RFP 012020/FI

Request for Proposal

(RFP) FOR

Supply, Installation, Commission and Maintenance/Technical

Support Of

MicroATM

Uttar Gramin Bank Head Office, Kalambagh Chowk Pincode – 842001

MicroATM

RFP Uttar

TERMS USED ...... 6

INVITATION FOR TENDER OFFERS ...... 7

1. PURPOSE OF RFP ...... 9

2. ROAD MAP FOR MICROATM SOLUTION ...... 11

3. SCOPE OF THE PROJECT ...... 11

PART I INSTRUCTIONS TO BIDDERS ...... 14

1. Two Bid System Tender ...... 14

2. Eligibility Criteria ...... 14

3. Non-transferable Tender ...... 15

4. Soft Copy of Tender document ...... 16

5. Offer validity Period ...... 16

6. Address of Communication ...... 16

7. Pre-Bid Meeting ...... 16

8. Opening of Offers by Uttar Bihar Gramin Bank ...... 17

9. Scrutiny of Offers ...... 18

10. Masked Commercials ...... 18

11. Format for Commercial Bid ...... 19

12. Clarification of Offers ...... 19

13. No Commitment to Accept Lowest or Any Tender ...... 19

14. Documentation ...... 19

15. Submission of Technical Details ...... 19

16. Make, Models & Part numbers of the equipment ...... 20

17. Erasures or Alterations ...... 20

18. Location of Micro ATM Solution Implementation ...... 20

2

RFP Uttar Bihar Gramin Bank 19. Costs & Currency ...... 20

20. Fixed Price ...... 21

21. No Negotiation ...... 21

22. Order Split ...... 21

23. Short-listing of Bidders...... 21

24. Right to Alter Quantities ...... 22

25. Repeat Orders ...... 22

26. Quality Standards ...... 22

27. Earnest Money Deposit ...... 22

28. Manufacturer’s Authorization Form ...... 22

PART II FUNCTIONAL & TECHNICAL SPECIFICATIONS REQUIREMENTS . …23

PART III TERMS & CONDITIONS ...... 24

1. Single Point of Contact ...... 24

2. Contract Period of 5 years ...... 24

3. Support Personnel ...... 24

4. Technical Inspection and Performance Evaluation ...... 24

5. Payment Terms ...... 24

6. PDI ( Pre Dispatch Inspection) ...... 25

7. Delivery, installation & Commissioning ...... 25

8. Completeness of Installation ...... 26

9. Order Cancellation ...... 26

10. Implementation phases ...... 27

11. Acceptance Tests ...... 27

12. Performance Bank Guarantee ...... 27

13. Liquidated Damages ...... 27

14. Hardware (system) Failure ...... 28

15. Annual Maintenance Contract - AMC ...... 28

3

RFP Uttar Bihar Gramin Bank 16. Indemnity ...... 29

17. Publicity...... 29

18. Guarantees ...... 29

19. Amendments to Bidding documents……………………………………………………………………29

20. Insurance…………………………………………………………………………………………………..29

21. Force Majeure ...... 29

22. Resolution of Disputes ...... 29

23. Audit ...... 30

24. Spare Parts ...... 30

25. Penalty for downtime ...... 31

26. Non Disclosure Agreement ...... 32

27. Right to reject Bids………………………………………………………………………………………...32

PART IV BID FORMATS, PRICE SCHEDULES AND OTHER ANNEXURES 33

1. Technical bid ...... 33

2. Part 1: Eligibility Compliance ...... 33

3. Part 2: Technical Compliance ...... 33

4. Part 3: Other Supporting Information ...... 34

ANNEXURE 1 – TENDER OFFER COVER LETTER ...... 35

ANNEXURE 2 – DETAILS OF THE BIDDER ...... 36

ANNEXURE 3- FORMAT FOR TECHNICAL & FUNCTIONAL EVALUATION ...... 37

ANNEXURE 4 – MANUFACTURER’S AUTHORIZATION FORM (MAF) ...... 42

ANNEXURE 5 - DETAILS OF TRACK RECORD (PAST INSTALLATIONS) ...... 43

ANNEXURE 6 (A) - DETAILS OF SERVICE CENTERS ...... 44

ANNEXURE 6 (B) – DETAILS OF LOCATIONS OF BANK’S ZONAL OFFICE FOR MICROATM IMPLEMENTATION ...... 45

4

RFP Uttar Bihar Gramin Bank ANNEXURE 7: BILL OF MATERIALS FOR MICROATM SOLUTION ...... 46

ANNEXURE 8: ESTIMATES ...... 47

ANNEXURE 9: COMMERCIAL FORMAT ...... 48

ANNEXURE 10: PROFORMA OF LETTER FOR COMPLYING WITH TERMS & CONDITIONS OF TENDER...... 49

ANNEXURE 11: CHECK LIST OF DOCUMENTS TO BE SUBMITTED ...... 50

ANNEXURE 12: PROFORMA FOR THE BANK GUARANTEE FOR EARNEST MONEY ...... 52

FORMAT A COMPLIANCE AGREEMENT…………………………………………….54

5

RFP Uttar Bihar Gramin Bank

Terms used

1 Bank Uttar Bihar Gramin Bank 2 FI Financial Inclusion 3 Project Financial Inclusion Project 4 BC Business Correspondent 5 EMD Earnest Money Deposit 6 FI System Financial Inclusion System 7 DC Data Centre 8 DR Disaster Recovery Centre 9 TPS Transaction Processing System for FI 10 SP Service Provider 11 CMS Card Management System 12 EPS Enrollment Processing System 13 FM Facility Management 14 AMC Annual Maintenance Contract 15 Successful The Bidder who has been awarded the contract after completion of Bid bidder process 16 Solution Micro ATMs with biometric FP*-scanner/reader attached with magstrip/chip-based and EMV Card-reader with necessary hardware, software, servers, PCs and middleware, warranty, annual maintenance etc. meeting the standards specified by IBA/IDRBT/UIDAI/RBI/GOI etc. as proposed by the Supplier, all seamlessly integrated to work together on the Banks FI- Gateway over secured network in transmitting the FPs for storage in Bank’s FI Gateway or other Gateway and authentication therein (both biometric and pin based) in providing basic banking services to customers of the Bank as per specifications of the Bank to meet the Technical and Functional requirements of the Bank.

