REQUEST FOR PROPOSAL FOR End-to-End ... - BOI | Bank of India
Transcript of REQUEST FOR PROPOSAL FOR End-to-End ... - BOI | Bank of India
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
REQUEST FOR PROPOSAL
FOR
End-to-End Solution for
Merchant Acquiring Business
RFP REF NO: CPD/RFP/CM/2020-21/02
Date: 10/08/2020
Page 2 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
INDEX
The products and services required, bidding procedures, contract terms and conditions are
prescribed in the RFP. The Bidding Documents include:
PART CONTENT Page No.
PART 1 Invitation to Bid 3-5
PART 2 Disclaimer 6-10
PART 3 Instructions for Bidders (IFB) 11-45
PART 4 Terms and Conditions of Contract (TCC) 46-66
PART 5 Technical & Functional Specifications (TFS) 67-70
PART 6 Bid Forms, Price Schedules and other forms (BF) 71-105
PART 7 Schedule of Dates, Amounts, etc. (SDA) 106-139
Page 3 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 1: INVITATION TO BID
1.1 Background
Bank of India is a state owned banking and financial services PSU based in India.
Having 5089 branches as on 31st March 2020 in India spread over all states/ union
territories including specialized branches. These branches are controlled through 55
Zonal Offices. There are 60 branches/ offices and 5 Subsidiaries and 1 joint venture
abroad.
Bank is inviting Bids from the bidders to provide end to end solution for Merchant
Acquiring Business in Bank of India as well as Regional Rural Banks and subsidiaries
of Bank of India on an OPEX (operational expenditure) model.
1.2 Objective
The Bank plans to implement end to end solution for its Merchant acquiring business.
The solution deployed should be a state of the art software suite, ensuring scalability,
risk mitigation, volume sustainability, and business intelligence and be configurable to
different requirements. The solution will have to be upgraded by the Vendor free of
cost any time in the event of any changes / modification / new regulatory requirements
or reporting requirements which warrants compliance. The solution would need to be
interfaced to the CBS and other 3rd party solutions to meet the business requirements.
The purpose of this RFP is to obtain competitive proposals for solution that meet the
Merchant acquiring Business and related activities. The solution deployed should meet
the requirements as listed in Part 5 Technical & Functional Specifications (TFS). Any
up gradation or modification required by the Bank during the period of contract has to
be provided free of cost by the vendor.
1.3 Schedule of Bid submission / Address for communication
The interested vendors may collect this RFP from the Information Technology
Department, Head Office located at the address as mentioned on page 4 after
depositing a non-refundable Demand Draft / Pay Order for Rs. 25,000/- (Rupees Fifty
Thousand Only) + GST favouring Bank of India. The RFP/bidding document /pre bid
clarifications can also be downloaded from the Bank’s website
http://www.bankofindia.co.in under Tenders section. However, the bidder shall have
to submit a Demand Draft/ Pay order as above along with the bid.
1) The earnest money deposit for the bid is of Rs.10, 00,000/- (Rs. Ten Lakhs Only) by way of Bank Guarantee (format as per Format 6.4) from any of the public sector banks or reputed private sector bank (other than Bank of India) in an acceptable form
Page 4 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
favouring “Bank of India – EMD for End-to-End Solution for Merchant Acquiring Business Ref No. CPD/RFP/CM/2020-21/02 dated: 10/08/2020”, Mumbai. No interest shall be allowed on the Earnest Money. Bids without Earnest Money are liable for rejection.
2) The EMD (Bank Guarantee) and cost of bid (in form of DD/PO only) will be submitted in a separate envelope. No other mode will be acceptable.
3) In this regard, a two POS-envelope bidding Procedure (Technical Bid and Price Bid) in separate envelopes will be adopted. The technically complete and commercially competitive bids shall be submitted in three parts viz. Qualifying Eligibility-Part A, qualifying and Technical Bid – Part B and Price Bid – Part C in separate sealed cover.
4) The Bids should be delivered to the address mentioned below with acknowledgement due so as to reach before 15.30 hours on or before 01/09/2020. If the last day of submission of bid is declared holiday under Negotiable Instruments Act by the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.
5) The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc., if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 02/09/2020 at 04:00 PM. in the below mentioned Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.
1.4 Bid Details in Brief
Date and Time of commencement of inspection / Sale of Bid Document
10/08/2020
Pre bid meeting 25/08/2020, 03:00 PM Venue: Bank of India Star House-2, ‘G’ Block, Head Office, Information Technology Department; eighth floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
Last Date and Time for Receipt of Bids at Bank of India (Address as given below)
01/09/2020, 03:30 PM
Date and Time of opening of Technical Bids
02/09/2020, 04:00 PM
Page 5 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Address for Communication and submission of bid.
The General Manager, Bank of India Star House-2, ‘G’ Block, Head Office, Information Technology Department; eighth floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051 Telephone: 022 6131 9458 / 2931 / 2925 Email: [email protected]
Bid document Availability Bidding Document to be downloaded from the Tender section of our Bank’s web-site www.bankofindia.com
For any technical clarification, the contact person are Shri Chinmaya Mishra, Chief Manager
email-([email protected]), Ph.No.-022-61312931 and / or Shri Harish
Kumar Chief Manager email-([email protected]), Ph. No. 022-61312925.
Page 6 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 2: DISCLAIMER
2.1 The information contained in this Request for Proposal (RFP) document or
information provided subsequently to bidder(s) or applicants whether verbally or in
documentary form by or on behalf of Bank of India (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.
2.2 This RFP is neither an agreement nor an offer and is only an invitation by Bank to
the interested parties for submission of bids. The purpose of this RFP is to provide the
bidder(s) with information to assist the formulation of their proposals. This RFP does
not claim to contain all the information each bidder may require. Each bidder should
conduct its own investigations and analysis and should check the accuracy, reliability
and completeness of the information in this RFP and where necessary obtain
independent advice. Bank makes no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of this RFP. Bank may in its absolute discretion, but without being under
any obligation to do so, update, amend or supplement the information in this RFP.
2.3 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 any successful bidder as identified
by the Bank after completion of the selection process. No contractual obligation
whatsoever shall arise from the RFP process until a formal contract is executed by the
duly authorized signatory of the Bank and the vendor.
2.4 This RFP is floated only for the selection of eligible bidder. The Content of the RFP
is only indicative which remains in force till final contract is signed between the Bank &
the selected bidder. Under no circumstances the content of this RFP should be treated
as exhaustive in preparing the agreement for the final Contract.
2.5 The RFP document contains statements derived from information that is believed to
be true and reliable at the date obtained but does not purport to provide all of the
information that may be necessary or desirable to enable an intending contracting party
to determine whether or not to enter into a contract or arrangement with Bank in relation
to the provision of services. Neither Bank nor any of its directors, officers, employees,
agents, representative, contractors, or advisers gives any representation or warranty
(whether oral or written), express or implied as to the accuracy, updating or
completeness of any writings, information or statement given or made in this RFP
document. Neither Bank nor any of its directors, officers, employees, agents,
Page 7 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
representative, contractors, or advisers has carried out or will carry out an independent
audit or verification or investigation or due diligence exercise in relation to the contents
of any part of the RFP document. Bank reserves the right to cancel the entire Bidding /
RFP process at any Stage without assigning any reason whatsoever.
2.6 Subject to any law to the contrary, and to the maximum extent permitted by law,
Bank and its directors, officers, employees, contractors, representatives, agents, and
advisers disclaim all liability from any loss, claim, expense (including, without limitation,
any legal fees, costs, charges, demands, actions, liabilities expenses or disbursements
incurred therein or incidental thereto) or damage (whether foreseeable or not) (“Losses”)
suffered by any person acting on or refraining from acting because of any presumptions
or information (whether oral or written and whether express or implied), including
forecasts, statements, estimates, or projections contained in this RFP document or
conduct ancillary to it whether or not the Losses arises in connection with any ignorance,
negligence, casualness, disregard, omission, default, lack of care, immature
information, falsification or misrepresentation on the part of Bank or any of its directors,
officers, employees, contractors, representatives, agents, or advisers.
2.7 Independent External Monitors (IEM)
Bank of India has empanelled Independent External Monitors (IEMs) for implementation of
Integrity Pact (IP) in respect of procurements as per directives received from the Central
Vigilance Commission (CVC).
The details are as under:-
1 2
Dr. Joginder Paul Sharma, IAS
(Retd)
Ex-Principal Secretary. Govt. of UP
D-266, Sector-47,Noida, UP
Mobile: 9650999444
e-mail: [email protected]
Shri Ashwani Kumar
Ex-CMD, Dena Bank
Flat No. 101, 1st Floor
Plot No. F.P. No.81, Ruby Bandra
West Ruby CHSL, 29th Road,
Near Duruoella Convent High School.
Mumbai
Mobile: 9920262626
Email:[email protected]
2.8 Integrity Pact
Venders/bidders/sellers, only those who commit themselves to Integrity Pact with the Bank,
would be considered competent to participate in the bidding process. In other words, entering
into this pact would be the preliminary qualification. In case of bids not accompanied with
signed IP by the bidders along with the technical bid, the offers shall be summarily rejected.
The agreement shall be stamped as applicable in the State where it is executed. Bid submitted
Page 8 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
without PRE-CONTRACT INTEGRITY PACT, as per the format provided in the RFP, shall not
be considered.
IP shall cover all phases of contract i.e. from the stage of Notice Inviting Tenders (NIT)/Request
for Proposals (RFP) till the conclusion of the contract i.e. final payment or the duration of
warrantee/guarantee. Format of Pre Contract Integrity Pact is provided on Annexure - P for
strict compliance.
Important Event Dates
Sr. No.
Event Description Date
1. Date on which bid document will be made available
10/08/2020
2. Pre-Bid Meeting Date and Venue
25/08/2020, 03:00 PM Venue: Bank of India Star House-2, ‘G’ Block, Head Office, Information Technology Department; eighth floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
2. Last Date and Time for Submission of Bid
01/09/2020 03:30 PM
3. Date and time of opening Qualifying & Technical Bid
02/09/2020 04.00 PM
Page 9 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Abbreviations used in this Document:
1 BG Bank Guarantee
2 BOM Bill of Material
3 DD Demand Draft
4 DES Data Encryption Standard
5 DR Disaster Recovery
6 EMD Earnest Money Deposit
7 EMV Euro, Master and Visa
8 FRM Fraud Risk Management
9 GST Goods & Services Tax
10 IT Information Technology
11 LD Liquidated Damage
12 NI Act Negotiable Instruments Act
13 NPCI National Payment Corporation of India
14 OEM Original Equipment Manufacturer
15 OS Operating System
16 PCI- DSS
Payment Card Industry Data Security Standard
17 PDI Pre Delivery Inspection
18 PIN Personal Identification Number
19 RFP
Request For Proposal [Interalia the term ‘Tender’ is also used]
20 RRB Regional Rural Bank
21 SI System Integrator
22 TM Technology Management
23 VAT Value Added Tax
24 LBT Local Body Tax
25 EDC Electronic Data Capture
26 PoS Point of Sale
27 PSTN public switched telephone network
28 GPRS General packet radio service
29 MPoS Mobile Point of Sale
30 AMEX American Express
31 TLE Terminal Line Encryption
Page 10 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
31 UKPT Unique Key Per Transaction
32 DUKPT Derived Unique Key Per Transaction
33 PA- DSS
Payment Application-Data Security Standard
34 DCC Dynamic Currency Conversion
35 DRS Disaster Recovery Site
36 BCP Business Continuity Plan
Page 11 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 3: INSTRUCTIONS FOR BIDDERS (IFB)
TABLE OF CLAUSES
Clause
No. Topic
Claus
e No. Topic
A. Introduction 3.18 Format and Signing of Bid
3.1 General D. Submission of Bids
3.2 Broad Scope of Work 3.19 Sealing and Marking of Bids
3.3 Deliverables 3.20 Deadline for Submission of Bids
3.4 Eligibility Criteria 3.21 Late Bids
3.5 Cost of Bidding 3.22 Modification & Withdrawal of Bids
B. Bidding Documents E. Bid Opening and Evaluation
3.6 Content of Bidding Documents 3.23 Opening of Bids by the Bank
3.7 Clarification of Bidding
Documents 3.24 Clarification of Bids
3.8 Amendment of Bidding
Documents 3.25
Preliminary Examination
C. Preparation of Bids 3.26 Evaluation & Comparison of Price
Bids
3.9 Language of Bid 3.27 Contacting the Bank
3.10 Documents comprising the Bid F. Award of Contract
3.11 Bid Form
3.28 Post qualification
3.12 Bid Prices 3.29 Award Criteria
3.13 Bid Currencies 3.30 Bank’s Right to Accept Any Bid and
to Reject Any or All Bids
3.14
Documents establishing
Bidder’s Eligibility and
Qualifications
3.31 Notification of Award
3.15
Documents establishing
eligibility of products &
conformity to Bid Documents
3.32
Applicability of Preference to Make
in India, Order 2017 (PPP-MII
Order)
3.16 Bid Security 3.33 Signing of Contract
3.17 Period of Validity of Bids 3.34 Performance Security
Page 12 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
A. Introduction
3.1 General
i. Bank of India (hereinafter referred to as BOI or Bank) wishes to put in place end
to end solution for Merchant Acquiring Business in Bank of India and a minimum
uptime time of 99.98%.
ii. Solution will also have to be extended to the Bank of India sponsored RRBs for
which only implementation cost will be paid by the Bank.
iii. Towards this end, BOI wishes to select a competent vendor who will be able to
deliver / implement the required solution and integrate the same with the Banks’
applications of respective and that of RRBs. Vendor will also be required to
support Bank and RRBs in integration of future solutions, which Bank/RRBs are
going to procure.
a) Requirement Details
a. Bank is indenting to acquiring 1,00,000 nos of POS / MPOS terminals within next
five years as per the latest configurations available in the market and deliver the
same to the successful bidder for installation of these terminals at various
locations. POS and MPOS terminals would be deployed. However this number
will not be binding on the bank and successful bidder will be paid same rates for
any number of terminals managed by them.
b. MPOS terminals should support at least 3 of 4 services like (i) Regular card
present transactions, (ii) QR Codes, (iii) UPI, (iv) BHIM Aadhar Pay out of which
(i) & (ii) are mandatory.
c. 50,000 Digital POS based Merchants each year are planned for the next five
years. However, as per market trends, it is envisaged that requirement of
POS/EDC terminals i.e. POS, advanced POS and M-POS shall be in the ratio of
40, 40 and 20 which may vary in future. (Please refer to Annexure-H for category
of POS terminals mentioned under the column Particulars)
d. Bidder is expected to source the merchants from markets on their own and as
well as on the basis of leads provided by the bank.
Page 13 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
e. Bidders should raise monthly invoices basing on the actual deployment. Though
the Bank has plans to on-board merchants as indicated in the above paragraph,
actual deployment may vary depending on various factors. The above quantities
are indicative in nature.
f. The contract period will be for a period of 5 years from the date of agreement
signed. If so desired by the Bank, the contract may be extended for another
period of one year (one year) from the date of its expiry on the same terms and
conditions. However bank will have the right to cancel the agreement, in case
services of the vendor not found satisfactory and/or bank plans to come out of
the activity, in that case bank will not be liable for any compensation to the
successful bidder.
g. Bidders have to quote rates in commercial bid. Service provider will be selected
on the basis of technical qualification and lowest bid, with proper weightage and
marks stipulated in the format: 6.3.
h. Service provider will take on operation of existing terminals in phased manner.
Every month the terminals, which has completed 36 months with the existing
vendor will be handed over to the new vendor. New vendor will replace the
terminal from the stock available with them and take over old data and
operations.
3.2 Broad Scope of Work
3.2.1 Terminals
The scope of RFP involves storage, and deployment of EDC/POS Terminals (PSTN, GPRS,
MPOS, QR Code, AEPS POS, Soft POS and android based POS) etc. to be installed at
Merchant Locations for acceptance of all types of cards (Credit, Debit, pre-paid, contact or
contact less), issued in association with VISA, MasterCard & RUPAY (also AMEX/Diner
and/or any other Bank/association if desired by the bank) etc. by the Bidder and routing
the transactions to Bidder’s Switch and then to the appropriate interchange switch viz., VISA
or MasterCard or RUPAY or (AMEX/Diner and/or any other Bank/association ,if desired by
Bank).
Scope of the RFP also includes migration of entire data of existing merchant acquiring
business of the bank through EDC/POS terminals, by the bidder at their cost from the
existing service provider, wherever required.
The successful bidder will be required to install, give training to ME and maintain them and
also offer services including deployment of the EDC/POS terminals, terminal driving,
switching, FRM, merchant help desk, consumables, marketing, enrolment of Merchants,
merchant app, field services, transaction settlement, reconciliation of EDC/POS
Page 14 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Transactions and handling chargeback management. Accordingly the Bank desires to offer
the EDC/POS Machines delivery and operational channel to Merchant Establishments
enrolled by Bank.
Vendor will raise the bill to the bank on Monthly basis, for operational expenses for all the terminals maintained by him, from the next month after certificate from the ME for successful working of the terminal installed.
i. The EDC/POS terminals being deployed will be-
Chip-compliant and capable of PIN acceptance for chip cards.
Have unique double length Terminal Master Key.
In the approved terminal list of the EMV Companies.
POS/EDC Terminals must have the facility of LCD screen to display
the amount of Transaction.
UKPT Compliant
biometric enabled
QR code enabled
NFC enabled
NCMC Compliant
UPI enabled
The machines procured should be PCI-DSS and PA-DSS compliant as per latest compliance standard released by PCI Council.
ii. The successful bidder should be capable of installing and maintaining them or
any other type may be required by the Bank.
iii. Service provider should be PCI-DSS compliant as per latest compliance
standard released by PCI Council as on the date of RFP.
iv. Any Card payment application used must be PA-DSS Compliant.
v. The Bidder will be required to be fully compliant to MOF/RBI/Bank or any other
statutory body directives and upgrade all systems in future directives of
MOF/RBI/Bank or any other statutory body at no extra cost to the Bank, Bidder
has to ensure compliance of all Advisories including latest one i.e. No 2/220 issued
by Department of Supervision, Central Office, Cyber Security & IT Risk
(CSITE) Group on Securing Payments Ecosystem – Purchase Return Fraud
dated 07.04.2020.
Page 15 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
vi. The POS/EDC terminals for fuel merchants will be PESO (Petroleum and
Explosives Safety Organization) certified/compliant, bidder will be required to
manage them.
vii. The service provider should be able to manage NFC (Near Field
Communications) terminals and its systems should be compatible to process
the transactions through NFC cards.
viii. To provide details regarding Database Design, Table Structure, Application
Programming Interface etc. so as to give the Bank , sufficient insight on
working of the application or software.
ix. To provide adequate training and operational guidelines to designated bank-
staff for data extraction, conversion and uploading tasks, Report Generation
Software / Tools installed.The Bank may provide a centralized location for
training or may ask the successful vendor to give training at different centres
required by Bank in India. Training at regular intervals – once in 3 months at
identified 10 to 15 centres anywhere in India.
x. Any up gradation or modification required by the Bank to be provided free of
cost by the vendor.
xi. The solution should have the capability to integrate with Finacle or any other
third party solution as required by the Bank.
xii. Further, the system integrator or bidder should be able to provide the
necessary interfaces with our existing Service Provider/s. This includes
Finacle, Data warehouse or any other solution as needed by the Bank.
xiii. To avoid rising risk & theft over GPRS, bidder existing GPRS EDC
infrastructure should be on private & dedicated APN (Access Point Name) for
EDC machines.
xiv. In case, Bank procures POS terminal from other supplier, same is to on-board
without any extra cost to Bank. It has to be ensured that the product is
compatible with presently working equipment, applications and linkages.
xv. The service provider should have the capability to support Value Added
Services on POS terminals viz. PC-POS integration, Dynamic Currency
Conversion (DCC), EMI, Cash@PoS, BQR on POS, Mobile/DTH top-up, Bill
Page 16 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
payments, Wallet acceptance, Data Analytics, other payment options such as
QR Code, Aadhar Enabled Payment System (AEPS), NFC based payment,
NCMC card acceptance etc, and any other new feature which may come in
use in future at no extra cost to Bank.
xvi. Successful bidder will also be required to do the auto batch closing process on
daily basis, credit to ME account and recover monthly expenses from ME account through efficient and automated process.
xvii. The scope of RFP involves sourcing of merchant from market and installation
of EDC Terminals at Merchant Locations for acceptance of all types of cards issued in association with VISA/Master Card/ NPCI and/or any other scheme as per Bank requirement, by the Bidder and routing the transaction to Bidder's Switch and then to the appropriate interchange switch viz., VISA/MasterCard/ NPCI or any other scheme. The successful bidder will be required to take the delivery, in bulk, arrange for warehousing the stock, insure the stock and arrange for the delivery to ME and install them at ME location as per Bank directions after uploading the required chip at his own cost and maintain them and also offer services including provision, deployment, installation of the EDC terminals, terminal driving, switching, merchant help desk, consumables and field services.
