REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for...

68
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF VENDOR FOR PROCUREMENT & DEPLOYMENT OF END TO END FINANCIAL INCLUSION SOLUTION ON CAPEX MODEL Department of Information Technology & Digital Banking, Allahabad Bank Head Office, 2 nd Floor, 2 N.S.Road, Kolkata - 700001 RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 1

Transcript of REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for...

Page 1: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

REQUEST FOR PROPOSAL (RFP)

FOR

SELECTION OF VENDOR FOR PROCUREMENT &

DEPLOYMENT OF END TO END FINANCIAL

INCLUSION SOLUTION ON CAPEX MODEL

Department of Information Technology & Digital Banking,

Allahabad Bank Head Office, 2nd Floor,

2 N.S.Road, Kolkata - 700001

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

1

Page 2: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

TABLE OF CONTENTS

BID DETAILS ..................................................................................................... 4

1. BACKGROUND ......................................................................................... 4 2. INVITATION TO BID ................................................................................... 5 3. ELIGIBILITY CRITERIA .................................................................................. 8 4. SCOPE OF WORK ...................................................................................... 9 5. SYSTEM REQUIREMENT SPECIFICATION (SRS) ..................................................... 14 6. TRANSACTION SUPPORT ............................................................................. 17 7. EKYC BASED ENROLLMENT AT BRANCH/ KIOSKS .................................................. 18 8. DASHBOARD ........................................................................................... 19 9. COST OF RFP .......................................................................................... 20 10. EARNEST MONEY DEPOSIT (EMD) ................................................................... 20 11. TERMS OF EXECUTION OF WORK .................................................................... 20 12. LOCATIONS TO BE COVERED ........................................................................ 21 13. TWO BID SYSTEM FOR EVALUATION ................................................................ 21 14. SUBMISSION OF TECHNICAL BIDS ................................................................... 21 15. SUBMISSION OF ONLINE INDICATIVE COMMERCIAL BID (E-TENDERING) ........................ 21 16. BID VALIDITY PERIOD ................................................................................. 23 17. PRICE COMPOSITION .................................................................................. 23 18. NO PRICE VARIATIONS ................................................................................ 24 19. OPENING OF BIDS ..................................................................................... 24 20. SELECTION OF BIDDER ............................................................................... 24 21. PRELIMINARY SCRUTINY .............................................................................. 24 22. CLARIFICATION OF OFFERS .......................................................................... 24 23. EVALUATION AND AWARD CRITERIA ................................................................ 24 24. CORRECTION OF ERROR IN COMMERCIAL BID ..................................................... 25 25. REVERSE AUCTION .................................................................................... 26 26. ROAD PERMIT .......................................................................................... 26 27. RIGHT TO ALTER QUANTITIES ....................................................................... 26 28. PAYMENT TERMS ...................................................................................... 26 29. ORDER CANCELLATION / TERMINATION OF CONTRACT.......................................... 27 30. LIQUIDATED DAMAGES ............................................................................... 28 31. INSURANCE ............................................................................................ 28 32. LIMITATION OF LIABILITY ............................................................................ 28 33. INSPECTIONS & TESTS ................................................................................ 29 34. CLARIFICATION OF BID ............................................................................... 29 35. LATE BID ............................................................................................... 29 36. LICENSE, MEDIA & DOCUMENTATION ............................................................... 30 37. SERVICE LEVEL AGREEMENT ......................................................................... 30 38. TOTAL SYSTEM UPTIME .............................................................................. 30 39. FACILITY MANAGEMENT (FM) ........................................................................ 32 40. SOURCE CODE ......................................................................................... 33 41. PERFORMANCE GUIDELINES ......................................................................... 33 42. BIDDER’S OBLIGATIONS .............................................................................. 34 43. DELAYS IN THE BIDDER’S PERFORMANCE .......................................................... 34 44. BANK GUARANTEE .................................................................................... 34 45. TERMINATION FOR DEFAULT ........................................................................ 34 46. FORCE MAJEURE ...................................................................................... 35 47. OTHER TERMS AND CONDITIONS .................................................................... 35 48. ANNEXURE I - ELIGIBILITY CRITERIA COMPLIANCE .............................................. 36 49. ANNEXURE II – BID FORM ........................................................................... 38

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

2

Page 3: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

50. ANNEXURE III - DECLARATION FOR COMPLIANCE CUM TECHNICAL DEVIATIONSTATEMENT . 39 51. ANNEXURE IV - TECHNICAL SPECIFICATIONS ..................................................... 40 52. ANNEXURE V - INDICATIVE COMMERCIAL BID (PRICE SCHEDULE) ............................. 45 53. ANNEXURE VI - BUSINESS RULES FOR REVERSE AUCTION ...................................... 48 54. ANNEXURE VII- COMPLIANCE STATEMENT FOR REVERSE AUCTION ........................... 52 55. ANNEXURE VIII -FORMAT OF BANK GUARANTEE FOR BID SECURITY ............................ 54 56. ANNEXURE IX - UNDERTAKING FOR KNOW YOUR EMPLOYEE (KYE) ............................ 56 57. ANNEXURE X - TECHNICAL BID CHECK LIST ...................................................... 57 58. ANNEXURE XI - DETAILS OF OFFICES .............................................................. 58 59. ANNEXURE XII - OEM CERTIFICATE ................................................................. 59 60. ANNEXURE XIII - PROJECT REFERENCE ............................................................. 60 61. ANNEXURE XIV - NON-DISCLOSURE AGREEMENT ................................................. 61 62. ANNEXURE XV - PERFORMANCE SECURITY FORM ................................................. 65 63. ANNEXURE XVI -CONTRACT FORM .................................................................. 67

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

3

Page 4: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Background :

Allahabad Bank, a body corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter called “The Purchaser”, which term or expression unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns, intends to issue this bid document, hereinafter called Request for Proposal or RFP, to the vendors to participate in the competitive bidding towards the cost of the Project specified in the Bid Data Sheet, as per specifications, terms and conditions in this RFP.

The proposed solution would include technological solution, technical and other services like integration of various technological and functional components, supporting organizational structures and skilled human resources to educate, facilitate and deliver the services to the targeted entities. Technology solution includes required infrastructure, systems architecture, processes and support services along with requisite hardware and software resources. The Request For Proposal (RFP) invites detailed technical bids and commercial bids from well-qualified total solution providers to implement the project successfully as required by the Purchaser.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

4

Page 5: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

INVITATION FOR BID (IFB) a) The Bank intends to extend banking and financial services to the under

banked and unbanked areas of the country through its program of Financial Inclusion (FI). In the context of Financial Inclusion, the Bank envisages extension of Banking & Financial Services to under‐banked & un‐banked (rural & urban) areas through various channels to provide branchless banking” and deliver financial and banking services using ICT based financial inclusion technologies. It shall support online account opening & online transactions and operations as explained here below in subsequent paragraphs.

b) A complete set of Request for Proposal (RFP) can be obtained from the

following address during office hours on all working days on submission of a written application along with a non-refundable fee of Rs.50,000/- (Rupees Fifty Thousand only) in the form of Demand Draft/Banker’s Cheque/IOI drawn in favor of Allahabad Bank payable at Kolkata:

Allahabad Bank Head Office, Information Technology & Digital Banking Department,

2, Netaji Subhas Road, Kolkata – 700001 (W.B.), India

Phone No. +91-33 -2262 3620, 2242 0995

c) The bidders, who purchase the RFP in their names only, are eligible to participate in pre-bid meeting and for submission of their bid.

d) A complete set of RFP for the above purpose can also be downloaded from

Bank’s official website www.allahabadbank.in.

e)The bidder, who downloads the RFP from the above website, is required to submit a non-refundable fee of Rs. 50,000/- in the form of DD/Banker’s Cheque/IOI, in favour of Allahabad Bank payable at Kolkata, during office hours within the last date and time of submission of bid, failing which the bid of the concerned bidder will not be entertained. The hard copy of this document (RFP), procured from the Bank only, will be treated as authentic copy for all purposes.

f) The Bidder’s Eligibility criteria are enclosed in Section-I. The Bidder must

comply with the criteria as mentioned. Non-compliance of the criteria will entail rejection of the offer summarily. Documentary evidence in respect of each criterion must be attached with the Bid.

g) The Scope of Work is defined in Section-II.

h) The bidder should submit the Technical Bid, item wise, with the documents as

mentioned in Technical Bid Check List, Annexure- X in sealed envelope within 1 PM on 18/01/2018, at the office address as mentioned below. Indicative Commercial Bid shall be submitted/uploaded through online mode

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

5

Page 6: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

using Bank’s e-tendering site www.tenderwizard.com/abbank.

i)Bids submitted after the due date or after the stipulated time of the due date or incomplete in any respect are liable to be rejected. The Technical Bids of the bidders who failed to upload/submit their Commercial Bids through online mode in stipulated time will not be evaluated.

j)Incomplete and / or unsigned bids are liable to be rejected summarily.

Bids not submitted along with relevant, necessary and sufficient documents/ certificates will be treated as incomplete.

k)The sealed Technical Bids will be opened on 18/01/2018 at 15:30 Hrs in

presence of the Vendor’s representative. No price indication should be enclosed with the technical bid. In case the date of opening of the tender is declared a Holiday, the tenders will be opened on the next working day. Allahabad Bank reserves the right to accept / reject any or all the Tenders without assigning any reason.

l)The Indicative Commercial Bids of the technically qualified bidders will be

opened/downloaded as per the schedule communicated by the Bank in due course. In case the date of opening of tender is declared a Holiday, the tenders will be opened on the next working day. Allahabad Bank reserves the right to accept/ reject any or all the Tenders without assigning any reason.

m)The complete Installation and customization should be completed within 8

weeks from the date of receipt of order. Orders may be placed in lots at per the discretion of the Bank.

n) All bids must be accompanied with EMD (Earnest Money Deposit) of

Rs.50,00,000.00 (Rs. Fifty Lacs only) through Demand Draft or Bankers Cheque/ Pay Order or Bank Guarantee (BG) , in favour of ALLAHABAD BANK payable at Kolkata.

Schedule of BID

Date of Commencement of Sale of RFP

22.12.2017 at 16:00 hrs.

Date of Pre bid meeting 03.01.2018 at 15:00 hrs. Last date and time for Submission of Bids

18.01.2018 at 13:00 hrs.

Date and Time of Technical Bid Opening

18.01.2018 at 15:30 hrs.

Date of Opening of Indicative Commercial Bid

To be notified later

Place of opening of Bids Allahabad Bank, Head Office, 2nd Floor, Information Technology and Digital Banking Department, 2 N.S. Road, Kolkata-700001.

Address for communication As above RFP cost Rs. 50,000/- (Rupees Fifty Thousand

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

6

Page 7: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

only) in the form of Demand Draft (DD)/ Pay Order (PO) in favor of Allahabad Bank, payable at Kolkata. The Demand Draft should be submitted at the time of bid submission.

EMD Rs.50,00,000/-(Rupees Fifty lakhs only) in the form of Demand Draft (DD)/ Pay Order(PO)/ Bank Guarantee (BG) in favor of Allahabad Bank, payable at Kolkata (issued by any public/private sector Bank, excluding Allahabad Bank) should be enclosed with Technical Bid.

Contact to Bidders Interested Bidders may contact us on the following contact details: Phone: 033-22623620/22420995 Email: [email protected]

Yours faithfully,

Chief Manager, Allahabad Bank Head Office, Information Technology & Digital Banking Department, 2 N.S. Road, Kolkata Kolkata – 700 001

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

7

Page 8: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

1. Eligibility Criteria:

1.1 The bidder should be a company/firm incorporated in India having annual turnover of Rs. 75.00 crores (Rupees Seventy Five crores) in last three financial years i.e. 2014-15, 2015-16 & 2016-17 as per the audited balance sheet available at the time of submission of tender. This must be the individual company turnover and not that of any group of companies (letter of incorporation and audited balance sheet for the said period should be submitted along with the proposal).

1.2 The bidder should be Original Software Developer for the Solution/ Solutions to be supplied. For Hardware Items the bidder is required to produce, a letter of authorization from Original Equipment Manufacturer (OEM) as per the Annexure.

1.3 The bidder should have earned net profits in any two financial years in the last three financial years i.e. 2014-15, 2015-16 & 2016-17. A copy of last three financial years’ relevant audited financial statements should be submitted with the offer.

1.4 The Bidder should have successfully implemented Financial Inclusion Gateway Solution (FIG) in at least 1 (one) Public/Private Sector Bank having more than 1000 branches and supporting/managing the same during the last three years from the date of this RFP. For experience purpose bidder should have implemented and maintained the following for Kiosks terminals/Bank Mitra Locations: 1.4.1 FI Gateway infrastructure & application to drive Kiosks for online

account opening, online transaction (AEPS, Deposit transactions & PIN based RuPay card) processing, routing and integration with CBS, ATM Switch & NPCI/UIDAI etc.

1.4.2 Kiosks application with account opening (CKYC & eKYC), Transactions (AEPS, Deposit transactions & PIN based RuPay card) and other PMJDY features e.g. Aadhaar based login into Kiosks application , Aadhaar seeding, Social Security Schemes, OD for PMJDY accounts, Mobile number seeding, Demo Auth etc.

Note: Proof - copy of purchase order and satisfactory report from Bank needs to be submitted by bidders along with bid.

1.5 The application proposed by the bidder is capable of withstanding 10 lakhs transactions per day. Undertaking/declaration to be submitted by the bidder.

1.6 Bidder should be processing at least One Lakh transactions per day at a single FI Gateway (Bank). Letter from the clients/Bank in this regards on their Letter head, duly signed and stamped with full contact details should be submitted.

1.7 The bidder should have support offices in Mumbai and Lucknow/Delhi for after sale support and maintenance of offered hardware and software (address & contact details should be provided with this offer).