6

RFP Uttar Bihar Gramin Bank

Invitation for Tender offers

Uttar Bihar Gramin Bank, herein after will be referred or mentioned as “The Bank”, invites cost effective solution from eligible bidders for the deployment of biometric enabled handheld device with following features.

1) Micro ATM standards version 1.5.1 of IBA or Latest version compliant 2) Fingerprint, Photograph, demographic data, Mag-strip/ Chip based card, smart card data capturing facility. 3) Capable of Connecting to the server through SIM card using GSM/CDMA or Internet data or through PSTN or through TCP/IP. 4) Inbuilt slot for Smart Card. 5) STQC certified 6) Provided with Magstrip/Chip based swipe/dip card reader 7) Inbuilt Keyboard. 8) Inbuilt Printer/ Printer 9) Micro ATM-Banking Transaction Application (Optional)

Bank propose to deploy these devices in 18 districts of Bihar in which Bank is presently functional, so vendor needs to provide support for installation, commissioning, maintenance, repair, replacement at all the 18 district location with well defined uptime.

The bidder should provide associated hardware & software in connection with the implementation of the overall project.

A complete set of tender documents may be purchased/ downloaded from Bank’s website www.ubgb.in by eligible bidder/s on payment of a non-refundable fee of Rs.1,000/- (Rs. One Thousand only) by demand draft / bankers cheque in favour of Uttar Bihar Gramin Bank and payable at Muzaffarpur.

7

RFP Uttar Bihar Gramin Bank

Important Dates & Information regarding Bid Collection and Submission:

Tender Reference number 012020/FI Price of Tender Copy 1,000/- Date of commencement of sale of tender 01.02.2020 document Last Date of sale of tender document 29.02.2020 Queries to be mailed by e-mail address: [email protected] [email protected]

Pre-Bid meeting with Bidders 19.02.2020 Last Date and Time for receipts of tender 29.02.2020 at 6.00 PM offers Time and Date of Opening of technical 05.03.2020 bids Place of Opening tender offers Uttar Bihar Gramin Head Office, Kalambagh Chowk, Muzaffarpur-842001

Address for Communication As above EMD Rs.2,00,000/- ( Rs. Two lakhs only) Contact Telephone Numbers Phone : 8102913016 8102913605

All tender offers must accompany Earnest Money Deposit (EMD) as specified in this tender document. EMD amount / Bank Guarantee in lieu of the same should not be mixed with Technical Bid. It should be in separate covered envelope.

Tender offers will be opened in the presence of the bidder representatives who choose to attend the opening of tender on the above-specified date, time and place.

Functional and Technical Specifications, Terms and Conditions and various formats and Performa for submitting the tender offer are described in the tender document and Annexures.

General Manager Financial Inclusion Department

8 RFP Uttar Bihar Gramin Bank

Introduction

Uttar Bihar Gramin Bank, a ( herein after referred to as Bank) having it’s Head Office at Sharma Complex, Kalambagh Chowk, Muzaffarpur (Bihar). The Bank has 1032 branches and 14 Regional Offices spread in 18 districts of Bihar. The bank has fine tuned its services to cater to the needs of various sections of society and incorporated the latest technology in banking offering a variety of services. Bank desires to extend banking services to the people in un-banked / under banked areas under the financial inclusion (FI) initiative, thereby reaching the excluded segments.

1. Purpose of RFP Bank intends to extend banking services to the un-banked areas through FI Project. The Bank desires to implement the project through a proven and upgradeable technology. The proposed solution shall include technological solution, technical services, system software and facilities management. The Bank invites complete and technically competitive bids from reputed vendors for providing Micro ATM devices. The project shall include supply, commissioning, installation, up gradation, customization, maintenance and management of the entire implementation through the entire period of contract which will be for a period of 3 years, further renewable if mutually consented & agreed.

The RFP document is not recommendation, offer or invitation to enter into a contract, agreement or any other arrangement, in respect of the services. The provision of the services is subject to observance of selection process and appropriate documentation being agreed between the Bank and any successful vendor as identified by the Bank, after completion of the selection process as detailed in this document.

The RFP document contains statements derived from information that is believed to be true and reliable at the date obtained but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with the Bank in relation to the provision of services. Neither the Bank nor any of its directors, officers, employees, agents, representative, contractors, or advisers gives any representation or warranty (whether oral or written), express or implied as to the accuracy, updating or completeness of any writings, information or statement given or made in this RFP document. Neither the Bank nor any of its directors, officers, employees, agents, representative, contractors, or advisers has carried out or will carry out an independent audit or verification or investigation or due diligence exercise in relation to the contents of any part of the RFP document.

9 RFP Uttar Bihar Gramin Bank

The RFP document is confidential and is not to be disclosed, reproduced, transmitted, or made available by the recipient to any other person. The RFP document is provided to the recipient on the basis of the undertaking of confidentiality given by the Recipient to the Bank. The Bank may update or revise the RFP document or any part of it at any time without assigning any reason. The Recipient accepts that any such revised or amended document will be subject to the same confidentiality undertaking.

The Recipient will not disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent, or other person associated or affiliated in any way with the Bank or any of its customers or suppliers without the prior written consent of the Bank.

The Proposed solution shall be compliant with the current Micro ATM standards and guidelines issued by Government / UIDAI /RBI / IBA / IDRBT /NABARD authorities and/or other statutory authorities from time to time with regard to FI & micro ATMs and shall be capable of upgradation as and when required to meet the statutory and regulatory compliance requirements.