The Bank desires to offer the EDC Machines delivery channel to:
A. Merchant Establishments
B. Subsidiaries and RRBs
C. Any other organisation as per Bank’s requirement. 3.2.2 Switching Services
The broad guidelines for the switch handling processing merchant transactions
of VISA/MasterCard & Rupay or any other scheme Affiliated Cards are listed
below:
i. The switch should be capable of processing, operations, in-line with RBI/VISA/
MasterCard/NPCI Guidelines and should have direct connectivity in India with
MasterCard/VISA and NPCI, Amex / Diners /Discover/JCB/CUP etc.
ii. The Acquiring Switch and Systems being used to be certified as per latest PCI-
DSS Standards.
iii. The Bidder should have its switch certified for credit, debit, pre-paid card and
UPI acquiring in India by VISA /MasterCard/ NPCI or any other Bank or
institution
Page 17 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
iv. The switch should be certified for credit /debit card acquiring in India by VISA /
MasterCard/ NPCI and any other bank/ Institutions and should have capability
to make them capable and certified for acceptance of any other present/ future
cards (may be AMEX/ Diners etc. Cards)
v. The switch should have VAP / MIP/ Rupay connectivity in India to provide the
necessary connectivity to the Bank for routing VISA / MasterCard/ RUPAY
transactions.
vi. The bidder should have the facility of
a) Charging differential MSF rate to merchants for different types of Cards.
b) Fixing the mark-up for Bank to ensure dynamic pricing for each
transaction.
vii. Bidder need to get its switch certified for all the payments switch at its own cost
& all the onetime fees needs to borne by the bidder.
viii. Should provide network monitoring and ensuring connectivity.
ix. Bank already has established products like credit card, debit cards, prepaid
card, and fraud & risk management tool. Bidder needs to establish & develop
connectivity at its own cost with Bank’s current credit card switch, debit card
switch, prepaid card switch & fraud & risk management tool. To save the
interchange cost for the bank & avoid risk for arising from the business, the
same shall be required to be in place from the beginning of the deployment of
terminals.
x. Adequate and tested Disaster Recovery and Business Continuity Plan must be
placed as per the latest guidelines.
xi. Building on-us pipe with Bank’s Switch for credit, debit & prepaid cards or any
other switch as directed by the Bank for direct routing of on-us transactions,
without any separate cost to Bank.
xii. Integration with switch/system acquired by us/to be acquired in future, without
any extra cost to the Bank.
xiii. VA / PT for the communication/network equipment’s to be done by the bidder
on regular basis/quarterly as per the report provided by the bank without any
extra cost to the bank
3.3 Deliverables
The Bank is inviting offers from Bidders capable and experienced in all aspects
relating to Merchant Acquiring business by sourcing of merchants from market
and deploying Compliant EDC Machines capable of reading Chip card and PIN
acceptance for Chip cards, NCMC cards, at various Merchant locations across
the country and maintain them.
Page 18 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
i. The terminals and Bidders system should be compliant to PCI DSS standards
and of reputed companies.
ii. The EDC terminals will be connected to the bidders switch for
routing/accounting of transaction and then to the VISA/MasterCard / NPCI and
/or any other Switch.
iii. The system should be capable of making the Merchant able to submit the daily
Transactions/Bills online to the bidder for settlement through Batch Settlement
Process.
iv. The bidder should have the capability to install of EDC terminals, Merchant
Management and Training, while the Bank will provide the Lead and necessary
assistance in sourcing the Merchants.
v. The bidder will be required to have a Merchant Helpdesk for attending to the
queries of the Merchants. Bidder shall also handle the settlement and payment
related queries by the Merchants of the Banks.
vi. The bidder will attend the Merchant’s complaint with in maximum T+1 day in
Metro and urban centres and T+2 day at other centres.
vii. The bidder shall provide bank specific app (in case of Mobile POS) which will
be compatible with IOS/android based smartphone. The app shall be available
in the app store/play store, so that the merchant can download the same.
viii. The necessary security features of the APP as per the existing guidelines needs
to be complied. The bidder needs to submit the necessary certificates certifying
the same.
ix. The bidder should upgrade the app as and when there is a requirement in order
to comply the RBI norms/security features without additional cost.
x. The bidder should provide a portal to have an integrated view which include
number of merchant, number of transaction processed, volume of transactions
processed, split between various card schemes, MDR, rental etc.
xi. The Terminal management System should have the ability to customize the
application, edit parameters, store all digital receipts and ability to view and
download the receipts.
Page 19 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xii. Monitoring tool to be provided by the Vendor to take appropriate action as
decided by the bank.
The Bidder shall comply with / provide confirmation on the following:
i. All the EDC terminals should be directly connected to the Bidder's switch for
providing Switch Services for acquiring transactions. The third party processor
switch should be duly certified by VISA/MasterCard/ NPCI and/or any other
scheme and comply with all administrative formalities and documentation
requirements of VISA/MasterCard/NPCI and/or any other scheme.
ii. The POS machine must have a facility to capture the signature digitally.
iii. The transactions would be routed directly to VISA/MasterCard/NPCI and/or any
other scheme for "Off-Us" transactions only. The Bidder should also be capable
of routing the "On-Us" (our Bank's Cards/Network Group Cards) transactions
from the EDC Terminals deployed for the Bank by dedicated network
connectivity between the Bidder's and the Bank's switch and the Credit Card
Management System (managed by the Bank's Third Party Service Provider).
The integration to the Bank's switch for routing debit cards and to the Bank's
existing credit card switch will have to be undertaken by the Bidder at its own
cost, including the cost of the communication network and equipment.
iv. The bidder should provide for Transaction and Merchant Monitoring reports for
monitoring of frauds and any suspicious transactions, these reports will be
routed to FRM solution for approval.
v. Successful bidder will be required to provide FRM solution to Bank. This FRM
solution will be integrated with the switch and generate alerts based on the rules
framed in the FRM solution. Bidder will be required to arrange 24X7 monitoring
team, for these alerts. Monitoring team will call the Merchant in case of these
alerts and will take appropriate decisions as per Bank directions.
vi. Bidder needs to deploy its own team of minimum 10 members at Bank premises
to carry out the routine daily business operations, initially. Strength will be
increase @ rate one person for additional 5000 terminals. The vendor personnel
shall have basic minimum qualification as per industry standard. Before
placement of the personnel, bank shall conduct interview of the personnel to
check their level of understanding of the industry. The vendor personnel shall
be placed on all days including holidays.
Page 20 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
vii. The successful bidder will be required to provide additional value added
services prevailing in the market, mandated by RBI or introduced by other Banks
as per Bank requirements on the EDC terminals installed and managed by the
bidder. The bidder should be capable of providing as and when such services
are required by the Bank.
viii. To avoid risk on data theft, it’s mandatory for the successful bidder to comply
with Unique Key per terminals & bidder is required to have an existing installed
base & infrastructure for UKPT and DUKPT.
ix. Processing, Settlement & Reconciliation of files received from the Schemes viz.
VISA/MasterCard/Rupay etc. with the transaction record.
x. The vendor will be required to send reports as per the frequency and Bank’s
requirement. If some development will be required in their system for such
reports, bank will not pay anything extra.
xi. The vendor will be required to accommodate ME wise turner over in system for
FRM purpose.
xii. Each report will have details like Branch/Zone/NBG or any other details as per
Bank requirement.
xiii. Back-end transaction processing viz., capturing of transaction from POS
terminals / QR / other acceptance solutions, routing it to issuer through
VAP/MIP/NFS and any other interface or receiving response from card networks
etc., obtaining response from issuer and transmitting back the response to the
merchant.
xiv. Bidder is responsible for complete „End-to-End‟ reconciliation including
merchant level, GL level & Scheme level transactions. Bidder is responsible for
reconciliation of settlements including charge-backs, hold-over, re-
presentments, pre-arbitrations and arbitrations etc. as per laid down rules for
the purpose. Bidder is responsible to intimate the merchants for the disputes
received and collect the relevant documents on behalf of Bank by approaching
the merchants in timely manner and any other activity/action required, without
any extra cost to Bank.
Page 21 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xv. To develop, customize and periodical up-gradation of terminal application
software, from time to time, as per requirement of the Bank and in compliance
to the guidelines issued by the Government of India, Regulatory authorities and
other authorities, if any viz. RBI, DFS, MEITY, etc and Scheme Fees viz.
VISA/MasterCard/RUPAY etc, without any extra cost to Bank.
xvi. To upgrade the terminal application as per the mandates received from time to
time from the settlement agencies. i.e. VISA/MasterCard/RUPAY etc., at no
extra cost to Bank.
xvii. Periodical certification of the hardware, software and application as is
considered necessary at the cost of the bidder.
xviii. Merchant training on an ongoing basis on Bidder’s cost. Requirement of training
to be done as and when required.
xix. Dedicated Merchant Help Desk support through Call Centre is to be provided
by the Bidder during peak business hours of 7.00 A.M. to 11.00PM by deputing
at least One (1) Customer Care Executive for every 2500 PoS terminals.
Besides, the Bidder to make the IVRS services available on 24x7 basis for
addressing concerns/complaints of merchants, without any extra cost to Bank.
xx. Arrangement of Network Access Connectors (NACs): Bidder will ensure
adequacy of Bandwidth and provision for appropriate scalability of switching
services, without any extra cost to Bank.
xxi. Maintaining record of all successful and unsuccessful transactions logs in a
secured environment and sharing the same with Bank on a daily basis. Service
provider will retain the records for a period as per the specifications given by
Bank from time to time.
xxii. MIS with respect to POS terminal installation/de-installation/ WIP. Bidder will
provide application access to Bank for accessing the real time MIS.
xxiii. Bidder is required to bear entire Fraud & Risk Liability and, also to provide
effective Fraud & Risk management services. Addressing of charge backs, if
any arises, will be to the account of the bidder and all other issues like collection
of charge slips, making representation etc shall also be managed by the bidder.
Page 22 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xxiv. Capability to generate GST, FIRC certificates etc on a monthly or at a frequency
decided by the Bank and to provide GST data as per the format prescribed by
GST Council, GOI thereby enabling the Bank to remit GST amount as per
requirement of the GST Council.
xxv. Compliance to all our Bank guidelines along with guidelines of the Government
of India, Regulatory bodies and the Schemes, at no extra cost to the Bank.
xxvi. The Vendor should comply with Bank's IS Security policy and audit
requirements along with RBI audit, at no extra cost to the Bank.
xxvii. The bidder will be responsible and will facilitate the Audit and DR-Drill activities
on quarterly basis, as per requirement of the Regulatory Authorities/Bank, at no
extra cost to the Bank. Besides, any Inspection/Audit/DR drill activities called for
by the Regulator in addition to the above must be permitted by the Bidder, at no
extra cost to the Bank.
xxviii. Permission to Bank to conduct Audit of data, books (relating to BOI), IT
infrastructure etc. These Audits can be done by External agencies or Bank‟s
agencies. The vendor has to get itself annually audited by internal/ external
empanelled Auditors appointed by the Bank/ inspecting official from the Reserve
Bank of India or any regulatory authority, covering the risk parameters finalized
by the Bank/ such auditors in the areas of products (IT hardware/ software) and
services etc. provided to the Bank and the vendor is required to submit such
certification by such Auditors to the Bank. The Vendor and or his / their
outsourced agents / sub – contractors (if allowed by the Bank) shall facilitate the
same The Bank can make its expert assessment on the efficiency and
effectiveness of the security, control, risk management, governance system and
process created by the Vendor. The Vendor shall, whenever required by the
Auditors, furnish all relevant information, records/data to them. All costs for such
audit shall be borne by the Bank.
xxix. Generation of QR codes for QR acceptance and development, maintenance,
customization, integration & periodical upgrading of back-end system for
processing, reconciliation, settlement, dispute management etc pertaining to
QR Code payment system.
a) Merchant related Activities
Sourcing of the merchants from markets at its own and as well as on the basis of leads provided by the bank.
Page 23 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
The deliverables shall also include the following:
i. Providing end-to-end (warehousing, insurance, logistic from warehouse to ME,
installation, maintenance, Fraud Risk Management, switching, report
generation and delivery, complaint management or any other activity as per
Bank requirement, for the EDC terminals including network connectivity.
ii. Sourcing of merchants
iii. Merchant Set Up and Training
iv. Merchant Authorization Processing
v. Merchant Activity Monitoring
vi. Suspect Activity Response and Merchant Termination.
vii. Bidder will have to manage the following mandatory responsibilities on behalf of
the bank & no separate out of pocket expenses shall be reimbursed to the
vendor. Vendor should quote their rates in the commercials bid, covering these
expenses.
SIM card procurement. Consumable procurements & Distribution Management & Installation of TMS Asset & logistic management Waybill, Octroi for bank owned terminals. Terminals supplier & repair management.
viii. Generating the exceptions and taking appropriate action with the approval of
the Bank.
ix. Generating and sending standard reports and other reports / MIS as defined by
the Bank.
x. Timely escalation to the Bank on exceptions.
xi. Provide EDC switching services.
xii. The POS Machine must have a facility to capture the signature digitally.
xiii. Managing the Merchant Relationship to ensure business volumes are submitted
by the merchant through the EDC terminals deployed on behalf of the Bank.
xiv. Management of DCC services as per request of the merchant.
xv. Management of FRM solution.
xvi. It’s mandatory for the vendor to have an existing experience of running the CUG
programmes for large institutions in India.
xvii. Data migration from the existing vendor to new bidder will be managed and
arranged by the successful bidder. Bank will not pay any extra cost for that.
xviii. Successful bidder will migrate the existing Merchant as and when tenure
(agreement of three year) of Machine with the exiting vendor get completed.
Page 24 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xix. The vendor will be required to connect with Bank’s Core Banking Server for
direct credit and debit to Merchant’s account through ISO/APIs.
xx. The vendor will share their APIs to Bank for capturing the leads for installation/
de-installation of terminals.
xxi. The vendor will share the android/ IOS based app for Merchant to generate
reports/MIS etc. for sale.
xxii. Sending In-App and SMS notifications to merchant in case of QR Transactions,
without any extra cost to the Bank.
xxiii. Development, maintenance, customization, integration and periodical up-
gradation of back-end system for processing of Electronic Toll Collection (ETC)
transactions coming from the switch/system acquired by us, as per procedural
guidelines issued by RUPAY, without any extra cost to the Bank.
xxiv. Development, maintenance, customization & periodical up-gradation of CRM
(Customer Relationship Management) tools which should include web-based
tool for complaint log-in & resolution, generation of complaint log number,
simultaneous generation and email & SMS code to merchants and closure of
complaints only after feeding of acknowledgement code in the CRM system etc.
xxv. Effective inventory management of PoS terminals by using related analytical
tools, provision of Dash Board showing active and inactive PoS terminals at real
time.
xxvi. The Bidder should pick up the PoS terminal from merchant‟s location within a
maximum period of 5 calendar days from approval for its de-installation from the
Bank. Bank will not be liable for any assistance in this regard.
xxvii. Turnaround time for installation and repair.
xxviii. Bidder must ensure that „Card present‟ transactions are strictly in line with RBI/
MOF/ IBA/ RUPAY/ MasterCard/ VISA/JCB-CUPI guidelines.
xxix. Bidder should be capable to deliver changes like Aadhar based authentication
on POS Machines as an additional factor of authentication or any up gradation
is required to be made in POS infrastructure to comply with MoF/ RBI/IBA
directives in future, at no extra cost to Bank.
xxx. The bidder has to ensure that the Product/POS terminals supplied are new,
unused, of the current model incorporating latest improvements in design/
features and these shall have no defect arising from design or from any act of
omission of the Service Provider. Before installation any new POS model bidder
shall obtain confirmation of bank.
xxxi. The bidder has to ensure that Products/POS terminals supplied by them has to
be replaced by improved features/designs in every three years.
xxxii. Bidder will provide application to access the MIS for monitoring the SLA till the
end of agreement.
Page 25 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xxxiii. The system integrator or bidder will be one point contact to provide the solution
to the Bank. The selected system integrator or bidder will provide the Bank a
complete solution including but not limited to supply, installation of required
software.
xxxiv. The Bank also reserves the right to inspect such installation/s while evaluating
the Technical Bid. The system integrator or bidder should obtain permissions
and bear all the expenses in this regard.
3.4 Eligibility Criteria
The eligibility criteria have been set keeping in mind the requirements of the Bank for
sourcing of merchants, supply, delivery and services for Merchant Acquiring Business
covering the length and breadth of the country. Since the support and services offered
by the Bidder will have a direct bearing on the reputation of the Bank, Bidders need to
have a proven track record, sufficient means and net worth. Only those vendors who
fulfil the following criteria are eligible to respond to the RFP. Offers received from
vendors not fulfilling all or any of the following eligibility criteria will be summarily
rejected.
i. The Bidder should be a Company incorporated in India with an Issued and Paid
up Share Capital of at least Rs. 15 Crore (Rupees Fifteen Crores), and net worth
of minimum Rs. 100 crore. (Rupees One Hundred Crores)
ii. The bidder should be registered as a company in India as per Indian company’s
act 2013 & operating for 5 years in India as on the date of RFP. The
MOA/AOA should have the provision of conducting the line of business
sought in the RFP.
iii. The Bidder should have yearly sales turnover of not less than 100 crore and
with operating profit for the last three consecutive years. The Bidder should
submit the audited annual financial statements of FY 2019-20, 2018-19, 2017-
18, certificate from a Chartered Accountant to be attached.
iv. The bidder should have its own warehouse spread most of the places across
India (Minimum 10 Cities) to manage/ store Bank’s terminals. Bidder will be
required to submit details of such warehouses with address and contact details.
v. The Bidder should have to ensure the concepts of the EDC / POS deployment,
processing, operations and management, preferably participating in
implementing similar projects in any of the Banks/Financial Institutions in
India, in-line with RBI/VISA/ MasterCard/NPCI Guidelines. Details of such
Page 26 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
understandings and implementations need to be furnished along with the
proposal.
vi. The bidder should have experience for 5 years in managing & should have
required registration to manage/ maintain bank owned terminals.
vii. The bidder will be required to have own POS acquiring switch in India and
should have a proven track record of processing 20 lac transactions per day.
Bidder need to submit a certificate from PSB from India (At least one).
viii. The bidder’s switch should be certified for acquiring all existing payment
schemes to accept VISA/MASTERCARD/NPCI/AMEX/ NCMC transactions.
ix. The minimum number of transactions required to have switched through the
scheme will be a minimum of 25,000 EDC machines per Bank for any two Banks
in India out of which one should be PSB.
x. The bidder should have its own certified switch to acquire credit card, debit card,
pre-paid card and NCMC cards. The switch should be certified by
VISA/MASTERCARD/NPCI and should have capability to make the same
capable and certified for acceptance for any other present/ future cards.
xi. The Bidder should be a registered third party processor and member service
provider for VISA/MASTERCARD/NPCI and any other bank or institution.
xii. The bidder need to have its own direct connectivity in India with
MasterCard/VISA and NPCI. In future as per Bank requirement they will have
connectivity with other scheme networks such as Amex / Diners
/Discover/JCB/CUP etc.
xiii. To support GPRS Terminals, bidder should have private APN (machine to
machine as declared by DOT) in India to provide connectivity and to avoid rising
risk and theft of data over GPRS, bidder’s existing GPRS EDC infrastructure. It
must have dedicated APN from at least from two service providers in India.
Bidder needs to provide a certificate from the service providers on the same.
xiv. The Bidder must have a solution for soft POS with tap on phone in India.
xv. The bidder should have service offices on at least 200 locations spread across
in India, to support the Merchants. Bidder is required to submit addresses/name
and contact details of these engineers.
Page 27 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xvi. The Bidder should have handled similar projects as per the scope of the work
described for at least two public sector banks in India for minimum period of five
years and minimum 50000 terminals aggregate for all the Banks together and
minimum 10000 terminals for each Bank separately as on the date of RFP, in
line with RBI/Master card/VISA and NPCI guidelines, covering the same scope
of the services. The Bidder should own/ have a license to use the Merchant
Acquiring hardware and software processing and switching platform in-house
within India. Terminal mentioned in this clause must be physical POS terminals.
The bidder should not have any joint venture in Merchant Acquiring Business
for fulfilling the criterion mentioned in the clause.
xvii. The Bidder switch be certified by schemes for acquiring DCC transactions in
India.
xviii. The bidder should have experience in managing DCC business for at least two
Banks with annual DCC turnover of over Rs. 50 crore for a period of previous
three years.
xix. The bidder should have at least five years working experience in acquiring
business (End to End) as on the date of the RFP ( the time will start from the
date of first terminal has been deployed by the bidder for any Bank in India).
xx. The Bidder should be compliant with the Payment Card Industry-Data Security
Standards (PCI-DSS). The Acquiring Switch and Systems being used by the
bidder in India to be currently certified as per latest PCI - DSS Standards.
xxi. The Bidder should have its own/ hosted tier 3 certified primary Data Centre, with
Disaster Recovery Centre in India in different seismic zone, capable of providing
all types of services with respect to POS operations in India. The Bidder should
also have Business Continuity Plan in place.
xxii. The Bidder should have on line Risk management and Fraud Monitoring Tools
and techniques for monitoring of any suspected transactions, based on pre-
defined and dynamic Customized rules framed by them in consultation with the
Bank. Their System should have ability to provide transaction and merchant
monitoring process. The bidder should have minimum experience of three years
for handling fraud & risk management for at least two Banks in India.
xxiii. The Bidder should have charge back management system.
