar and Lakshdweep Islands and 35 (Thirty Five) days for the rest of the locations across India from the date of Purchase Order) will render the vendor liable for liquidated damage at the rate of 0.2% (point two percent) of the purchase order value per day subject to a maximum of 30 days. Proof of Delivery duly signed by the user/NIC/NICSI Project Coordinator, with his name, date of delivery, designation and office seal, legibly recorded, should reach NICSI Head Quarters, New Delhi within 4 weeks of the delivery except for delivery in North-eastern States including Sikkim, J&K, Lahual-Spiti & Kinnaur in HP, Andaman Nicobar and Lakshdweep Islands locations. Delivery note of these locations should reach within six weeks of delivery date. If the delivery, of whole or in part, is delayed beyond 30 days from last date of delivery as given in the purchase order, NICSI will have option to cancel the purchase order to the extent of unfulfilled part of the purchase order. NICSI will be free to procure the remaining items from alternate sources at the cost and risk of the defaulting vendor, by forfeiting the EMD/Security Deposit of the Vendor. In addition, NICSI will impose a cancellation charge of 8.5% of the value of unsupplied items, which will be recovered from the pending bills or EMD/Security Deposit or by raising claims.

9.2

9.3 The Bidder should install all the systems at specified site without any additional charge. Installation should be completed within 15 Days (Fifteen Days) from the scheduled or actual date of delivery whichever is later for all locations. If the scheduled date of delivery / installation falls on holiday / non working day (at the delivery location), the next working day shall be treated as due date of delivery / installation. At the destination site, the Cartons will be opened only in the presence of user official and bidders representative. The intact position of the Seal, for not being tampered with, shall form the basis of certifying the receipt in good condition. During installation at site if any item is found to be defective or broken, the same will be replaced with new one by the bidders at their own cost and risk within four weeks. If the items are not installed at site within the stipulated

Page 11 of 26

time after delivery, due to the non-responsiveness of the vendor, a penalty at the rate of 0.2% (zero point two percent) of purchase order value per day subject to a maximum of 15 days will be imposed on delayed installed items. Thereafter, NICSI holds the option to complete the installation work through alternate sources at the risk and cost of the defaulting vendor. A sticker mentioning the service support call centre number of the vendor should be pasted on each supplied item. An installation certificate must be obtained from user or NIC/NICSI project coordinator as then case may be.

10

Site Preparations:

ATM Site preparation must be done strictly in accordance to the Banks ATM Site Layout Plan and must be accomplished only from materials of reputed make and ISI Mark. The Bidder should indicate the total cost for developing a typical site having dimension of 8-0x10-0 (80 sq ft) according to standard design. The prepared ATM site should have a defect liability period of at least one year and should be backed by a Bank Guarantee of 20% of cost of the site preparation. UPS and Air conditioners are to be under three years on site warranty. Cool and dust free environment should be maintained inside the ATM enclosure. There should not be any opening to allow access to rats/similar creatures, which are extremely harmful for functioning of the system. Air-conditioners are to be installed in the customer lobby and should be ensured that flow of cool air reaches the rear side of ATM where UPS, Router etc., would be installed. 2 nos. CAT-5 cables (one as stand by) in 25 mm. Diameter. Heavy duty PVC conduit connecting from ATM to HUB of branch in case of on-site ATM. Data cabling is to be terminated in the ATM room in the vicinity of the ATM, where the ATM is to be installed, so as to be covered by the ATM

11 Terms of Payment: 11.1 A pre-receipted bill, along with original excise duty gate pass (if applicable) and acceptance certificate, shall be submitted (Three copies) in the name of user, A/C NICSI, New Delhi-110066 soon after the delivery of the items along with a copy of the duly receipt delivery challan / certificate regarding completion of work. The Bills/Invoice should be in the format and as per guidelines / instructions given in Rule 52-A, 57GG etc., of the Central Excise Rules, 1944 as amended from time to time for these items for which payment of Excise duty is applicable. 80% (Eighty percent) payment will be made on complete delivery of ordered items at the designated sites and on the submission of proof of delivery and Performance Bank Guarantee (PBG) equal to 8.5% of total order value valid for (warranty period + three months ). Payment will be made after deducting penalty amount, if any.