The RFP consists of four parts:

1. Instructions to Bidders 2. Functional & Technical specifications 3. Terms and Conditions 4. Bid formats, Price schedules and other Annexure

10 RFP Uttar Bihar Gramin Bank

2. Road Map for Micro ATM Solution

Bank proposes to implement the Solution in its command areas in a phase manner. The contract period shall be for a period of 3 (Three) years after which Bank may at its discretion extend the contract or take over the implementation or otherwise as will be decided by the bank.

3. Scope of the Project

1. The Bank desires to procure about 432 micro ATM devices in first phase enabled with biometric FP (Finger Print) capturing/reading scanners as well as mag-strip card/CHIP-PIN based Card/EMV Card readers as per the standards & specifications of Micro ATM and Standard track1 – track 2 based magnetic strip card reader as issued by the IBA/IDRBT/UIDAI/RBI/GOI/NABARD with capacity of scanning/reading FPs/Card-details of bank customers for transmitting the FPs for storage & authentication of the said FPs/Card-detail with the Bank’s FI- Gateway over secured network using GPRS/CDMA/Internet/TCP-IP( Ver-4 or Ipv6) connectivity thereby enabling basic banking services to the Bank’s customers through the deployed Micro ATMs at the bank specific locations. Deployment of Micro ATMs for second phase or next phase shall be decided by the Bank in due course.

2. The process of capturing, encoding, encrypting of customer FPs & transmission, maintaining security, in the deployed microATM should be well- integrated, seamless & as per the standard/specification of the Bank’s implemented FI- Gateway Solutions and security norms of the Bank with the capacity of upgradation therein the microATM as released by the Bank from time to time. Requirement for upgradation can also ensure in lieu of regulatory/ Government/UIDAI/IDRBT/IBA/NPCI guidelines, as well.

3. The Micro ATM deployed should be enabled with micro printer for printing receipts of each transaction in English / vernacular language performed as per specifications of the Bank / Micro ATM-standards.

4. The devices / micro ATMs deployed should preferably be enabled with voice prompt to read out amount and type of transactions in English and Vernacular languages

5. Devices/micro ATMs should be capable to communicate/integrate through standard ISO messaging protocol with FI Gateway of the Bank.

6. The above quantity is an indicative number which Bank is expected to install over the next one year or more; Bank may however place orders for lesser or more number depending upon its requirement and performance maintaining standards. 11

RFP Uttar Bihar Gramin Bank

7. A Bidder should supply, install, configure, testing, commission & Annual Maintenance/technical-support microATMs fitted with biometric scanners/Card- readers & micro-printer/inbuilt printer, as per the specifications given in this RFP, including warranty, annual maintenance, required/guaranteed uptime, handholding, system software, etc.

8. Bidder has to provide adequate training and operational guidelines to designated Bank personnel, wherever and whenever required by the Bank.

9. Any application level changes (version change, customization etc.) done in the future at the Micro ATM level should be intimated by the vendor to the Bank. The necessary interface level changes will be done by the Bank through Wipro or other authorized vendors involved in the project.

10. Accessories required, if any, during installation, operationalization, testing, commissioning of the supplied equipments, will be arranged by the Bidder.

11. The Bidder will be required to provide Warranty for 3 years and AMC for additional 2 years (Total period of 5 years) .

12. As per business needs, Bank may shift the micro-ATMs from one location to another during the contract period. The Bidder shall be responsible for Reinstalling / Commissioning of the micro-ATMs at no extra cost.

13. Bidder has to arrange for necessary upgradation in device and device level application, mandated by regulatory requirements and business requirements of the Bank, without any additional charge to the Bank during the warranty period.

14. Vendor shall assist the Bank in identifying potential risks in the devices, remedy of any of the identified risks, develop strategies to measure, monitor and mitigate those risks and implement new controls.

15. Vendor will be responsible to deliver Micro ATM machines to the locations specified by the Bank. Bank will not bear the cost of delivery of Micro ATM machines and other components.

16. Vendor will take due care of the support infrastructure so as not to cause disruptions to services to the customers. The vendor should either repair defective Micro ATM machines or any part or replace within 48 hours from the day of incident reported by Bank (through mail or phone). The vendor has to maintain a buffer stock of 5% of the total purchased Micro ATM machine free of cost at bank’s head office / Regional Office so that replacement of the defective Micro ATM machines can be done immediately to meet the emergent requirements in the field and to continue the bank’s business.

12

RFP Uttar Bihar Gramin Bank

SCOPE OF THE PROJECT (Additional Points)

a) HHTs should be provided along with required SDK software applications related to the same.

b) Bidder has to ensure that the HHT, application software functionalities and any other components, equipment, peripherals involved in implementation of the smart card solution should meet the current guidelines & or standards issued by IDRBT, UIDAI, RBI, IBA, Government authorities (if any) and should continue to comply with any amendments/ changes made to these standards by the above referred authorities, without any additional cost to the Bank.

c) Bidder to ensure that the HHTs devices should be compatible with the bank’s FI gateway / ATM switch applications and get certified from approved vendor at their own cost.

d) Bidder has to ensure that the HHT device/ sensor should be certified by STQC (refer Micro ATM standards version 1.5.1 and any subsequent versions)

e) Bank reserves the right to change the Vendor with one month’s notice to the concerned person.

13

RFP Uttar Bihar Gramin Bank

PART I Instructions to bidders

1. Two Bid System Tender

Bank proposes procurement process for the commercial bid with the technically qualified bidders. Our bid is for Supply, Installation and Maintenance of Micro ATMs. The Technical Bid should be submitted in a sealed envelope by giving full particulars at the Bank’s address given under point 6 of Part I given hereunder, on or before the date given in the schedule of important dates.