Page 28 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xxiv. The Bidder should have 24X7 centralized Call centre in India, with IVRS and
de-centralized ME Help Desk and contact merchant on FRM alerts, with multi
language support.
xxv. The Bidder should own or have a license to use of the Merchant Acquiring
hardware and software processing platform in-house within India.
xxvi. The Bidder should have its switch certified for credit, debit, pre-paid card and
UPI acquiring in India by VISA /MasterCard/ NPCI or any other Bank or
institution.
xxvii. The Bidder should be a registered Third party Processor and Member Service
Provider (TPP and MSP) for VISA/MasterCard/ Rupay and any other Bank or
institution issued credit and debit card acquiring business in India.
xxviii. The bidder must have VISA/MasterCard, NPCI certified host and Visa Access
Point (VAP), MasterCard Interface Processor (MIP), Rupay connectivity duly
certified at its own premises in India. The bidder should have capability to get
themselves certified for acceptance of any other present/ future cards (may be
AMEX/ Diners etc. Cards).
xxix. The bidder needs to have capabilities for direct connectivity with Banks/ its
partners for connectivity with its credit cards/ Debit cards/CUG cards/ other
switches.
xxx. The Bidder should have the capabilities to suggest and provide add-on
requirements related to monitoring of the Transactions (MIS, Fraud Alert
Reports, Velocity Reports and Add-on Tools, etc.) etc.
xxxi. The Bidder should be a registered Third Party Processor / Member Service
Provider (TPP / MSP) for VISA / MasterCard/ NPCI and any other present or
future entity (AMEX, Diners etc.) in India.
xxxii. The Bidder should not have any past reported/recorded incident of any breach
of security or data compromise, notified by the Bank/ IBA/
MasterCard/Visa/NPCI/ RBI or any other authorities during the past Five years
in India (this may not be for only POS related activities, but any other activity
handled by the Bidder).
xxxiii. The Bidder should not have been blacklisted by any Bank/ Financial
Institutions/ RBI/ Bank Association or any other Authority in India.
Page 29 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
xxxiv. Consortium will not be permitted.
xxxv. The bidder should have permanent office in India with easy access.
xxxvi. The bidder should have branch/ service centers in India and list of branch /
service center / franchises with full details of Name, Address / Telephone
Number should be attached.
xxxvii. The Bank also reserves the right to inspect such installation/s while evaluating
the Technical Bid. The vendor should bear all the expenses in this regard. Site
visits by Bank’s Evaluation Team are mandatory and all the expenses incidental
to same are to be borne by Bank.
xxxviii. The bidder can offer own solution or a solution developed by an OEM and submit
Manufacturers (OEM) Authorization Certificate/Form.
xxxix. The application software offered should have adequate redundancy, fault
tolerance and Disaster recovery arrangement.
xl. The solution proposed by the system integrator or bidder should have been
operationalized and continue to be in successful operation in at least two Private
/ Public Sector Undertaking Bank /Foreign Bank in India or abroad having
minimum business mix of Rs. 2 lakh crore as on 31.03.2020 for at least three
years. Certification of satisfaction of the service from respective bank is to be
submitted.
A summary of one such project implemented must be enclosed with the Technical Bid,
giving the following details:
Name of the Client
Number of Branches
Nature of the Project
Scope of the Project
Project Deliverables
Architecture of the solution implemented
Date of award of Contract
Date of commencement of the Project
Date of successful commissioning of the Project (Pilot / Live)
Whether the Project has been vetted / audited by any independent
Agency / Institutional Consultants of Repute, and if so, outcome
thereof.
Page 30 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Name of the person who can be referred to from Clients' side, with
Name, Designation, Postal Address, Contact Phone and Fax
numbers, E-Mail IDs, etc. (Attach copies of purchase orders)
(Above Details are MANDATORY and to be included in technical bid. Without the above
details, the Bid is liable to be rejected)
xli. Financial statements i.e. Balance sheet and Profit & Loss accounts for last three
years will have to be submitted.
xlii. The bidder must have satisfactorily conducted Bank Account. A certificate to
that effect from bidder’s Banker should be furnished along with the bid.
xliii. Vendor must secure a score of 75% marks in functionality sheet (Part 5)
Technical & Functional Specification-TFS) to become technically eligible.
xliv. The solution provided should be PCI-DSS and PA-DSS Compliant.
3.6 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its
Bid, and the Bank will in no case be responsible or liable for these costs, regardless of
the conduct or outcome of the Bidding process.
B. The Bidding Documents
3.6 Content of Bidding Documents
i. The products required, Bidding procedures, and contract terms are
prescribed in the Bidding Documents. The Bidding Documents include:
PART 1 - Invitation to Bid (ITB)
PART 2 - Disclaimer
PART 3 - Instruction for Bidders (IFB)
PART 4 - Terms and Conditions of Contract (TCC)
PART 5 - Technical & Functional Specifications (TFS)
PART 6 - Bid Forms, Price Schedules and other forms (BF)
PART 7 - Schedule of Dates, Amount, etc. (SDA)
ii. The bidder is expected to examine all instructions, forms, terms and
specifications in the Bidding Document. Failure to furnish all information
required by the Bidding Document or to submit a Bid not substantially
Page 31 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
responsive to the Bidding Document in every respect will be at the
Bidder’s risk and may result in the rejection of the Bid.
3.7 Clarification of Bidding Documents
A prospective system integrator or Bidder requiring any clarification of the
Bidding Document may notify the Bank in writing or by Fax at the address / fax
number / e-mail indicated in Invitation to Bid. The Bank will respond at the time
of pre-bid meeting to any request for clarification of the Bidding Document,
which it receives no later than six (6) working days prior to the date of pre-bid
meeting. Relaxation in any of the terms contained in the Bid, in general, will not
be permitted, but if granted, the same will be communicated through Bank’s
website. Note: - The pre-bid queries should be submitted in form of excel sheet
via e-mail.
3.8 Amendment of Bidding Documents
i. At any time prior to the deadline for submission of Bids, the Bank, for any
reason, whether, at its own initiative or in response to a clarification requested
by a prospective system integrator or Bidder, may modify the Bidding
Document/s, by amendment.
ii. All prospective System Integrators or Bidders that have received the Bidding
Document will be notified of the amendment in writing by hosting on Bank’s
Website or fax or E-mail and will be binding on them. Notification of amendments
will be put up on the Bank’s Website and will be binding on all Bidders.
iii. 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.
C. PREPARATION OF BIDS
3.9 Language of Bid
The Bid prepared by the System integrator or Bidder, as well as all correspondence and
documents relating to the Bid exchanged by the System integrator or Bidder and the Bank
and supporting documents and printed literature shall be written in English.
Page 32 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
3.10 Documents Comprising the Bid
Documents comprising the Technical Bid Envelope, should be submitted duly indexed
and numbered, comprising of –
a. Bid Form as per Format 6.1.1 completed in accordance with the clauses in the Bid
and duly signed by the Bidder.
b. Documentary evidence establishing that the bidder is eligible to Bid, as per format
6.14 and is qualified to perform the contract as per Clause 3.14 of Bidding Document
if Bid is accepted.
c. Documentary evidence establishing that the Products, systems and ancillary
i. services to be supplied by the Bidder are eligible products and services
and
ii. Conform to Part 5 of the Bidding Document.
d. A full description of the Technical solution, which must provide an acceptable
i. solution to the business requirements, described in Part 5: Technical &
Functional
ii. Specifications. Any Technical Bid containing any price information will
be rejected.
e. Bid security for Rs.10,00,000 + GST furnished as specified in Clause 3.16 herein.
f. Details of Projects Handled / Referral Letters as per Clause 3.4. Point xl.
g. A complete Bill of Material as per Format 6.13 (Part-A and Part-B).
h. A Non-disclosure Agreement as per Format 6.2.
i. Manufacturers’ / Producers’ Authorization form as per Format 6.8 (where
applicable).
j. Service Support Details Form, as per Format 6.11
k. Additionally a Masked price bid should be kept with the Technical bid i.e. Bill of
Materials as per Format 6.13, listing the components as listed in the Masked Price
Schedule without indicating the price in another separate closed / sealed cover.
Please note that no price should be mentioned in this format.
Page 33 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
l. Additionally, the bid document should also contain indexed table of supporting
documentary evidences, along with relevant clause of the bid document under which
the same is being submitted and its description.
m. While submitting the Technical Bid, literature on the software/hardware if any,
should be segregated and kept together in one section/lot. The other papers like Bid
Security, forms as mentioned above, etc. should form the main section and should
be submitted in one lot, separate from the section containing literature and annual
accounts.
n. Any Technical Proposal not containing the above will be rejected. The Technical
Proposal should not contain any price information, such proposal will be rejected.
o. Documents comprising Price Bid Envelope, should be:
• A Full Price Schedule of the Solution indicating all the components of the
solution and services (Format 6.3) and Format 6.13 with the prices, in
one separate closed sealed cover.
• The Bid as per Format 6.1.2 as furnished in the Bidding Documents duly
signed by the Bidder and completed.
p. Each copy of the Proposal should be in three parts, as mentioned below.
The Vendor shall seal the “Eligibility Proposa”, “Technical Proposal” and
“Price Proposal” separately and the same shall:
i. be addressed to the Bank at the address given; and
ii. Bear the Project Name “RFP for Merchant Acquiring Business and
related activities” and a statement: “DO NOT OPEN BEFORE
(mention the last date of Bid submission) 01/09/2020 4:00pm”.
iii. Proposals must be received by the Bank at the address specified, no
later than the date & time specified in Request for Proposal.
q. Documents submitted should be as below -
The Proposal shall be submitted in two separate envelopes.
Part I covering the Technical, Commercial (except price) and
Qualification aspects hereinafter referred to as ‘Technical Proposal’ and
Part II covering only the price schedules hereinafter referred to as the
‘Price Proposal’.
Page 34 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
The two parts should be in two separate covers, each super-scribed with
the name of the Project (Proposal for RFP for end to end Solution for
Merchant Acquiring Business in Bank of India”) as well as “Technical
Proposal” and “Price Proposal” as the case may be.
3.11 Bid Form
The System integrator or Bidder shall complete both the two Envelopes of the
Bid Form furnished in the Bidding Document separately, indicating the products
to be supplied, a brief description of the products, their country of origin, quantity
and prices and submit them simultaneously to the Bank. Bids are liable to be
rejected if only one (i.e. Technical Bid or Price Bid) is received.
3.12 Bid Prices
i. The detail Bid price indicated in Price schedule should be quoted for
Software Application. The price schedule should include all the components.
ii. The prices indicated in the Price Schedule shall be entered in the following
manner:-
• Prices quoted as above shall be valid for entire contract period, however
subject to negotiation if the Bank feels that the cost of inputs have been
reduced by 20% or market price of the product is reduced by 20% or more.
• Prices quoted by the System integrator or Bidder shall be fixed during the
system integrator’s or Bidder’s performance of the Contract and shall not be
subject to variation on any account, including exchange rate fluctuations,
changes in taxes, duties, levies, charges etc. A Bid submitted with an
adjustable price quotation will be treated as non-responsive and will be
rejected. The price should be exclusive of all taxes.
3.13 Bid Currencies
Bids are to be quoted in Indian Rupees only.
3.14 Documents Establishing System Integrator’s or Bidder’s Eligibility and
Qualifications
Page 35 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
a. The System integrator or Bidder shall furnish, as part of its Bid, documents
establishing the System integrators or Bidder’s eligibility to Bid and its
qualifications to perform the Contract, if its Bid is accepted.
The documentary evidence of the system integrator’s or Bidder’s qualifications
to perform the Contract if its Bid is accepted shall establish to the Bank’s
satisfaction:
b. that, in the case of a system integrator or Bidder offering to supply products
and/or Systems under the Contract which the system integrator or Bidder did
not produce, the system integrator or Bidder has been duly authorized as per
authorization Format 6.8 given in the Bid, by the products’ Producer to supply
the products and / or Systems in India;
c. In the above case, the system integrator or bidder must also have a back to
back
i. agreement with the application software vendor which should include
amongst other the readiness of the system integrator to provide required
uptime,
ii. agreement to provide the necessary support for at least 7 years,
readiness
iii. To enter into an escrow agreement with bank, etc. Documentary proof
copy of agreement with application software vendor (if the system
integrator or bidder proposes a software of another vendor and/or OEM.
d. Vendor to be made available in the technical bid that adequate, specialized
software expertise are already available to ensure that the support services are
responsive and the System integrator or Bidder will assume total responsibility
for the fault-free operation of the solution proposed and maintenance during the
warranty period and provide necessary maintenance services after end of
warranty period, for a period mentioned in Clause 7.7.
3.15 Documents Establishing Eligibility of Products and Conformity to Bidding
Documents
a. The system integrator or Bidder shall furnish, as part of its Bid, documents
establishing the eligibility and conformity to the Bidding Documents of all
products and/or System and/or services which the system integrator or Bidder
proposes to supply under the Contract.
b. The documentary evidence of the eligibility of the products and/or System
and/or services shall consist of a statement (attached to the Price Schedule) of
Page 36 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
the country of origin of the products and/or System and/or services offered,
which shall be confirmed by a certificate of origin issued at the time of shipment.
c. The documentary evidence of conformity of the products and/or System and/or
services to the Bidding Documents may be in the form of literature, drawings,
and data, and shall consist of:
d. a detailed description of the essential technical and performance
characteristics of the products and/or Systems as mentioned in Format 6.3
(Price Schedule);
e. an item-by-item commentary on the Technical & Functional Specifications given
in the Bid, demonstrating substantial responsiveness of the products and/or
System and/or services to those specifications, or a statement of deviations and
exceptions to the provisions of the Technical & Functional Specifications; and
f. a confirmation that, if the System integrator or Bidder offers systems and/or
other software produced by another company, such software operates
efficiently on the system proposed by the system integrator or Bidder; and the
system integrator or Bidder is willing to accept responsibility for its successful
operation.
3.16. Bid Security
i. The system integrator or Bidder shall furnish, as part of its Bid, a Bid security
in Clause 3.10.i.e.
ii. The Bid security is required to protect the Bank against the risk of system
integrator’s or Bidder’s conduct, which would warrant the security’s forfeiture.
iii. The Bid security shall be denominated in Indian Rupees and shall be in one
of the following forms:
a bank guarantee issued by a public sector/ reputed private sector bank in
India (other than Bank of India), acceptable to the Bank, in the form as per
Format 6.4 provided in the Bid, valid for forty-five (45) days beyond the
validity of the Bid
OR
Page 37 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
a Banker’s Cheque / Demand Draft, issued by a Nationalised / Public sector
Bank in India, drawn in favour of Bank of India and valid for a period of
three months.
iv. Any Bid not secured, as above, will be rejected by the Bank, as non-
responsive.
v. Unsuccessful system integrator’s or Bidders’ Bid security will be discharged or
returned as promptly as possible but not later than sixty (60) days after the
expiration of the period of Bid validity prescribed by the Bank.
vi. The successful system integrator’s or Bidder’s Bid security will be discharged
upon the system integrator or Bidder signing the Contract and furnishing the
performance security as per Format 6.6.
vii. The Bid security may be forfeited:
• if a system integrator or Bidder withdraws its Bid during the period of Bid
validity specified by the system integrator or Bidder on the Bid Form; or
• if a system integrator or Bidder makes any statement or encloses any form
which turns out to be false/incorrect at any time prior to signing of Contract;
or
• in the case of a successful system integrator or Bidder, if the system
integrator or Bidder fails;
i. to sign the Contract; or
ii. to furnish Performance Security as mentioned in Clause 3.34 herein.
3.17 Period of Validity of Bids
i. Bids shall remain valid for a period mentioned in Clause 7.2 from the date of
opening of the Bid. A Bid valid for a shorter period shall be rejected by the Bank
as non-responsive.
ii. In exceptional circumstances, the Bank may solicit the system integrators’ or
Bidders’ consent to an extension of the period of validity. The request and the
responses there to shall be made in writing. The Bid security provided shall
also be suitably extended. A system integrator or Bidder may refuse the request
without forfeiting its Bid security.
Page 38 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
3.18 Format and Signing of Bid
i. The Bid shall be typed or written 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.
ii. Any inter-lineation, erasures or overwriting shall be valid only if they are
initiated by the person signing the Bids. The bank reserves the right to reject
bids not confirming to above.
D. Submission of Bids
3.19 Sealing and Marking of Bids
i. The System integrators or Bidders shall seal the envelopes containing
“Technical Bid” and “Price Bid” separately and the two envelopes shall be
enclosed and sealed in an outer envelope. The bidder should submit the
soft copy of the Technical bid document in the form of CD, in the sealed
envelope containing ‘Technical Bid”.
ii. The inner and outer envelopes shall:
• be addressed to the Bank at the address given; and
• bear the Project Name ", RFP for End to End Solution for Merchant Acquiring
Business” and a statement: “DO NOT OPEN BEFORE (mention the last
date of Bid submission)
• All envelopes should indicate on the cover the name and address of the
Bidder.
iii. If the outer envelope is not sealed and marked, the Bank will assume no
responsibility for the Bid’s misplacement or premature opening.
3.20 Deadline for Submission of Bids
i. Bids must be received by the Bank at the address specified, no later than the
date & time specified in the Invitation to Bid.
Page 39 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
ii. The Bank may, at its discretion, extend this deadline for the submission of Bids
by amending the Bid Documents, in which case, all rights and obligations of
the Bank and system integrators or Bidders previously subject to the deadline
will thereafter be subject to the deadline as extended.
3.21 Late Bids
Any Bid received by the Bank after the deadline for submission of Bids
prescribed, will be rejected and returned unopened to the system integrator or
Bidder.
3.22 Modification and Withdrawal of Bids
i. The system integrator or Bidder may modify or withdraw its Bid after the Bid’s
submission, provided that written notice of the modification, including
substitution or withdrawal of the Bids, is received by the Bank, prior to the
deadline prescribed for submission of Bids.
ii. The system integrator’s or Bidder’s modification or withdrawal notice shall be
prepared, sealed, marked and dispatched. A withdrawal notice may also be
sent by Fax, but followed by a signed confirmation copy, postmarked no later
than the deadline for submission of Bids.
iii. No Bid may be modified after the deadline for submission of Bids.
iv. No Bid may be withdrawn in the interval between the deadline for submission
of Bids and the expiration of the period of Bid validity specified by the Bidder
on the Bid Form. Withdrawal of a Bid during this interval may result in the
system integrator’s or Bidder’s forfeiture of its Bid security.
E. BID OPENING AND EVALUATION
3.23 Opening of Bids by the Bank
i. The system integrators’ or Bidders’ names, Bid modifications or withdrawals
and the presence or absence of requisite Bid Security and such other details as
the Bank, at its discretion, may consider appropriate, will be announced at the
Bid opening. No bid shall be rejected at bid opening, except for late bids, which
shall be returned unopened to the system integrator or Bidder.
Page 40 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
ii. Bids (and modifications sent) that are not opened at Bid Opening shall not be
considered further for evaluation, irrespective of the circumstances. Withdrawn
bids will be returned unopened to the system integrators or Bidders.
3.24 Clarification of Bids
During evaluation of the Bids, the Bank, at its discretion, may ask the system
integrator or Bidder for clarification of its Bid. The request for clarification and
the response shall be in writing, and no change in the prices or substance of
the Bid shall be sought, offered or permitted.
3.25 Preliminary Examination
i. The Bank will examine the Bids to determine whether they are complete,
required formats have been furnished, the documents have been properly
signed, and the Bids are generally in order.
ii. The Bank may, at its discretion, waive any minor infirmity, non-conformity, or
irregularity in a Bid, which does not constitute a material deviation.
iii. Prior to the detailed evaluation, the Bank will determine the substantial
responsiveness of each Bid to the Bidding Document. For purposes of these
Clauses, a substantially responsive Bid is one, which conforms to all the terms
and conditions of the Bidding Document without material deviations. Deviations
from, or objections or reservations to critical provisions, such as those
concerning Bid Security, Applicable Law, Performance Security, Qualification
Criteria, Insurance, Warranty, AMC and Force Majeure will be deemed to be a
material deviation. The Bank’s determination of a Bid’s responsiveness is to be
based on the contents of the Bid itself, without recourse to extrinsic evidence.
The Bank reserves the right to evaluate the bids on technical & functional
parameters including possible visit to inspect live site/s of the system integrator
or bidder and witness demos of the system and verify functionalities, response
times, etc.
iv. If a Bid is not substantially responsive, it will be rejected by the Bank and may
not subsequently be made responsive by the system integrator or Bidder by
correction of the non-conformity. The technical evaluation will take into account
the capability of the bidder to implement the proposed solution.
v. Only those system integrators or bidders who satisfy the eligibility criteria shall
be considered for technical evaluation. Technical bids which have been found
Page 41 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
substantially responsive would be intimated by the Bank about their
responsiveness and about the revised/updated Technical & Functional
Specification (if any) arising out of normalization (if any). In case of
normalization and/or revision, they would also be advised to submit fresh “Price
Bid” which should either be equal to or less than the Prices quoted in the
Original Price Bid.
3.26 Evaluation and Comparison of Price Bids
The bidder may quote the best competitive price in the commercial bid as Bank
may or may not opt for Reverse Auction and in case Bank does not opt for
Reverse Auction, the commercial bid submitted by you will be opened to decide
the L1 price. Our Bank’s Business Rules and Terms & Conditions of Reverse
Auction are as per Annexure-D. Please note the contents and comply with the
requirements of the same. Bidders are requested to ensure that they have a
valid digital certificate well in advance to participate in Reverse Auction event.
i. Only those bids which are found to be technically responsive will be informed
of the date / time / Venue of opening of price bids.
ii. The Technical Bids will be evaluated as per eligibility criteria. Thereafter the
Bank reserves the right of selection of Vendor by Opening of Commercial
Bids of vendors, who are found eligible after evaluation of Technical Bids.
iii. After opening of price bids and declaring the prices, the Bank will evaluate
and compare the Price bids.
iv. Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the
total price shall be corrected. If the Successful Bidder does not accept the
correction of the errors, its Bid will be rejected, and its Bid security may be
forfeited. If there is a discrepancy between words and figures, the amount
in words will prevail.
v. Delivery Schedule
The products and/or Systems and/or Services covered under this invitation
are to be supplied, installed and commissioned within the period mentioned
in Clause 7.14. No credit will be given to early deliveries.
vi. Deviation in payment schedule
Page 42 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
The TCC Clause 4.18 stipulates the payment schedule offered by the Bank.