Page 12 of 26

PBG will have to be renewed for such further periods till satisfactory free warranty support has been provided by the vendor for all the items supplied and installed, and there after the PBG will be returned to the vendor. If bills, complete in all aspect are submitted with all relevant documents as defined above, NICSI will ensure that the payment are made to bidder within twenty one days from the date of bill submission. 11.2 The balance 20% (Twenty percent) payment would be made after submission of installation note / certificate for service duly signed by user/NIC/NICSI Project Coordinator. 11.3 If installation is completed within the stipulated period i.e. 15 days from the date of delivery, the vendor must submit one bill for 100% payment rather than submitting two bills (one bill for delivery and one for installation). 11.5 Payments shall be subject to deductions of any amount for which the empanelled vendor is liable under the empanelment. Further, all payments shall be made subject to deduction of TDS (Tax deduction at Source) as per the Income-Tax Act, 1961 and any other taxes. 11.6 All payments will be made through RTGS only. 12 Maintenance Support: 12.1 The Systems quoted must be under a comprehensive warranty for at least two years. The offer must be accompanied with written guarantee by the bidder to maintain the system for a minimum period of post warranty 4 years with a uniform rate of AMC chargeable per annum basis for each of the four years on original cost price (excluding local taxes & duties) with existing configuration for the period. And in case, the model is discontinued or for any reason whatsoever, they are unable to continue support, they will have to commit to protect Banks investment. 12.2 Payment of AMC will be made centrally and/or Region-wise as the case may be at the beginning of the contract against Bank Guarantee for equivalent amount with additional claim period of three months after expiry of guarantee. 12.3 The bidder shall provide 24x7 Hrs on site support service at all locations where the machines will be supplied and installed. The bidder shall attend to and resolve the service calls immediately but in no case later than four hours and shall ensure that the system will not be out of service for more than four hours per occasion including planned outage. Failure to comply with the above stipulation by bidder will attract penalty which will be as per clause no 9.1 & 9.3. 13. Rejection of Bid: The bid is liable to be rejected if, It is not in conformity with the instructions mentioned in this tender document. It is not accompanied by the requisite EMD.

Page 13 of 26

It is not properly/duly signed. It is received through Telex or Telegram. It is received after expiry of the due date and time It is incomplete including non-furnishing the required documents. It is evasive or contains incorrect information. If there is canvassing of any kind.

14. Validity: 14.1 The bidder shall keep the bid valid for a period of one year from the last date of submission of bids. However, if there is any fall in the price the bidder shall pass on the same to the Bank. 14.2 The Bank shall have the right at its absolute discretion to place further orders on the selected bidder for future requirement on the rates finalized in this processing within one year from the date of acceptance of the purchase order (effective date). 14.3 The L1 bidder should keep the finalized price (ATM and Site Preparation) valid for a period of one year from date of acceptance of the purchase order (effective date) with the option to the Bank to review the prices every quarter for downward revision of price due to reduction in government levies, taxes, duties etc. 15. Force Majeure: 15.1 Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or the Bank as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the Contract, such as: Natural phenomena, including but not limited to floods, droughts, earthquakes, epidemics. Acts of any Government, including but not limited to war, declared or undeclared, priorities, quarantines, embargoes. Terrorist attacks, public unrest in work area Provided either party shall within ten (10) days from the occurrence of such a cause notify the other in writing of such causes. The Bidder or the Bank shall not be liable for delay in performing his/her obligations resulting from any Force Majeure cause as referred to and/or defined above. 16. Acceptance by the NIC/NICSI/User Bank: 16.1 If required NIC/NICSI may ask the Bidder to arrange for demonstration of the feature, quality and capabilities of the System as per model committed in the bid and as agreed upon to be supplied and installed, within two weeks from the effective date. 16.2 The Bidder will submit Pre-shipment Quality Inspection certificate along with the invoices to this department. 16.3 Should any inspected ATM fail to conform to the specifications, the purchaser may reject them and the supplier shall either replace the rejected