1.8 The bidder should have a team of minimum 20 certified experienced engineers working dedicatedly on FI technology solutions since last two years out of which 5 engineers should have more than 3 years of

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

8

Page 9: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

experience as a team / project leader. Bidder has to provide proof (Name, Qualification, Date of joining organization, Working since in the project) to substantiate this eligibility criteria along with certification on company’s letter head.

1.9 The companies or firms, bidding for the above tender, should not have been black listed by any of Government Authority or Public Sector Undertaking (PSUs) in last three years. The bidder shall give an undertaking (on their letter head) that they have not been black listed by any of the Govt. Authority or PSUs, as on date of submission of the tender, otherwise the bid will not be considered.

2. Scope of Work

The scope of the assignment would involve following:

2.1 Proposed Architecture for End to End Financial Inclusion setup is as under: BM(Bank Mitra Location) PoS (BHIM Aadhaar_Pay PoS)

Bank’s Bank’s Internal Network DRC Setup (Data Center)

FFIIGG Kiosks

Aggregation Setup

BHIM Aadhaar Merchant

Aggregation Setup

BM

BM

BM

BM

PoS

PoS

Internet Cloud

CBS System (B@ncs24)

NPCI

ATM Switch

eKYC

Firewall

PoS

Proposed FI Setup

MPLS Cloud

Branch Network

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

9

Page 10: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

2.2 Bidder should implement the end to end Financial Inclusion (FI) Solution at Bank location. End-to-End Solution for FI implementation which includes Kiosk application (Central & Client), Hardware Security Module (HSM) based key management system, FI Gateway Solution, invoice, commission and remuneration processing for corporate Business Correspondents (BC) and Bank Mitras(BM), Bank Mitra Management solution, online dashboard & MIS reports would be undertaken by the selected bidder as per terms mentioned in the RFP. Proposed solution should also include DR setup at Bank’s DRS site along with data replication solution. The Solution should also include testing setup (Web, Application & Database Server) at primary site. The proposed solution should also be compatible with Tablets and Mobile platform (Android, iOS and Windows) in future without additional cost to the Bank.

2.3 The proposed solution should be capable of providing online account (real time basis) opening facility after authenticating the customer details through CKYC/eKYC process. This should enable the BC to provide the account number to the customer instantly.

2.4 The proposed solution should be able to support end to end BHIM Aadhaar Pay transactions. The proposed solution should also provide the Merchant Mobile/Tablet based (Android, iOS and Windows) application to be used by the Merchants.

2.5 Bidder should supply, install/re-install, configure/ re-configure and maintain all the required technology and infrastructure, including hardware, software, maintenance and provide operational support for the end-to-end FI solution as per requirement of Bank at Bank’s Data Centre(DC) / Disaster Recovery (DR) locations.

2.6 The supplier has to ensure on-site support for resolving all Hardware, End to End FI Application which includes Gateway solution and Kiosk solution, Operating System (OS) and Database related issues, including re-installation of OS, Databases and other software’s mentioned above, due to any reason what-so-ever, during warranty and AMC/ATS period.

2.7 The Bidder will provide the latest model/version of hardware and software available, if higher version is available, the same will be upgraded at no extra cost to Bank.

2.8 Bidder has to carryout patch management activity during the warranty/AMC period as per Bank's requirement. Bidder has to undertake BIOS/Firmware upgradation wherever the requirement is felt by bank (during Warranty/AMC).

2.9 Bidder should integrate the End to End FI solution with Bank’s Core Banking Solution (CBS), ATM Switch, IMPS Switch, MIS, Call centre as well as with NPCI/UIDAI and/or any other Govt. organization as required by Bank. Bidder should also extend necessary compatibility support in the end to end FI solution for any version upgradation of the above entities.

2.10 Proposed FI solution should drive & manage Kiosks serviced by all FI

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

10

Page 11: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

vendors engaged by Bank with switching capability for processing & routing transactions initiated at Kiosks to CBS, ATM switch and NPCI / UIDAI.

2.11 Proposed end to end FI solution should be PA-DSS certified. It is bidder’s responsibility to get it certified. Further, the selected vendor will be responsible to incorporate the necessary changes time to time required for certification of PA-DSS and any other certification required without any extra cost to the Bank.

2.12 Bank will provide the BC/Kiosks location/setup and bidder has to install/ configure proposed common application into Kiosks and assist Bank Officials/BCs to make Kiosks operational at BC/Bank Location. Common FI application should have capability for Fingerprint & IRIS (UIDAI), PIN based RuPay card (Mag-stripe and Chip based) authentication and geo-tagging as required by Ministry of Finance (MoF).

2.13 Bidder has to establish technical support at Bank location (Navi Mumbai) to provide support to BCs / Bank Mitra for Kiosks, to Merchant Location for BHIM Aadhaar Pay soltion, application upgrade at all terminals and issue resolution related to common application. In case of exigencies, the bidder should have arrangement for necessary support & maintenance of Kiosk application at Bank locations. Bank will provide the telephone connection for technical support. However, bidder has to provide software/ program/utility to lodge the call and other details including solution provided, time taken, root cause analysis and reports etc.

2.14 Any customization of the FI Gateway, common Kiosks application, BHIM Aadhaar application, and any other infrastructure inclusive of reports has to be carried out during warranty and AMC/ATS period will be done at no additional cost and a proper testing of the solution should be done before implementation. At present Bank has 6 Corporate Business Correspondents. The system should be capable of supporting any number of Corporate Business Correspondents (BC) without any additional cost to the Bank.

2.15 Bidder has to maintain patches and upgrades for FI Gateway and Kiosks/Merchant application at centralized location so that the same can be pushed to the Kiosk/Merchant PoS over air through remote terminal management.

2.16 Proposed solution should be capable of handling Inter Operable on-line transactions – AEPS transactions (Finger prints & IRIS), IMPS transactions, RuPay card transactions and Passbook Printing for the customers. The solution should be capable of meeting to NPCI/UIDAI/PCI-DSS/PA-DSS standards for PIN based RuPay card specification and NPCI/UIDAI standards for Aadhaar Enabled Payment System (AEPS).

2.17 Proposed solution should have support of bill generation for BC and Bank Mitras based on combination of variables/performance /fixed pay structure and commission, charges on monthly / quarterly basis. The proposed solution should also be capable to track the accommodating

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

11

Page 12: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

transactions based on various logics/Scenarios for accommodating transactions. The system should also provide capability for calculation of MDR for BHIM Aadhaar transactions.

2.18 Reconciliation reports for day to day reconciliation of interbank transactions (AEPS, PIN based RuPay card, IMPS, Merchant transactions) as required by Bank. Four ways Reconciliation using CBS, NPCI, FIG and last mile (Kiosks/Merchant device) reports should be provided by the selected bidder.

2.19 Bidder should ensure the smooth migration of complete data setup of existing FI solution (which includes FI Gateway & Three Technical Service Providers) and transition from Bank’s existing FI solution to proposed end to end FI solution.

2.20 Bidder has to provide Manpower support for complete end to end FI solution (including FI Gateway, common Kiosks application and Merchant application) at Bank location. Selected Bidder will be responsible for managing the actions and activities of its personnel involved in the project and will be accountable for all the personnel deployed/engaged in the project.

2.21 Bidder should ensure that the proposed software applications should meet the current guidelines & / or standards issued by DFS/RBI/IBA/NPCI/UIDAI/IDRBT etc., for implementation of Financial Inclusion initiatives and should continue to comply with any new initiatives/amendments/changes made to these standards by the above referred authorities, without any additional cost to the Bank.

2.22 Bidder shall customize/modify FI solution at no additional cost, to meet the requirement as per regulatory (DFS/RBI/IBA/NPCI/UIDAI etc.) requirement within a defined time period from the date of issuance of such customization/modifications or earlier, depending upon the level of customization/modification prescribed by the said authorities. Further, Bidder shall modify/change the end to end FI solution to meet the minor changes as per Bank requirement within a maximum period of one (1) week from the date of issuance of such requirement or earlier, without any additional cost to the Bank. However, in case of major changes or new product, customization should be done within stipulated time and resources, which will be decided mutually on case to case to basis. However, if the Bidder charges ATS for the application then 4 major changes per year (in warranty period also) has to be undertaken without any additional cost. Cost for rest of the changes will be decided on time and material basis.

2.23 Bidder shall integrate the Solution with any Application/Solution (like BHIM Aadhaar etc) designed by NPCI/UIDAI at industry level.

2.24 The bidder has to provide complete Solution Architecture & its functionality documents for the proposed end to end FI solution including hardware specifications, software applications details, process flows for each & every activity and diagrams. Also, Industry standard complete project documentation should be provided.

2.25 Bidder should ensure functioning of all application software functionalities and related features across Kiosks. Go live date will be

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

12

Page 13: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

deemed as the date when implementation of FI solution has been completed and integrated the end to end FI solution with Bank’s Core Banking Solution (CBS), ATM Switch, MIS as well as with NPCI/UIDAI and/or any other Govt. organization as required by Bank. Bank’s acceptance will subject to successful operations (applications as defined in SRS) are started from all 6500 Kiosks.

2.26 Bidder should enter into agreement with Bank for minimum period of 5 years from Go Live date with option of further extension of contract for another 5 years on mutual consent basis, provided services of the bidder is satisfactory and at Bank’s sole discretion. However, Bank reserves right to cancel the contract at any time in case system fails to meet any of the requirements as mentioned in the RFP.

2.27 Bidder has to monitor the utilization of hardware resources on regular basis and suggest suitable upgrade/replacement of hardware (if any required) to avoid any business loss due to system performance issue. The utilization of the hardware resources should be shared with the bank on regular basis.

2.28 Bidder shall assist the Bank in identifying potential risks in the solution, provide remedy for the identified risks, develop strategies to measure, monitor and mitigate those risks and implement new and appropriate controls. The proposed system should be capable of generating reports based on risk factors.

2.29 In addition to security features deployed in the technology, Bidder’s operational procedures should ensure protection of the Bank from business risk (from system error, human error, negligence and mismanagement) and fraud risk (loss to earnings or capital due to intentional deception by employees, customers, agents, external entities, etc).

2.30 Bidder shall extend their full support/assistance in case of any audit of our Solution by Banks internal audit (including IS Audit)/UIDAI/RBI/NPCI/Any other Regulatory Authority/ Third Party Information Security Auditor of the Bank and shall comply with any irregularities pointed out in any such audit within the stipulated Timelines, without any cost to the Bank. Bidder should also carry out patch management activities, including Operating System (OS) hardening for the infrastructure deployed as well as changes required in hardware and software for closure of audit reports without any extra cost to bank.

2.31 The Bidder has to provide complete document on Business Continuity plan (BCP) and Disaster Recovery Plan (DRP) for the proposed solution. DR site should be implemented within one month from the date of go live at Primary Site.

2.32 It is the responsibility of the Bidder to impart necessary technical/functional training to BCs/Bank Mitras as well as Bank's staff to handle end to end FI solution. The bidder has to provide necessary user training to BC’s and/or its authorized personnel free of cost at Bank’s training colleges located at Kolkata, Bubhneshwar, Hyderabad, Lucknow, Panchkula (Chandigarh) and Patna for a duration of upto two days. Bank staff shall be imparted training on the management of Central Applications (FI Gateway, Kiosk, Bhim Aadhaar Application,

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

13

Page 14: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

eKYC, Demo Auth etc.) at Navi Mumbai for at least four to five days at no additional cost to the bank. Bidder has to provide softcopy of user manual, training material etc. to the bank.

2.33 Successful bidder has to enter into SLA agreement with the Bank within 1 (one) month of issuance of purchase order for all the proposed software applications.

2.34 The Bidder has to provide Perpetual Corporate License(s) for the software application(s) to be used in any number of Bank’s offices, branches, users, devices and Bank mitra locations.

2.35 Bidder should undertake to provide maintenance support both during warranty and post warranty period for equipments and arrange spare parts for a maximum period of 10 years. Comprehensive Annual Maintenance Contract (AMC) for hardware has to be entered into separately with the bank, for this purpose.

2.36 The vendor will pass on to the bank, the benefit of discounts if any announced during any period in respect of orders placed during that period.

3. System Requirement Specification (SRS)

3.1 The proposed FI Gateway solution should meet the technical, functional, security and operational specifications as per RFP requirement. For hardware sizing purpose, the estimated business volumes are given in Annexure VI. The proposed solution should have three tier architecture (Web, Application and Database) to comply with our Bank’s Security Architecture. Further, proposed solution should meet present business volumes as well as future growth in next five years. It is bidder’s responsibility to do proper sizing, benchmarking / load testing of proposed solution.

3.2 FI solution should interface with Bank’s backend Core Banking Solution (B@ncs24), ATM Switch, IMPS Switch, MIS, Call centre and NPCI/UIDAI which may follows ISO 8583/Web service/messaging formats/XML/JSON etc. standard interface protocols.

3.3 The Bidder should maintain and manage total infrastructure deployed (including System and Database administration) including FI switch/Gateway application, Kiosks application, Merchant Application, BC & Agent management module and parameter configuration/ approval.

3.4 End to end FI solution should include the following features. 3.4.1 FI Switch to Drive & Manage Kiosks, BHIM Aadhaar_Pay Merchant

PoS. 3.4.2 Common application for Kiosks 3.4.3 Mobile application for BHIM Aadhaar Pay solution for Merchant

PoS. 3.4.4 Configuration of services at Bank level, BC group level and user

level 3.4.5 Role based access for various users (admin, Bank Mitras,

Corporate users (BC), report users, Head Office/Zonal Office/branch users etc.,)

3.4.6 Centralized financial parameters and limits maintenance module

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

14

Page 15: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

BC-wise, BC Agent wise / Kiosks-wise/Merchant Wise, transaction type wise e.g. AEPS/RuPay card PIN based/Finger Print, transaction wise e.g. deposit/withdrawal/ Fund Transfer etc.