If a Bid deviates from the schedule and if such deviation is considered
acceptable to the Bank, the Bid will be evaluated by calculating interest
earned for any early payment involved in the terms outlined in the Bid as
compared with those stipulated in this invitation, at the rate of 18% per
annum.
vii. Quotation of Prices for all Items
The system integrator or Bidder should quote for complete consignment of
items proposed/listed in this Bid. In case, prices are not quoted by any
system integrator or Bidder for any specific item / Product / service, for the
purpose of evaluation, the highest of the prices quoted by other system
integrators or Bidders participating in the bidding process will be reckoned
as the notional price for that product /service, for that system integrator or
Bidder. However, if selected, at the time of award of Contract, the lowest of
the price(s) quoted by other system integrators or Bidders (whose Price Bids
are also opened) for that product /service will be reckoned. This shall be
binding on all the system integrators or Bidders. However, the bank reserves
the right to reject all such incomplete bids.
3.27 Contacting the Bank
i. No system integrator or Bidder shall contact the Bank on any matter relating
to its Bid, from the time of opening of Bid to the time the Contract is awarded.
ii. Any effort by a system integrator or Bidder to influence the Bank in its
decisions on Bid evaluation, Bid comparison or contract award may result in
the rejection of the system integrator’s or Bidder’s Bid.
F. Award of Contract
3.28 Post-qualification
All the Price bids after their evaluation on the parameters mentioned above
would decide the successful bidder.
3.29 Award Criteria
The Bank will award the Contract to the successful system integrator or Bidder
who has been determined to qualify to perform the Contract satisfactorily, and
Page 43 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
whose Bid has been determined to be substantially responsive, and is
commercially lowest Bid.
3.30 Bank’s right To Accept Any Bid and to reject any or All Bids.
The Bank reserves the right to accept or reject any Bid in part or in full, and
to annul the Bidding process and reject all Bids at any time prior to contract
award, without thereby incurring any liability to the affected system
integrator or system integrators or Bidder or Bidders or any obligation to
inform the affected system integrator or system integrators or Bidder or
Bidders of the grounds for the Bank’s action.
3.31 Notification of Award
i. Prior to expiration of the period of Bid validity, the Bank will notify the
successful system integrator or Bidder in writing or by fax, that its Bid has
been accepted.
ii. The notification of award will constitute the formation of the Contract.
iii. Upon the successful system integrators or Bidder’s furnishing of
Performance Security, the Bank will promptly notify each unsuccessful
Bidder and will discharge its Bid security.
3.32 Applicability of Preference to Make in India, Order 2017 (PPP-MII Order)
Bank will follow the guidelines on Public Procurement (Preference to Make in
India), Order 2017 (PPP-MII Order) issued vide Central Vigilance Commission
Order No. 018/VGL/022-377353 dated April 20, 2018 and basis of allotment will
be done in terms of instructions on Public Procurement (Preference to Make In
India), Order, 2017 – Revision; regarding issued vide GOI, Ministry of Commerce
and Industry, Department of Industrial Policy and Promotion letter No. P-
45021/2/2017(BE-II) dated May 29, 2019, further revised on 04-06-2020. Salient
features are given below –
(a) Among all qualified bids, the lowest bid (as quoted in reverse auction) will be
termed as L1. If L1 is from a Class I local supplier, the contract for full quantity
will be awarded to L1.
Page 44 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
i. If Ll is not 'Class-I local supplier', the lowest bidder among the 'Class-I local supplier',
will be invited to match the Ll price subject to Class-I local supplier's quoted price falling within the margin of purchase preference, and the contract shall be awarded to such
'Class-I local supplier' subject to matching the L1 price.
ii. In case such lowest eligible 'Class-I local supplier' fails to match the Ll price, the 'Class-
I local supplier' with the next higher bid within the margin of purchase preference shall
be invited to match the Ll price and so on and contract shall be awarded accordingly.
In case none of the 'Class-I local supplier' within the margin of purchase preference
matches the Ll price, the contract may be awarded to the Ll bidder.
(b) ‘Class-I Local supplier’ means a supplier or service provider, whose product or
service offered for procurement, has local content equal to or more than 50%,
as defined in this order.
(c) ‘Class-II Local supplier’ means a supplier or service provider, whose product or
service offered for procurement, has local content more than 20% but less than
50%, as defined in this order.
(d) ‘Non Local supplier’ means a supplier or service provider, whose product or
service offered for procurement, has local content less than or equal to 20%, as
defined in this order.
(e) ‘Local content’ means the amount of value added in India which shall , unless
otherwise prescribed by the Nodal Ministry, be the total value of the item
procured (excluding net domestic Indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total
value, in percent.
(f) ‘Margin of purchase preference’ means the maximum extent to which the price
quoted by a ‘Class I local supplier’ may be above the L1 for the purpose of
purchase preference.
(g) Decisions on complaints relating to implementation of the above shall be taken
by the competent authority which is empowered to look into procurement related
complaints relating to the procuring entity.
CERTIFICATE OF LOCAL CONTENT
The ‘Class-I Local supplier’ /‘Class-II Local supplier’ shall provide a Certificate from the
statutory auditor or cost auditor of the company (in case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect of suppliers
other than companies) giving the percentage of local content, on their letter head with
Registration Number with seal.
Page 45 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
3.33 Signing of Contract
i. At the same time as the Bank notifies the successful system integrator or Bidder
that its’ Bid has been accepted, the Bank will send the system integrator or
Bidder the Contract Form as per Format given in the RFP incorporating all
agreements between the parties.
ii. Within the period prescribed in Clause 7.4, from the date of receipt of the Form
of contract, the successful Bidder shall sign and date the Contract and return it
to the Bank.
3.34 Performance Security
i. Performance Security in the required format to be submitted by the successful
system integrator or bidder as per Clause 4.6
ii. Failure of the successful system integrator or Bidder to comply with the
requirement of Clause 3.31.2 or Clause 3.32.1 shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid security, in
which event, the Bank may make the award to the next eligible system
integrator or Bidder or call for new Bids.
Note: Not withstanding anything said above, the Bank reserves the right to reject / award
the contract to any system integrator or vendor or cancel the entire process without
assigning reasons thereto.
****************************************************************************************************
Page 46 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 4: TERMS AND CONDITIONS OF CONTRACT (TCC)
TABLE OF CLAUSES
Clause
No.
Topic Clause
No.
Topic
4.1 Definitions 4.21 Contract Amendments
4.2 Country of Origin 4.22 Assignments
4.3 Standards 4.23 Delay in Supplier’s
Performance
4.4 Use of Contract Documents and Information
4.24 Liquidated Damages
4.5 Patent Rights 4.25 Termination for Default
4.6 Performance Security 4.26 Force Majeure
4.7 Inspection & Quality
Control Tests 4.27 Termination for Insolvency
4.8 System & Other
Software
4.28 Termination for Convenience
4.9 Acceptance Tests &
Certificate 4.29 Resolution of Disputes
4.10 Packing 4.30 Governing Language
4.11 Delivery & Documents 4.31 Applicable Law
4.12 Insurance 4.32 Addresses for Notices
4.13 Transportation 4.33 Taxes and Duties
4.14 Incidental Services 4.34 Supplier Integrity
4.15 Warranty 4.35 Supplier’s obligations
4.16 Maintenance Services 4.36 Patent Rights
4.17 Training 4.37 Site Preparation and Installation
4.18 Payment 4.38 Commissioning of the Solution
4.19 Prices 4.39 Technical Documentation
4.20 Change Orders 4.40 Indemnity
4.41 Limitation of Liability
4.42 Confidentiality
4.43 Agreement Period
Page 47 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.1 Definitions
In this Contract, the following terms shall be interpreted as indicated:
i. ”Solution” means a package of end to end solution for Merchant Acquiring
Business application, software, Bank’s Core Banking software, with necessary
hardware, servers, PCs, and system software, database, third party utilities,
middleware, etc. as proposed by the Supplier, all integrated to work together
on the Banks network to meet the Technical and functional requirements of the
Bank indicated in this document.
ii. “Supplier” is the successful Bidder who has been determined to qualify to
perform the Contract satisfactorily, and whose Bid has been determined to be
substantially responsive, and is commercially lowest Bid.
iii. “The Contract” means the agreement entered into between the Bank and the
Supplier, as recorded in the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by
reference therein;
iv. “The Contract Price” means the price payable to the Supplier under the
Contract for the full and proper performance of its contractual obligations;
v. “The Product” means all of the software, all hardware, database, middleware,
operating systems and/or other materials which the Supplier is required to
supply to the Bank under the Contract;
vi. “The Services” means those services ancillary to the supply of the Products,
such as transportation and insurance, installation, commissioning,
customization, provision of technical assistance, training, Maintenance and
other such obligations of the Supplier covered under the Contract;
vii. “TCC” means the Terms and Conditions of Contract contained in this section;
viii. “The Project Site” means the BANK OF INDIA DC / Head Office of respective
RRBs, along with the branches.
ix. 'System' means a Computer System consisting of all Hardware, Software, etc.,
which should work together to provide the services as mentioned in the Bid and
to satisfy the Technical and Functional Specifications mentioned in the Bid.
Page 48 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
ix. ‘Software’ means Application/System software, Database, Middleware and
other third party utilities which will seamlessly integrate with the environment
described in this document without any hitch or hindrance.
x. In case of a difference of opinion on the part of the Bidder in comprehending
and/or interpreting any Clause / Provision of the Bid Document after submission
of the Bid, the interpretation by the Bank shall be binding and final on the Bidder.
4.2 Country of Origin / Eligibility of Goods & Services
i. All goods and related services to be supplied under the Contract shall have
their origin in eligible source countries, as per the prevailing Import Trade
Control Regulations in India.
ii. For purposes of this clause, “origin” means the place where the goods are
mined, grown, or manufactured or produced, or the place from which the
related services are supplied. Goods are produced when, through
manufacturing, processing or substantial and major assembly of components,
a commercially-recognized product results that is substantially different in
basic characteristics or in purpose or utility from its components.
iii. The origin of goods and services is distinct from the nationality of the Bidder.
4.3 Standards
The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard
is mentioned, to the authoritative standards appropriate to the Goods’ country
of origin. Such standards shall be the latest issued by the institution concerned.
4.4 Use of Contract Documents and Information
i. The Supplier shall not, without the Bank’s prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the Bank in connection
therewith, to any person other than a person employed by the Supplier in the
performance of the Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only as far as may be necessary for
purposes of such performance.
ii. The Supplier shall not, without the Bank’s prior written consent, make use of
any document or information for purposes of performing the Contract.
Page 49 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
iii. Any document, other than the Contract itself, shall remain the property of the
Bank and shall be returned (in all copies) to the Bank on completion of the
Supplier’s performance under the Contract, if so required by the Bank.
4.5 Patent Rights
i. In the event of any claim asserted by a third party of infringement of copyright,
patent, trademark, industrial design rights, etc. arising from the use of the
Goods or any part thereof in India, the Supplier shall act expeditiously to
extinguish such claim. If the Supplier fails to comply and the Bank is required
to pay compensation to a third party resulting from such infringement, the
Supplier shall be responsible for the compensation to claimant including all
expenses, court costs and lawyer fees. The Bank will give notice to the Supplier
of such claim, if it is made, without delay.
4.6 Performance Security
i. Within the period prescribed under Clause 7.3 from Date of receipt of
notification of Contract award, the Supplier shall furnish to the Bank, the
Performance Security for an amount as per Clause 7.6 valid up to the period
specified in Clause 7.5.
ii. The proceeds of the performance security shall be payable to the Bank as
compensation for any loss resulting from the Supplier’s failure to complete its
obligations under the Contract.
iii. The Performance Security shall be denominated in Indian Rupees and shall be
by way of bank Guarantee issued by a Nationalised / Public Sector bank in
India (Other than Bank of India), acceptable to the bank in the Format 6.6
provided in the Bid.
iv. The performance security will be discharged by the Bank and returned to the
Supplier not later than the period specified in Clause 7.11, following the date of
completion of the supplier’s performance obligations under the Contract,
including any warranty obligations under the contract and following receipt of
performance guarantee for the annual maintenance equal to an amount
specified in Clause 7.15.
v. In the event of any contract amendment, the Supplier shall, within the period
mentioned in Clause 7.3 after receipt of such amendment, furnish the
amendment to the Performance security, rendering the same valid for the
Page 50 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
duration of the Contract, as amended for further specified in Clause 7.3. In the
event of any correction of defects or replacement of defective
software/products/equipment/system during the warranty period, the warranty
for the corrected / replaced software/products/equipment/system shall be
extended to a further period mentioned in Clause 7.7. The performance
guarantee for a proportionate value shall be extended by the period mentioned
in Clause 7.10 over and above the extended warranty period.
vi. If the bid includes equipment, products / services / software and/or support by
other companies or individuals, the bidder as the principal bidder shall be
responsible for their delivery, installation and maintenance and uninterrupted
operations. The bidder must ensure that they possess the necessary expertise
for executing aforesaid task and the requisite permission/license for the
equipment/software.
4.7 Inspection and Quality Control Tests
i. The Bank reserves the right to carry out pre-shipment inspection by a team of
Bank officials, of any of the existing live installations of the Supplier referred to
in the Technical Bid or demand a demonstration of the solution proposed on a
representative model in bidder’s office.
ii. The Bank’s right to inspect, test and where necessary reject the products after
the products arrival at the destination shall in no way be limited or waived by
reason of the products having previously being inspected, tested and passed
by the Bank or its representative prior to the products shipment from the place
of origin.
iii. Nothing stated hereinabove shall in any way release the supplier from any
warranty or other obligations under this contract.
iv. Manuals: Before the products / system is / are taken over by the Bank, the
Supplier shall supply technical / systems Manuals for all the Software supplied
and for all required interfaces. Operation and maintenance Manuals for all the
systems and applications covering the operations needed to start, run, day-
begin, day-end, other operations, transfer to fall back system / site including
business continuity plan to be provided by the vendor. User manuals for
Administrative Office / Zones / branches for all the modules shall be provided
by the vendor. The manuals shall be in English.
Page 51 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
v. Unless and otherwise agreed the products and equipment shall not be
considered to be completed for the purpose of taking over until such manuals
have been supplied to the bank.
vi. The Supplier shall provide one set of Design Manual, System Manual, User
manual and Security Manual for the Application Software. The Supplier shall
also provide one soft copy of each of the manuals. Soft and Hard Copy
Manuals shall commensurate with number of installations of Products in the
Bank.
4.8 For the System & other Software, the following will apply:
i. The supplier shall provide complete and legal documentation of all
subsystems, operating systems, system software, utility software and other
software. The supplier shall also provide licensed software for all software
products whether developed by it or acquired from others. The supplier shall
also indemnify the Bank against any levies / penalties on account of any default
in this regard.
ii. In case the primary vendor is coming with software which is not his proprietary
software then the primary vendor must submit evidence in the form of
agreement he has entered into with the software vendor which includes
support from the software vendor for the proposed software for the full period
required by the Bank.
4.9 Acceptance Procedure:
On successful completion of installation, commissioning, acceptability test,
receipt of deliverables, etc., and after the solution runs successfully for three
months after going live and Bank/RRBs is satisfied with the working on the
system, the acceptance certificate (as mutually decided and approved by the
Bank/RRBs signed by the Supplier and the representative of the Purchaser
will be issued. The date on which such certificate is signed shall be deemed
to be the date of successful commissioning of the systems as per Bank’s
Format 6.9.
4.10 Packing of Products
i. The Supplier shall provide such packing of the products as is required to
prevent their damage or deterioration during transit to their final destination.
The packing shall be sufficient to withstand, without limitation, rough handling
Page 52 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
during transit and exposure to extreme temperature, salt and precipitation
during transit and open storage. Size and weights of packing case shall take
into consideration, where appropriate, the remoteness of the Products final
destination and the absence of heavy handling facilities at all transit points.
ii. Packing Instructions: The Supplier will be required to make separate packages
for each Consignee. Each package will be marked on three sides with
proper/indelible ink with the following:
• Project;
• Contract No.;
• Country of Origin of products;
• Supplier’s Name;
• Packing List reference number.
4.11 Delivery and Documents
i. Delivery of the Products / Software shall be made by the supplier in
accordance with the system approved / ordered. The details of the documents
to be furnished by the Supplier are specified hereunder:-
ii. 3 copies of Supplier’s Invoice showing Contract number, Products description,
quantity, unit price and Total amount.
iii. Deliver Note or acknowledgement of receipt of Products from the Consignee
or in case of products from abroad original and two copies of the negotiable
clean Airway Bill.
iv. 2 copies of packing list identifying contents of each package.
v. Insurance Certificate.
vi. Manufacturer’s / Supplier’s warranty certificate.
vii. Inspection certificate issued by the nominated inspection agency, if any, and
the Supplier’s factory inspection report and Quality Control Test Certificates.
viii. Certificate of Origin.
ix. The above documents shall be received by the Bank before arrival of Products
(except where it is handed over to the Consignee with all documents) and if
not received the Supplier will be responsible for any consequent expenses.
Page 53 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.12 Insurance
The Successful Bidder shall take adequate insurance cover against all kinds
of risks including fidelity clause for the loss arising from acts of omission /
commission /dishonesty of its employees and / or agents/any claims by
vendor’s employees on Bank of India and would be required to keep the
insurance policy alive at all times during the currency of the Contract.
4.13 Transportation
Where the Supplier is required under the Contract to transport the Goods to
a specified place of destination within India, defined as the Project Site,
transport to such place of destination in India, including insurance and
storage, as shall be specified in the Contract, shall be arranged by the
Supplier, and the related costs shall be included in the Contract Price.
4.14 Incidental Services
The incidental services to be provided are as under:-
• Furnishing Manuals for each appropriate unit of the Supplied Products
as mentioned under Clauses 4.7, 4.8 of TCC;
• Maintenance and software updates of the supplied Products, Technical
support thereof for a period as specified in Clause 7.13 after expiry of
the warranty provided that this service shall not relieve the Supplier of
any warranty obligations under this contract.
4.15 Warranty
i. The Supplier warrants that the products supplied under the Contract are of the
most recent version and that they incorporate all recent improvements in
design and / or features. The Supplier further warrants that all the Products
supplied under this Contract shall have no defect, arising from design or from
any act of omission of the Supplier, that may develop under normal use of the
supplied products in the conditions prevailing in India
ii. The minimum warranty period shall be the period as per Clause 7.7. The
Supplier shall in addition comply with the performance guarantees specified
under the Contract. If, for reasons attributable to the Supplier, these
guarantees are not attained in whole or in part the Supplier shall make such
Page 54 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
changes, modifications and / or additions to the Products or any part thereof
as may be necessary in order to attain the contractual guarantees specified in
the Contract at its own cost and expense and to carry out further performance
tests.
iii. The bank shall promptly notify the Supplier in writing of any claims arising
under this warranty.
iv. Upon receipt of such notice the Supplier shall with all reasonable speed, repair
or replace the defective products or part thereof without cost to the Bank.
v. If the Supplier having been notified fails to remedy the defect(s) within the
period specified in Clause 7.9, the Bank may proceed to take such remedial
action as may be necessary, at the Supplier’s risk and expense and without
prejudice to any other rights, which the Bank may have against the supplier
under the Contract.
vi. Warranty / Uptime
a. During Warranty Period, Supplier guarantees an Uptime of 99.98% on
quarterly basis for the entire/core solution proposed, with a MTBF of 90
days. Accordingly it is expected that necessary redundancy is built into the
proposed solution for all critical components whether software or hardware.
Please refer to 7.18 for details of uptime required by the bank.
b. Warranty for Hardware/System Software/off-the-shelf Software will be
provided to the Bank as per the general conditions of sale of such software.
c. Minimum Warranty for Application Software either developed by the Bidder
or his associates or supplied and customised to Bank's requirements, shall
be for minimum period specified in Clause 7.7 after it is delivered, installed
and commissioned.
vii. Resolution of issues
a. Any bugs in such software shall be rectified free of cost
b. Any requirements changes/modifications required by bank will have to be
carried out by the identified vendor free of cost.
c. The maximum response time for a support/complaint from the site of
installation (i.e. time required for Supplier’s maintenance engineers to report to
Page 55 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
the installations after a request call / fax /e-mail is made or letter is written)
shall not exceed maximum T+1 day in Metro and urban centres and T+2 day
at other centres..
d. Supplier/his representative shall solve the software problem within maximum
T+1 day in Metro and urban centres and T+2 day at other centres of reporting
of the problem by the Bank to the Supplier's nearest office by phone, fax, e-
mail or letter.
e. Any rectification required in the Application Software due to inherent bugs in
the System Software / off-the-shelf software shall also be rectified by the
Supplier or his associates, free of cost, within a reasonable period.
f. Any up gradation or modification required by the Bank till the time of Go-Live
and any up gradation or modification required as per the requirement of any
regulator (FIUIND, RBI or IBA) to be provided free of cost by the vendor.
4.16 Maintenance Service:
i. Professionally qualified personnel who have expertise in the hardware and
system software supplied by the vendor will provide these services.
ii. During maintenance period also, the Supplier guarantees on quarterly basis
an uptime of 99.98% of the entire solution proposed with a MTBF of 90 days.
Accordingly it is expected that necessary redundancy is built into the proposed
solution for all critical components whether software or hardware.
iii. The maximum response time for a maintenance complaint from the site of
installation (i.e. time required for Supplier’s maintenance engineers to report to
the installations after a request call / fax / e-mail is made or letter is written)
shall not exceed three (three) hours.