The envelope must be super-scribed with the following information:

 Type of Offer - Technical  Tender Reference Number  Due Date  Name of Bidder  Name of the Authorized Person with contact details

All Formats and Annexures should be stamped and signed on all the pages by an authorized official of the bidder’s company.

The bidder will also submit copy of the RFP duly stamped and signed on each page by the authorized official of the bidder’s company.

The Technical bid should be complete in all respects and contain all information asked for, except prices. The TECHNICAL BID should include all items asked for in ANNEXURE-2 “Bidder’s Information”. The Technical bid should not contain any price information. The TECHNICAL BID should be complete to indicate that all products and services asked for are quoted and should give all required information. Format of technical bid is given in RFP point 1 of PART IV.

The envelope will have to be handed over within stipulated time to Head Office of the Bank with an acknowledgement of receipt of the envelopes.

2. Eligibility Criteria

The bidders, who fulfill all the qualifications mentioned in “eligibility criteria” of the tender, will only be eligible for further process i.e. technical evaluation.

2.1 Eligibility of the Bidder

i. The Bidder submitting the offers should be a Registered Company in under the Companies Act, 1956 having minimum net sales turnover of

14

RFP Uttar Bihar Gramin Bank

Rs.1.00 crores per year in the last three financial years i.e 2016-2017, 2017- 2018 and 2018-2019. This must be the individual Company’s turnover and not that of any group of Companies. Copy of the certificate of incorporation should be enclosed as documentary proof.

ii. The Bidder Company should have made profits in the last three financial years i.e 2016-17, 2017-18 and 2018-19. A copy of last three financial years’ relevant audited balance sheets should be submitted with the offer. If the audit of 2018-19 is not yet completed then the provisional balance sheet for the year 2018-2019 should be submitted duly signed by Chartered Accountant & CEO/CFO of the bidder company.

iii. The original manufacturer (OEM) should have ISO 9000 / ISO 9001 certification for Design & manufacturing of Micro ATM device, Necessary certificate should be enclosed.

iv. The Bidder should have a minimum three years of Business Experience of supply & maintenance of Micro ATM enabled with Secured Biometric Scanner/readers enabled with mag-strip and chip Card readers in India. The bidder should have supplied such Micro ATMs in at least 1Public sector Bank/Regional Rural Bank in India during last 1 year and such Micro ATMs should successfully be operated from last 3 months. (Copy / copies of purchase order and reference letters to be enclosed).

v. Bidder should have own / franchisee support service centers with requisite technical support & technical personal to provide prompt and efficient services. This should in particular be available at the rural / semi-urban areas, villages, blocks, districts, cities, zones identified by Bank where the Bidder is required to implement the proposed solution. The bidder should submit list of such support centers across India covering the locations mentioned in the annexure 6 B.

vi. Bidder must comply with guidelines issued by RBI and IBA for the Financial Inclusion Project etc.

vii. The Bidder should not have been blacklisted by any government organization / banks. Self-declaration to that effect should be submitted along with the technical bid.

3. Non-transferable Tender

This tender document is not transferable. Only the bidder, who has purchased this tender form, is entitled to quote.

15

RFP Uttar Bihar Gramin Bank

4. Soft Copy of Tender document

The soft copy of the tender document will be made available on the bank’s website. However Uttar Bihar Gramin Bank shall not be held responsible in any way, for any errors / omissions / mistakes in the downloaded copy. The bidder is advised to check the contents of the downloaded copy for correctness against the printed copy of the tender document. The printed copy of the tender document shall be treated as correct and final, in case of any errors in soft copy.

The bidders who are submitting the bid by downloading from the Bank’s website will have to pay the non-refundable fee of Rs.1,000/- (Rs. One Thousand Only) by way of demand draft or bankers’ cheque drawn in favour of Uttar Bihar Gramin Bank and payable at Muzaffarpur. The bidders participating in the pre-bid meeting shall pay the tender document fee before attending the pre-bid meeting.

5. Offer validity Period

The offer shall hold good for a period of 180 days from the date of opening of the Commercial bid.

6. Address of Communication

Offers shall be addressed to the office and address given below:

Bank’s address General Manager Financial Inclusion Department Uttar Bihar Gramin Bank Head Office, Kalambagh Chowk, Muzaffarpur – 842001

7. Pre-Bid Meeting

For the purpose of clarification of doubts of the bidders on issues related to this RFP, Uttar Bihar Gramin Bank intends to hold a Pre-Bid meeting on the date and time as indicated in the schedule of important dates given in this RFP. The queries of the bidders should reach in writing or by e-mail on or before the stipulated date and address mentioned in this RFP. It may be noted that no queries of any bidder shall be received or entertained after the Pre-Bid meeting. The clarifications given in the Pre-Bid meeting will be made available on the Bank’s Website www.ubgb.in.

16

RFP Uttar Bihar Gramin Bank

The queries on points / clauses in the RFP document are to be mailed / submitted in specific format only as per following format.

Queries Related to RFP

RFP Micro ATM BIDDERS NAME Sr Page # Point / Main Section Clarification point as Comment / no Section # name stated in tender Suggestions document

The queries that are not on the points / clauses in the RFP document and are general in nature but related to the tender are to be mailed / submitted in specific format only as per following format .

General queries Related to RFP

RFP Micro ATM

BIDDERS NAME Sr. No. General Query related to RFP Comment / Suggestions

Queries submitted in any other format will not be entertained by the Bank.

Only the authorized representatives, not exceeding two members, of the bidders who have purchased the RFP will be allowed to attend the Pre-Bid meeting.

8. Opening of Offers by Uttar Bihar Gramin Bank

Tender offers received within the prescribed closing date and time will be opened in the presence of bidders’ representatives who choose to attend the opening of the tender on the specified date and time as mentioned earlier in the tender document. The bidder’s representatives present shall sign a register of attendance and minutes and they should be authorized by their respective companies to do so. A copy of the authorization letter should be brought for verification.