3.4.7 Audit trails – transactions, activity on admin, BC and Agent/ Merchant Management module.

3.4.8 Integrated & robust MIS reports and online Dashboard for all FI activities.

3.4.9 Support for invoice generation, Commission and remuneration processing for corporate Business Correspondents (BC) and Bank Mitras / Merchants bill generation based on variables/ performance based /fixed pay structure/combination on monthly/quarterly basis or any time frame or MDR basis.

3.4.10 Key Management Module for PIN based RuPay Card transactions. 3.4.11 Bank Mitra management module for Head Office, Zonal Offices,

Branches and Corporate Business Correspondent (BC) to monitor Bank Mitras/Merchants and generate reports. Different Corporate Business Correspondent (BC) should be able to access the module for their respective Bank Mitras.

3.4.12 Receipt printing in vernacular languages along with English, for Bank Mitras and Merchants.

3.4.13 Facility to raise/track/close disputed transactions by Bank Mitras/BC/ Merchants/branches/officials and generate MIS reports

3.4.14 Facility to send event based SMS and email to BC, Bank Mitra and Merchants. It is the Bidder’s responsibility to integrate the application with Bank’s SMS and email gateway.

3.4.15 Facility for providing display of scrolling messages (marquee) on the Kiosk terminal. These messages should be visible even without logging in the system on the Kiosk application screen.

3.4.16 Facility to track accommodating transactions done by the Bank Mitras, based on various scenarios for identifying accommodating/ineligible transactions. The scenarios shall be decided jointly by the bank and the vendor from time to time.

3.5 FI Solution should have a Bank Mitra Management Module for Kiosks operators – A full fledged BC module where the Administrator or other authorized users can maintain and manage BC Agent details. It include modules like 3.5.1 BC Agent creation and maintenance. Agent creation module should

support the automatic updation/configuration of agent details at backend (Central Kiosk Application & FIG) without manual intervention. However, the activation of the agent shall be made by concerned Branch Office/Zonal Office of the bank.

3.5.2 BC Agent and Kiosks terminal management vis-a-vis transaction limit and sub limit based on type of transaction, BC ( PMJDY, Non PMJDY, Kiosk) Geographical location and Category ( Rural, Semi Urban, Urban and Metro). Mapping of Kiosks to the BC agents, contra account, limits setting, etc., however, verification/ approval will at Bank level. Categorization of BC agents based on Bank’s requirements (i.e. SSA /non-SSAs/ Rural/ Urban/ Metro or combination of entities)

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

15

Page 16: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

3.5.3 Configuration of banking services at agent level i.e. Kiosks level. 3.5.4 Audit trails, which shall mainly includes the activities of login,

creation, deletion, parameter change, transactions logs etc., 3.5.5 Should have capabilities to block/permit Bank Mitra/ BC/ Kiosks

from operating. 3.5.6 Should be able to identify type of BCs/Bank Mitras w.r.t. Rural

BC/Bank Mitra, Urban BC/Bank Mitra, PMJDY BC/Bank Mitra, Non PMJDY BC/Bank Mitra etc..

3.5.7 Should also have the capability to identify type of device BC/Bank Mitra is functioning with. Micro ATM, Kiosk ( Desktop/ Laptop), Other Mobile Device ( Mobile/Tablet).

3.5.8 Should have capability to capture hardware make and serial No.

3.6 A Merchant management module for managing the BHIM Aadhaar Pay Merchants should have the following features: 3.6.1 Should have Self onboaring of the Merchants feature by pushing

the registration data on to Aggregation/FIG Server from the onboarding APK (by Merchant himself).

3.6.2 The activation of the Merchants shall be made by the respective Zonal/Branch level users after verifying the documents.

3.6.3 Should have the capability of capturing Finger Printer/Iris Scanner and Mobile device IMEI number at the time of onboarding.

3.6.4 Should support the Registered Devices (RD). 3.6.5 Should have the capability for activation/de-activation of the

merchants by the admin users. 3.6.6 Should provide the status of currently logged in merchants.

3.7 FI Solution should have facility to open online customer accounts (enrolment) on real time basis after authenticating the customer details through eKYC (KYC for non eKYC customers) mode. FI gateway will push the customer data on real time basis to Bank’s CBS System (B@ncs24) for enrolment/account opening. ISO 8583/XML message format shall be used for interfacing with CBS. The format of the message will be shared with the selected bidder. All the provision at FIG and Kiosk Setup (Server as well client), for smooth online account opening should be ensured by the end to end FI Solution. The detailed reports at each stage i.e. enrolment pending at BC level, pending for verification at branches, submitted to CBS, account opened / rejected at CBS, pending response from CBS / intermediate or at FI gateway level etc., After account opening, necessary details (Unique Reference Number (URN), Account number, customer ID, account opening date, process status etc.,) should be updated in FI solution to enable the BC / customer to know the account details and perform transactions through Kiosks.

3.8 FI common application for Kiosks should have following features. 3.8.1 Aadhaar based login by Bank Mitra for all Banking Services. 3.8.2 Solution should have following Security features

3.8.2.1 Machine id / Mac id validation. 3.8.2.2 BM login can happen with user id, password and

fingerprint authentication or user id and Aadhaar based authentication. This should be configurable by the administrator.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

16

Page 17: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

3.8.2.3 Retry of fingerprint authentication for Bank Mitra and customer should be configurable (currently the count is 3 attempts).

3.8.3 Fingerprint & IRIS (UIDAI), RuPay card PIN based authentication of customers.

3.8.4 Geo-tagging of Kiosks locations as required by Ministry of Finance (MoF).

3.8.5 Application should have capability to run with SIM card, Wi-Fi, VSAT and LAN connectivity.

3.8.6 Online Customer enrollment - CKYC as well as eKYC (Finger Print and IRIS) based 3.8.6.1 Savings account 3.8.6.2 Recurring Deposit(RD) / Term Deposit 3.8.6.3 Joint Liability Group (JLG) 3.8.6.4 Self Help Group (SHG)

3.8.7 Other applications to be deployed through Kiosks are. 3.8.7.1 Social security Scheme (PMJJBY, PMSBY, APY) under

PMJDY 3.8.7.2 Micro Insurance / Third Party Product Distribution (TPPD) 3.8.7.3 Overdraft facility under PMJDY scheme 3.8.7.4 Online Aadhaar seeding into Bank CBS 3.8.7.5 Mobile number updation in Aadhaar database (UIDAI) 3.8.7.6 AADHAAR mapping/updation at NPCI through Host

to Host method. 3.8.7.7 Online Dashboard for total solution monitoring.

3.8.8 Transactions support

3.8.8.1 Support for current version of AEPS (ONUS & OFFUS) transactions (UIDAI based authentication) 3.8.8.1.1 Deposit 3.8.8.1.2 Withdrawal 3.8.8.1.3 Funds transfer 3.8.8.1.4 Balance enquiry 3.8.8.1.5 Mini statement 3.8.8.1.6 Purchase transactions

3.8.8.2 Support for PIN based RuPay card ( Mag-stripe and EMV/ Chip Based) transaction 3.8.8.2.1 Withdrawal 3.8.8.2.2 Balance enquiry 3.8.8.2.3 Deposit

3.8.8.3 IMPS transactions 3.8.8.3.1 Funds transfer

3.8.8.4 Small ticket loan re-payment / EMI / premium collection 3.8.8.5 Passbook Printing at Bank Mitra Locations. ISO message

for this shall be shared with the selected bidder.

3.9 Reversal transaction solution should be handled in online mode for all types of transactions as per NPCI and Bank switch / CBS specifications.

3.10 FI Solution should support interoperable transactions (AEPS

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

17

Page 18: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

transactions, PIN based RuPay card transactions, IMPS transactions) through NPCI.

3.11 FI solution should comply with NPCI/UIDAI specification for PIN, fingerprint & IRIS authentication.

3.12 FI Solution should have facility and support scalability to incorporate new products, features and services as directed by DFS/IBA/RBI/MoF/NPCI & UIDAI through Kiosks and Mobile platform.

3.13 FI Solution should have all existing product & features of Financial Inclusion as suggested by DFS/RBI/MoF/IBA/NPCI and Bank at the time of issue of purchase order.

3.14 Facility Management services SHALL BE PROVIDED BY THE SELECTED BIDDER as per bank’s requirement. Facility Management Services will commence from the date of go live.

3.15 Bidder to maintain the complete End-to-end FI application system (FIG, Kiosk Application, Merchant Application, Recon etc.) for a period of five years after go live by deputing minimum 12 (Twelve) on-site resources for support. Bank will have the option to discontinue the onsite support at any time after One year, during the contract period. However, bidder’s responsibility with respect to uptime commitment will remain the same. Bank may increase or decrease number of resources at any time during contractual period.

3.16 eKYC based enrollment at Branch/ Kiosks(Bank Mitra Location)

3.16.1 Web based solution / API at customer service points (Branch as well BC Channel) to capture AADHAAR number and biometric impression of customer.

3.16.2 Bank’s staff / Bank Mitras will capture customer biometric impression & AADHAAR number and submit the information to FI Gateway for onward submission to UIDAI via NPCI for verification.

3.16.3 Upon successful verification of biometricdata at UIDAI,the demographic data (name, address, photograph etc.,) of customer is stored at bank’s database and response is displayed at customer service points.

3.16.4 If the verification of customer information is failed at UIDAI a failure message is displayed.

3.16.5 The demographic data is populated into Bank’s CBS in non-editable mode and processed for account opening. Branch Officials will capture the remaining mandatory information in CBS before opening of account.

3.16.6 In case of Bank Mitra Channel, Bank Mitra will capture the remaining CBS mandatory information and submit to FI system. After merging, demographic details including photograph and CBS mandatory information, the records are pushed to Bank’s CBS system (B@ncs24) using ISO message.

3.16.7 The new customer enrolment (account opening) shall be completed in following three steps/messages:

• Customer ID Creation: A unique customer ID will be created by sending a request containing the details for customer creation.

• Accounts No. Generation: In the second request, using the

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

18

Page 19: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Customer ID, a request will be sent to CBS System for generation of an account number. After successful processing at CBS, the account number details will be returned to FIG.

• Uploading of Key Documents: The mandatory document as per CKYC norms like PoI, PoA etc will be pushed to CBS through FIG. Apart from it, customer signature and photo will also be uploaded to CBS.

The bidder solution should be capable for managing the enrolment process as per above in an online/real time basis.

3.16.8 FI gateway will pull the account details from bank’s CBS in real

time mode and it will be made available to the respective Bank Mitra through Kiosks application. Kiosks application should have option to check URN status from CBS.

3.17 Dashboard 3.17.1 Exhaustive Online Dashboard for day to day monitoring of

individual Bank Mitras based on the filter criteria with drill down facilities e.g.

3.17.2 Bank Mitras login. 3.17.3 Enrolment (eKYC & CKYC) 3.17.4 Transactions (AEPS (OFFUS/ONUS), Fingerprint, IMPS, PIN

based Rupay card (OFFUS/ONUS)/ Remittance / Fund transfer (OFFUS/ONUS))

3.17.5 Bank Mitras worked /non work status on particular day, Active / in- active Bank Mitras.

3.17.6 Other services – Aadhaar seeding, mobile seeding, social security scheme, OD for PMJDY etc.

3.17.7 Geographic location, SSA/Non-SSAs/Rural/Urban/Metro based activity report.

3.17.8 Loan repayment / EMI / premium collection reports. 3.17.9 Reports to be submitted to RBI, Ministry of Finance and top

Management of Bank – as and when required. 3.17.10 Fixed reports (daily, weekly, monthly, and yearly) as required

by Bank. 3.17.11 Fixed reports for Bank Mitras as required by each Corporate

BCs e.g. 3.17.12 Bank Mitras –wise and BC wise commission report based on

the enrolment, transactions (AEPS,IMPS,PIN based RuPay card) and other services like Aadhaar seeding, mobile seeding, social security scheme, OD for PMJDY, third party products and canvassing of bank products, loans, RD, SHG, JLG, loan repayment / collection etc.

3.17.13 Each services wise count and payment report etc. 3.17.14 Reconciliation reports for interbank transactions (AEPS, IMPS,

PIN based RuPay card). 3.17.15 BC wise/Account wise Report for accommodating transactions.

The different Scenario for accommodating transactions shall be finalized jointly by the bank and selected vendor.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

19

Page 20: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Note: Customization of the above mentioned reports for Dashboard will be finalized in consultation with the Bank

4. Cost of RFP

Bidder should pay Rs. 50,000/- (Rupees Fifty Thousand Only) in the form of Demand Draft (DD)/Pay Order (PO) in favor of Allahabad Bank, payable at Kolkata towards cost of RFP. The Demand Draft should be submitted at the time of attending the pre-bid meeting or at the time of bid submission if the bidder failed to attend pre-bid meeting.

5. Earnest Money Deposit (EMD)

5.1 The bidder should deposit bid security of Rs.50.00 lacs (Rupees Fifty Lakh only) in the form of a Demand Draft (DD)/Pay Order (PO)/ Bank Guarantee (BG) as per format given in Annexure VIII, issued by Public/Private sector bank excluding Allahabad Bank and favoring Allahabad Bank, payable at Kolkata and valid for 240 days from date of submission of bid.

No interest will be payable on the Bid Security amount. Bid Security of unsuccessful bidders will be refunded to the bidders only after completion of the bid process. Bid security of successful bidder will be released on submission of Performance Bank Guarantee (PBG) after execution of contract.

EMD will be forfeited in following cases:

5.1.1 If a bidder withdraws its bid during the period of bid validity;

or 5.1.2 In case of a successful Bidder, if the Bidder fails to execute the

contract within the stipulated time or the bidder refuses to accept purchase order or having accepted the purchase order, fails to carry out their obligations mentioned therein.