Page 14 of 26

goods or make all alterations necessary to meet specification requirements free of cost to the bank. 16.4 The Banks right to inspect test and where necessary, reject the ATM after its arrival at destination shall in no way be limited or waived by reason of the previously been inspected, tested and passed by the bank or its representative. 17. Contract Performance Guarantee: 17.1 The selected Bidder shall furnish an unconditional and irrevocable Bank Guarantee for 20% of the order value, in favor of the Bank, from a scheduled Commercial Bank towards due performance of the contract in accordance with the specification and conditions of the bid document. 17.2 The Bidder shall submit the above Guarantee within one week from the effective date (the date of acceptance of the order). The Contract Performance Guarantee shall be kept valid till the release of payment against delivery. The guarantee should have additional claim period of three months after expiry of guarantee. 18. Liquidated Damage (LD): 18.1 In case the delivery is delayed beyond the schedule time as per Clause 8.1, Liquidated Damage for Late Delivery of one half of one percent (0.5%) of the order value for each calendar week of delay or part thereof subject to a maximum of five percent of the unit(s) value will be imposed and will be deducted from the bill amount. If installation is not made within 15 days of delivery as per clause 8.3, 'Liquidated Damage for Late Installation of one half of one percent (0.5%) of the order value for each calendar week of delay or part thereof subject to a maximum of five percent of the unit(s) will be imposed in addition to late delivery charges and will be deducted from the bill amount 18.2 If the selected Bidder fails to complete the due performance of the contract in accordance to the specification and conditions of the bid document, the Bank reserves the right either to cancel the entire order placed on the selected bidder or to accept performance already made by the bidder. The Bank reserves the right to recover five percent of the order value as Liquidated Damage for nonperformance. 18.3 Both the above LDs are independent of each other and are applicable separately and concurrently. LD is not applicable for reasons attributable to the Bank and Force Majeure. However, it is the responsibility/onus of the bidder to prove that the delay is attributed to the Bank and Force Majeure. The bidder shall submit the proof authenticated by the bidder and banks official that the delay is attributed to the Bank and Force Majeure along with the bills requesting payment. 19. Indemnity: The bidder shall indemnify the Bank and be liable for loss that Bank may suffer due to malfunctioning of the equipment as supplied and installed by them and such

Page 15 of 26

indemnity shall be limited to the price of such equipment. The total liability of the selected bidder under the contract shall not exceed the total cost of the project. 20. Authorized Signatory: The selected bidder shall indicate the authorized signatories who can discuss and correspond with the bank, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company to discuss, sign agreements/contracts with the Bank, raise invoice and accept payments and also to correspond. The bidder shall furnish proof of signature identification for above purposes as required by the Bank 21. Arbitration: All dispute or differences whatsoever arising between the selected bidder and the Bank out of or in relation to the construction, meaning and operation or effect of the Contract, with the selected bidder, or breach thereof shall be settled amicably. If, however, the parties are not able to resolve any dispute or difference aforementioned amicably, the same shall be settled by arbitration in accordance with the Rules of Arbitration of the Indian Council of Arbitration and the award made in pursuance thereof shall be binding on the parties. The Arbitrator/Arbitrators shall give a reasoned award. Work under the Contract shall be continued by the selected bidder during the arbitration proceedings unless otherwise directed in writing by the Bank unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or of the umpire, as the case may be, is obtained and save as those which are otherwise explicitly provided in the Contract, no payment due or payable by the Bank, to the bidder shall be withheld on account of the ongoing arbitration proceedings, if any, unless it is the subject matter or one of the subject matters thereof. The venue of the arbitration shall be at New Delhi, INDIA. 22. Applicable law & Jurisdiction of court: The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at Kolkata (with the exclusion of all other Courts). 23. Cancellation of the Contract & Compensation: The bank reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred by the Bank under the following circumstances: i) The selected bidder commits a breach of any of the terms and conditions of the bid. ii) The bidder goes into liquidation voluntarily or otherwise.