4.17 Training:
For each Application/Operating System/database/middleware and third party
utilities installed, the Supplier is required to train the designated Bank’s technical
and end-user personnel to enable them to effectively operate and perform
administration of the total system. Training shall be conducted on the dates and
Page 56 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
the locations as mutually agreed upon before the Commissioning of the system at
each location, as per Clause 7.12.
4.18 Payment
i. Payment shall be made in Indian Rupees, as per Clause 7.16 for delivering,
installing and commissioning the Solution.
ii. Payment against Bank Guarantees:
a. For all the payments to be made against bank guarantees, the bank
guarantees shall be issued by a nationalized / public sector bank in India
(other than Bank of India), acceptable to the Bank as per Format 6.7
b. Bank guarantees for advance payment shall be released not later than 45
days after the date of completion of installation / commissioning of the
products/system at their final destination.
4.19 Prices
Prices payable to the Supplier as stated in the Contract shall be firm and
not subject to adjustment during performance of the Contract, irrespective
of reasons whatsoever, including exchange rate fluctuations, changes in
taxes, duties, levies, charges, etc.
4.20 Change Orders
i. The Bank may, at any time, by a written order given to the Supplier, make
changes within the general scope of the Contract in any one or more of the
following:
• Technical and functional specifications
• Services to be provided by the Supplier.
ii. If any such change causes an increase or decrease in the cost of, or the time
required for the Supplier’s performance of any provisions under the Contract,
an equitable adjustment shall be made in the Contract Price or delivery
schedule, or both, and the Contract shall accordingly be amended.
Page 57 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.21 Contract Amendments
No variation in or modification of the terms of the Contract shall be made, except
by written amendment, signed by the parties.
4.22 Assignment
The Supplier shall not assign, in whole or in part, its obligations to perform under
the Contract, except with the Bank’s prior written consent.
4.23 Delays in the Supplier’s Performance
i. Delivery installation, commissioning of the Products/Solution and
performance of Services shall be made by the Supplier in accordance with the
time schedule prescribed by the Bank in Clause 7.14.
ii. If at any time during performance of the Contract, the Supplier or its
subcontractor(s) should encounter conditions impeding timely delivery of the
Products and performance of Services, the Supplier shall promptly notify the
Bank in writing of the fact of the delay, its likely duration and its cause(s). As
soon as practicable after receipt of the Supplier’s notice, the Bank shall
evaluate the situation and may, at its discretion, extend the Suppliers’ time for
performance, with or without liquidated damages, in which case, the extension
shall be ratified by the parties by amendment of the Contract.
iii. Except as provided in the above clause, a delay by the Supplier in the
performance of its delivery obligations shall render the Supplier liable to the
imposition of liquidated damages, unless an extension of time is agreed upon
without the application of liquidated damages.
4.24 Liquidated Damages
i. LD on Delivery and Installation
If the Supplier fails to deliver any or all of the software’s, licenses etc within
the time period specified in the Contract, the Bank shall, without prejudice
to its other remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to 1% per week per site of the total
contract value ordered out of contract price subject to maximum deduction
of 5% of the total contract value for each week or part thereof of delay, until
actual delivery. Partial delivery shall be treated as non-delivery of the entire
Page 58 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
goods ordered. Once the maximum is reached, the Bank may consider
termination of the Contract. All items placed under one purchase order to
be delivered within the stipulated delivery period.
ii. LD on delay in commissioning of service inclusive of all modules, applications
and portals.
The bidder shall commission the Solution and ensure its signoff required to
obtain complete certification all features to Bank officials within 2 months
from the date of issuance purchase order. If the Supplier fails to deliver any
or all of the features within the time period specified in the Contract, the
Bank shall, without prejudice to its other remedies under the Contract,
deduct a sum equivalent to 1% per week as under:-
Total LD in commissioning: - 1% * No. of Weeks * (Bill amount (of all
modules) of first month)* 12. To the maximum of Rs.1crores.
iii. It will be recovered on the basis of cost incurred by the Bank for getting the
solution work done from alternate sources.
4.25 Termination for Default
i. The Bank, without prejudice to any other remedy for breach of Contract, by a
written notice of default sent to the Supplier, may terminate the Contract in
whole or in part:
• if the Supplier fails to deliver any or all of the Products and Services within
the period(s) specified in the Contract, or within any extension thereof
granted by the Bank;
or
• if the Supplier fails to perform any other obligation(s) under the Contract.
ii. In the event the Bank terminates the Contract in whole or in part, it may procure,
upon such terms and in such manner as it deems appropriate, Products and
Services similar to those undelivered, and the Supplier shall be liable to the Bank
for any excess costs for such similar Products or Services. However, the Supplier
shall continue performance of the Contract to the extent not terminated.
Page 59 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.26 Force Majeure
i. Notwithstanding the provisions of TCC, the Supplier shall not be liable for forfeiture
of its performance security, liquidated damages, or termination for default if and to
the extent that it’s delay in performance or other failure to perform its obligations
under the Contract is the result of an event of Force Majeure.
ii. For purposes of this clause, “Force Majeure” means an event beyond the control
of the Supplier and not involving the Supplier’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of the Bank
in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
iii. If a Force Majeure situation arises, the Supplier shall promptly notify the Bank in
writing of such condition and the cause thereof. Unless otherwise directed by the
Bank in writing, the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.
4.27 Termination for Insolvency
The Bank may, at any time, terminate the Contract by giving written notice to the
Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or remedy, which has
accrued or will accrue thereafter to the Bank.
4.28 Termination for Convenience
The Bank, by written notice sent to the Supplier, may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of termination shall
specify that termination is for the Bank’s convenience, the extent to which
performance of the Supplier under the Contract is terminated, and the date upon
which such termination becomes effective.
4.29 Resolution of Disputes
i. The Bank and the Supplier shall make every effort to resolve amicably by direct
informal negotiation, any disagreement or dispute arising between them under or
in connection with the Contract.
Page 60 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
ii. If, the Bank and the Supplier have been unable to resolve amicably a Contract
dispute even after a reasonably long period, either party may require that the
dispute be referred for resolution to the formal mechanisms specified herein below.
These mechanisms may include, but are not restricted to, conciliation mediated
by a third party and/or adjudication in an agreed national forum.
iii. The dispute resolution mechanism to be applied shall be as follows:
• In case of Dispute or difference arising between the Bank and the Supplier
relating to any matter arising out of or connected with this agreement, such
disputes or difference shall be settled in accordance with the Arbitration and
Conciliation Act, 1996. Where the value of the Contract is above Rs.1 Crore,
the arbitral tribunal shall consist of 3 arbitrators, one each to be appointed by
the Purchaser and the Supplier. The third Arbitrator shall be chosen by mutual
discussion between the Purchaser and the Supplier;
• Arbitration proceedings shall be held at Mumbai, and the language of the
arbitration proceedings and that of all documents and communications between
the parties shall be English;
• The decision of the majority of arbitrators shall be final and binding upon both
parties. The cost and expenses of Arbitration proceedings will be paid as
determined by the arbitral tribunal. However, the expenses incurred by each
party in connection with the preparation, presentation, etc., of its proceedings
as also the fees and expenses paid to the arbitrator appointed by such party or
on its behalf shall be borne by each party itself; and
• Where the value of the contract is Rs.1 Crore and below, the disputes or
differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator
should be appointed by agreement between the parties.
4.30 Governing Language
The governing language shall be English.
4.31 Applicable Law
The Contract shall be interpreted in accordance with the laws of the Union of India
and the Bidder shall agree to submit to the courts under whose exclusive
jurisdiction the Registered Office of the Bank falls.
Page 61 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.32 Addresses for Notices
The following shall be the address of the Bank and Supplier.
Bank’s address for notice purposes:
General Manager
Bank of India, Head Office,
I T Dept., 8th Floor, Star House2, C-4, G-Block, BKC
Bandra East, Mumbai – 400 051.
Supplier’s address for notice purposes (To be filled in by the Supplier)
…………………………………………………………………………………
......................……………………………………………………………………
A notice shall be effective when delivered or on effective date of the notice
whichever is later.
4.33 Taxes and Duties
i. The Supplier will be entirely responsible for all applicable taxes, duties, levies,
charges, license fees, road permits, etc. in connection with delivery of products at
site including incidental services and commissioning. Payment of Octroi, entry-
tax, etc., alone, if applicable, will be made at actuals, on production of suitable
evidence of payment by the Supplier.
ii. Income / Corporate Taxes in India:
The Supplier shall be liable to pay all corporate taxes and income tax that shall be
levied according to the laws and regulations applicable from time to time in India
and the price bid by the Supplier shall include all such taxes in the contract price.
iii. Tax deduction at Source:
Wherever the laws and regulations require deduction of such taxes at the source
of payment, the Bank shall effect such deductions from the payment due to the
Supplier. The remittance of amounts so deducted and issuance of certificate for
such deductions shall be made by the Bank as per the laws and regulations in
Page 62 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
force. Nothing in the Contract shall relieve the Supplier from his responsibility to
pay any tax that may be levied in India on income and profits made by the Supplier
in respect of this contract.
iv. The Supplier’s staff, personnel and labour will be liable to pay personal income
taxes in India in respect of such of their salaries and wages as are chargeable
under the laws and regulations for the time being in force, and the Supplier shall
perform such duties in regard to such deductions thereof as may be imposed on
him by such laws and regulations.
4.34 Supplier’s Integrity
The Supplier is responsible for and obliged to conduct all contracted activities in
accordance with the contract using state-of-the-art methods and economic
principles and exercising all means available to achieve the performance specified
in the Contract.
4.35 Supplier’s obligations
i. The Supplier is obliged to work closely with the Bank’s staff, act within its own
authority and abide by directives issued by the Bank and implementation activities.
ii. The Supplier will abide by the job safety measures prevalent in India and will free
the Bank from all demands or responsibilities arising from accidents or loss of life,
the cause of which is the Supplier’s negligence. The Supplier will pay all
indemnities arising from such incidents and will not hold the Bank responsible or
obligated.
iii. The Supplier is responsible for managing the activities of its personnel or sub-
contracted personnel and will hold itself responsible for any misdemeanours.
iv. The Supplier will treat as confidential all data and information about the Bank,
obtained in the execution of his responsibilities, in strict confidence and will not
reveal such information to any other party without the prior written approval of the
Bank.
4.36 Patent Rights/Intellectual Property Rights
In the event of any claim asserted by a third party of infringement of trademark,
trade names, copyright, patent, intellectual property rights or industrial design rights
arising from the use of the Products or any part thereof in India, the Supplier shall
Page 63 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
act expeditiously to extinguish such claim. If the Supplier fails to comply and the
Bank is required to pay compensation to a third party resulting from such
infringement, the Supplier shall be responsible for the compensation including all
expenses, court costs and lawyer fees. The Bank will give notice to the Supplier of
such claim, if it is made, without delay.
4.37 Site preparation and installation
The Bank is solely responsible for the construction of the hardware site in
compliance with the technical and environmental specifications. The Bank will
designate the installation site before the scheduled installation date, to allow the
Supplier to perform a site inspection to verify the appropriateness of the sites
before the installation / commissioning of the software.
4.38 Installation/Commissioning of Hardware/Software
The Supplier is responsible for all unpacking and installation of Products. The
Supplier will test all hardware/system operations and accomplish all adjustments
necessary for successful and continuous operation of the hardware/software at all
installation sites.
4.39 Technical Documentation
The Technical Documentation involving detailed instruction for operation and
maintenance of the hardware (if any) and software is to be delivered. The language
of the documentation should be English.
4.40 Indemnity
The vendor shall keep and hold the Bank and its directors, employees, affiliates etc.
indemnified and harmless from time and at all times against all actions,
proceedings claims, suits, liabilities (including statutory liability),penalties,
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:
i. breach, default or non-performance of undertakings, warranties, covenants or
obligations under this agreement by the Vendor and/or
ii. Malfunctioning of the solution under the project as supplied installed and
migrated by him/her and/or
Page 64 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
iii. Any contravention or Non-compliance with any applicable laws, regulations,
rules, statutory or legal requirements by the vendor and/or
iv. An act or omission (including misconduct or negligence) of the Vendor, its
employees, its agents, sub-contractors in the performance of the obligations
of the Vendor under this Agreement; and/or claims made by employees or
subcontractor's or subcontractors employees who are deployed by the Vendor
against the Bank; and/or.
v. breach of any of the term of this Agreement and / or the RFP or breach of any
representation or warranty of the Vendor under this Agreement; or
vi. Violation of confidentiality obligations
vii. Any or all Deliverables or Services infringing any patent, trademarks,
copyrights or such other Intellectual Property Rights.
Further, the Vendor shall indemnify, protect and save the Bank against all claims,
loses, costs, damages, expenses, action suits and other proceedings, resulting from infringement as defined under the applicable Intellectual Property Right laws
applicable.
All indemnities shall survive notwithstanding expiry or termination of this Agreement.
4.41 Limitation of Liability
The liability under this Agreement, to the extent allowed by Indian laws, shall be
limited to the total contract value and neither party shall be liable for indirect and
remote loss and damages. However the liability under no circumstances shall be
capped for any claims, losses, damages relating to the following: -
(i) Violation of the confidentiality obligations, and
(ii) Violation/infringement of IPR, patents, copy rights, trade marks etc, and
(iii) Claim against the bank by the vendor’s agent/employees, and
(iv) Wilful/deliberate act or omission on the part of vendor or its employees or
agents and/or fraud.
Page 65 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.42 Confidentiality
1. The Company acknowledges that in the course of performing their obligations
under this Agreement, the Company shall be exposed to or acquire Confidential
Information of the Bank or its customers/clients. The Company understands and
acknowledges that it will be given access to such Confidential Information solely
as a consequence of and pursuant to this Agreement.
2. The Company will, at all times, maintain confidentiality of the Confidential
Information and of this Agreement, Information of Bank including of the Bank’s
Customer, any business, technical, financial information / data or any other
information disclosed or accessible to the Company for this project whether at the
time of disclosure, designated in writing as confidential or not.
3. The Company agrees to keep in confidence and not disclose to any third party
and all Confidential Information available to the Company and whether such
information is given in writing or oral or visual, and whether such writing is marked
to indicate the claims of ownership and/or secrecy or otherwise. The Company
agrees that it shall not use, nor reproduce for use in any way, any Confidential
Information of the Bank except to the extent required to fulfill its obligations under
the Agreement. The Company agrees to protect the Confidential Information of
the Bank with at least the same standard of care and procedures used by to
protect its own Confidential Information of similar importance but at all times using
at least a reasonable degree of care.
4. The Company shall also ensure that its officials/employees and if Company is permitted by the Bank in writing to assign, delegate or hire another person to
assist it in the performance of its obligations under this Agreement, such person also shall maintain the confidentiality of the Confidential Information in the same manner as the Company is bound to maintain the confidentiality.
5. The provisions of this Article shall survive notwithstanding the expiration or
termination of this Agreement for any reason whatsoever.
Page 66 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.43 Agreement Period
The bank proposes to enter into an agreement with the service provider for a period
of five years for availing the services specified in this RFP, If so desired by the Bank,
the contract may be extended for another period of one year from the date of its expiry
on the same terms and conditions.
****************************************************************************************************
Page 67 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 5: TECHNICAL & FUNCTIONAL SPECIFICATIONS (TFS)
(To be included in the Technical Bids duly completed and with comments)
TECHNICAL SPECIFICATIONS
The first stage evaluation will be limited to technical parameters. The Bank will award scores
to each parameter prescribed in technical evaluation parameters matrix below basis the
response against the scope of work.
Sr No
Parameters and Scoring Max Score
Marks Obtained
1 Bidders’ sole experience in Merchant Acquiring Business with specific reference to no. of years of Experience in India
10
Up to Five Years : 0
> 5 Years – 10 Years : 5
>10 Years : 10
2 Number of Acquiring Banks with whom bidder has a direct agreement & bidder's switch has been certified for Merchant Acquiring for them.
10
Up to Three Public Sector Banks : 0
> Implementation above 3 Banks and up to 10 Banks : 5
> 10 Banks : 10
3 Number of POS/EDC Acquiring Transaction Processed Per Annum in India ( during past three years- each year)
10
Less than 20 Lakh per anum : 0
Above 20 Lakh up to 1 crore per anum : 5
Above 1 crore : 10
4 Bidder's agreements for sourcing merchants for Banks in India 10
Up to three Banks : 0
Page 68 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
More than 3 and up to 5 Banks : 5
Above 5 Banks : 10
5 Bidders direct agreement with the bank for Implementing of Fraud Risk Management Tool in India
10
Up to 5 Banks : 0
Implementation above 5 Banks to 8 Bank : 5
Implementation above 8 Banks :10
6
Direct contract of the bidder with the banks for managing the Installed base of EDC/ POS terminals (PSTN & GPRS& Mobile POS) in India (aggregate number for all the banks together.
15
Installed and Managed upto 50000 Terminals as on the date of RFP : 0
Installed and managed above 50000 up to 100000 terminals : 5
Installed and managed above 100000 up to 250000 terminals : 10
Installed and managed More than 250000 terminals : 15
7 No of local NAC/ POP Locations for PSTN EDC machines helping the merchant to have local dialup
15
Less than 5 locations : 0
Greater than 5 but less than 10 locations : 5
10 or more location but less than 15 locations : 10
More than 15 Location : 15
8 Field Service Centers with dedicated local staff In India 15
Number of Service centers up to 200 in India : 0
Centers above 200 up to 250 : 5
Centers above 250 but up to 300 : 10
Page 69 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Centers above 300 and : 15
9 Value Added Services in India 25
A. Vendors own PC POS product ( Should be certified with Visa & MasterCard and NPCI) I. Bidder does not own the service, but will arrange if become successful : 0 II. Bidder own the service but not yet supplied to any Bank : 5 III. Bidder is successfully running the service to 3 Banks : 8 IV. Bidder is successfully running the service to 4 and above Banks : 10
10
B. Vendor own DCC solution I. Bidder does not own the service, but will arrange if become successful : 0 II. Bidder own the service but not yet supplied to any Bank : 2 III. Bidder is successfully running the service to 3 and more Banks : 5
5
C. Vendor's Cash @ POS , should be live for 4 ( Should be certified for 4 Banks) Banks – I. Bidder is already live this facility to two Banks : 2 II. Bidder is presently live with this facility for 3-5 Banks : 3 III. Bidder is live with this facility for more than 5 Banks : 5
5
D. Vendor's EMI on POS I. Bidder is already live this facility to two Banks : 2 II. Bidder is presently live with this facility for 3-5 Banks : 3 III. Bidder is live with this facility for more than 5 Banks : 5
5
10 Vendor should have its own warehouse to store the stock of the terminals in India
10
Less than 5 warehouses : 0
More than 5 but less than 10 warehouses : 5
Above 10 warehouse : 10
Page 70 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
11 Call Center availability 10
More than 10 Employees: 10 Marks
Employees More than 5 less than 10: 5 Marks
Employees less than 5: 3 Marks
No Call Center: 0 Marks
12 No. of Centers Staffed by Vendor to support the Merchant Acquiring Activity
5
Less than 50: 2 Marks
5 to 100: 3 Marks
Over 100: 5 Marks
13 Availability of Portal of a Merchant to View transaction Status Online
5
If yes : 5 Marks
If No: 0 Marks
Total Max Score for Technical Evaluation 150
No scores would be awarded to responses which are found ambiguous or not containing
factual explanation or do not have documentary evidence to substantiate the claims made in
the response. The entity scoring no marks in two or more of the above technical parameters
will not be considered for short listing.
Only those bidders will be shortlisted, who will score minimum 75% marks out of
above table.
****************************************************************************************************
Page 71 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 6: BID FORM, PRICE SCHEDULES AND OTHER FORMATS (BF)
INDEX
FORMAT NUMBERS
6.1.1 Bid Form (Technical)
6.1.2 Bid Form (Price)
6.2 Non-Disclosure Agreement
6.3 Price Schedule
6.4 Bid Security Form
6.5 Contract Form
6.6 Performance Security Form
6.7 Bank Guarantee Form for Advance Payment (Not applicable for this RFP)
6.8 Manufacturer’s Authorisation Form
6.9 Certificate for Successful Commissioning
6.10 Organizational Profile
6.11 Service Support Details
6.12 Bank Guarantee against Annual Maintenance. (Not applicable for this RFP)
6.13 Bill of Material
6.14 Conformity to eligibility criteria
Page 72 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
6.15 Unconditional acceptance of the Terms & Conditions of the RFP.
6.16 Format for online submission of pre-bid queries
FORMAT – 6.1.1
BID FORM (TECHNICAL BID)
(to be included in Technical Bid Envelope)
Date:..............................
To:
General Manager
Bank of India, Head Office,
I T Dept., 8th Floor, Star House2, C-4, G-Block, BKC
Bandra East, Mumbai – 400 051.
Gentlemen:
Reg.: Merchant Acquiring Business and related activities in Bank of
India Ref: Your RFP Ref: BOI/HO/IT/POS-ACQ dated 10/08/2020
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to supply and deliver the Solution for Merchant Acquiring
Business in Bank of India and RRBs, in conformity with the said Bidding documents.
We undertake, if our Bid is accepted, to deliver, install and commission the Solution in
accordance with the delivery schedule specified in the Schedule of Requirements.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10 percent
of the Contract Price for the due performance of the Contract, in the form prescribed by the
Bank.
We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us.
Until a formal contract is prepared and executed, this Bid, together with your written acceptance
thereof and your notification of award, shall constitute a binding Contract between us.