6. Terms of execution of work

6.1 The bidder shall deliver the equipment within 6 (six) weeks from the

date of the Purchase order. In case of delay in delivery of equipments, penalty will be charged as mentioned in Liquidated Damages clause. Date of Delivery is defined as date on which last item is delivered at Bank’s designated location.

6.2 Bank reserves right to conduct the pre-shipment inspection or on site inspection of the system before final acceptance by the Bank. In case of pre- shipment inspection, additional 1 (one) week will be given to vendor for delivery.

6.3 The bidder shall complete the installation, configuration and Go-Live with FI solution as per the schedule given under: 6.3.1 The following Modules shall be made Live within 30 days from

the date of delivery of hardware at Primary Site:

Bank Mitra Enrolment module and Kiosk Configuration Transaction (AEPS-Offus & Onus, Local Deposit Transactions,

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

20

Page 21: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

PIN based Card Transactions) eKYC Online Account Opening (Customer Enrolment) Reconciliation BHIM Aadhaar Pay Merchant Onboarding

6.3.2 All Other modules shall be made live within 12 weeks from the

date of delivery of hardware at Primary Site and within 4 weeks from date of Go live (of DC) at DR site.

In case of delay in delivery, installation, GoLive & DR Site setup, penalty will be levied as per Liquidated Damage clause.

7. Locations to be covered The equipment being procured will be installed at Primary Site, Mumbai and DR Site Lucknow. However, the Bank reserves the right to change locations/ add new locations as per Bank's requirement. Sufficient notice in change of location will be given to the selected vendor.

8. Two Bid System for Evaluation

8.1 The offer will be in two parts i.e. Technical Bid & Commercial Bid.

8.2 Submission of Technical Bids:

8.2.1 Technical bid duly sealed and super scribed as “SELECTION OF VENDOR FOR DEPLOYMENT OF END TO END FINANCIAL INCLUSION SOLUTION ON CAPEX MODEL” should be submitted to

The Chief Manager-IT

Information Technology & Digital Banking Department,

Allahabad Bank Head Office,2 N.S Road

Kolkata- 700001

so as to reach us latest by 13.00 hrs on 18/01/2018

8.2.2 The Technical Bid (TB) should be complete in all respects and contain all information asked for in this document. It should not contain any price information. However TB should confirm that all required rates have been quoted in Indicative Commercial Offer (ICO), without showing the actual amounts in the TO. Any software(s) supplied free along with the system must be indicated separately and specifically.

8.2.3 The TB must be submitted in an organized and structured manner. No brochures/leaflets etc. should be submitted in loose form.

8.2.4 The TB should comprise of the documents given in TECHNICAL BID CHECK LIST as per Annexure-X.

8.3 Submission of Online Indicative Commercial Bid (E-Tendering):

8.3.1 The Bank will adopt E-Tendering process for online submission of Indicative

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

21

Page 22: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Commercial Bid Submission. The service provider for e-Tendering process is M/s Antares Systems Limited and the portal address for the same is www.tenderwizard.com/abbank, wherein the necessary details for e-Tendering are available.

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

8.3.3 Registration with Service Provider Portal www.tenderwizard.com/abbank

8.3.4 The bidder should possess Class III Digital Signature Certificate (Mandatory).

8.3.5 (Commercial Bids will not be recorded without Digital Signature Certificate) 8.3.6 In case of any clarification/Assistance please contact M/s Antares Systems

Ltd. before the schedule time of Online Bid Submission.

Contact Persons:-

Mr. Kumar Chandan : 09674758720 Mr. Debraj Saha : 09674758721 Mr. Subrata Bhattacharya : 09674758722 E-mail :[email protected] [email protected]

8.3.7 Bidders are required to submit/upload the Indicative commercial bids latest

by 13:00 Hrs on 18.01.2018 (Last Date of submission of Bids) at the portal www.tenderwizard.com/abbank.

8.3.8 The prospective bidders are advised to ensure on-line submission of Indicative Commercial Bid (Annexure-V) only in a single pdf file of with name “COMM.pdf” of size less than 5MB, duly signed and stamped by the authorized signatory latest by the last date and time of submission of Bids.

8.3.9 The commercial proposal should be inclusive of all taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation, training etc. but exclusive of only applicable (in India) GST and Octroi / Entry Tax / equivalent Local Authority Cess.

8.3.10 In case of any discrepancy found between the amount in Figures and words, the amount mentioned in the words will prevail.

8.4 In the first stage, only Technical bid will be opened and evaluated.

Those bidders satisfying the eligibility criteria and the technical requirements as determined by the Bank and accepting the terms and conditions of this document shall be declared qualified for further evaluation.

8.5 The Indicative commercial bids of those bidders shall be opened/download who are declared qualified in the Technical Bid evaluation.

8.6 The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person duly authorized to bind the bidder to the contract. The authorization shall be indicated by written power of

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

22

Page 23: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

attorney accompanying the bid.

8.7 The bid shall contain no interlineations, erasures or over writing except as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid. The bidder should quote the price for each item required by the Bank.

8.8 Bidder has to submit the offer for supply of all items mentioned in the RFP otherwise the technical bid will be rejected.

9. Bid Validity Period The offer should remain valid for a period of 180 days from the date of bid opening. Bank holds the rights to reject a bid valid for a period shorter than 180 days as non-responsive, without any correspondence.

10. Price Composition

10.1 The prices quoted should be only in Indian rupees.

10.2 The prices should be inclusive of all duties, levies & any other taxes exclusive of GST, octroi /entry tax, which will be payable at actual.

10.3 The prices quoted should also include charges towards freight, forwarding, delivery, and installation, transit insurance charges till installation, configuration/reconfiguration and commissioning of equipment.

10.4 The prices should include three (3) years warranty for hardware components and one (1) year warranty for software component.

10.5 Post warranty maintenance (AMC) and support (ATS) charges should be shown separately on yearly basis and the ATS period will commence as per the go live date.

10.6 The AMC rate for Hardware Items should not be less than 8 % of the base cost of the respective items. AMC will be recalculated at the rate of 8% p.a. of the unit cost (cost inclusive of three year warranty) for those bidders who quote Nil AMC or AMC less than 8% p.a. of the unit cost (cost inclusive of one year warranty) and the difference will be reduced from the unit cost (cost inclusive of three year warranty) without changing the item wise TCO (5 years) price of that item.

10.7 The bidders should quote prices strictly as per the price composition stated above failing which the offers are likely to be rejected.

10.8 Bidder shall not indicate any optional items or prices in their bids. Bids that are not strictly in accordance with the given proforma will be liable for rejection.

10.9 Vendors will get insurance cover of the invoice value for all risk up to the delivery & installation of hardware items. A copy of insurance policy should be provided by the vendor at the time of installation of the hardware.

11. No Price Variations The commercial offer shall be on a fixed price basis. No upward

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

23

Page 24: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

revision in the prices would be considered on account of subsequent increases in government taxes, duties, levies, etc. during the price validity period. If there is any reduction on account of government taxes, duties, levies, etc. during the price validity period, the same shall be passed on to the Bank. However, any increase/decrease in service Tax will be on Bank account.

12. Opening of Bids Technical bids will be opened on the scheduled date and time. The representative of the bidder can present at the time of opening of the Technical bids. No separate intimation will be given in this regard to the bidders.

13. Selection of Bidder

13.1 Preliminary Scrutiny:

The Bank will scrutinize the Bid/s received to determine whether they are complete in all respects as per the requirement of RFP, whether the documents have been properly signed by the authorized person, whether items are offered as per RFP requirements and whether technical documentation as required to evaluate the offer have been submitted.

Prior to detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the bidding document. Substantial responsiveness means that the bid conforms to all terms and conditions, scope of work and technical specifications and bidding document is submitted without any deviations.

13.2 Clarification of Offers:

13.2.1 During the process of scrutiny, evaluation and comparison of offers, the

Bank may, at its discretion, seek clarifications from all the bidders/any of the bidders on the offer made by them. The bidder has to respond to the bank and submit the relevant proof /supporting documents required against clarifications, if applicable. The request for such clarifications and the Bidders response will necessarily be in writing and it should be submitted within the time frame stipulated by the Bank.

13.2.2 The Bank may, at its discretion, waive any minor non-conformity or any

minor irregularity in the offer. Bank’s decision with regard to “minor non-conformity‟ is final and the waiver shall be binding on all the bidders and the Bank reserves the right for such waivers.

13.3 EVALUATION AND AWARD CRITERIA

After opening of the technical bids, all the documents and annexure (except commercial documents/offer) will be evaluated first by the bank. First Stage: First of all, the EMD of all bidders will be verified. If any EMD is not found in

order, that bidder will be declared ineligible for further participating in the tender process.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

24

Page 25: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

After that technical bids will be evaluated based on the eligibility criteria defined in the RFP document. Technical bids of only those bidders satisfying the eligibility criteria will be further evaluated.

Bidders satisfying eligibility criteria will be thoroughly evaluated by the Bank

on compliance of Technical Specifications/Requirements/Scope of Work etc. of the desired product.

After opening of the technical bids, all the documents and annexure will be

scrutinized and evaluated by the bank.

Second Stage: The Indicative Commercial Bids (ICB) of the technically qualified bidders shall be opened in the presence of shortlisted bidders, if they choose to be present. If the shortlisted bidders or their duly authorized representatives are not present, the ICB will be opened in their absence. The intimation of time and place of opening of ICB will be informed separately to the shortlisted bidders only. After opening of ICB as above, commercial evaluation & verification of the bids will be done by the Bank. Thereafter, Bank shall hold Reverse Auction. The procedure for the same is given in Annexure-X. Selection of the Bidder:

The Contract shall be awarded to the bidder with the lowest (L1) Total Cost

of Ownership (TCO) as per the Commercial Bid Annexure- V. The lowest TCO shall be arrived after the reverse auction process. L-1 Price

will be determined after giving effect to arithmetical correction, if any. However, the Bank does not bind itself to accept the lowest or any Bid and

reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever.

The bank reserves the right to re-tender without assigning any reasons whatsoever. The bank shall not incur any liability to the affected bidder(s) on account of such rejection. Bank shall not be obliged to inform the affected bidder(s) of the grounds for the Bank's rejection.

The Bank reserves the right to modify any terms, conditions and specifications

of the RFP and Bank reserves the right to obtain revised price bids from the bidders with regard to change in RFP clauses. The Bank reserves the right to accept any bid in whole or in part.

13.4 Correction of Error in Commercial Bid:

Bank reserves the right to correct any arithmetical errors furnished in the Commercial Bid. If any such errors are noticed it will be rectified on the following basis:

13.4.1 Bank may waive off any minor infirmity or non-conformity or irregularity

in a bid, which does not constitute a material deviation. 13.4.2 If there is discrepancy between the unit price and total price (which is

obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price shall be corrected accordingly.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

25

Page 26: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

13.4.3 If there is discrepancy between percentage and amount, the amount

calculated on percentage basis will prevail. 13.4.4 If there is discrepancy in the total arrived at Bill of Material (addition,

subtraction, multiplication, division and carryover of amount from one page to another), correct total will be arrived by the Bank and the same will prevail over the total furnished in the Bill of Material

13.4.5 If there is a discrepancy between words and figures, the rate/ amount in

words shall prevail, unless the amount expressed in words is related to an arithmetical error in which case, the amount in figures will prevail, subject to the above two provisions.

13.4.6 If the bidder does not accept the correction of errors, the bid will be

rejected.

14. Reverse Auction

Bank shall hold Reverse Auction for determination of commercial prices. The procedure for the same is mentioned in Annexure-VI.

15. Road Permit

In case of delivery of hardware to the areas where Road Permit is required for transportation of goods, it is the responsibility of bidders to provide the same making all the arrangements required in advance without any extra cost to the Bank. However, Bank will provide letter, if required, by the bidders for carrying out the task.

16. Right to Alter Quantities

Volume indicated in the RFP is only indicative volume and Bank in no way gives commitment to meet the minimum level of transactions and other volumes.

17. Payment Terms:

S.No

Project Milestones

Hardware & System Software cost (DC)

Hardware & Software cost (DR)

FI solution (Common Application and FI Gateway) cost

1

Delivery of Hardware & Other infrastructure components (after due inspection) at DC location

50% - -

2 Installation of Hardware & Other

infrastructure components 35% - -

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

26

Page 27: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

*Bidder has to submit Performance Bank Guarantee (BG) for 10% of contract value and valid till contract period of five years (the format of BG will be given by the Bank) from the date of go-live.

The other terms of payment will be as follows:

17.1 No advance payment. 17.2 Payment will be made against delivery of invoices and challans duly

acknowledged by Bank officials. 17.3 Bank will make this payment on site-by-site basis (i.e. Primary Site

and DR Site) against installation reports of each site. 17.4 On-site support (Facility Management) payment will commence from

the date of Go-live. Payment will be released on quarterly basis in arrears against submission of invoice.

17.5 AMC for hardware will be paid on annual basis in advance against submission of invoice.

17.6 ATS for software will be paid on annual basis in advance against submission of invoice.

18. Order Cancellation / Termination of Contract

18.1 The Bank, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Bidder, may terminate the contract.

18.2 If the Bidder fails to deliver any or all of the Goods or services within the period(s) specified in the Contract, or within any extension thereof granted by the Bank.

18.3 The Bank reserves its right to cancel the order in the event of delay in

3

UAT sign off for major applications at FI Gateway and common Kiosks level vis-à-vis Enrolment (EKYC and CKYC), all types of transactions (AEPS, Deposits, IMPS and RuPay) and AADHAAR based login.Bidder has to made live 10 Kiosks and 10 Merchants on pilot basis.

15% - 45%

4 Implementation of end-to-end FI

solution at DC at the remaining Bank Mitra/Kiosk and Merchant

-

-

40%

5 Delivery of Hardware & Other infrastructure components (after due inspection) at DR Site

- 50% -

6

Installation of Hardware & Other infrastructure components and Successful Implementation of FI solution at DR Site

- 35% -

7 Successful DR Drill of FI solution

and after submission of BG * - 15% 15%

TOTAL 100% 100% 100%

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

27

Page 28: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

operationalisation of system.