Page 16 of 26

iii) An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid iv) The progress regarding execution of the order accepted, made by the selected bidder is found to be unsatisfactory. v) If deductions on account of liquidated Damages exceeds more than 10% of the total contract price. vi) If uptime is less than 98% during Warranty. vii) The Bank reserves the right to cancel the AMC (if contracted) placed on the selected bidder and recover AMC payment made by the Bank if uptime is less than 98%. viii) In case the selected bidder fails to deliver the quantity as stipulated in the delivery schedule, the Bank reserves the right to procure the same or similar materials from alternate sources at the risk, cost and responsibility of the selected bidder. ix) After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one months notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Bank may have to incur in executing the balance of the contract. This clause is applicable, if for any reason, the contract is cancelled. x) Alternatively at the discretion of the bank, if the Contract is cancelled during Warranty, the liability of the bidder will be limited to repay the payments received after taking into account the depreciation of the equipment used in line with standard industry practices on depreciation and remove all equipment supplied and installed by the bidder without any extra cost to the Bank. The Bank shall not be liable for anything, whatsoever, in this regard. If the contract is cancelled during AMC, if contracted, the Bank shall deduct payment on pro-rata basis for the expired period of the contract. xi) The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking Bank Guarantee (as per clause 7.2), if any, under this contract or any other contract/order. 24. Evaluation of Bids: 24.1 Technical Evaluation The technical bids will be evaluated by a duly constituted Technical Evaluation Committee (TEC). The first process for the TEC is to examine the eligibility of the agencies as per the eligibility criteria. Bids, not satisfying the eligibility criteria will be rejected. Subsequently, the TEC would examine the technical details and may ask for additional information from the agencies. On request from the TEC, the agencies may have to submit additional information. The TEC may call the eligible agencies for a presentation of the ATM Machine. The time limit, in which the agencies have to submit the additional information or present their projects, will be

Page 17 of 26

decided by the TEC and its decision will be final in this regard. Agencies failing to adhere to the specified time limit will be rejected. 24.2 Financial Evaluation 24.2.1 For consideration of their bids, the bidders have to quote rates as per Annexure-FB-I. 24.2.2 L1 bidder shall be the one quoting least value of X in Annexure-FB-I. In case more than one bidder quoted the same value of X then the bidder having the maximum Total turnover for three years of the Technical Bid will be reckoned as L1. A list of L1, L2..will be prepared. 24.2.3 In order to create a panel of two bidders, L2, in that order would be asked to match the L1 rates as quoted in AnnexureFB-I of L1. If L2 agrees they are considered for empanelment otherwise the opportunity will be extended to L3 and so on. In case none of the L2, L3.agree to match L1 rates then L1 alone shall be on the panel.

Page 18 of 26

25. 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 the other remedies as may be available to the bank under the contract. 26. Notices: Notice or other communications given or required to be given under the contract shall be in writing and shall be hand-delivered with acknowledgement thereof, or transmitted by prepaid registered post or by recognised courier, or by facsimile, provided that where such notice is sent by facsimile, a confirmation copy shall be sent by pre-paid registered post or by recognised courier within five days of the transmission by facsimile, to the address of the receiving party by the other in writing, provided such change of address has been notified at least ten days prior to the date on which such notice has been given under the terms of the contract. Any notice or other communications shall be deemed to have validly given on date of delivery if hand-delivered; if sent by registered post or by recognised courier, then on the expiration of seven days from the date of posting; and if transmitted by facsimile, then on the next business date after the date of transmission. 27. Tendering Process: 27.1 The schedule of tendering process is given below:

Activity Date of Publication on http://www.nicsi.com Downloading of the Tender Document Seek Clarifications Start Date Seek Clarifications End Date Pre-bid meeting

Date 22/02/2011

From the next day of its publication on the NICSI website 2 Days after its publication 2 days before the pre-bid meeting 09/03/2011 at 11:30 AM in NICSI, N. Delhi office Bid submission end date: 18.03.2011 at 11:00 AM Opening of Bids (Eligibility and 18.03.2011 at 11:30 AM Technical)
27.2 The time schedule is to be strictly followed. You are requested to participate in the same. Deviation from any of the conditions mentioned above will invite disqualification of the bidder. Canvassing of any kind will not only invite disqualification but will also debar from future participation in the tendering process.

Page 19 of 26

Annexure-TS-I
(Technical specification for CD) Technical Specifications of CD of Front Loading Type Upgradeable to 4High The basic common configuration is to be submitted by the vendor for the Front Loading model: Sr.No. Basic Common Configuration of CD
Conformity with Specifications (Yes/No) Remarks/ Deviation if any