Page 73 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ....... day of ............................ 20__
______________________________________________________________________
_
(Signature) (Name) (In the capacity of)
Duly authorised to sign Bid for and on behalf of _________________________________
Page 74 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
MAT – 6.1.2
PROPOSAL FORM (PRICE PROPOSAL) (to be included in Price Proposal
Envelope)
To:
General Manager
Ban of India, Head Office,
I T Dept., 8th Floor, Star House2, C-4, G-Block, BKC
Bandra East, Mumbai – 400 051.
Gentlemen:
Reg.: Merchant Acquiring Business and related activities in Bank
of India Ref: Your RFP Ref: BOI/HO/IT/POS-ACQ dated 10/08/2020
-------------------------------------------------------------------------------------------
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to supply & deliver the solution for Merchant Acquiring Business
and related activities in Bank of India and RRBs, in conformity with the said Bidding
documents for the sum of ...................………….. (Total Proposal amount in words and
figures) or such other sums as may be ascertained in accordance with the Schedule of Prices
attached herewith and made part of this Proposal.
We undertake, if our Proposal is accepted, to deliver, install and commission the system, in
accordance with the delivery schedule specified in the Schedule of Requirements.
We agree to abide by the Proposal and the rates quoted therein for the orders awarded
by the Bank.
Until a formal contract is prepared and executed, this Proposal, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between
us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any Proposal you may
receive.
Page 75 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Dated this ....... day of ............................ 20__
__________________________________ ________________________________
(signature) (in the capacity of)
Duly authorized to sign Proposal for and on behalf of
Page 76 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.2
NON-DISCLOSURE AGREEMENT
WHEREAS, we, ________________________________________, having Registered
Office at __________________________________, hereinafter referred to as the
COMPANY, are agreeable to offering the End to End Solution for Merchant Acquiring
Business in Bank of India and RRBs, having Head Offices (as per table below),
hereinafter referred to as the BANK and,
WHEREAS, the COMPANY understands that the information regarding the Bank’s
Merchant Acquiring Business and related activities in Bank of India shared by the
BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and
WHEREAS, the COMPANY understands that in the course of submission of the offer for
the said Merchant Acquiring Business and related activities in Bank of India and
Services and/or in the aftermath thereof, it may be necessary that the COMPANY may
perform certain jobs/duties on the Bank’s properties and/or have access to certain plans,
documents, approvals or information of the BANK;
NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all
of the following conditions, in order to induce the BANK to grant the COMPANY
specific access to the BANK’s property/information
The COMPANY will not publish or disclose to others, nor, use in any services that the
COMPANY performs for others, any confidential or proprietary information belonging to
the BANK, unless the COMPANY has first obtained the BANK’s written Authorization to
do so;
The COMPANY agrees that notes, specifications, designs, memoranda and other data
shared by the BANK or, prepared or produced by the COMPANY for the purpose of
submitting the offer to the BANK for the said Merchant Acquiring Business and related
activities in Bank of India and Services, will not be disclosed to during or subsequent to
submission of the offer to the BANK, to anyone outside the
BANK
The COMPANY 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 COMPANY for the
purpose of submitting the offer to the BANK and/or for the performance of the Contract in
Page 77 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
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.
Authorised Signatory
Name:
Designation:
Office Seal:
Place:
Date:
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT – 6.3
Price Schedule Part I
(Include in Price Bid Only – Not to be included in Technical Bid)
ANNEXURE–H
INDICATIVE COMMERCIAL OFFER
(To be given on the Company’s Letter Head)
End to End Management of Merchant Acquisition Business
Sr No
Particulars YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 TOTAL
1 Cost of Normal POS
a. PSTN
b. GPRS (Desktop) c. GPRS (Handheld)
Number
8000 8000 8000 8000 8000 Price Per unit(A)
A A1 A A2 A A3 A A4 A A5 O1
A*8000 A*8000 A*8000 A*8000 A*8000 O1=A1+A2+A3+A4+A5
2. POS with advanced
features
a. Android
b. NCMC Compliant
c. NFC
d. Biometric
e.
Number 8000 8000 8000 8000 8000 O2
Price Per unit (B)
B B1 B B2 B B3 B B4 B B5
B*8000 B*8000 B*8000 B*8000 B*8000 O2=B1+B2+B3+B4+B5
3. MPOS/Mobile POS Number 4000 4000 4000 4000 4000 O3
Price Per unit(C)
C C1 C C2 C C3 C C4 C C5
C*4000 C*4000 C*4000 C*4000 C*4000 O3=C1+C2+C3+C4+C5
4. Digital POS
a. UPI Enabled
b. QR
c. Soft POS
Number 50000 50000 50000 50000 50000 O4
Price Per unit (D)
D D1 D D2 D D3 D D4 D D D5
D*50000 D*50000 D*50000 D*50000 D*50000 O4=D1+D2+D3+D4+D5
5 Total Project Cost
for 5 Years
P=O1+O2+O3+O4
Amount in Figure- Amount in word-
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Important Notes:
Detailed Specifications of all Software and Hardware Modules, Components as above to
be attached separately in the Technical Bid (Bill of Material, Format 6.13), supported by
Technical Literature/Product Catalogues/Brochures, etc. This is Mandatory.
• Price quoted should be excluding Sales tax, VAT, GST, Road Tax, Octroi etc. as
applicable in respective State.
• In case of discrepancy between figures and words, the amount in words shall prevail.
• No increase in costs, duties, levies, taxes, charges, etc., irrespective of reasons
(including exchange rate fluctuations, etc.) whatsoever, shall be admissible during the
currency of the Contract.
• Bank will provide Hardware with operating windows server of 2008-2016 & database
as SQL & Oracle. Any other software required to run the solution should be provided
by the bidder.
• The bidder should quote all-inclusive fee, which would, take care of all the expenses
related to the EDC machines warehousing, insurance, logistics from warehouse to ME,
deployment, maintenance, supply of the consumables, data processing, report
generation, reconciliation, switching, Fraud Risk Management, call
attending/certification and any other job as stipulated in the “scope of work”. No other
charges (miscellaneous charges in the forms of consumables, engineer site-visits etc.)
would be payable by the bank to bidder.
Signature of Bidder : ________________________
Name : ___________________________________
Business address : ________________________
__________________________________________
__________________________________________
Place :
Date :
Page 80 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.4
BID SECURITY FORM
Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated
...................... (date of submission of Bid) for the supply of ................................. (name
and/or description of the Products/system) (hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of
.................. (name of country), having our registered office at .................. (address of
bank) (hereinafter called
“the Bank”), are bound unto ............................. (name of Purchaser) (hereinafter called
“the
Purchaser”) in the sum of _______________________for which payment well and truly
to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by
these presents.
Sealed with the Common Seal of the said Bank this ____ day of _________ 20__.
THE CONDITIONS of this obligation are:
• If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder
on the Bid Form; or
• If the Bidder, having been notified of the acceptance of its Bid by the Purchaser
during the period of Bid validity:
(a) fails or refuses to execute the Contract Form if required; or
(b) fails or refuses to furnish the performance security, in accordance with the
Instruction to Bidders.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
Page 81 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
This guarantee will remain in force up to and including forty five (45) days after the period
of the Bid validity, i.e. up to ________, and any demand in respect thereof should reach
the Bank not later than the above date.
...................................
(Signature of the Bidder’s Bank)
Note: Presence of restrictive clauses in the Bid Security Form such as suit filed
clause/clause requiring the Purchaser to initiate action to enforce the claim etc.,
will render the Bid non-responsive.
Page 82 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.5
CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 20__, between .......................... (Name of Purchaser) (hereinafter called "the Purchaser") of the one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the Supplier") of the other part :
WHEREAS the Purchaser invited Bids for certain Products and services viz.,
..................................... (Brief Description of Products and Services) and has accepted a Bid by the Supplier for the supply of those Products and services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
• In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the Conditions of Contract referred to.
• The following documents of Bid No.: BOI/HO/IT/POS-ACQ dated
dd/mm/2020 shall be deemed to form and be read and construed as part
of this Agreement, viz.:
• the Bid Form and the Price Schedule submitted by the Bidder;
• the Bill of Material;
• the Technical & Functional Specifications;
• the Terms and Conditions of Contract;
• the Purchaser's Notification of Award;
• Schedule of Dates, Amounts etc. (SDA)
• In consideration of the payments to be made by the Purchaser to the
Supplier as hereinafter mentioned, the Supplier hereby covenants with the
Purchaser to provide the Products and services and to remedy defects
therein, in conformity in all respects with the provisions of the Contract.
• The Purchaser hereby covenants to pay the Supplier in consideration of the
provision of the Products and services and the remedying of defects therein,
the Contract Price or such other sum as may become payable under the
Page 83 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
provisions of the Contract at the times and in the manner prescribed by the
Contract.
Brief particulars of the Products and services which shall be supplied/provided by
the Supplier are as under:
SL.
NO.
BRIEF DESCRIPTION
OF PRODUCTS &
SERVICES
QUANTITY TO
BE SUPPLIED.
TOTAL
PRICE (Rs.)
TOTAL VALUE: (Rs.)
DELIVERY SCHEDULE:
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said..................................................... (For the
Purchaser) in the presence of:.......................................
Signed, Sealed and Delivered by the said..................................................... (For the
Supplier) in the presence of:.......................................
Page 84 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.6 PERFORMANCE SECURITY FORM
To: (Name of Purchaser)
WHEREAS ................................................................... (Name of Supplier) (hereinafter called
"the Supplier") has undertaken, in pursuance of Contract No................. dated,........... 20__. to
supply...................... .................................................(Description of Products and Services)
(hereinafter called "the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein,
as security for compliance with the Supplier's performance obligations in accordance with
the Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf
of the
Supplier, up to a total of ........Rs.1 crore............................................. (Amount of the
Guarantee in Words and Figures) and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the Contract and without cavil or
argument, any sum or sums within the limit of ................................ (Amount of Guarantee)
as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the ........day of...................
Signature and Seal of Guarantors (Supplier’s Bank)
....................................................................
Date....................................................
Address:.......................................................
....................................................................
....................................................................
Page 85 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.7 (Not Applicable for this RFP)
BANK GUARANTEE FOR ADVANCE PAYMENT
To: ___________________________ (name of Purchaser)
________________________ (address of Purchaser)
________________________ (name of Contact) Gentlemen:
In accordance with the provisions of the Terms and Conditions of Contract, to provide
for advance payment, _____________________________ (name and address of
Supplier) (hereinafter called "the Supplier") shall deposit with ________________
(name of Purchaser) a bank guarantee to guarantee his proper and faithful
performance under the said Clause of the Contract in an amount of _____________
(amount of guarantee*(in figures and words).
We, the__________________________ (bank or financial institution), as instructed by
the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and
not as Surety merely, the payment to __________________________ (name of
Purchaser) on his first demand without whatsoever right of objection on our part and
without his first claim to the Supplier, in the amount not exceeding
_________________________ (amount of guarantee* in figures and words).
We further agree that no change or addition to or other modification of the terms of the
Contract to be performed thereunder or of any of the Contract documents which may be
made between __________________________ (name of Purchaser) and the Supplier,
shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the contract until ________________ (expected date of
last delivery). An amount is to be inserted by the bank or financial institution representing
the amount of the Advance Payment.
Yours truly,
Signature and seal : Name of bank/ Financial institution :
Address :
Date :
Page 86 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.8
MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM
No. Date:
To:
Dear Sir,
Ref: Your RFP Ref: BOI/HO/IT/POS-ACQ dated dd/mm/2020
We who are established and reputable manufacturers
/
producers of ________________________ having factories / development facilities at
(address of factory / facility) do hereby authorize M/s ___________________ (Name and
address of Agent) to submit a Bid, and sign the contract with you against the above Bid
Invitation.
We hereby extend our full guarantee and warranty for the Solution, Products and services
offered by the above firm against this Bid Invitation.
We also undertake to provide any or all of the following materials, notifications,
and information pertaining to the Products manufactured or distributed by the Supplier :
(a) Such Products as the Bank may opt to purchase from the Supplier, provided, that this
option shall not relieve the Supplier of any warranty obligations under the Contract;
and
(b) in the event of termination of production of such Products:
i. advance notification to the Bank of the pending termination, in sufficient time to
permit the Bank to procure needed requirements; and
i. following such termination, furnishing at no cost to the Bank, the blueprints, design
documents, operations manuals, standards, source codes and specifications of the
Products, if requested.
Page 87 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
We duly authorise the said firm to act on our behalf in fulfilling all installations,
Technical support and maintenance obligations required by the contract.
Yours faithfully,
(Name)
(Name of Producers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to bind the manufacturer.
The Bidder in its Bid should include it.
Page 88 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.9
PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER
AFTER SUCCESSFUL COMMISSIONING OF THE SOLUTION
No. Date:
M/s.
Sub: Certificate of commissioning of Solution
1. This is to certify that the products / equipment as detailed below has/have been
received in good condition along with all the standard and special accessories
(subject to remarks in Para No. 2) in accordance with the Contract/Specifications.
The same has been installed and commissioned.
a. Contract No._________________ dated ____________________ ___
a. Description of the Solution ____________________________ ___
a. Quantity ____________________________________________ ____
a. Date of commissioning and proving test ________________________
2. Details of products not yet supplied and recoveries to be made on that account:
S.No. Description Amount to be recovered
3. the proving test has been done to our entire satisfaction and Staff have been trained
to operate the Product.
4. The Supplier has fulfilled his contractual obligations satisfactorily* or
Page 89 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
The Supplier has failed to fulfill his contractual obligations with regard to the following:
(a)
(b)
(c)
(d)
5. The amount of recovery on account of non-supply of Products is given under Para
No. 2.
6. The amount of recovery on account of failure of the Supplier to meet his contractual
obligations is as indicated in endorsement of the letter.
Signature _______________________
Name _______________________
Designation with stamp __________________
______________________________________
* Explanatory notes for filling up the certificates:
• The supplier has adhered to the time schedule specified in the contract in
dispatching the Products / Manuals pursuant to Technical Specifications.
• The supplier has supervised the commissioning of the solution in time i.e., within
the period specified in the contract from the date of intimation by the Purchaser in
respect of the installation of the Product.
• Training of personnel has been done by the Supplier as specified in the contract.
• In the event of Manuals having not been supplied or installation and commissioning
of the Solution having been delayed on account of the Supplier, the extent of delay
should always be mentioned.
Page 90 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
•
FORMAT 6.10
ORGANISATIONAL PROFILE
(Include in Technical Proposal Only – Not to be included in Price Proposal)
CONSTITUTION
1. Proprietary
2. Partnership
3. Private Ltd.
4. Public Ltd.
:
Established since
Commercial Production of
the solution on Offer
started since
: :
Address of Registered
Office
:
Category : i. Software Producer / Developer (Principal) ii. Hardware Manufacturer (Principal) iii. System Integrator / Solution Provider (Third-
party) iv. Any Other (please specify)
Name Phone
Nos.
Codes)
(with STD
Names of
Proprietor/Partners/
Directors
: 1.
2.
3.
4.
5.
Number of Engineers
familiar with the solution
being offered
:
Number of Total
Employees
:
Page 91 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Solution being offered, sold so far to :
Purchaser, with full
address and Details of
contact person (Phone,
Fax and E-Mail)
Modules
in Use
Date
Sale
of Whether Warranty/AMC
still continues
1.
2.
3.
Note: Please support the above facts with documentary evidence. Please also attach Income-Tax Clearance Certificate (latest) Referral Letters from Clients mentioned above
Signature of Bidder:
__________________
Name :
_____________________________
Business address :
____________________
Place Date:
Page 92 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.11
Service Support Details Form
City /
Location Postal Address,
Telephone, Fax,
E-Mail and
Office
Hours
Working Number
Software
Engineers
capable
of
of
Owned or
Franchisee.
Contact Details of
Support
Personnel
(Please
mention
whether
Support Agency
is
Owned
Franchisee
arrangement)
the
or
supporting
the Software
being offered
Page 93 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT 6.12
FORMAT FOR BANK GUARANTEE AGAINST ANNUAL MAINTENANCE (ON
NONJUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Bank Guarantee No.: Date:
To ............................................................... (Name of the Purchaser)
Whereas ........................................... (Name of the Supplier) hereinafter called "the
Supplier" has undertaken, in pursuance of contract No ............................... dated
.................. to supply ........................................................ (Description of Products and
Services) hereinafter called "the Contract".
AND WHEREAS it has been stipulated by you in the said contract that the Supplier shall
furnish you with a Bank Guarantee by a recognised Bank for the sum specified therein as
security for compliance with the Supplier's performance obligations under the contract for
Annual Maintenance and Repairs of the entire system including cost of spares after
warranty period for next four years.
AND WHEREAS we have agreed to give the Supplier a Guarantee.
THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf
of the Supplier, up to a total of Rs. .......................... (Amount of guarantee in words and
figures) being 10% of the Contract Price and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the contract and without cavil
or argument, any sum or sums within the limit of Rs. ..................... (Amount of guarantee)
as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until.............. day of ..........................
Signature and Seal of Guarantors
Date: ...............
NOTE:
1. SUPPLIERS SHOULD ENSURE THAT SEAL AND CODE No. OF THE
SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE BANK
GUARANTEES.
2. STAMP PAPER IS REQUIRED FOR THE BANK GUARANTEES ISSUED BY
THE BANKS LOCATED IN INDIA.
Page 94 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Format 6.13
Bill of Material Part-A
(To be included in Technical Bid)
A) The Bidder should provide Bill of Material (details of all Modules / Components of
Software including those bought-out, off-the-shelf or third-party products / items
required) Module-wise, in the following format. Details of all relevant/applicable
System, Utility, Security, and Communication and Application Software components
should be included. Total hardware requirements should be given in the next Table.
1
Module
/
Item
2
Description
3
Make
Model /
Version
/ 4
Principal
Vendor /
5
Quantity/
No. of
Licenses
6
Number of installations
7
(7 = 5 * 6)
Total
Quantity
Part
numbers
Manufacturer per
installation
Signature of Bidder: ___________________
Name: _______________________________
Business Address: ____________________
Place:
Date:
Page 95 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Format 6.13 (Not Applicable for this RFP) Part-B
B) The Bidder must specify complete details of Hardware required for successful
implementation of the offered solution, in the following format.
1
Module
/ Item
(same as
Col.1
above)
2
Module
Description (
same as Col.2
above)
3
Hardware requirement [Please
mention Make / Model (if any),
Type and No. of Processors,
Memory, bus speed, Hard Disk &
Operating System no of users,
license type, version etc.]
4
Number of
installations
[same as Col. 6
above]
Signature of Bidder:
Name: __________ Business Address:
Place:
Date:
Page 96 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Format 6.14
CONFORMITY TO ELIGIBILITY CRITERIA
The Eligibility criteria for the bidders for Management of POS Terminals are as under:
S.No. Particulars Yes/No
(Supporting Papers)
1. Bidder should be a registered
company in India under
relevant Indian Companies /
Companies Act 2013 and
should have been in operation
for a period at least five years
as on date of RFP.
The Certificate of Incorporation issued by
Registrar of Companies along with the
copies of Memorandum and Articles of
Association are required to be submitted
along with the technical bid.
2. Bidder should have
implemented and/or managed
end to end solution for
Merchant Acquiring Business
Solution successfully for
minimum five years, for at
least in 2 Public sector banks
in India.
Supported by documentary evidence and
also copies of the Service Contracts
wherever entered. (The Bank will consider
the arrangements to be firmed up only when
documents evidencing agreements signed or
undertakings / commitments made are
submitted. Bidders who have not firmed up
arrangements with other vendors /
subcontractors are not likely to be
considered.). Letter from the organization
concerned confirming successful
implementation of fraud monitoring solution
for card based transactions with them, to be
submitted with following details –
· Name of the client
· Type of Model
· Scope of Project
· Name of the person who can be referred to
from Clients’ side, with
Name, Designation, Postal
Address, Contact Phone and Fax numbers,
Ids, etc., (Attach copies of purchase orders)
The Bank reserves the right to inspect such
installations while evaluating the Technical
Bid.
Page 97 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
3. The Bidder should be a
Company incorporated in India
with an Issued and Paid up
Share Capital of at least 15
Crore ( Rupees Fifteen Crores),
and net worth of minimum
100 crore
Yes/No
Latest audited Balance sheet and, Certificate
of incorporation, Memorandum and Article of
Association
4. The Bidder should have
minimum annual turnover of
100 crore and with operating
profit for last three consecutive
years.
Yes/No
Audited Balance Sheet/Profit and Loss
statement for the year 2016-17, 2017-18,
2018-19, for the year 2019-20 if audited
papers are not available, bidder should
submit un-audited.
5. The Bidder should have its own
warehouse in at least 10 cities
in India to manage/ store
Bank’s Terminals.
Yes/No
Self-declaration with details and addresses/
Phone numbers and contact person of such
centers.
6. The Bidder should have
understood the concepts of the
EDC / POS deployment,
processing, operations and
management, preferably
participating in implementing
similar projects in any of the
Banks / Financial – Institutions
in India, in-line with RBI / VISA /
MasterCard / NPCI Guidelines.
Details of such understandings
and implementations need to
be furnished along with the
proposal.
Yes/No
Self-declaration with details of the Banks for
them the bidder is handling such end to end
solution as per scope of this RFP.
7. The bidder should have
experience in managing &
should have required
registration to manage /
maintain bank owned terminals.
Yes/No
The bidder will be required to give self-
declaration along with the certificate from the
respective Banks, with period since when
they are managing the job as per the scope
of the RFP.
Page 98 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
8. The bidder will be required to
have own POS acquiring switch
in India.