17

RFP Uttar Bihar Gramin Bank

9. Scrutiny of Offers

Scrutiny of Bids will be in three stages as under:

a) Eligibility Criteria :

Uttar Bihar Gramin Bank will first scrutinize the eligibility of the bidders as per “eligibility criteria” mentioned in point no. 2 of PART I of the RFP based on the documents submitted. The offers of the bidders who fulfill the above eligibility criteria will be taken up for further scrutiny i.e. technical evaluation.

b) Technical evaluation:

Uttar Bihar Gramin Bank will scrutinize the offers and will determine whether the technical specifications along with documents have been furnished as per RFP and whether items are quoted as per the schedules. The bidders who qualify in technical evaluation will only be short listed for commercial evaluation. The format for technical evaluation is enclosed in ANNEXURE 3. The technical evaluation will be done on the basis of the information provided in this format along with supporting documents. c) Commercial evaluation :

Uttar Bihar Gramin Bank will open and scrutinize the commercial offers of the technically qualified bidders only. The Commercial bids will have to be submitted in the format as per Annexure –9. Commercial bids should not have any alteration or overwriting. The bank may reject or load the financial implication of any alteration, if found into the commercial bid submitted by the respective bidder. The calculation arrived by the Bank will be final and will be binding on the bidders. If any cost items in the commercial bid is found to be blank and not filled with any amount then it shall be considered as zero and the same will be offered to the Bank free of any charges.

Uttar Bihar Gramin Bank will consider the three years TCO (Total Cost of Ownership) for the purpose of price comparisons given by the vendors on the figures in the Schedule IV of Annexure 9. Only the details of Schedule-IV will be read subject to verification after opening of commercial bids.

Three Years TCO = {Cost of Equipment of all items as per schedule I + schedule II (as per Cost & Currency clause) + Two year post warranty AMC charges (As per AMC clause) schedule III }

10. Masked Commercials:

The bidder should submit a copy of the actual price bid being submitted to the bank by masking the actual prices as part of technical bid. This is mandatory. The bidder may be disqualified if it is not submitted

18

RFP Uttar Bihar Gramin Bank

11. Format for Commercial Bid

The Commercial bid must not contradict the Technical bid in any way. The suggested format for submission of Commercial bid is as follows:

1. Index 2. Covering letter 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure H). This must contain all price information, including AMC details. 4. A statement that the bidder agrees with Payment terms given in the tender.

The bidder must quote for ALL the items mentioned in schedules I, II and AMC Charges (schedule III) and also fill up the TCO for L1 (Schedule IV)

12. Clarification of Offers

To assist in the scrutiny, evaluation and comparison of offers, Uttar Bihar Gramin Bank may, at its discretion, ask some or all bidders for clarification of their offer. The request for such clarifications and the response will necessarily be in writing.

13. No Commitment to Accept Lowest or Any Tender

Uttar Bihar Gramin Bank shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete offers, without assigning any reason whatsoever. Uttar Bihar Gramin Bank reserves the right to make any changes in the terms and conditions of purchase. Uttar Bihar Gramin Bank will not be obliged to meet and have discussions with any bidder, and or to listen to any representations.

14. Documentation

The following information should be furnished along with the Technical bid by means of printed technical brochures.  Make and model numbers of all the items quoted for.  Specifications of all items asked along with technical specifications table.  Version number in case of software packages. It is necessary to indicate if the software requires any particular version of the operating system for compatibility.

15. Submission of Technical Details

It is mandatory to provide the technical details in the exact format of Technical Details column given in the technical specifications. The offer may not be evaluated by Uttar Bihar Gramin Bank in case of non-adherence to the format or non- submission / partial submission of technical details as per the format given in ANNEXURE 3. Uttar Bihar Gramin Bank will not allow/permit changes in the

19

RFP Uttar Bihar Gramin Bank

technical specifications once it is submitted. The relevant product information, brand and model number offered, printed product brochure, technical specification sheets etc. should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification. (Please refer to the suggested checklist given in this document)

16. Make, Models & Part numbers of the equipment

It is mandatory to provide make, model and part number of all equipment and their subcomponents as asked in the technical specification. The offer may not be evaluated and / or will be liable for rejection in case of non-submission or partial submission of make, model and part numbers of the items offered. Please note that substituting this information by just brand name is not enough.

17. Erasures or Alterations

The offers containing erasures or alterations will not be considered. There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled up. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as “OK”, “accepted”, “noted”, “as given in brochure/manual” is not acceptable. Uttar Bihar Gramin Bank may treat offers not adhering to these guidelines as unacceptable.

Uttar Bihar Gramin Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in an offer. This shall be binding on all bidders and Uttar Bihar Gramin Bank reserves the right for such waivers

18. Location of Micro ATM Solution Implementation

This tender is being floated by the Head office of Uttar Bihar Gramin Bank. The handheld device and other items being procured through this tender shall be installed and commissioned by the successful bidder at various locations of Uttar Bihar Gramin Bank details of which are mentioned in Annexure 6(C).

19. Costs & Currency

The offer must be made in Indian Rupees only, and price quoted must include the following cost components.

1. Cost of the equipment 2. Installation and commissioning charges, if any, 3. Minimum of three-year comprehensive on-site warranty covering all parts & labour. This period will start from the date of acceptance of maximum installations by Uttar Bihar Gramin Bank. 4. Two years post warranty AMC. 5. Transportation and Forwarding charges to the site.

20

RFP Uttar Bihar Gramin Bank

6. In addition to transit insurance normal electronic equipment insurance should be available up to installation or up to 30 days from date of delivery whichever is earlier. 7. All taxes and levies including GST, VAT, Octroi, LBT, etc.