Make 1 1.1 1.2

Model Customer Interface: 15 LCD with 8 Functional Display Keys Triple DES compliant 16 key Alphanumeric keypad with secured Encrypting PIN Pad PCI Compliance. Multilingual Capability Currency Chest: UL 291 Certified Level 1 or CEN L Certified Secure Chest Dual combination Electronic Lock Cash Dispensers Module: Friction / Vacuum Pick technology presenting mechanism with retract facility for left over notes by the customer Multi-Media dispense with bunch presenter. Capable of dispensing media other than cash, e.g. travellers Cheque, tickets, coupons, etc. Capable of handling old CD fit currency notes Minimum of dispensing speed of 4-5 Indian currency notes per second. Minimum Currency dispensing capacity of 40 currency note per cycle. Capability to dispense multiple denomination currencies. Retract and purge capability Indication for proper insertion of currency cassette Currency Cassettes 2 active currency cassettes to handle different denomination of notes at a time and upgradable to 4 active Currency Cassettes. Minimum currency holding capability of 2500 notes per cassette Purge Bin Standard Purge Bin/Divert Bin for

1.3 2 2.1 2.2 3 3.1

3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9

4 4.1

4.2

5 5.1

Page 20 of 26

diverted/retracted cash. 6 6.1 Card Reader: Smart Dip card Reader with media entry indicator having capability to read magnetic strip & smart card chip. (EMV v.4.0 standards compliant) Conformance to VISA standard Conformance to MasterCard standard Printer Specification: Receipt printer 80mm - 40 column graphics Thermal Printer for trouble free receipt printing Capacity to hold ~600m roll for printing around 5000 transaction The printer must be able to cut the paper and push the receipt out of a slot provided on the CD fascia Journal Printer 80 mm - 40 column graphic Thermal / Dot matrix printer for trouble free journal printing and capable of auto paper loading. Low media warning for all the items viz. bills, journal roll, consumer printer etc. Capacity up to 5000 @ 5 line journal Processor Intel Core 2 Duo Processor or above 2 GB RAM memory with provision for upgrade to 4 GB RAM Min 160 GB Hard disk drive or higher One DVD ROM One serial port, in built audio port Minimum of 4 USB ports or above CD should have necessary provision to do day to day activity in supervisory mode Like Cash Replenishment / FLM activity. All h/w and s/w to enable this to be provided by the vendor without any additional cost (Key board or Mouse if required) Must have all necessary hardware and software to control activities of CD 10/100 mbps LAN card Software: Operating system should be Windows XP service pack 3 operating system capable of multi tasking real time operation. Supporting CD driver emulations NDC / Diebold 912 Support for MPEG CD should be preloaded with CEN3.0 compliant XFS software. Windows OS hardened, Installation of

6.2 6.3 7 7.1 7.2 7.3

7.4

7.5 7.6 8 8.1 8.2 8.3 8.4 8.5 8.6 8.7

8.8 8.9 9 9.1

9.2 9.3 9.4 9.5

Page 21 of 26

9.6

Microsoft recommended service pack and patch files. Electronic journal on hard disk in addition to printing on a standard paper roll and simultaneous recording on both hard disk/paper roll.

9.7

CD should be capable of supporting third party software agent such as SDMS/Novadigm/ Infobase, etc. The bidder also agrees to install any software selected by the NICSI/Bank at no cost to the NICSI/ Bank during installation/Preventive Maintenance.
Ability to view the number of notes dispensed/left in each cassette without making CD out of service from a remote location. Able to perform a self test/ diagnostic test at the time of logout from the maintenance module Able to provide RP/JP low massages to Switch CD model should support NICSI/Bank CD Switch Encryption Support AES (Advanced Encryption Standard) in future without any additional software changes. 3 DES chip with Encryption / verification / validation software To support MAC (Message Authentication Code) to minimize chances of message tampering Communication and Connectivity TCP/IP support on leased line, ISDN and VSAT Network Digital Video Surveillance System: Solution must be able to capture image of the customer approaching and performing transactions at the CD. This solution should be an Integrated Video surveillance System. Solution should be able to store the images/video in a digital format for minimum 3 months at an average of 200 transactions per day. Solution must provide an interface to browse, search and archive the stored video / images on hard disk or external media. Solution must be able to capture & stamp the transaction information on the images. Superimpose date, time and transaction data on to the recorded images. The solution must have a search facility to