18.4 If the Bidder fails to perform any other obligation(s) under the Contract.

18.5 In the event the Bank terminates the Contract in whole or in part, the Bank may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered and the Bidder shall be liable to the Bank for any excess costs for such similar Goods or Services. However, the Bidder shall continue performance of the Contract to the extent not terminated.

19. Liquidated Damages

19.1 Notwithstanding the Bank's right to cancel the order, liquidated damages at 1% of the estimated cost of Goods and/or application, will be charged for every week's delay in delivery, installation, Go Live and DR Setup subject to maximum 10% per site basis. Cost of Goods and/or application here denotes, total cost as stated in the Annexure VII (excluding onsite support), which is arrived at on finalization of bid after reverse auction.

19.2 The Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company or any other mode deemed fit.

19.3 Part of week will be treated as a week for this purpose.

19.4 However, the Bank may, at its discretion, waive the liquidated damages in case the delay cannot be attributed to the bidder.

19.5 Insurance

The equipment (hardware, software etc) supplied under the contract shall be fully insured by the successful Bidder against loss or damage incidental to manufacture or acquisition, transportation, storage, delivery and installation. The insurance shall be obtained by the Bidder, in the name of Allahabad Bank as the beneficiary, for an amount equal to 100% of the invoiced value of the goods on "all risks" basis. The period of insurance shall be up to the date the supplies are accepted and the rights of the property are transferred to the Bank.

Should any loss or damage occur, the selected Bidder shall:-

19.5.1 Initiate and pursue claim till settlement and 19.5.2 Promptly make arrangements for repair and / or replacement of

any damaged item irrespective of settlement of claim by the underwriters.

20. Limitation of liability

20.1 Bidder’s aggregate liability under this contract shall be limited to a

maximum of the contract value (5 years estimated cost). This limit shall not apply to 1) the infringement indemnity; 2) bodily injury (including death) and damage to real property and tangible personal property caused by vendor’s negligence.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

28

Page 29: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

20.2 For the purpose of this section, Contract value at any given point of time, means the aggregate value of purchase orders placed by bank on the vendor under this project.

20.3 Bidder has to provide undertaking and agree to save defend and keep harmless and indemnified the Bank against all loss, cost, damages , claim penalties expenses, legal liability because of non compliance of Know Your Employee (KYE) and misconduct of the employee deployed by vendor to the Bank for implementation, maintenance & support of FI solution.

21. Inspections & Tests

21.1 The Bank or its representative shall have the right to inspect and/or to test the Goods / application to check their conformity to the Contract specifications at no extra cost to the Bank.

21.2 The inspections and test may be conducted on the premises of the Bidder or its subcontractor(s) or customer place, at point of delivery and/or at the final destination. If conducted on the premises of the Bidder or its subcontractor(s) or customer place, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Bank.

21.3 Should any inspected or tested Goods fail to conform to the Specifications, the Bank may reject the Goods/ application, and the Bidder shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Bank.

21.4 Pre-delivery /acceptance Inspection will be carried out by the Bank through its staff / consultant at bidder’s factory / warehouse or at any

of the Bank’s site /location depending on the exigencies of the Bank. The bidder shall keep ready the equipments for inspection if the inspection is carried out at Bank’s site, the bidder should provide all assistance including manpower. There shall not be any additional charges for such inspection. However, the Bank will have the discretion to recover the costs related to travel and stay of its staff / consultants if the hardware offered for inspection is not as per the requirements of the Bank.

22. Clarification of Bid To assist in the examination, evaluation and comparison of bids the Bank may, at its discretion, ask the bidder for clarification and response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

23. Late Bid Any bid received by the Bank after the deadline for submission of bid prescribed will be rejected and returned unopened to the Bidder, if bidder desire so.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

29

Page 30: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

24. License, Media & Documentation The bidder is expected to provide the License, Media & Documentation for all the softwares provided.

25. Service Level Agreement (SLA)

25.1 Bidder has to configure and maintain the total infrastructure for the total contract period of 5 years and extendable for further by 5 years on mutually agreed terms. Bidder should take complete responsibility of configuration and maintenance of the FI infrastructure setup. Any technical glitch in hardware component and related Software should be attended on priority and should be covered under warranty.

25.2 Bidder should ensure proper patches are applied and complied with the security and audit standards issued by bank. It is responsibility of the bidder to apply new patches, OS/firmware & BIOS updates or upgrade if the Bank desires. During ATS/AMC period the bidder will ensure smooth functioning of system.

25.3 If any critical component of the entire configuration is out of service for more than 6 hours, the Bidder shall either immediately replace the defective unit or replace it at its own cost or provide a standby.

25.4 Bank expects that the Bidder shall be bound by the Service Levels described in this document. Service Levels will include Availability measurements and Performance parameters. Bank requires the Bidder to provide reports for all availability and performance parameters log of all issues that have been raised and Closed/ Pending Closure by the Bidder. The frequency of these reports would be Weekly, Monthly, Quarterly and Yearly. Apart from reports on each availability and performance measurement parameter mentioned below, the reporting should also include the following: 25.4.1 Utilization of CPU, RAM, Hard Disk, I/O (Peak and Average). Peak

utilization of the resources should not exceed 70% at any intstant. 25.4.2 Monitoring of user activity 25.4.3 Problem Trends 25.4.4 Call Resolution Time

25.5 However, all availability and Performance Measurements will be on a monthly basis for the purpose of Service Level reporting. Audits will normally be done on quarterly basis or as required by Bank and will be performed by Bank or Bank appointed third party agencies.

25.6 Total system uptime

Bidder has to guarantee minimum uptime of 99.90% and should be ready to execute service level agreement for the same. It will be calculated on quarterly basis during the contract period. Bank will charge penalty in case of not meeting the up time requirement at the rate of 0.25% of order amount (excluding onsite support) for every fall of 0.2% in uptime maximum upto 5% of the contract value. During warranty, order amount (excluding on-site support) will be considered whereas during AMC/ATS period, AMC/ATS (1 year Cost) would be considered for calculation of penalty charges. For this

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

30

Page 31: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

purpose total elapsed time between receiving the break down message (over telephone or email or otherwise) and making the system functional or providing standby machine, will be treated as down time. The vendor has to provide proper evidence to support their claim of capability to provide service at various locations.

25.7 As agreed upon by both the parties the SLAs for resolution time of the issues under various services/support are: FI switch / application

25.7.1 Any software bug identified by Bank/ Bidder would have to be

fixed within the stipulated time depending upon the criticality of the issue.

25.7.2 Bidder will be solely responsible for any financial loss occurred

by Bank due to any Bug in application and Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company.

Particulars Severity – 1 Severity – 2 Severity – 3 Resolution Time (in working hours)

1 8 24 Severity 1 - The Bank experiences a complete loss of service. The

operation is mission critical to the business and the situation is an emergency. There is complete Shutdown in the Bank’s Services. Possible scenario under Severity Level 1 may be unavailability of any transaction module or customers unable to perform transactions or transaction malfunction or unusual behavior in transaction module, biometric authentication module unavailability and centralized agent login failure(biometric or AADHAAR based).

Severity 2 - The Bank experiences a severe loss of service. However, operations can continue in a restricted manner. Possible scenario under Severity Level 2 includes unavailability of important supporting services mentioned in RFP like customer enrollment & account opening process, transactions reconciliation process.

Severity 3 - The Bank experiences no business loss of service. The impact is an inconvenience like Dashboard, invoices module and reports unavailability.

25.7.3 Bank will charge penalty of Rs 5000 per hour for every

downtime exceeding the time period based on severity level during the contract period. The downtime in such cases will be the total elapsed between receiving the system down message based on the severity level (over telephone, mail or otherwise) and making the system functional or providing standby machine. The Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

31

Page 32: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

25.8 Bidder shall ensure 99.75% technical success rate of all the transactions. Penalty at 0.25% of total annual Facility Management cost will be deducted for every fall of 0.2% in technical success rate upto maximum 10%.

26. Facility Management (FM) for total FI infrastructure

26.1 Bidder should deploy resources under facility management as per Bank’s requirement with adequate skill set and experience. The deputed resources should manage and maintain total FI infrastructure as per the agreement. Bidder is responsible for trouble shooting and fixing any problem arising out of hardware, software and FI Application solution. Patches should be deployed and bugs should be fixed as per the requirement and should comply with the guidelines and audit policy whenever required. Bank reserves the right to claim change in resource based on the performance of the resources.

26.2 Facility management cost will commence only after Go-Live of FI

Application. Resources as per RFP requirement should be available at bank’s site from 8:00AM to 9:00PM on all working Days. However, two persons (One for gateway and One for Kiosk/Merchant) should be available on all holidays from 8:00AM to 9:00PM. Also, in case of business requirements, vendor may be asked to depute the FM personnel beyond the above stipulated time. The timing may be changed at bank’s discretion. However, during the implementation phase, testing, planned activity and emergency period, resources may have to work 24x7 depending upon the Bank requirement. Payment will be released quarterly basis in arrears against invoice raised and after verification with attendance register maintained in Bank.

26.3 FM personnel must be a minimum technical graduate with 2 years of

experience in the related field. Selected bidder is expected to deploy academically good, technically sound and competent personnel to ensure smooth operations at bank site. The deputed personnel will be employed by the selected bidder on their payrolls/contracts without having any employment right with the bank. Moreover deployed personnel will not have any right whatsoever to lodge claim of any nature directly or indirectly with the bank and it would be responsibility of selected bidder to address such issues without involving the bank. The deputed persons have to maintain the utmost secrecy & confidentiality of the bank’s data including process performed at the Bank premises. At any time, if it comes to the notice of the bank that data has been compromised/disclosed/misused/misappropriated then bank would take suitable action as deemed fit and selected vendor would be required to compensate the bank to the fullest extent of loss incurred by the bank. Bidder is expected to adhere Bank’s request for removal of any personnel, if bank notice any negligence/gross misconduct/violation of trade secret/disclosure of bank’s data to third party and any decision of the bank in this regard would be final and binding upon the selected vendor. Bidder has to submit undertaking on company letter head as per Annexure XII.

26.4 Bidder has to agree and provide undertaking not to disclose any

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

32

Page 33: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Bank information and will maintain confidentiality of Bank information as per policy of the Bank and will sign “Non Disclosure Agreement” document provided by Bank.

27. Source Code

27.1. Bidder should agree to keep source code of proposed solution with approved / recognized escrow agency under escrow arrangements mutually acceptable to the Bank and Bidder but at Bidder’s cost for entire project period. Necessary agreement should be signed by the Bidder in this matter.

27.2. The Bank has right to Audit the Application / Source Code by

suitable Security Auditor.

27.3. The Bidder shall provide complete and legal documentation of all subsystems, licensed operating systems, licensed system software, and licensed utility software and other licensed software. The Bidder shall also provide licensed software for all software products whether developed by it or acquired from others. The Bidder shall also indemnify the Bank against any levies / penalties on account of any default in this regard.

27.4. In case the Bidder is coming with software which is not its

proprietary software, then the Bidder must submit evidence in the form of agreement it has entered into with the software vendor which includes support from the software vendor for the proposed software for the contract period required by the Bank.

28. Performance Guidelines

The proposed solution should be able to comply with the following guidelines on performance and solution components in minimum.

28.1 Bidder should clearly specify the detailed configuration and specifications of the applications and corresponding hardware required at various levels of performance and supply a detailed Bill of Materials (BoM) with the part numbers for the hardware based on the technical requirements. The bidder should separately list down the reasons for the recommended hardware configurations and specifications.

28.2 The bidder has to explain through proper calculations how the

performance of the system vis à vis business statistics, projected growth quantum of data, redundancy, projected growth in functional requirements, concurrent users, performance parameters expected on peak load, VaR or other parameter calculations, transactions handled per second, quarter end and year end activity etc, are ensured. The bidder should provide data on any other parameter which would be required by the bank.

28.3 Bidder should also provide data on the solution as how the

individual components offered under the solution (application and associated hardware) would be able to meet the current volumes as well as the future scalability requirements.

28.4 Bank may advise the bidder to conduct the benchmark when the

systems are ready for dispatch to Bank’s site or after completion of installation and evaluate performance. It is for the bidder to establish that the sizing isproper for the requirement and to demonstrate the performance to Bank’s designated officials and

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

33

Page 34: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

consultants.

29. Bidder’s Obligations:

29.1 The Bidder is responsible for managing the activities of its personnel or sub- contracted personnel and will hold itself responsible for any misdemeanors.

29.2 The Bidder's representative & local office at Mumbai will be the

contact point for the Bank and all the authentic status of Delivery and Installation should be made available in writing.

29.3 The Bidder will treat all data and information about the Bank as

confidential, obtained during 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.

30. Delays in the Bidder’s performance

Delivery of the goods and performance of the Services shall be made by the Bidder in accordance with the time schedule specified by Bank in purchase order. Any delay in performing the obligation by the Bidder will result in imposition of liquidated damages and/or termination of contract for default.

31. Bank Guarantee

31.1 The Bidder shall furnish to the bank, the Performance Security for an

amount of 10% of the contract value which would be valid for the entire project period.

31.2 The proceeds of the Bank Guarantee shall be payable to the Bank as

compensation for any loss resulting from the Bidder’s failure to complete its obligations under the Contract.

31.3 The Bank Guarantee shall be denominated in Indian Rupees and shall

be by way of Bank Guarantee issued by a Scheduled Commercial bank in India (other than Allahabad Bank), acceptable to the bank in the Format.

31.4 The Bank Guarantee will be discharged by the Bank and returned to

the Bidder after 90 days following the date of completion of the Bidder’s performance obligations under the contract.