20. Fixed Price

The offer price shall be on a fixed price basis, inclusive of all taxes and levies as mentioned above. No price variation relating to increases in customs duty, excise tax, Service tax, GST currency exchange rate fluctuation etc. will be permitted.

21. No Negotiation

It is absolutely essential for the bidders to quote the lowest price at the time of submitting the offer during auction in their own interest, as the final selection of L1 vendor would be on the basis of TCO.

22. Order Split

With a view to reducing the risks of delay in the project implementation, Bank reserves the right to split the order on the lowest rates approximately in the ratio of 60:40 between the bidders offering the lowest TCO (L1) and the bidder offering the second lowest total price (L2) provided the difference in total price between L1 and L2 is less than or equal to 10 percent.

However, the Purchase Order (P.O.) for L2 will only be at the rate offered by L1. If L2 do not accept the purchase order in writing within 5 working days, then purchase order will stand automatically cancelled.

L2, in the event of splitting of order are required to match their prices with L1. Under any circumstances, the splitting of order will not be between more than 2 vendors. Bank reserves the right to decide on the splitting of order.

Splitting will be done on a whole branch / region basis so that no two bidders will be required to share any order in one branch / region and as such the order may not be exactly split in the proportion mentioned.

23. Short-listing of Bidders

Uttar Bihar Gramin Bank will create a short-list of technically qualifying bidders and the Commercial bids of only these bidders will be opened

21

RFP Uttar Bihar Gramin Bank

24. Right to Alter Quantities

Uttar Bihar Gramin Bank reserves the right to alter the proposed quantities MicroATM devices specified in the tender.

25. Repeat Orders

Uttar Bihar Gramin Bank reserves the right to place repeat order/s on the bidder under the same terms and conditions during the period of contract at mutually agreed rates subject to a cap of 10 percent for downward variation of the rates for the repeat orders.

26. Quality Standards

Uttar Bihar Gramin Bank is looking for well-proven branded products, which is volume produced and are used by a large number of users in India/Abroad. All products quoted should be associated with specific model numbers and names and with printed literature describing configuration and functionality. Any deviations from the printed specifications should be clearly identified in a separate Annexure titled ‘Deviations’ which must be supplied by the bidder along with the offer document.

27. Earnest Money Deposit

Bidders are required to give a Demand Draft drawn in favor of Uttar Bihar Gramin Bank and payable at Muzaffarpur, (valid for 180 days from the due date of the tender) for Rs.2.00 lakhs (Rupees Two Lakhs only) as Earnest Money Deposit (EMD) along with their offer. Offers made without EMD will be rejected. Uttar Bihar Gramin Bank will not pay any interest on the E.M.D. The Bank may accept Bank Guarantee in lieu of EMD for an equivalent amount issued by any Public Sector Bank other than Uttar Bihar Gramin Bank or any scheduled commercial bank acceptable to Uttar Bihar Gramin Bank. In case of Bank Guarantee from other than Public sector banks, prior permission of Uttar Bihar Gramin Bank is essential. The BG should be valid for 6 months from the date of submission of the offer. The format of BG is given vide Annexure 12.

28. Manufacturer’s Authorization Form

Bidder, other than sole agents in India of the manufacturers, must submit a letter of authority from their manufacturers that they have been authorized to quote on behalf of the manufacturer. Authorization from authorized distributors / dealers for software items is acceptable.

22

RFP UTTAR BIHAR GRAMIN BANK

PART II FUNCTIONAL & TECHNICAL SPECIFICATIONS REQUIREMENTS

All equipments required for MicroATM Solution execution are to be provided by the bidder and Bank will not own or purchase this equipments.

The number of branches which can handle MicroATM device would be decided by the Bank as per the Banks road map.

The following hardware, software and other equipment’s are required for MicroATM Solution

MicroATM Devices & other peripheral

 MicroATM Devices with operating system  Printers/ Inbuilt Printers  Biometric Scanner  Smart Card reader  Mag-strip/ Chip based Card Reader  Camera  SAM card ( Provision For SAM Card)  SIM card ( Provision for SIM Card)

Detailed technical and functional specifications of the Hand-Held devices and other peripherals are provided in ANNEXURE 3 OF PART IV

23

RFP UTTAR BIHAR GRAMIN BANK

PART III TERMS & CONDITIONS

1. Single Point of Contact

The bidder shall submit a be single point of contact to provide and implement the MicroATM solution to the Bank. It shall be the responsibility of the successful bidder to provide all services including technology services. The names of the parties and technology partners shall be informed to the Bank as a part of technical bid and shall obtain approval of Bank as and when there is a change.

2. Contract Period of 3 years:

The bidder should commit to provide services for implementation / rolling-out / support / maintenance of proposed Micro ATM Solution for a minimum period of 3 years. A certificate to this effect should form a part of the Technical proposal.

3. Support Personnel

In addition to the regular support centers, the bidder should provide one contact person either own employee or through franchisee for each regional office of Uttar Bihar Gramin Bank at the cities listed in ANNEXURE 6 (B).

4. Technical Inspection and Performance Evaluation

Uttar Bihar Gramin Bank reserves its right to carry out a technical inspection and performance evaluation (bench-marking) of machines offered by bidder/s.

5. Payment Terms

Uttar Bihar Gramin Bank will make payment as follows:

1. 90 % of the order value will be paid on completion of installation and commissioning at the sites and acceptance of all equipment ordered. Bank will make this payment 30 days after configuration and acceptance of the installation at the respective site. At this stage, the bank guarantee given to the bank will be returned to Vendor.

2. 9% of the balance would be retained by the bank till the warranty period or will be paid against a Performance Bank Guarantee (as per the format prescribed by Bank) for the equivalent amount valid for the warranty period.

3. 1% of the amount would be given only after the completion of warranty period of the hardware. In case of deficiency in service observed during the warranty period, the applicable penalty at appropriate rate shall be deducted out of this amount held with the Bank and the balance shall be returned after the completion of the warranty period.