Yes/No
Self-declaration with details of these switches
owned (location/capacity and name of the
Bank for which they are doing the activity)
9. The bidder need to have its own
direct connectivity in India with
MasterCard/VISA and NPCI. In
future as per Bank requirement
they will have connectivity with
other scheme networks such as
Diners /Discover etc.
Yes/No
Self-declaration with details of Banks, they
are having such connectivity.
10. To support GPRS Terminals,
bidder should have private APN
(Access Point Name) in India to
provide connectivity to GPRS
terminals.
Yes/No
Self-declaration, with details of the Banks,
bidder is managing such terminals.
11. The bidder should have service
offices on at least 200 locations
in India, to support the
Merchants. Bidder is required to
submit addresses/name and
contact details of these
engineers.
Yes/No
Self-declaration with details and addresses/
Phone numbers and contact person of such
centers.
12. The Bidder should have
handled similar projects as per
the scope of the work described
for at least two public sector
banks in India for minimum
period of three years for each
Bank as on the date of RFP, in
line with RBI/Master card/VISA
and NPCI guidelines. Covering
the same scope of the services.
The Bidder should own/ have a
license to use of the Merchant
Acquiring hardware and
software processing and
switching platform in-house
within India.
Yes/No
Self-declaration as well as certificate from the
respective Banks with details of scope and
period since doing the job for those Banks.
Page 99 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
13. The bidder should have
experience in managing DCC
business for at least two Banks
with annual DCC turnover of
over 50 crore for a period of
previous three years.
Yes/No
Self-declaration as well as certificate from the
respective Banks with details and period
since doing the job for those Banks.
14. The bidder is required to have
at least managing over 50000
merchants as on the date of
RFP. The annual turnover of
transactions through these
terminals minimum 20 lakhs
transaction per day during the
preceding three years (bidder
will be required to submit
certificates from the Banks).
Yes/No
Self-declaration as well as certificate from the
respective Banks with details and period
since doing the job for those Banks.
15. The bidder should have at least
Five years working experience
in acquiring business (End to
End) as on the date of the RFP
( the time will start from the date
of first terminal has been
deployed by the bidder for any
Bank in India).
Yes/No
Self-declaration as well as certificate from the
respective Banks with details and period
since doing the job for those Banks.
16. The Bidder should be complaint
with the Payment Card
Industry-Data Security
Standards (PCI-DSS). The
Acquiring Switch and Systems
being used by the bidder in
India to be currently certified as
per latest PCI-DSS Standards.
Yes/No
Self-declaration as well as self-attested copy
of the valid certificate.
17. The Bidder should have
Disaster Recovery Centre
facility available in India as on
Date. The Bidder should also
have Business Continuity Plan
in place.
Yes/No
Self-declaration with details of DR system.
Page 100 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
18. The Bidder should have on line
Risk management and Fraud
Monitoring Tools and
techniques for monitoring of
any suspected transactions,
based on pre-defined and
dynamic Customized rules
framed by them in consultation
with the Bank. Their System
should have ability to provide
transaction and merchant
monitoring process. The bidder
should have minimum
experience of two years for
handling fraud & risk
management for two Banks in
India.
Yes/No
Self-declaration with the certificate from the
Banks for whom they are managing FRM,
with period since managing.
19. The Bidder should have charge
back management system.
Yes/No
Self-declaration
20. The Bidder should have 24X7
centralized Call center in India,
with IVRS and de-centralized
ME Help Desk and contact
merchant on FRM alerts, with
multi language support.
Yes/No
Self-declaration, with details of the call
center, they are having/ hired.
21. The Bidder should own or have
a license to use of the Merchant
Acquiring hardware and
software processing platform
in-house within India.
Yes/No
Self-attested copy of the licence
22. The Bidder should have its
switch certified for credit, debit
and pre-paid card acquiring in
India by VISA /MasterCard/
NPCI or any other Bank or
institution.
Yes/No
Self-attested copy of the certificate.
Page 101 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
23. The Bidder should be a
registered Third party
Processor and Member Service
Provider (TPP and MSP) for
VISA/MasterCard/ Rupay and
any other Bank or institution
issued credit and debit card
acquiring business in India.
Yes/No
Certificate from the respective Banks.
24. The bidder must have
VISA/MasterCard, NPCI
certified host and Visa Access
Point (VAP), MasterCard
Interface Processor (MIP),
Rupay connectivity duly
certified at its own premises in
India. The bidder should have
capability to get themselves
certified for acceptance of any
other present/ future cards
(may be AMEX/ Diners etc.
Cards).
Yes/No
Certificate copy for the existing connectivity
and self-declaration for future capability.
25. The bidder needs to have direct
connectivity with Banks/ its
partners for connectivity with its
credit cards/ Debit cards/CUG
cards/ other switches.
Yes/No
Self-declaration
26. The Bidder should have the
capabilities to suggest and
provide add-on requirements
related to monitoring of the
Transactions (MIS, Fraud Alert
Reports, Velocity Reports and
Add-on Tools, etc.) etc.
Yes/No
Self-declaration
Page 102 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
27. The Bidder should have its
switch certified for credit /debit
card acquiring in India by VISA
/ MasterCard/ NPCI and any
other bank/ Institutions and
should have capability to make
them capable and certified for
acceptance of any other
present/ future cards (may be
AMEX/ Diners etc. Cards).
Yes/No
Self-attested Copy of the existing certificates.
And self-declaration for future requirements.
28. The Bidder should be a
registered or will register Third
Party Processor / Member
Service Provider (TPP / MSP)
for VISA / MasterCard/ NPCI
and any other present or future
entity (AMEX, Diners etc.) in
India.
Yes/No
Self-attested Copy of the existing
registration. And self-declaration for future
requirements.
29. The Bidder should have VAP /
MIP/Rupay connectivity in India
to provide the necessary
connectivity to the Bank for
routing VISA / MasterCard/
RUPAY transactions.
Yes/No
Self-declaration
30. The bidder should have owned/
managed Data Centre of at
least Tier -4 level, with Disaster
recovery Centre in India in a
different seismic zone, capable
of providing all type of services
with respect to POS operations
in India.
Yes/No
Self-declaration with details of such Disaster
recovery center.
31. The bidder is required to have
switching through its scheme
certified switch a minimum of
25000 EDC machines per Bank
for any two Banks in India of
which one should be PSB.
Yes/No
Self-declaration.
Details of the switch with the names of the
Banks, they are handling
Page 103 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
32. The Bidder should not have any
past reported/recorded incident
of any breach of security or data
compromise, notified by the
Bank/ IBA/
MasterCard/Visa/NPCI/ RBI or
any other authorities during the
past Five years in India (this
may not be for only POS related
activities, but any other activity
handled by the Bidder).
Yes/No
Self-declaration
33. The Bidder should not have
been blacklisted by any Bank/
Financial Institutions/ RBI/ Bank
Association or any other
Authority in India.
Yes/No
Self-declaration
34. Consortium will not be
permitted.
Yes/No
Self-declaration that bidder is not consortium
Page 104 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Format 6.15
UNCONDITIONAL ACCEPTANCE OF THE TERMS & CONDITIONS OF THE RFP
(To be submitted on the Company’s Letter Head)
Date:
To:
Bank of India,
Information Technology Department,
Head Office, Star House -2,
8th Floor, C-4, G-Block,
Bandra Kurla Complex, Bandra (East),
Mumbai – 400 051
RFP Ref. No. BOI/HO/IT/POS-ACQ dated dd/mm/2020, for procurement of solution
for Bank of India.
This is to confirm that we unconditionally accept all the terms and conditions as mentioned
in the said RFP including all addendum/amendment floated for Bank of India pertaining
to this RFP.
(Name)
Designation
Seal/Stamp of the Contractor
****************************************************************************************************
Page 105 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
FORMAT – 6.16
(Pre-Bid Queries to be submitted online in excel sheet)
Sr. No. RFP Clause and Page
No.
RFP Terms Clarification sought
*********************
Page 106 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
PART 7: SCHEDULE OF DATES, AMOUNTS ETC. (SDA)
7.1 Bid Security Amount Rs. 10,00,000/-
7.2 Bid Validity Up to 180 days from the last
date Stipulated for
receipt of responses to
the Bid
7.3 Period within which Performance Security or
Amendment thereto is to be submitted by the
Successful Bidder upon notification of
Award Of Contract
21 days
7.4 Period within which the Successful Bidder should
Sign the Contract after receipt of the Form of
Contract.
7 days
7.5 Period of Performance Contract (from the
Date of Award of Contract (read with 7.14)
Min 60 months to be \
valid up to expiry of
warranty
7.6 Performance Security Amount Rs.1 crore
7.7 Minimum Warranty period for the entire
Solution
60 months from date of
user acceptance
7.8 User Acceptance tests Refer: 7.16
7.9 Period within which Supplier to remedy defects
after having been notified of the same
7 days
7.10 Required period of validity of the Performance
Security after the completion of performance
60 months
7.11 Period within which Bank will return the
Performance Security subject to terms
90 days
Page 107 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
7.12 Training:
i The vendor should provide training to personnel identified by BANK OF INDIA on
functional, operational and administration of Solution.
ii The vendor should provide the following trainings:
a. User Training
b. System Administration Training
c. Top Management Training
iii Each training should be of required duration and with a batch size as mutually
agreed by BANK OF INDIA and the vendor
iv Training should include training material /detailed user manual.
v The vendor should provide detailed training plan for this purpose
7.13 Minimum commitment required for Application Software offered to the Bank for 5
years with continuation of one more year in case Bank desires to extend the contract.
7.14 Period within which Products / Services under the Contract are to be
installed/commissioned from the Date of signing of Contract:
• Initial Installation as given in Part 5 under implementation 60 days
• Subsequent installation as mutually decide
7.15 Payment Terms
The Bank will release payment as follows:-
• The payment shall be released by Head Office of the Bank of India on submission
of sign-off letter obtained by an authorized official of the BANK OF INDIA. and
• After supply and installation of solution at BANK OF INDIA Data Centre / Disaster
Recovery (DR) Centre the payment shall be made as on monthly basis as per
transactions volume.
7.16 Acceptance Tests
The User acceptance test will be carried out as per mutually agreed Acceptance
Test Plan against the systems requirements. The system will be considered
accepted (supplied, installed and operationalized) only after ATP is completed as
per the agreed plan and is duly signed/certified by the Bank and the bidder.
Some of features required to be completed are enumerated below:
• The software should correspond to what is stated in the purchase order without
deviation except where mutually agreed upon
Page 108 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
• The equipment and software is fully installed.
• The features specified in the TFS/mutually agreed for implementation should be
demonstrated.
• The final acceptance of the system will be based on successful processing under
live operations, acceptable to user dept/dept. concerned.
• Capacity to handle a volume of transactions generated from our accounts with
annual increase in volumes.
7.17 Project Reporting
i. Vendor should submit a weekly report on the development of the project along
with reasons of delay.
ii. Periodical meetings will be held between the vendor and BOI to review the
progress report and the vendor will be required to attend all such meetings.
7.18 System maintenance and support
i. The vendor should fix all the Solution problems and provide and implement
upgrades during the contract period free of cost.
ii. The vendor should provide changes and upgrades with regard to changes in
statutory requirements at the earliest and free of cost during the contract period.
iii. The vendor should provide and implement functionality change as required by the
end user during the contract period.
iv. The vendor should be able to comply with the Service Level Agreement.
7.19 Schedule of Implementation
i. The vendor should commence implementation of the Solution within two months
from the date of award of contract at BOI Head Office as well as at the DR Site.
The implementation shall comprise of System Configuration, Customization, Pilot
Implementation, UAT and System Roll Out. (DR SITE location).
ii. The period of warranty will start from the date of signing off of the UAT.
iii. The support services shall be for a period of at least 5 years after the expiry of
warranty period. Bank should have at least one onsite DBA support during office
Page 109 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
hours of the bank and in case of exigencies, request for extended hours will have
to be considered by the vendor.
7.20 Annexure - C
i. Service Level Agreement (SLA) and Contracting (Indicative only)
ii. The Bank expects that the successful Bidder to adhere to the following minimum
Service Levels.
iii. The bidder should commit to provide services for implementation, roll-out,
support, maintenance etc. for minimum 5 years. Continuing the
services/maintenance for beyond 5 years/contract period as per the RFP shall be
at the sole discretion of the Bank.
iv. The Bidder understands the largeness of this Project and that it would require
tremendous commitment of financial and technical resources for the same, for the
tenure of Contract under this RFP. The Bidder therefore agrees and undertakes
that an exit resulting due to expiry or termination of Contract under this RFP or for
any reason whatsoever would be a slow process over a period of six (6) months,
after the completion of the notice period, and only after completion of the Bidders
obligations under a reverse transition mechanism. During this period of Reverse
Transition, the Bidder shall continue to provide the Deliverables and the Services
in accordance with the contract under this RFP and shall maintain the agreed
Service levels. The Bank shall make payment for these services as per terms
AND CONDITIONS.
v. The bidder must undertake also submit a letter from OEM (Hardware and
Application Software) certifying that if the bidder/ system integrator is not able to
meet its obligations related to the service and support for the product as per
contract during contract period, the OEM shall perform the said obligations with
regard to their items through alternate and acceptable service provider. The
bidder will be system integrator and will be liable for the Hardware as well as
Software performance.
vi. During the Term of this RFP, Bidder shall provide 99.95% uptime per month. If
Bidder materially fails to meet an uptime of 99.95% for three (3) consecutive
months, the Bank may have the right to terminate the contract.
Page 110 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
vii. Any fault/ issue/ defect failure intimated by Bank through any mode of
communication like call/e-mail/fax etc. are to be acted upon, so as to adhere to
the service levels.
viii. The selected bidder shall repair or replace any worn out or defective part in any
of locations for end to end solution for Merchant Acquiring Business in Bank of
India/RRBs, the solution components provided by the bidder and shall provide all
consumables at no extra cost to the Bank. In addition, any system/ sub-system
for which end of enterprise-level support is declared by OEM should be replaced
at no extra cost to the bank.
ix. Business/ Service Downtime and Deterioration shall be the key considerations for
determining “Penalties” that would be levied on the Successful Bidder.
x. The entire solution is required to be up and running with minimum uptime of
99.98% on a quarterly basis with a MTBF of 90 days, barring scheduled and
mutually agreed upon downtime for maintenance or training purposes. The
Fees/amount payable to
the company shall be subject to deduction of penalties if any, levied by the
Bank in accordance with the provisions of this order and the agreement.
In case uptime falls below the guaranteed level, Bank will impose a penalty
as given below.
Uptime Penalty in % of total project cost(notional
value)*
>=99.98 0
> 99.50 to < 99.98 1%
> 99 to <99.50 2%
> 98 to <99 5%
> 97 to <98 10%
Below 97 20%
*Notional Value = Average of Last 6 months billing cost.
Penalty for delay resolution of defect:
If the company, having been notified, fails to report and provide remedy of
the defect(s) within three hours, the Bank may proceed to take such remedial
action as may be necessary, at the vendor’s risk and expense, and without
prejudice to any other rights, which the Bank may have against the vendor
under the Contract.
Page 111 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Penalty will be deducted from the outstanding amount payable to the vendor,
that may be payable under any head.
During the currency of the contract if the cumulative penalty amount exceed
10% project cost, the Bank may consider termination of the Contract.
In addition to above, for module wise penalty details please refer Annexure-
E.
Page 112 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
7.21 Annexure-D
BUSINESS RULES AND TERMS & CONDITIONS OF REVERSE AUCTION
Reverse Auction event will be carried out among the Technically Qualified Bidders,
for providing opportunity to the Bidders to quote the price dynamically for the
procurement for which RFP is floated
i. Definitions :
a. “Bank” means Bank of India
b. “Service Provider” means the third party agency / company who has been
selected by the Bank for conducting Reverse Auction.
c. “L1” means the Bidder who has quoted lowest price in the Reverse Auction
process.
d. “L2” means the Bidder who has quoted second lowest price in the Reverse
Auction process.
ii. Eligibility of Bidders to participate in Reverse Auction :
a. Bidders who are technically qualified in terms of the relative Terms &
Conditions of the RFP and accept the Business Rules, Terms & conditions
of Reversion Auction and submit the undertakings as per Annexure-D-A,
can only participate in Reverse Auction related to the procurement for which
RFP is floated. Bidders not submitting the above undertaking or submitting
with deviations / amendments thereto, will be disqualified from further
evaluation / participation in the process of relevant procurement.
b. Bidders should ensure that they have valid digital certificate well in advance
to participate in the Reverse Auction. Bank and / or Service Provider will not
Page 113 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
be responsible in case Bidder could not participate in Reverse Auction due
to nonavailability of valid digital certificate.
iii. Training :
a. Bank will engage the services of Service Provider to provide necessary
training to representatives of all eligible Bidders for participation in Reverse
Auction. All rules & procedure related to Reverse Auction will be explained
during the training.
b. Date, Time, Venue etc of training will be advised at appropriate time.
c. Eligible Bidder / his authorized nominee has to attend the training as per the
schedule and at the specified venue at the his / Bidder’s own cost.
d. No request from the Bidders for change in training schedule and/or venue
will be entertained.
e. However, Bank reserves the right to postpone / change / cancel the training
schedule for whatsoever reasons without assigning any reasons therefor,
even after its communication to eligible Bidders.
f. Any Bidder not participating in the training process will do so at his own risk.
iv. Reverse Auction Schedule:
a. The date & time of start of Reverse Auction and its duration of time will be
informed to the eligible Bidders well in advance at least a week before the
Reverse Auction date.
b. Bank reserves the right to postpone / change / cancel the Reverse Auction
event even after its communication to Bidders without assigning any
reasons therefor.
v. Bidding Currency :
Page 114 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Bidding will be conducted in Indian Rupees (INR).
vi. Start Price :
Bank will determine the Start Price for Reverse Auction – on its own and
/ or
i. evaluating the price band information called for separately from each
eligible Bidder at appropriate time and / or
ii. based on the price bids received and if opened, Bank may determine the
start price on the basis of the lower quote received.
vii. Decremental Bid Value :
a. The bid decrement value will be specified by Bank before the start of
Reverse Auction event. It can be a fixed amount or percentage of Start Price
or both whichever is higher.
b. Bidder is required to quote his bid price only at a decremental value.
c. Bidder need not quote bid price at immediate next available lower level, but
it can be even at 2/3/4 ….. Level of next available lower level.
viii. Conduct of Reverse Auction event :
a. Reverse Auction will be conducted on a specific web portal meant for this
purpose with the help of the Service Provider identified by the Bank.
b. Service Provider will make all necessary arrangement for fair and
transparent conduct of Reverse Auction like hosting the web portal,
Page 115 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
imparting training to eligible Bidders etc., and finally conduct of Reverse
Auction.
c. Bidders will be participating in Reverse Auction event from their own office
/ place of their choice. Internet connectivity and other paraphernalia
requirements shall have to be ensured by Bidders themselves.
i) In the event of failure of their internet connectivity (due to any reason
whatsoever it may be) it is the Bidders responsibility / decision to send
fax communication immediately to Service Provider furnishing the bid
price, they want to bid online, with a request to upload the faxed bid
price online so that the service provider will upload that price online on
behalf of the Bidder. It shall be noted clearly that the concerned Bidder
communicating this price to service provider has to solely ensure that
the fax message is received by Service Provider in a readable / legible
form and also the Bidder should simultaneously check up with Service
Provider over phone about the clear receipt of the bid price faxed. It
shall also be clearly understood that the Bidder shall be at liberty to
send such fax communications of prices to be uploaded by Service
Provider only before the closure of Reverse Auction time and under
no circumstances it shall be allowed beyond the closure of Reverse
Auction event time. Such Bidders have to ensure that the service
provider is given reasonable time by the Bidders, to upload such faxed
bid prices online and if such required time is not available at the
disposal of Service Provider at the time of receipt of the fax message
from the Bidders, Service Provider will not be uploading the bid prices.
It is to be noted that neither the Bank nor the Service Provider will be
responsible for these unforeseen circumstances.
ii) In order to ward-off such contingent situation, Bidders are advised to
make all the necessary arrangements / alternatives such as back –up
power supply , whatever required so that they are able to circumvent
such situation and still be able to participate in the reverse auction
successfully. However, the vendors are requested to not to wait till the
last moment to quote their bids to avoid any such complex situations.
Failure of power at the premises of vendors during the Reverse auction
cannot be the cause for not participating in the reverse auction. On
account of this the time for the auction cannot be extended and BANK
is not responsible for such eventualities.
Page 116 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
d. Bank and / or Service Provider will not have any liability to Bidders for any
interruption or delay in access to site of Reverse Auction irrespective of the
cause.
e. For making the process of Reverse Auction and its result legally binding on
the participating Bidders, Service Provider will enter into an agreement with
each eligible Bidder, before the start of Reverse Auction event. Without this
Bidder will not be eligible to participate in the event. The format of the
agreement is as per the Annexure-D-C.
f. Bidders name will be masked in the Reverse Auction process and will be
given random dummy names by the Service Provider.
g. Bidder / his authorized representatives will be given unique Login ID &
Password by Service Provider. Bidder/his authorized representative will
change the Password after the receipt of initial Password from Service
Provider to ensure confidentiality. All bids made from the Login ID given to
the Bidders will be deemed to have been made by the concerned Bidder/his
company.
a. Reverse auction will be conducted as per English Reverse Auction with no
tie where more than one Bidder cannot have identical bid price.
b. Any bid once made by the Bidder through registered Login ID & Password,
the same cannot be cancelled. The Bidder is bound to supplies as per the
RFP at the bid price of Reverse Auction.
ix. Auto Bid :
a. Bidder can take the advantage of Auto Bid facility available in Reverse
Auction systems. Auto Bid feature allows Bidder to place an automated bid
against other Bidders in an auction by confirming to one decrement and bid
without having to enter a new price each time a competing bidder submits
a new offer.
b. Auto Bid facility can be used by the Bidder only once. Bidder can at no point
of time during the course of the Reverse Auction, revise / delete his Auto
Bid price.