31.5 In the event of any contract amendment, the Bidder shall, within 30 days after receipt of such amendment, furnish the amendment to the performance security, rendering the same valid for the duration of the contract as amended.

32. Termination for Default

32.1 The Bank, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to the Bidder, may terminate this Contract in whole or in part, if the Bidder fails to perform any obligations(s) under the Contract.

32.2 In the event of the Bank terminating the Contract in whole or in part,

the Bank may procure, upon such terms and in such manner, as it

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

34

Page 35: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

deems appropriate, services similar to those undelivered and the Bidder shall be liable to the Bank for any excess costs for such similar services.

33. Force Majeure

Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purposes of this clause, "Force Majeure" means an event beyond the control of the Bidder and not involving the Bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, wars or revolutions and epidemics. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the Force Majeure event.

34. Other Terms and conditions:

34.1 Notwithstanding anything contained herein above, in case of any dispute, claim and legal action arising out of this RFP, the parties shall be subject to the jurisdiction of courts at Kolkata, India only.

34.2 All disputes and differences of any kind whatever arising out of or in

connection with the purchase order shall be referred to arbitration. The arbitrator may be appointed by both the parties or in case of disagreement each party may appoint an arbitrator and such arbitrators shall appoint an Umpire before entering on the reference. The decision of the Umpire shall be final. Such arbitration to be governed by the provisions of Indian Arbitration and Conciliation Act 1996.

34.3 Clarifications needed on any of the points mentioned in the RFP, if

any, may be sought from the Bank within the stipulated date.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

35

Page 36: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure – I

Eligibility Criteria Compliance

Criteria Compliance (Yes/NO)

Document Required

1. The bidder should be a company/firm incorporated in India having annual turnover of Rs. 75.00 crores (Rupees Seventy Five crores) in last three financial years i.e. 2014-15, 2015-16 & 2016-17 as per the audited balance sheet available at the time of submission of tender. This must be the individual company turnover and not that of any group of companies (letter of incorporation and audited balance sheet for the said period should be submitted along with the proposal).

Certificate of incorporation, Audited Balance Sheet & Profit & Loss statement for last three year.

2. The bidder should be Original Software Developer for the Solution/ Solutions to be supplied. For Hardware Items the bidder is required to produce, a letter of authorization from Original Equipment Manufacturer (OEM) as per the Annexure.

Authorisation letter from OEM.

3. The bidder should have earned net profits in the last three financial years i.e. 2014-15, 2015-16 & 2016-17. A copy of last three financial years relevant audited financial statements should be submitted with the offer.

Audited Balance Sheet & Profit & Loss statement for last three year.

4. The Bidder should have successfully implemented end to end Financial Inclusion solution in at least 1 (one) Public/Private Sector Bank having more than 1000 branches and supporting/managing the same during the last three years from the date of this RFP. For experience purpose bidder should have implemented and maintained the following for Kiosks terminals/ Bank Mitra Locations:

4.1 FI Gateway infrastructure & application [drive

Kiosks for account opening, online transaction (AEPS, Central/Local Biometric Authentication & PIN based RuPay card) processing, routing and integration with CBS, ATM Switch & NPCI/UIDAI etc.]

4.2 Kiosks application with account opening

(Fingerprint & eKYC/CKYC), Transactions (AEPS, Central/Local Biometric Authentication & PIN based RuPay card) and other PMJDY features e.g. Aadhaar based login into Kiosks application , Aadhaar seeding, Social Security Schemes, OD for PMJDY accounts, Mobile number seeding etc.

Proof - copy of purchase order and satisfactory report from Bank needs to be submitted by bidders along with bid. Purchase Order/ agreement / Customer certificate / Installation report duly signed by customer with company seal etc. Following details should be provided: Name of the organization & Location Name & phone number & e-mail of contact person of the organization

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

36

Page 37: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

5. The application proposed by the bidder is capable of withstanding 10 lakhs transactions per day. Undertaking/declar

ation to be submitted by the bidder.

6. Bidder should be processing at least One Lakh transactions per day at a single FI Gateway (Bank). Letter from the clients/Bank in this regards on their Letter head, duly signed and stamped with full contact details should be submitted.

Letter from the clients/Bank in this regards on their Letter head, duly signed and stamped with full contact details.

7. The bidder should have support offices in Mumbai and Lucknow or Delhi for after sale support and maintenance of offered hardware and software (address & contact details should be provided with this bid).

Supporting document in proof of Address.

8. The bidder should have a team of minimum 20 certified (certification on functional area) experienced engineers working dedicatedly on FI technology solutions since last two years out of which 5 engineers should have more than 3 years of experience as a team / project leader. Bidder has to provide proof (Name, Qualification, Date of joining organization, Working since in the project) to substantiate this eligibility criteria along with certification on company’s letter head.

Supporting documents as mentioned in the Eligibility criteria point no. 6.

9. The companies or firms, bidding for the above tender, should not have been black listed by any of Government Authority or Public Sector Undertaking (PSUs). The bidder shall give an undertaking (on their letter head) that they have not been black listed by any of the Govt. Authority or PSUs, as on date of submission of the tender, otherwise the bid will not be considered.

Undertaking from bidder.

Note: Bidder must comply with all the above mentioned criteria as specified

above. Non-compliance of any of the criteria can entail rejection of the offer. Photocopies of relevant documents / certificates signed by the authorized person should be submitted as proof of support of the claims made for each of the above mentioned criteria. The Bank reserves the right to verify / evaluate the claims made by the bidder independently. Any deliberate misrepresentation will entail rejection of the offer ab-initio.

Place:

Date:

Signature: SEAL of Company

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

37

Page 38: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - II

BID FORM

To

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

Having examined the Tender Ref No. HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 including all Annexure, the receipt of which is hereby duly acknowledged, we the undersigned, offers to supply and deliver the equipments and services including installations, commissioning and maintenance in conformity with the said Tender in accordance with the Schedule of Prices indicated in the Commercial Offer and made part of the Bid.

If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when called upon by the Bank to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute as a binding contract between us.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in schedule of requirement.

We agree to abide by this bid for the period of 90 days after the date of finalisation of Tender and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988” and /or other applicable laws for the time being in force in India.

We understand that the Bank is not bound to accept the lowest of any bid the Bank may receive.

Dated this day of 20____.

------------------------ (Signature)

Duly authorized to sign bid for and on behalf of

(Name & Address of Bidder)

Business___________ Address __________________________________

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

38

Page 39: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - III

Declaration for Compliance Cum Technical Deviation Statement

All Terms and Conditions including scope of work except technical specifications

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

Signature:

Seal of company

Technical Specification

We certify that the systems/services offered by us for tender confirms to the specifications stipulated by you with the following deviations

List of deviations

1)

2)

3)

4)

Signature:

Seal of company

(If left blank it will be construed that there is no deviation from the specifications given above)

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

39

Page 40: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - IV

Technical Specifications

1. Bidder need to provide the Bill of Material (BOM) for proposed setup. BOM should include hardware and software components which are required for implementation of FI Solution

2. Required hardware infrastructure for the proposed solution, considering the

following parameters 2.1 Estimated Enrollment and Transaction figures

Sr. No. Items

Present Position (per Yr)

Contract Period Projection

1st Year 2nd Year 3rd Year 4th Year 5th Year 1

Customer Enrollment data (KYC/eKYC)

31,22,623 37,47,147 44,96,577 53,95,892 64,75,071 77,70,085

2 Kiosks/Bank Mitras 6,138 7,138 8,138 8,952 9,847 10,832

3 Number of BHIM Aadhaar Merchants 16,500 70,000 80,500 92,575 1,06,461 1,96,953

4

No. of Kiosk transactions per month (Financial & Non-Financial)

4,00,000 6,00,000 8,00,000 9,00,000 10,00,000 11,00,000

5 No. of Merchant transactions per month

30,000 3,50,000 4,00,000 4,50,000 5,25,000 6,00,000

6

Other services / transactions - Aadhaar Seeding request, Demo Auth request etc

6,52,415 7,17,657 7,89,423 8,68,365 9,55,202 10,50,722

Business Volumes Considered for Sizing End to End Financial Inclusion Gateway Solution

Parameter Current Position

No. of users logged-in to FI solution at any point of time (Current)

5000-5500

No. of Customers having account with Bank 448.70 Lakh No. of Term Deposits (TD) accounts enrolled through FI Gateway 1,17,673

Total No. of Transactions per day (at present) 4,00,000 Estimated Transactions per second during peak hours (9 am to 6 PM)

18-20 TPS

Total No. of Kiosks/Kiosk machine to be connected 6500

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

40

Page 41: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

3.Hardware & Software for Primary and DR Site:

3.1 Server (Web server)

Sl. No.

Component Specifications Qty Remarks, if any

1 Model & Make Specify 2 Chipset Specify 3 Processor cores Specify 4 Memory Specify 5 SAS Adaptors Specify 6 Logical Partitions Specify 7 HDD Specify 8 Optical Device Specify 9 Network Interface Specify 10 FC Interface Specify 11 Slots Specify 12 Disk Bays Specify 13 Ports Specify 14 Power Supply Specify 15 Fans Specify 16 Form factor Specify 17 Chassis Specify 18 Operating System Specify

3.2 Server (Application server)

Sl. No.

Component Specifications Qty Remarks, if any

1 Model & Make Specify 2 Chipset Specify 3 Processor cores Specify 4 Memory Specify 5 SAS Adaptors Specify 6 Logical Partitions Specify 7 HDD Specify 8 Optical Device Specify 9 Network Interface Specify 10 FC Interface Specify 11 Slots Specify 12 Disk Bays Specify 13 Ports Specify 14 Power Supply Specify 15 Fans Specify

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

41

Page 42: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

16 Form factor Specify 17 Chassis Specify 18 Operating System Specify 3.3 Server (database server)

Sl. No.

Component Specifications Qty Remarks, if any

1 Model & Make Specify 2 Chipset Specify 3 Processor cores Specify 4 Memory Specify 5 SAS Adaptors Specify 6 Logical Partitions Specify 7 HDD Specify 8 Optical Device Specify 9 Network Interface Specify 10 FC Interface Specify 11 Slots Specify 12 Disk Bays Specify 13 Ports Specify 14 Power Supply Specify 15 Fans Specify 16 Form factor Specify 17 Chassis Specify 18 Operating System Specify

3.4 Server (UAT & Development at Primary site only)

Sl. No.

Component Specifications Qty Remarks, if any

1 Model & Make Specify 2 Chipset Specify 3 Processor cores Specify 4 Memory Specify 5 SAS Adaptors Specify 6 Logical Partitions Specify 7 HDD Specify 8 Optical Device Specify 9 Network Interface Specify 10 FC Interface Specify 11 Slots Specify 12 Disk Bays Specify 13 Ports Specify

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

42

Page 43: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

14 Power Supply Specify 15 Fans Specify 16 Form factor Specify 17 Chassis Specify 18 Operating System Specify 3.5 Tape Library

Sl. No. Component Specification Remarks, if any

1 Tape drive Specify 2 Slots Specify 3 Barcode Specify 4 Full automation Specify 5 Host Platform support Specify 6 Power Supply Specify 7 Fan Specify

3.6 Storage

Sl. No

Component Storage Remarks, if any

1 Architecture Specify 2 Controller Specify 3 OS Support Specify 4 Cache Specify 5 Front End Ports Specify 6 Back End Ports Specify 7 RAID Support Specify 8 Disk Support Specify 9 Disks to be supplied Specify 10 Disk Scalability Specify 11 Cache Data Backup Specify 12 Hot Spare Disks Specify 13 SAN Zoning Specify 14 Dynamic LUN expansion Specify 15 Management Software Specify 16 Multipathing Driver Specify 17 Snapshots Specify 18 No Single point of failure Specify

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

43

Page 44: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

3.7 Other Hardware components

(e.g. Server RACK, Load Balancer, Switches etc.)

Sl. No

Software Version License Qty

Product Code Remarks if any

1 Specify 2 Specify 3 Specify . . n 3.8 Other software/ licenses

(e.g. web, Application, Database, Backup and Storage Software etc.)

Sl. No

Software Version License Qty

Product Code Remarks if any

1 Specify 2 Specify 3 Specify . n

3.9 One Time Implementation for End to End FI Application

(Component wise like FI Gateway, Kiosk Aggregation, Merchant Aggregation Setup, eKYC, Recon S/w etc.)

Sl. No

Application Name Remarks if any

1 Specify 2 Specify 3 Specify . . n Implementation cost (if any)

Signature:

Seal of company:

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

44

Page 45: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure V

Indicative Commercial bid (Price Schedule) Primary Site & DR Site

One-time costs (Hardware with Three Years Warranty/Support):

Sr No

Item Description Unit Price

(A)

Qty (B)

Cost C

(C=A*B)

1 Web Server XXX XXX XXX 2 Application Server XXX XXX XXX 3 Database Server XXX XXX XXX 4 UAT Server XXX XXX XXX 5 Backup server XXX XXX XXX 6 Storage XXX XXX XXX 7 Tape Library XXX XXX XXX 8 Any other item if any XXX XXX XXX

Total Cost(I) XXX

One-time costs (Software with One Year Warranty/Support):

Sr.No Item Description Unit Price

(A) Qty (B)

Cost C (C=A*B)

1 Backup Software as specified (Please specify no. of licenses required)

XXX XXX XXX

2 Operating System – Specify XXX XXX XXX 3 Web server if any XXX XXX XXX 4 Application server if any XXX XXX XXX 5 Database XXX XXX XXX 6 End to End FI application solution. XXX XXX XXX 7 Any other item if any XXX XXX XXX

Total Cost (II) XXX

AMC (Hardware for two years):

Sr No Item Description Unit Price (A)

Qty (B)

Cost (C) (C=A*B)

Total Cost (E)

(E=2*C) 1 Web Server XXX XXX XXX XXX 2 Application Server XXX XXX XXX XXX 3 Database Server XXX XXX XXX XXX 4 UAT Server XXX XXX XXX XXX 5 Backup server XXX XXX XXX XXX 6 Storage XXX XXX XXX XXX 7 Tape Library XXX XXX XXX XXX 8 Any other item if any XXX XXX XXX XXX

Total Cost (III) XXX

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

45

Page 46: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

ATS (Software for Four year):

Sr.No

Item Description Unit Price (A)

Qty (B)

Cost C (C=A*B)

Total Cost (E)

(E=4*C)

1 Backup Software as specified (Please specify no. of licenses required)

XXX

XXX

XXX

XXX

2 Operating System – Specify XXX XXX XXX XXX 3 Web server if any XXX XXX XXX XXX 4 Application server if any XXX XXX XXX XXX 5 Database XXX XXX XXX XXX 6 End to End FI application

solution. 1. 2. 3. . . n.