24

RFP UTTAR BIHAR GRAMIN BANK

4. Payment will be processed and released centrally.

However, the invoices / bills produced to Bank should be for the full value i.e. 100%, of the order value of the Hardware and Software, in respect of the individual branches / offices. 6. PDI ( Pre Dispatch Inspection)

Uttar Bihar Gramin Bank and/or its nominated consultants will carry out factory/pre- dispatch inspection of all the equipment before the dispatch to Uttar Bihar Gramin Bank.

Bidder shall inform its readiness for the factory inspection at least 5 days in advance. Factory inspection of the equipment to be supplied to Uttar Bihar Gramin Bank will be carried out at bidder’s factory/site located in India only. There shall not be any additional charges for such inspection. However, Uttar Bihar Gramin Bank will have the discretion to recover the costs related to travel and stay of its staff / consultants from bidder if the equipment offered for inspection is not as per Uttar Bihar Gramin Bank’s order or the bidder does not comply with the test and inspection procedures. It is expected that the equipment should be ready for inspection within 4 weeks from the date of placing the order. Only inspected and duly sealed equipments should be dispatched to the locations, otherwise those are liable for rejection at the bidders’ cost.

7. Delivery, installation & Commissioning :

The Bidder shall be responsible for delivery and installation of the equipment ordered at all the sites and for making them fully operational at no extra charge within 8 weeks of receiving the purchase order. The signing authority will be Branch Manager or Officer at the branch / office.

If the bidder fails to deliver and/or install all the equipment ordered within the stipulated time schedule or by the date extended by Uttar Bihar Gramin Bank, it will be considered a breach of contract. In the event of Uttar Bihar Gramin Bank agreeing to extend the date of delivery at the request of bidder, it is a condition precedent that the validity of Bank guarantee shall be extended by further period as required by Uttar Bihar Gramin Bank before the expiry of the original bank guarantee.

Appropriate insurance shall be provided by the bidder to cover the equipment for the transit period and till acceptance of hardware by the Bank. The copy of the Insurance Policy should be submitted to the Bank after PDI at the discretion of Uttar Bihar Gramin Bank, there will be an acceptance test conducted by the bidder in presence of Uttar Bihar Gramin Bank officials and/or its nominated consultants after installation of complete equipment. In case of serious discrepancy in hardware/software supplied, Uttar Bihar Gramin Bank may cancel the entire purchase order and return the equipment back to the bidder at bidder’s costs and risks. 25

RFP UTTAR BIHAR GRAMIN BANK

8. Completeness of Installation

The installation will be deemed as incomplete if any component of the hardware, software, etc., or any documentation/media is not delivered or is delivered but not installed and/or not operational or not acceptable to Uttar Bihar Gramin Bank after acceptance testing/examination.

In such an event, the supply & installation will be termed as incomplete and it will not be accepted and warranty period will not commence. The entire site will be accepted after complete commissioning of equipment and satisfactory working of the entire equipment for a minimum period of 10 days.

9. Order Cancellation

Uttar Bihar Gramin Bank reserves its right to cancel the order in the event of one or more of the following situations:

1. Delay in installation beyond 8 weeks from the date of purchase order.

2. Serious discrepancy in specifications of Micro ATMs.

In addition to the cancellation of purchase order, Uttar Bihar Gramin Bank reserves the right to appropriate the damages from the earnest money deposit (EMD) given by the bidder or foreclose the Bank Guarantee given in lieu of EMD and / or foreclose the Bank Guarantee given by the supplier against the advance payment.

The Bank will provide the selected vendor a remedy period of 90 days to rectify a default or given situation. The Bank will provide in writing the nature of the default to the selected vendor through a letter or mail correspondence. The 90 day time period will commence from the day the Bank has sent such correspondence to the selected vendor.

The Bank reserves its right to cancel the order in the event of one or more of the following situations, that are not occasioned due to reasons solely and directly attributable to the Bank alone: i. Delay in implementation beyond the specified period that is agreed in the contract that will be signed with the successful vendor. ii. Discrepancy in the quality of service / security expected during the implementation, rollout and subsequent maintenance process. iii. The amount of penalties has exceeded the overall cap of 5% of the total purchase order value inclusive of all taxes, duties, levies etc. iv. Failure of the vendor make good the situation within the remedy period v. The selected vendor commits a breach of any of the terms and conditions of the RFP / contract. vi. The selected vendor becomes insolvent or goes into liquidation voluntarily or otherwise vii. An attachment is levied or continues to be levied for a period of 7 days upon effects of the tender.

26

RFP UTTAR BIHAR GRAMIN BANK

In case of order cancellation, any payments made by the Bank to the Vendor would necessarily have to be returned to the Bank with interest @ 15% per annum from the date of each such payment. These payments to be returned would refer to those deliverables that will have to be reversed or redone post the termination of the vendor.

10. Implementation phases

The project implementation is proposed to be as follows: a. Pilot run & Solution UAT (User Acceptance Test)

In view of the stringent timelines, the successful bidder should commence the work immediately after placing the order. The pilot run for 5 branches should commence within 4 weeks of placing the order. During the pilot run, various functionalities and deliverables would be verified and necessary benchmarking would be done. The User Acceptance Test would also be done during the pilot run as per the details provided in clause no. 8 of Part III of the RFP.

11. Acceptance Tests

At the discretion of the Bank, acceptance test will be conducted in the presence of the officials of Uttar Bihar Gramin Bank and / or its nominated consultants. The tests will check for trouble-free operation of the complete system for ten consecutive days apart from physical verification and testing. It will be the bidder / vendor’s responsibility to facilitate the acceptance test. There shall not be any additional charges payable by Uttar Bihar Gramin Bank for carrying out this acceptance test.

12. Performance Bank Guarantee

The successful bidder shall submit performance Bank Guarantee at the time of singing of contract to the tune of 10% of TCO value covering the period of contract.