Bidder has the facility to revise his Auto Bid value only prior to the start of
the Reverse Auction event.
Page 117 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
c. Only after the lowest price quoted by other Bidders is equal to or less than
the minimum Auto Bid value put in the system by Auto Bid Bidder, he will
get the option to manually bid.
d. If more than one Bidder opts for the Auto Bid facility and if the lowest price
quoted by more than one in Auto Bid facility is same, then the Bidder who
has opted for the Auto Bid facility first will get the advantage of being the
‘L1’, with the second bidder being ‘L2’ at a price one decrement higher than
the ‘L1’ value and so on.
e. If one of the Bidder has opted for the Auto Bid facility, in which the system
automatically places a bid by conforming to one decrement from the bid that
any of the other Bidders might have quoted. In such a case, if the manual
Bidder directly quotes the same price as the lowest price which the Bidder
who has opted for the auto bid facility, then the bid submitted by the manual
Bidder would be accepted as the ‘L1’ bid. But at that point of time onwards,
the manual control of the Auto Bidder would be enabled for the Auto Bidder.
f. Service Provider will explain in detail about the Auto Bid during the training.
g. Reverse Auction will normally; be for a period of one hour. If a Bidder places
a bid price in last 10 minutes of closing of the Reverse auction, the auction
period shall get extended automatically for another 10 minutes. Maximum 3
extensions each of 10 minutes will be allowed after auction period of 1 hour
i.e. entire process can last maximum for 1 ½ hour only. In case there is no
bid price in the last 10 minutes of closing of Reverse Auction, the auction
shall get closed automatically without any extension.
(The time period of Reverse Auction & Maximum number of its
extensions & time are subject to change and will be
advised to eligible Bidders before the start of the Reverse Auction
event.)
h. Bidder will be able to view the following on their screen along with the
necessary fields in Reverse Auction :
a. Opening Price
b. Leading / Lowest Bid Price in Auction ( only total price)
c. Last Bid Price placed by the respective Bidder.
Page 118 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
i. During Reverse Auction, if no bid price is received within the specified time,
Bank, at its discretion, may decide to revise Start Price / Decremental Value
/ scrap the reverse auction process / proceed with conventional mode of
tendering.
x. Reverse Auction Process :
a. At the end of Reverse Auction event Service Provider will provide the Bank
all necessary details of the bid prices and reports of Reverse Auction.
b. Upon receipt of above information from Service Provider, Bank will evaluate
the same and will decide upon the winner i.e. Successful Bidder.
c. Successful Bidder has to fax the duly signed filled-in prescribed format
(AnnexureD-B) as provided on case-to-case basis to Bank within 4 hours of
Reverse Auction without fail. The Original signed Annexure-D-B should be
couriered so as to reach us within 48 hours of Reverse Auction without fail.
d. Any variation between the on-line Reverse Auction bid price and signed
document will be considered as sabotaging the tender process and will
invite disqualification of Bidder/vender to conduct business with Bank as per
prevailing procedure.
e. Successful Bidder has to give break-up of his last/lowest bid price as per
Bill of Material at the end of Reverse auction event within 3 working days
without fail.
f. Successful Bidder is bound to supply at their final bid price of Reverse
Auction. In case of back out or not supply as per the rates quoted, Bank will
take appropriate action against such Bidder and / or forfeit the Bid Security
amount, debar him from participating in future
Page 119 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
g. In case Bank decides not to go for Reverse Auction related to the
procurement for which RFP is floated and price bids if any already submitted
and available with Bank shall be opened as per Bank’s standard practice.
xi. Bidder’s Obligation :
a. Bidder will not involve himself or any of his representatives in Price
manipulation of any kind directly or indirectly with other suppliers /
Bidders
b. Bidder will not divulge either his Bid details or any other details of Bank to
any other party without written permission from the Bank.
xii. Change in Business Rules, Terms & Conditions of Reverse Auction :
a. Bank reserves the right to modify / withdraw any of the Business rules,
Terms & conditions of Reverse Auction at any point of time.
b. Modifications of Business rules, Terms & conditions of Reverse Auction will
be made available on website immediately.
c. Modifications made during the running of Reverse Auction event will be
advised to participating Bidders immediately.
Annexure-D-A (to be submitted on company letter head by all Bidders participating
in Reverse Auction)
To,
Bank of India Date :
Head Office
Acceptance of Reverse Auction Business Rules and Terms & conditions
Page 120 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
in respect of Tender / RFP Ref. No. BOI/HO/IT/POS-ACQ dated dd/mm/2020
For end to end solution for Merchant Acquiring Business in Bank of India.
We refer to the captioned subject and confirm that –
• The undersigned is our authorized representative.
• We have accepted and abide by all Terms of captioned Tender documents and
Business Rules and Terms & conditions of Reverse Auction for the procurement for
which RFP is floated.
• Bank and Service Provider shall not be liable & responsible in any manner whatsoever
for my / our failure to access & bid in Reverse Auction due to loss of internet
connectivity, electricity failure, virus attack, problems with the PC, any other
unforeseen circumstances etc. before or during the auction event.
• We understand that in the event we are not able to access the auction site, we may
authorize Service Provider to bid on our behalf by sending a fax containing our offer
price before the auction close time and no claim can be made by us on either Bank or
Service Provider regarding any loss etc. suffered by us due to acting upon our
authenticated fax instructions.
• I / We do understand that Service Provider may bid on behalf of other Bidders as well
in case of above mentioned exigencies.
• We also confirm that we have a valid digital certificate issued by a valid Certifying
Authority.
• We will participate in Reverse Auction conducted by e-Procurement Technologies Pvt
Ltd and agree to enter into an agreement with him (Service Provider) for making the
process of Reverse Auction and its result legally binding on us.
• We will fax duly signed filled-in prescribed format (Annexure-D-B) as provided on
case-tocase basis, to Bank within 24 hours of end of Reverse Auction without fail.
• We will give break-up of our last / lowest bid price as per Bill of Material at the end of
Reverse Auction event within 48 hours without fail.
• We undertake to supply at our final lowest bid price of Reverse Auction. In case of
back out or not supply as per the rates quoted by us, Bank is free to take appropriate
action against us and / or forfeit the Bid Security amount, debar us from participating
in future tenders.
• We nominate our official Shri _________________________________ Designation
_____________ of our company to participate in Reverse Auction. We authorize Bank
to issue
USER ID & PASSWORD to him. His official e-mail & contact number are as under –
Email : Mobile:
----------------------------------------------------------------------------------------------------------------
Page 121 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Signature with company seal :
Name of Authorized Representative : Designation:
Email : Mobile :
Tel. No: Fax No.:
Page 122 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Annexure-D-B ( to be submitted / faxed by Successful Bidder of Reverse Auction
within 24 hours from the end of Reverse Auction event)
To,
Bank of India Date :
----------------------
Sir,
Final / Lowest Bid Price quoted in Reverse held on _______________
in respect of Tender / RFP Ref. No. BOI/HO/IT/POS-ACQ dated dd/mm/2020
For end to end solution for Merchant Acquiring Business in Bank of India.
=======================================================
We confirm that the final total bid price quoted by us in the captioned Reverse Auction
event for captioned tender is as under –
Rs. ( in figure) : ___________________________
Rs. ( in words) :
__________________________________________________________
(
We confirm that -
1) [ ] We enclose herewith the detailed break-up of above price as per Bill of Material
Page 123 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
OR
[ ] We undertake to give detailed break-up of above bid price as per Bill of Material
within 48 hours from the end-of Reverse Auction event.
• Any variation between the on-line Reverse Auction bid price quoted by us and this
document will be considered as sabotaging the tender process and will invite
disqualification of Bidder/vender to conduct business with Bank as per prevailing
procedure. In such case Bank is free to take appropriate action and / or forfeit the Bid
Security amount and / or debar him from participating in future
• We are bound to supply at the above final bid price of Reverse Auction.
• We note that in case of back out or not supply as per the above rates quoted by us,
Bank will take appropriate action against us and / or forfeit our Bid Security amount
and / or debar him from participating in future
Signature with company seal :
Name of Authorised Representative :
Designation :
Email :
Mobile :
Tel. No :
Fax No :
Page 124 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Annexure-D-C: Process Compliance Form
(The Bidders are required to print this on their company’s letter head and sign,
stamp before faxing to Service Provider)
To
(Name & Address of Service Provider)
Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction
----------------------------------------------------------------------------
Dear Sir,
This has reference to the Terms & Conditions for the Reverse Auction mentioned in the
Tender document for procurement of Hardware against the Ref: BOI/HO/IT/POS-ACQ
dated dd/mm/2020 end to end solution for Merchant Acquiring Business in Bank of
India.
This letter is to confirm that:
• The undersigned is authorized representative of the company.
• We have studied the Commercial Terms and the Business rules governing the
Reverse Auction and the RFP as mentioned in your letter and confirm our
agreement to them.
• We also confirm that we have taken the training on the auction tool and have
understood the functionality of the same thoroughly.
• We confirm that Bank of India and M/S e-Procurement Technologies Pvt. Ltd shall
not be liable & responsible in any manner whatsoever for my/our failure to access
& bid on the e-auction platform due to loss of internet connectivity, electricity
failure, virus attack, problems with the PC, any other unforeseen circumstances
etc. before or during the auction event.
• We understand that in the event we are not able to access the auction site, we
may authorize M/S e-Procurement Technologies Pvt. Ltd to bid on our behalf by
sending a fax containing our offer price before the auction close time and no claim
can be made by us on either Bank of India or M/S e-Procurement Technologies
Pvt. Ltd regarding any loss etc. suffered by us due to acting upon our authenticated
fax instructions.
Page 125 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
• I/we do understand that M/S e-Procurement Technologies Pvt. Ltd may bid on
behalf of other Bidders as well in case of above mentioned exigencies.
• We also confirm that we have a valid digital certificate issued by a valid Certifying
Authority.
• We also confirm that we will fax the price confirmation & break up of our quoted
price as per Annexure-D-B as requested by Bank of India / M/S e-Procurement
Technologies Pvt. Ltd within the stipulated time.
We, hereby confirm that we will honor the Bids placed by us during the auction process.
With regards
Signature with company seal
Name –
Company / Organization –
Designation within Company / Organization –
Address of Company / Organization –
Page 126 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Annexure –E Penalty:
S.No. Work TAT Penalty in Rs.
1. New Terminal Installation
1. For Metro and urban centers : T+1 working days 2.For other centers: T+2 working days
100 for delay per day with cap of 1000 per terminal
2. Attending Complaints/ Service request
1. For Metro and urban centers : T+1 working days 2.For other centers: T+2 working days
100 for delay per day with cap of 1000 per terminal
3. De-activation On the same day 100 for delay per day with cap of `1000 per terminal If any Fraud takes place on those terminals after deadline, bidder will be liable to compensate the loss to Bank.
4. De-Installation Within T+3 working days on Metro/Urban and other major centers Within T+5 working days on urban centers
No charges will be payable on that terminal from the date onwards. If any fraud takes place on those terminals, bidder will be liable to pay the loss to Bank
5. Application activation
1. For Metro and urban centers : T+1 working days 2.For other centers: T+2 working days
100 for delay per day with cap of 1000 per terminal If any Fraud takes place on those terminals after deadline, bidder will be liable to compensate the loss to Bank.
6. Parameter Change request
1. For Metro and urban centers : T+1 working days 2.For other centers: T+2 working days
100 for delay per day with cap of 1000 per terminal
7. Batch Missing One day 100 for delay per day with cap of 1000 per terminal
*The Penalty amount will be recovered from the monthly payment due to the Vendor.
Page 127 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Annexure- F
PRE-CONTRACT INTEGRITY PACT
PRE-CONTRACT INTEGRITY PACT
BETWEEN
BANK OF INDIA
AND
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on
XX day of the XX month of 2020, between, on one hand, the Bank of India acting through
Shri, Designation of the Officer (hereinafter called the “BUYER”, which expression shall mean
and include, unless the context otherwise requires, his successors in officer and assigns) of
the First Part and
M/s. represented by Shri Chief Executive Officer (hereinafter called the “BIDDER/Seller”
which expression shall mean and include, unless the context otherwise requires, his
successors and permitted assigns) of the Second Part.
WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) award the
contract and the BIDDER/Seller is willing to offer/has offered the stores and
Page 128 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
WHEREAS the BIDDER is a private company / public company / Government undertaking /
partnership / registered export agency, constituted in accordance with the relevant law in the
matter and the BUYER is a Public Sector Undertaking Bank of India.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from
any influence / prejudice dealings prior to, during and subsequent to the currency of the
contract entered into with a view to :-
Enabling the BUYER to obtain the desired said stores / equipment / work at a competitive
price in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to
secure the contract by providing assurance to them that their competitors will also abstain
from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in
any form, by its officials by following transparent procedures.
The parties hereby agree to enter into this Integrity Pact and agree as follows. Commitments
of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves
or for any person, organization or third party related to the contract in exchange for
an advantage in the bidding process, bid evaluation, contracting or implementation
process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will
provide to all BIDDERs the same information and will not provide any such
Page 129 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.
1.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2 In case any such preceding misconduct on the part of such officials(s) is reported by
the BIDDER to the BUYER with full and verifiable facts and the same is prima facie
found to be correct by the BUYER, necessary disciplinary proceedings, or any other
action as deemed fit, including criminal proceedings may be initiated by the BUYER
and such a person shall be debarred from further dealings related to the contract
process. In such a case while an enquiry is being conducted by the BUYER the
proceedings under the contract would not be stalled.
Commitments of BIDDERs
3. The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any
pre-contract or post- contract stage in order to secure the contract or in furtherance
to secure it and in particular commit itself to the following :-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favor, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third
party related to the contract in exchange for any advantage in the bidding,
evaluation, contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement
to any official of the BUYER or otherwise in procuring the Contract or forbearing to
Page 130 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
do or having done any act in relation to the obtaining or execution of the contract or
any other contract with the Government for showing or forbearing to show favour or
disfavor to any person in relation to the contract or any other contract with the
Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original manufactures / integrator / authorized government sponsored export entity
of the stores / supplier and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to the
BUYER or any of its functionaries, whether officially or unofficially to the award of
the contract to the BIDDER nor has any amount been paid promised or intended to
be paid to any such individual, firm or company in respect of any such intercession,
facilitation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed
to or intends to make to officials of the BUYER or their family members agents,
brokers or any other intermediaries in connection with the contract and the details
of services agreed upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
Page 131 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details including
information contained in any electronic data carrier. The BIDDER also undertakes
to exercise due and adequate care lest any such information is divulged.
3.10 The BIDDER commits to retrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any
of the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of
the BIDDER, either directly or indirectly, is a relative of any of the officers of the
BUYER or alternatively, if any relative of an officer of the BUYER has financial
interest / stake in the BIDDERs firm, the same shall be disclosed by the BIDDER at
the time of filling of tender.
The term relative for this purpose would be as defined in Section 6 of the Companies Act
1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three
years immediately before signing of this Integrity Pact, with any other company in
any country in respect of any corrupt practices envisaged hereunder or with any
Public Sector Enterprise in India or any Government Department in India that could
justify BIDDER’s exclusion from the tender process.
Page 132 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER
can be disqualified from the tender process or the contract, if already awarded can
be terminated for such reason.
5. Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount as specified
in the RFP as Earnest Money/Security Deposit, with the BUYER through any of the
following instruments
(i) Bank Draft or a Pay Order in favour of
(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the BUYER on demand within three working days without any
demur whatsoever and without seeking any reasons whatsoever. The demand for
payment by the BUYER shall be treated as conclusive proof of payment.
(iii) Any other mode or through any other instrument as specified in the RFP.
5.2 The Earnest Money / Security Deposit shall be valid upto the complete conclusion
of the contractual obligations to the complete satisfaction of both the BIDDER and
the BUYER, including warranty period / Defect liability period.
5.3 In case of the successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of
Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case
of a decision by the BUYER to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.
5.4 No Interest shall be payable by the BUYER to the BIDDER on Earnest Money /
Security Deposit for the period of its currency.
Page 133 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
6. Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (Whether with or without the knowledge of the BIDDER) shall
entitle the BUYER to take all or any one of the following actions, whenever required:-
(i) To immediately call off the pre-contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceedings with the
other BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit /
Performance Bond (after the contract is signed) shall stand forfeited either fully or
partially as decided by the BUYER and the BUYER shall not be required to assign
any reason therefor.
(iii) To immediately cancel the contract if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER and in case of an Indian BIDDER
with interest thereon at 2% higher than the prevailing Prime Lending Rate of State
Bank of India, while in case of a BIDDER from a country other than India with interest
thereon at 2% higher than the LIBOR. If any outstanding payment is due to the
BIDDER from the BUYER in connection with any other contract for any other stores,
such outstanding payment could also be utilized to recover the aforesaid sum and
interest.
(v) To encash the advance bank guarantee and performance bond / warranty bond, if
furnished by the BIDDER, in order to recover the payments already made by the
BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable
to pay compensation for any loss or damage to the BUYER resulting from such
Page 134 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
cancellation / rescission and the BUYER shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of five years, which may be further
extended at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or
agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i)
to (x) of this Pact also on the commission by the BIDDER or any one employed by
it or acting on its behalf (Whether with or without the knowledge of the BIDDER), of
an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of
Corruption Act, 1988 or any other statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact
has been committed by the BIDDER shall be final and conclusive on the BIDDER.
However, the BIDDER can approach the Independent Monitor(s) appointed for the
purposes of this Pact.
7. Fail Clause
7.1 The BIDDER undertakes that it has not supplied / is not supplying similar product /
systems or subsystems at a price lower than that offered in the present bid in respect
of any other Ministry / Department of the Government of India or PSU and if it is
found at any stage that similar product / systems or sub systems was supplied by
Page 135 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
the BIDDER to any other Ministry / Department of the Government of India or a PSU
at a lower price, then that very price, with due allowance for elapsed time, will be
applicable to the present case and the difference in the cost would be refunded by
the BIDDER to the BUYER, if the contract has already been concluded.
8. Independent Monitors
8.1 There shall be Independent Monitors (hereinafter referred to as Monitors) appointed
by the BUYER for this Pact in consultation and with approval of the Central Vigilance
Commission.
8.2 The task of the Monitors shall be to review independently and objectively whether
and to what extent the parties comply with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project / procurement, including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the BUYER.
8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction
to all Project documentation of the BUYER including that provided by the BIDDER.
The BIDDER will also grant the Monitor, upon his request and demonstration of a
valid interest, unrestricted and unconditional access to his project documentation.
The same is applicable to Subcontractors. The Monitor shall be under contractual
obligation to treat the information and documents of the BIDDER / Subcontractor(s)
with confidentiality.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
Page 136 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
impact on the contractual relations between the parties. The parties will offer to the
Monitor the option to participate in such meetings.
8.8 The Monitor will submit a written report to the designated Authority of BUYER within
8 to 10 weeks from the date of reference or intimation to him by the BUYER /
BIDDER and, should the occasion arise, submit proposals for correcting problematic
situations.
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the BIDDER and the BIDDER shall
provide necessary information and documents in English and shall extend all
possible help for the purpose of such examination.
10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of
performance and jurisdiction is the seat of the BUYER.
11. Other Legal Actions the actions stipulated in this Integrity Pact are without prejudice
to any other legal action that may follow in accordance with the provisions of the
extant law in force relating to any civil or criminal proceedings.
12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5
years or the complete execution of the contract to the satisfaction of both the BUYER
and the BIDDER / Seller, including warranty period, whichever is later. In case
BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the
date of the signing of the contract.
Page 137 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
12.2 Should one or several provision of this Pact turn out to be invalid, the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an
agreement to their original intentions.
13. The parties hereby sign this Integrity Pact at on
BUYER BIDDER
Name of the Officer Name of the Officer
Designation Designation
Bank of India
Witness Witness
1……………………….. 1………………….... 2………………………..
2…………………....
Page 138 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
UNCONDITIONAL ACCEPTANCE OF THE TERMS & CONDITIONS OF THE RFP (To be submitted on the Company’s Letter Head) Date: To: Bank of India, Information Technology Department, Head Office, Star House -2, 8th Floor, C-4, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051
RFP Ref. No. End to End Solution for Merchant Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
This is to confirm that we unconditionally accept all the terms and conditions as mentioned in the said RFP including all addendum/amendment/corrigenda floated by Bank of India pertaining to this RFP. (Name) Designation Seal/Stamp of the Contractor
Page 139 of 139
RFP for “End to End Solution for Merchant
Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
CERTIFICATION FOR LOCAL CONTENT
Date:
To: Bank of India, Information Technology Department, Head Office, Star House -2, 8th Floor, C-4, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051
Dear Sir,
Your RFP Ref“End to End Solution for Merchant Acquiring Business”, Ref. No.: CPD/RFP/CM/2020-21/02; 10.08.2020
Bidder Name:
This is to certify that proposed ________ <services as per scope of work> is having the
local content of % as defined in the above mentioned RFP and amendment thereto.
2. This certificate is submitted in reference to the Public Procurement (Preference to Make
in India), Order 2017 – Revision vide Order No. P-45021/2/2017-PP (BE-II) dated May 29,
2019, further revised on 4th June 2020.
Signature of Statutory Auditor/Cost Auditor
Registration Number:
Seal
Counter-signed:
Bidder ..............End of Document...............