9.8

9.9

9.10 9.11

10 10.1

10.2 10.3

11 11.1

12 12.1

12.2

12.3

12.4 12.5 12.6

Page 22 of 26

12.7 12.8 12.9

12.10

13 13.1

14 14.1 14.2 14.3 14.4 14.5 14.6 14.7 14.8 15 15.1

locate an image/event by date & time, card no., transaction reference no Support motion detection recording Support watermarking for Image authentication The solution must not degrade the performance of CD, e.g. speed of normal transaction Solution must be capable to take necessary backup of stored image and retrieval the same at any point of time. Environmental capabilities Should be operational in operating Environment temperature: 10C to 40C, Relative Humidity- 20% to 80% Transactions to be made available at the CD Display of graphics/animation/scrolling/ date & time Withdrawal from SB/CA/Overdraft (at least 3 a/cs) Fast cash PIN change facility Transfer of funds from one account to another Mini Statement Utility Payment facility Account balance enquiry Warranty Support Onsite Warranty Support for Cash Dispenser for One Year

Note: The Bidder should provide a compliance statement for all the above specifications of technical requirements against each item. All relevant product information such as user manuals, technical specifications sheet etc should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification of the bid.

Page 23 of 26

Annexure-TS-II
OPTIONAL ITEM: Sr. No . 1 2 3 4 Basic Common Configuration of CD Conformity with Specifications (Yes/No) Remarks/ Deviation if any

5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22

Software interface with PCBS branch software with CD Upgrade from 2 high to 4 high along with cassette. Upgrade from 2 high to 3 high along with cassette Biometric hardware and software on CD. a). Fingerprint reader for scanning the cardholders any finger and b) the fingerprint image data (biometric information) to ANSI/INCITS 378-2004 string before sending it to NICSI/Bank Switch along with transaction data. Bar Code Scanner for Bill Payment Transactions 15 LCD Display Dual Combination Electronic Lock Breaking open of Safe Chest Currency Cassette Divert /Reject Cassette CDPSU (SMPS) PC Core mother board Receipt Printer Consumables Receipt Printer Thermal Roll (with retention period of minimum 1 year) Receipt Printer Head Journal Printer Consumables Journal Printer Roll (with retention period of minimum 1 year) Journal Printer Head Shifting of CD within same premises with de-installation and re-installation Shifting of CD within same City with de-installation and re-installation Shifting of CD from one City to other City with deinstallation and re-installation Per visit activities not covered under AMC like IP Configuration for any mode of connectivity, screen loading, etc for existing CDs.

Page 24 of 26

ANNEXUREFB-I
Format for Commercial Bids Option I: Cost of CD Front Loading Type as per the configuration in Annexure-TS-I. S.No Items 1 2 3 4 5 Cost of Front Loading CD as per specifications given in A Annexure- TS-I Cost of one Site Preparation B AMC of CD per year C AMC of CD for 4 years after warranty of One year D=B*4 TCO FOR L1 (X) A+B+C Amount in Rs.

Rates for Optional items for new and existing CD (Per Unit Cost or as applicable to CD: Sr. Items Amount in Rs. Per No. unit/per activity

1 2 3 4

5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22

Software interface with PCBS branch software with CD Upgrade from 2 high to 4 high along with cassette. Upgrade from 2 high to 3 high along with cassette Biometric hardware and software on CD. a). Fingerprint reader for scanning the cardholders any finger and b) the fingerprint image data (biometric information) to ANSI/INCITS 378-2004 string before sending it to NICSI/bank's Switch along with transaction data. Bar Code Scanner for Bill Payment Transactions 15 LCD Display Dual Combination Electronic Lock Breaking open of Safe Chest Currency Cassette Divert /Reject Cassette CDPSU (SMPS) PC Core mother board Receipt Printer Consumables Receipt Printer Thermal Roll (with retention period of minimum 1 year) Receipt Printer Head Journal Printer Consumables Journal Printer Roll (with retention period of minimum 1 year) Journal Printer Head Shifting of CD within same premises with de-installation and re-installation Shifting of CD within same City with de-installation and reinstallation Shifting of CD from one City to other City with de-installation and re-installation Per visit charges activities not covered under AMC like IP Configuration for any mode of connectivity, screen loading, etc for existing CDs.

Rates quoted should be inclusive of Excise Duty/ Sales Tax/ Service Tax and packing, forwarding, freight, insurance and delivery at the NICSIs client

Page 25 of 26

location anywhere in India. However Entry Tax/ Octroi will be reimbursed as per actual wherever applicable.

Page 26 of 26

You might also like