XXX XXX XXX XXX

7 Any other item if any XXX XXX XXX XXX Total Cost (IV) XXX

Recurring costs (onsite support for TCO period of Five Years):

Sr No Item Description

Unit Price

(A) Qty (B)

Cost (C) (C=A*B)

Total Cost (E)

(E=60*C)

1 Customization cost – (per Man month)# XXX 1 XXX XXX

2 On Site support cost - FI Gateway application(Per Person Per Month) XXX 3 XXX XXX

3 On Site Support cost – Tech support for Kiosks application(Per Person Per Month)

XXX 6 XXX XXX

4 Onsite Support Cost- BHIM Aadhaar Application (Per Person Per Month)

XXX 2 XXX XXX

5 Reconciliation- AEPS, Merchant Transactions, IMPS* (Per Person Per Month)

XXX 1 XXX XXX

Total Cost (V) XXX

# Manpower for customization will be used as and when required. *IMPS transaction initiated from Kiosks/Bank Mitras

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

46

Page 47: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Total Cost of ownership (TCO):

Sr.No Item Description Cost

1. Total Hardware Cost (I) XXX

2. Total Software Cost (II) XXX 3. Total AMC Cost (III) XXX 4. Total ATS Cost (IV) XXX 5. Total Onsite support (V) XXX

Total Cost of Ownership (in figures) XXXXX Total Cost of Ownership (in words) XXXXX

50.2 Note: 50.2.1 Unit prices as well as TCO must be quoted in WORDS AND

FIGURES. 50.2.2 In case of any discrepancy, unit prices quoted in words will be

considered for computation of TCO. 50.2.3 The prices should be inclusive of all taxes, duties, levies

exclusive of GST & octroi / entry tax, which will be payable at actual.

50.2.4 Theprices quoted should also include charges towards freight, forwarding, delivery, and installation, transit insurance charges till installation, configuration/reconfiguration and commissioning of equipment.

50.2.5 The prices should include 3 years warranty for hardware components and 1 year warranty for software component.

50.2.6 For calculating LD, order value is considered which is sum of Total Hardware cost and Total software cost including FI application except on-site support cost.

50.2.7 In case of Octroi on hardware/software, if applicable as per

Government rules, it will be the responsibility of the bidder to make payment of Octroi to concerned department and the Bank will reimburse the amount of Octroi actually paid, on submission of details and original receipts. In case, at any later date, any penalty levied for default in making the payment of Octroi, the same will have to be borne by the bidder and not by the Bank.

Signature: Seal of Company

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

47

Page 48: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - VI

BUSINESS RULES FOR REVERSE AUCTION

1. Definition

“Bank” means “Allahabad Bank”.

Service Provider” means “Antares Systems Ltd”. “

Bidder” means the party or his authorized representative who has participated in the Tender Process/ and having valid Class III Digital Signature Certificate and willing to comply with all the instructions, terms and conditions of TENDER.

“e- Tendering” means, the process to participate in online reverse auction.

2. Guidelines and Terms and Conditions of E- Tendering:

Eligibility:

Bidders should ensure that they have valid class III digital signature certificate (Mandatory for login and submit) well in advance to participate in the E- Tendering process. Bank and / or Service Provider will not be responsible in case Bidder could not participate in E tendering process due to non-availability of valid digital signature certificate. Web Portal-: E-Tendering will be conducted on a specific web portal (www.tenderwizard.com/abbank) meant for this purpose with the help of the M/s Antares Systems Ltd.

General Terms and Conditions of E-Tendering:

U

ndertaking letter for acceptance of Business Rules and Terms & Conditions for e- Tendering and Letter of Authority authorizing the name/s of official/s to take part in E-Tendering as per the format Annexure VI (Compliance Statement). The bidders participating in e-Tendering process shall submit it, duly signed (and stamped) by the same authorized person who signed the offer documents in response to the Tender floated by Bank.

I

n the event of failure of their internet connectivity (due to any reason whatsoever it may be) the service provider and/or bank is not responsible.

In order to ward-off such contingent situation, Bidders are advised to make all the necessary arrangements / alternatives such as back –

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

48

Page 49: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

up power supply, whatever required so that they are able to circumvent such situation and still be able to participate in the E- Tendering successfully.

H

owever, the bidders are requested, not to wait till the last moment to submit and/or quote their bids to avoid any such complex situations.

F

ailure of power at the premises of vendors during the E-Tendering cannot be the cause for not participating in the E-Tendering.

O

n account of this the time for the e-Tendering cannot be extended and BANK is not responsible for such eventualities.

B

ank and / or Service Provider will not have any liability to Bidders for any interruption or delay in access to web portal irrespective of the cause.

N

either Bank nor service provider would be responsible for consequential damages such as no power supply, system problem, inability to use the system, loss of electronic information, power interruptions, UPS failure, or any force majeure etc.

Errors and Omissions

On any issue or area of material concern in respect of E-Tendering not specifically dealt with in these Business Rules and Terms & conditions of E-Tendering, the decision of the bank shall be final and binding on all concerned.

3. e-Tendering Process (Process of Online Reverse Auction):

Registration with the Service Provider Portal (www.tenderwizard.com/abbank).

The date & time of commencement of Online Reverse Auction will be notified to all the eligible bidders.

Bank reserves the right to postpone / change / cancel the Online Reverse Auction event even after its communication to Bidders without assigning any reasons thereof.

Online Reverse Auction is normally conducted for a period of one or one and half an hour. If a Bidder places a bid price in last 10 minutes (or any interval) of closing of the Online Reverse auction, the auction period shall get extended automatically for another 10 minutes (or any interval). Such extensions can be provided for a finite number of times or unlimited. In case there is no bid price in the last 10 minutes of closing of Online Reverse Auction, the auction shall get closed automatically without any extension.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

49

Page 50: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

The time period of Online Reverse Auction & Maximum number of its extensions & time shall be provided by the bank to eligible Bidders before the start of the Reverse Auction event.

During Online Reverse Auction, if no bid is received within the specified time, the Bank, at its discretion, may decide to revise Start price / scrap the Online reverse auction process / proceed with conventional mode of tendering.

Bidding will be conducted in Indian Rupees (INR).

Start Base Price:

Start Base price for Online Reverse Auction will be notified to all the eligible bidders.

The start price of online reverse auction is open to all the participating bidders. Any bidder can start bidding, in the online reverse auction, from the price with minimum one decremented bid value below the start price. The subsequent bid that comes in to outbid the L1 rate will have to be lesser than the L1 rate by one decrement bid value or in multiples of the decrement bid value. Decremented Bid Value:

The decremented value of the bid will be provided by the bank before the start of Online Reverse Auction event.

Bidder is required to quote his bid price only at a specified decremented value.

Bidder need not quote bid price at immediate next available lower level, but it can be even at 2 / 3 / 4 ….level of next available lower level.

TRANSPARENCY IN BIDS:

Bidder will be able to view the following on their screen along with the necessary fields in Online Reverse Auction:

i) Opening/ Starting Price for the auction

ii) Leading / Lowest Bid Price in Auction

iii) Last Bid Price placed by the respective Bidder

iv) Time left for the auction

MASKING OF NAMES:

Names of bidders/ vendors shall be anonymously masked in the Online Reverse Auction process. After completion of online Reverse Auction, the service provider shall submit a report to the Bank with all details of bid and the original names of the bidders. Finalization of the Successful RA Bidder:

At the end of Online Reverse Auction event Service Provider will provide the Bank all necessary details of the bid prices and reports of Online Reverse Auction.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

50

Page 51: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

After the completion of the Auction event, all the Bidders have to re-submit the detailed commercials within 2 working days of online Reverse Auction without fail.

Any variation between the online Reverse Auction bid price of the bidder and signed document submitted by them will be considered as sabotaging the tender process and will invite disqualification of Bidder/vendor to conduct business with Bank as per prevailing procedure.

4. Bidder’s Obligation:

Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly with other suppliers / Bidders at any point of time. If any such practice comes to the notice, Bank shall disqualify the vendor / bidders concerned from the online reverse auction process. Bidder shall not divulge either his Bid details or any other details of Bank to any other party without written permission from the Bank.

5. Change in Business Rules, Terms & Conditions of E tendering:

Bank reserves the right to modify / withdraw any of the Business rules, Terms & conditions of Reverse Auction at any point of time.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

51

Page 52: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - VII

Compliance Statement for Reverse Auction

(To be submitted by all the vendors participating in Reverse Auction) To,

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

DECLARATION

1 We ………………………….. (Name of the company) hereby confirm having submitted our bid for Participating in Bank’s Tender Ref No. ……… dated ………. for supply, installation and maintenance of self Service Kiosks.

2 We confirm having read and understood the terms and conditions of the Tender as well as the Procedures relating to the process.

3 We hereby undertake and agree to abide by all the terms and conditions stipulated by the Allahabad Bank in the TENDER document including all Annexure and the Procedure, Business Rules and Terms and Conditions of E tendering process.

4 We shall participate in the E tendering conducted by M/s. Antares System Ltd (auction service provider retained by the Bank) and submit our commercial quote through online reverse auction. In doing so, we shall abide by the procedures prescribed for online auction by the Bank and auction company.

5 We, hereby confirm that we will honour the Bids placed by us during the E tendering process, failing which we shall be liable for any other consequential action that may be taken by the Bank including any debarment from participation in future procurement by the Bank.

6 We confirm having nominated our representative (Shri/Smt/Ms……………… designated as……………………………….of our company to participate in the E tendering process on behalf of the company. We accordingly authorize Bank and / or the Auction Company to issue user ID and password to the above named official of the company. We undertake that the company shall be bound by the actions made by him during the E tendering process and thereafter.

7 We undertake to submit the confirmation of last bid price and price breakup by us to the Auction Company /Bank within one working day of the completion of event and any other specific requirement indicated in the TENDER.

Signature with company seal Name – Company / Organization – Designation within Company / Organization – Address of Company / Organization –

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

52

Page 53: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Date :

Name of Authorised Representative:

Signature of Authorised Representative: Verified above signature

Competent Authority Signature: Date:

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

53

Page 54: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - VIII

Format of Bank Guarantee for Bid Security

To

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

Dear Sir,

WHEREAS (hereinafter called “the Bidder”) has submitted its bid dated (date of submission of bid) for ______________ (name and/or description of RFP) (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE (name of bank) of (name of country) having o u r r eg i s t e r e d o f f i c e a t _ (address of bank) (hereinafter called “the Bank”) are bound unto ALLAHABAD BANK…………….. (address) (Hereinafter called “the Purchaser”) for the sum of for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the common seal of the said Bank this , 20 .

THE CONDITONS of this obligation are:

1. If the Bidder withdraws its Bid (Ref No………. dated…..) during the period of bid validity specified by the Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity fails or refuses to execute the Contract Form if required;

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 60 days after the bid validity period of 180 days i.e. up to _, and any demand in respect thereof should reach the Bank not later than the above date.

Notwithstanding anything contained herein above:

Our liability under this Bank Guarantee shall not exceed RS. (Rupees only) This

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

54

Page 55: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Bank Guarantee shall be valid upto

We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only if you serve upon us a written claim or demand ( and which should be received by us ), on or before where after it ceases to be in effect in all respects whether or not the original bank guarantee is returned to us.

Place:

Date:

Signature: SEAL of Company

NOTE:

1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG

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

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017

55

Page 56: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

ANNEXURE – IX

Undertaking for Know your Employee (KYE)

(Bidder has submit the Undertaking on company letter head as per format given below)

To

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

We____________________________________(name of the company) hereby confirm that all the Resource (both on-site and off-site) deployed/to be deployed on Bank’s project for (Name of the RFP) have undergone KYE (Know Your Employee) process and requisite checks have been performed prior to employment of said employees as per our policy.

We undertake and agree to save defend and keep harmless and indemnified the Bank against all loss, cost, damages , claim penalties expenses, legal liability because of non compliance of KYE and of misconduct of the employee deployed by us to the Bank.

1. We further agree to submit the required supporting documents (Process of screening, Background verification report, police verification report, character certificate, ID card copy, Educational document, etc) to Bank before deploying officials in Bank premises for (Name of the RFP).

Signature:

Seal of company

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 56

Page 57: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure - X

TECHNICAL BID CHECK LIST

Sr. No.

Document Provided (Yes/ No)

1 Index 2 Power of Attorney / Authorization letter signed by the Competent

Authority with the seal of the bidder’s company / firm in the name of the person signing the tender documents. Power of Attorney should be in Non Judicial Stamp paper.

3 Demand draft (DD)/Pay Order (PO) for Rs.50,000/- (Rupees Fifty Thousand Only), favoring Allahabad Bank, payable at Kolkata, towards the cost of RFP.

4 Bid security of Rs.50.00 lakhs (Rupees Fifty Lakh Only), in the form of a demand draft (DD)/Pay Order (PO)/Bank Guarantee (BG) issued by Public/Private sector Bank excluding Allahabad Bank favoring Allahabad Bank, payable at Kolkata.

5 Bid Form as per Annexure-II. 6 Certificate of incorporation 7 Audited Balance Sheet and Profit & Loss statement for last three year

(2014-15, 15-16 and 16-17).

8 Undertaking from bidder for Non blacklisting. 9 Proof of Past Experience - copy of Purchase Order and Installation

report duly signed by customer with company seal / Customer satisfaction certificate

10 PROJECT REFERENCE as per Annexure-XIII 11 Detail of Offices (Annexure-XI) 12 List of Engineers along with their documents to substantiate the

eligibility criteria

13 Certificate from OEM/OSD as per Annexure-XII 14 Technical specifications as per Annexure-IV 15 Masked Indicative commercial bid as per annexure-V. This should be a

replica of the complete Indicative Commercial Offer as per format given in Annexure – V but without indicating the prices.

16 Compliance Statement for Reverse Auction as per Annexure VII 17 UNDERTAKING FOR KNOW YOUR EMPLOYEE (KYE) as per Annexure-IX 18 Declaration for Compliance Cum Technical Deviation Statement as per

Annexure- III

19 Sealed Duplicate Bid Copy 20 Copy of RFP along with Amendments (if any) signed and stamped 21 Product Brochures, leaflets, manuals etc. (If any)

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 57

Page 58: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure-XI

Details of Offices

(To be submitted on the letter head of the bidder)

To:

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

Sir,

We have permanent offices at the following locations across India.

Sl. No Location & Address Contact Person and details

Place:

Date:

Signature: SEAL of Company

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 58

Page 59: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure-XII

OEM CERTIFICATE

To :

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

Dear Sir,

Tender reference No HO/IT & DB/FIG/2017-18/83 dated 22.12.2017, we …………………………… Who are established and reputable manufacturers of…………………………….. do hereby authorize M/s……………………………….. (Name and address of Agent / Dealer) to offer and sell ……………………. Products.

Products quoted shall bear standard manufacturer’s warranty terms and conditions. Warranty support shall be provided to you directly by ………. or any of ………………….. authorized service provider, to be decided by us.

In case……………………….. (Name of the Agent / Dealer), defaults in execution of this tender……………….. will take steps for successful execution of the project pertaining to…………… products as may be mutually agreed between the parties.

Yours faithfully

Signature: SEAL of Company

Place:

Date:

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 59

Page 60: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure-XIII

PROJECT REFERENCE

To :

The Chief Manager-IT,

Allahabad Bank Head Office,2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

SN Project Description

Client Name

Start Date

Commenced Live Date

Project Completion

Date

Client Contact Details (Name, Designation, Tel_ No & e-mail ID)

Signature: SEAL of Company

Place:

Date:

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 60

Page 61: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure-XIV

Non-Disclosure Agreement

THIS AGREEMENT made and entered into at ……..on this the…..day of………20... Between ALLAHABAD BANK, a body corporate constituted under the Banking Companies (Acquisition & Transfer of Undertakings) Act 1970, having its Corporate Office at --------------------------------------------------------------------------------------hereinafter called the “BANK” which term shall wherever the context so require includes its successors and assigns

AND

M/s.……………………………. Limited a company registered under the Companies Act having its registered office at…………………………………….. Hereinafter called the “Vendor” which term shall wherever the context so require includes its successors and assigns, WITNESSETH:

WHEREAS

The Bank is inter alia engaged in the business of banking and has been procuring hardware/software for various banking operations.

M/s. Limited has been engaged in the business of ……………………………………………………………………………

The parties intend to engage in discussions and negotiations concerning establishment of business relationship between them. In the course of discussions and negotiations, it is anticipated that the parties may disclose or deliver to the other certain or some of its trade secrets or confidential or proprietor information for the purpose of business relationship.

NOW THERFORE THIS AGREEMENT WITNESSETH and it is hereby agreed by and between the parties hereto as follows:

1. Confidential information

"Confidential Information" means and includes all data, documents and information disclosed or to be disclosed by either Party to other Party and its Representatives (as defined herein) (including information transmitted in written, electronic, magnetic or other form and also information transmitted orally or visually) and any and all information, in whole or in part, directly or indirectly, from such information including all notes, summaries, analyses, compilations and other writings. Confidential information shall include any copy, abstract, extract, sample, note or module thereof and electronic material or records.

“Receiving Party” may use the information solely for and in connection with the Purpose.

"Disclosing Party" means party who discloses Confidential Information.

2. Use of Confidential Information

Each party agrees not to use the other’s confidential information for any purpose other than for the specific purpose. Any other use of such confidential information by any party shall be

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 61

Page 62: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

made only upon the prior written consent from the authorized representative of the other party or pursuant to subsequent agreement between the Parties hereto.

The receiving party shall not commercially use or disclose for commercial purpose any confidential information or any materials derived therefrom, to any other person or entity other than persons in the direct employment of the Receiving Party who have a need to access to and knowledge of the confidential information solely for the purpose authorized above. The Receiving Party may disclose confidential information to consultants only if the consultant has executed non-disclosure agreement with the Receiving Party that contains terms and conditions that are no less restrictive than these and such consultant should also be liable to the original disclosing party for any unauthorized use or disclosure. The Receiving party shall take appropriate measures by instruction and written agreement prior to disclosure to such employees to assure against unauthorized use or disclosure. The Receiving Party agrees to notify the Disclosing Party immediately if it learns of any use or disclosure of the Disclosing party’s confidential information in violation of the terms of this Agreement.

Neither party shall make news release, public announcements, give interviews, issue or publish advertisements or Agreement, the contents/provisions thereof, other information relating to this agreement, the purpose, the Confidential information or other matter of this agreement, without the prior written approval of the other party.

3. Exemptions

The obligations imposed upon either party herein shall not apply to information, technical data or know how whether or not designated as confidential, that:

•Is already known to the Receiving party at the time of the disclosure without an obligation of confidentiality.

•Is or becomes publicly known through no unauthorized act of the Receiving party. •Is rightfully received from a third party without restriction and without breach of this

agreement. •Is independently developed by the Receiving party without use of the other party’s

Confidential Information and is so documented. •Is disclosed without similar restrictions to a third party by the Party owning the confidential

information. •Is approved for release by written authorization of the disclosing party; or •Is required to be disclosed pursuant to any applicable laws or regulations or any order of a

court or a governmental body; provided, however that the Receiving party shall first have given notice to the Disclosing Party an made a reasonable effort to obtain a protective order requiring that the confidential information and / or documents so disclosed used only for the purposes for which the order was issued.

4. Term

This agreement shall be effective from the date of the execution of this agreement and shall continue till expiration or termination of this agreement due to cessation of the business relationship between the parties. Upon expiration or termination as contemplated herein the Receiving party shall immediately cease any or all disclosures or uses of confidential information and at the request of the disclosing party, the receiving party shall promptly return or destroy

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 62

Page 63: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

all written, graphic or other tangible forms of the confidential information and all copies, abstracts, extracts, samples, note or modules thereof.

The obligations of the receiving party respecting disclosure and confidentiality shall continue to be binding and applicable without limit until such information enters the public domain.

5. Title and Proprietary Rights

Notwithstanding the disclosure of any confidential information by the Bank to the Vendor, the Bank shall retain title and all intellectual property and proprietary rights in the confidential information. No license under any trademark, patent or copyright or application for same which are or thereafter may be obtained by the Vendor is either granted or implied by the conveying of confidential information.

6. Return of Confidential Information

Upon written demand of the disclosing party, the receiving party shall (I) cease using the confidential information (ii) return the confidential information and all copies, abstracts, extracts, samples, note or modules thereof to the disclosing party within seven (7) days after receipt of notice and (iii) upon request of the disclosing party, certify in writing that the receiving party has complied with the obligations set forth in this paragraph.

The Vendor shall not make news releases, public announcements, give interviews, issue or publish advertisements or publicize in any other manner whatsoever in connection with this Agreement, the contents / provisions thereof, other information relating to this Agreement or information received under this Agreement, the Purpose, the Confidential Information or other matter of this Agreement, without the prior written approval of the Bank.

The Vendor shall not reverse-engineer, de-compile, disassemble, or otherwise interfere with any software disclosed hereunder.

7. Remedies

The receiving party acknowledges that if the receiving party fails to comply with any of its obligations hereunder, the disclosing party may suffer immediate, irreparable harm for which monetary damages may not be adequate. The receiving party agrees that, in addition to all other remedies provided at law or in equity, the disclosing party shall be entitled to injunctive relief hereunder.

8. Entire Agreement

This agreement constitutes the entire agreement between the parties relating to the matter discussed herein and supersedes any and all prior oral discussion and/or written correspondence or agreements between the parties. This agreement may be amended or modified only with the mutual written consent of the parties. Neither this agreement nor any rights, benefits and obligations granted hereunder, shall be assignable or otherwise transferable.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 63

Page 64: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

9. Severability

If any provision herein becomes invalid, illegal or unenforceable under any law, the validity, legality and enforceability of the remaining provisions and this agreement shall not be affected or impaired.

10. Indemnity

The Vendor will indemnify the Bank against all actions, proceedings, claims, suits, damages and any other expenses for causes attributable to Vendor in connection with purchase of Hardware/software/goods under this contract. The total liability of the Vendor under the contract will not exceed the total cost of the project.

11. Dispute Resolution Mechanism

In the event of any controversy or dispute regarding the interpretation of any part of this agreement or any matter connected with, arising out of, or incidental to the arrangement incorporated in this agreement, the matter shall be referred to arbitration and the award passed in such arbitration shall be binding on the parties. The arbitral proceeding shall be governed by the provisions of Arbitration and Reconciliation Act 1996 and the place of arbitration shall be Kolkata.

12. Jurisdiction

The parties to this agreement shall submit to the jurisdiction of courts in Kolkata.

13. Governing Laws

The provisions of this agreement shall be governed by the laws of India.

14. Authority to Execute the Contract

Each person executing this Agreement warrants and represents that he or she has the authority to enter into this Agreement on behalf of the party whose name appears below their signature.

In witness whereof, the parties hereto have set their hands through their authorized signatories.

Signature (For and on behalf of) SEAL of Company

BANK …………..

M/s .................

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 64

Page 65: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure-XV

PERFORMANCE SECURITY FORM (BANK GUARANTEE FORMAT)

(ON NON-JUDICIAL STAMP PAPER OF RS.100.00)

Bank Guarantee No. Date:

To :

The Chief Manager-IT,

Allahabad Bank Head Office, 2nd Floor

Department of Information Technology Centre & Digital Banking,

2 N.S. Road, Kolkata 700001.

WHEREAS _________________________ (hereinafter called “the Bidder”) has submitted its bid dated_______ (date of submission of bid) and undertaken for DEPLOYMENT OF END TO END FINANCIAL INCLUSION SOLUTION ON CAPEX MODEL (hereinafter called “goods and services”) in response to Allahabad Bank’s Request for Proposal ( RFP ) Ref. No. : HO/IT & DB/FIG/2017-18/83 dated 22.12.2017.

KNOW ALL PEOPLE by these presents that, WE______________(name of bank) of ____________ (name of country) having our registered office at______________ (address of bank) (hereinafter called “the Bank”) are bound unto ALLAHABAD BANK (hereinafter called “the Purchaser”) in the sum of___________ for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents.

Sealed with the common seal of the said Bank this _____ day of_______ , 20___.

AND WHEREAS we have agreed to give the Bidder a Guarantee.

THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Bidder, up to a total of Rs.____________________________ (Amount of guarantee in words and figures) and we undertake to pay you, upon your first written demand declaring the Bidder 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 ___________20__.

Notwithstanding any other term contained herein

a) this bank guarantee shall be valid only up to _________________ (Insert Guarantee End Date) whereupon it shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 65

Page 66: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

b) The total liability of Bank under this guarantee shall be limited to ..................... (Rupees..................................... ).

Date:

Place:

SEAL Code No. SIGNATURE

NOTE:

1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG

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

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 66

Page 67: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Annexure-XVI

Contract Form

(ON NON-JUDICIAL STAMP PAPER OF RS.100.00)

THIS AGREEMENT made the …………..day of …………………………….., 2018….. Between Allahabad Bank (herein “the Purchaser”) of the one part and ………………….. (Name of Supplier) of …………(City and Country of Suppler) (Herein called “the Supplier”) of the other part:

WHEREAS Allahabad Bank invited bids for “RFP for DEPLOYMENT OF END TO END FINANCIAL INCLUSION SOLUTION ON CAPEX MODEL” and accepted bid from ………………. And finalized …………… as selected vendor for Allahabad Bank for DEPLOYMENT OF END TO END FINANCIAL INCLUSION SOLUTION ON CAPEX MODEL for Allahabad Bank having issued Purchase Order for the same for the sum of ........................... (Contract Price in Words and Figures) (Herein call “the Contract”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

a. RFP including annexure and formats and subsequent addendums and other communications and related documents.

b. The Bid Form and the Technical and Final Commercial Bid submitted by the Supplier;

c. The Schedule of Requirements and Scope of Work;

d. The technical Specifications;

e. The Conditions of Contract;

f. The Purchase Order

3. 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 goods and services and to remedy defects therein in conformity in all respects with the provisions of the contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the

goods and services and the remedying of defects herein, the Contract Price or such other sum to Allahabad Bank, RFP Reference No. HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 67

Page 68: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF …€¦ · annexure viii -format of bank guarantee for bid security ... document (rfp), ... atm switch & npci/uidai etc.

Brief particulars of the goods and services which shall be supplied / provided by the supplier are as under:

Sr No. Solution Particular Description of Solution

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 Allahabad Bank)

In the presence of: ……………………………………………

Signed, Sealed and Delivered by the

Said………………………………………………………………….. (For Bidder’s Corporate Name)

In the presence of: ……………………………………………

RFP for FI Gateway on CAPEX Model HO/IT & DB/FIG/2017-18/83 dated 22.12.2017 68