13. Liquidated Damages

If the successful bidder fails to deliver any or all of the Products or perform the Services within the time period(s) specified in the Contract, the Bank may, without prejudice to its other remedies under the Contract, and unless otherwise extension of time is agreed upon without the application of Liquidated Damages, deduct from the Contract Price, as liquidated damages, a sum equivalent to 1 percent per week or part thereof of (If the delay period is more than 3 days, it will be treated as one full week)contract price subject to maximum deduction of 10% of the total contract price, i.e. TCO. Such liquidated damages will be calculated location wise (each village will be deemed as a location) for each week or part thereof of delay, until actual delivery or performance. 27

RFP UTTAR BIHAR GRAMIN BANK

The liquidated damages are pre-estimates of the loss or damage that may be sustained by Uttar Bihar Gramin Bank. Once the maximum deduction is reached, the Bank may consider termination of the Contract

14. Hardware (system) Failure

Any equipment having a hardware failure on four or more occasions in a quarter shall be replaced by equivalent new equipment by the bidder and that should be informed to the Bank.

15. Annual Maintenance Contract - AMC

The bidder should provide post warranty AMC services @ 4% p.a. on the cost of Hardware. The cost of 4% annual AMC will be loaded to the cost for arriving TCO & L1.

The bidder must give commitment to provide comprehensive onsite maintenance at the rates quoted as above for three years from the date of expiry of warranty. Bidders are expected to maintain the equipment supplied for at least Five years from the date of acceptance by Uttar Bihar Gramin Bank.

Uttar Bihar Gramin Bank will pay AMC Charges in Indian Rupees at the end of each quarter for every quarter.

The selected bidder shall submit performance Bank Guarantee at the time of signing of contract to the tune of 9 % of contract value covering three years period of warranty.

Before expiry of warranty period, the bidder shall submit Bank Guarantee equivalent to Annual Maintenance Charges i.e. 4% of the cost of Hardware and Software. This Bank Guarantee shall be valid for the entire period of AMC.

On expiry of the warranty period, it would be the Bank’s discretion to award the A.M.C. to the bidder of Bank’s choice.

During the warranty period and during the subsequent AMC period, the bidder would be required to maintain adequate spares/consumables locally to ensure prompt attendance to faults.

During warranty period all parts developing defects are replaceable at no cost to the Bank.

28

RFP UTTAR BIHAR GRAMIN BANK

16. Indemnity

The successful bidder shall indemnify, protect and save Uttar Bihar Gramin Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the hardware / software / network equipment etc. supplied by him. The successful bidder shall also indemnify, protect and save Uttar Bihar Gramin Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings resulting from any fraudulent or negligent acts or omissions of or misrepresentation by the Business Correspondents.

The successful bidder shall abide by and follow all provisions of labour laws and other legal rules and formalities of respective locations / state in appointment and conducting of the Business Correspondents.

17. Publicity

Any publicity by the bidder in which the name of Uttar Bihar Gramin Bank is used, shall be done only with the explicit written permission of the Bank.

18. Guarantees

Bidder should guarantee that the systems delivered to Uttar Bihar Gramin Bank are in good working condition. In case of software, the bidder should guarantee that the software supplied to Uttar Bihar Gramin Bank is licensed and legally obtained. All hardware and software must be supplied with their original and complete printed documentation.

19. Amendments to Bidding Documents

At any time prior to the last Date and Time for submission of bids, the Bank may, for any reason, modify the Bidding Documents through amendments at the sole discretion of the Bank. All amendments shall be uploaded on the Bank’s websites and will be binding on all who are interested in bidding. In order to provide prospective Bidders a reasonable time to take the amendment if any, into account in preparing their bid, the Bank may, at its discretion, extend the deadline for submission of bids.

20. Insurance

The Handheld terminals supplied under the contract shall be fully insured till delivery at designated places by the bidder against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery. Bank will not be responsible for any loss to bidder on account of non-insurance to any equipment or services. 29

RFP UTTAR BIHAR GRAMIN BANK

21. Force Majeure

The bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that it’s delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. 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 limited to, Acts of God or of public enemy, acts of in their sovereign capacity, acts of war, and acts of Uttar Bihar Gramin Bank either in fires, floods, strikes, lock-outs and freight embargoes.

If a Force Majeure situation arises, the Bidder shall promptly notify Uttar Bihar Gramin Bank in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by Uttar Bihar Gramin Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

In such a case, the time for performance shall be extended by a period not less than the duration of such delay. If the duration of delay continues beyond a period of three months, Uttar Bihar Gramin Bank and the bidder shall hold consultations with each other in an endeavor to find a solution to the problem.

Not withstanding above, the decision of Uttar Bihar Gramin Bank shall be final and binding on the bidder.

22. Resolution of Disputes

Uttar Bihar Gramin Bank and the bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, Uttar Bihar Gramin Bank and the Bidder are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration.

All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by Uttar Bihar Gramin Bank and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The arbitration and reconciliation act 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be Muzaffarpur.

30

RFP UTTAR BIHAR GRAMIN BANK

23. Audit

The Bank has the discretion to conduct audit of entire functioning of the MicroATM solution at a periodicity solely decided by the Bank. The audit will be conducted by either Bank officials or any firm / individual appointed by the Bank for the purpose. The bidder is expected to cooperate, coordinate the conduct and compliance of the audit and its observations. .

24. Spare Parts

Bidder will make the spare parts for the systems available for a minimum period of five years from the time of acceptance of the system. Thereafter, bidder will give at least twelve months notice prior to discontinuation of support services, so that Uttar Bihar Gramin Bank may order its requirements of the spares, if it so desires. If any of the peripherals, components are not available or difficult to procure or the procurement is likely to be delayed for replacement if required, the replacement shall be carried out with state of the art technology equipment of equivalent capacity or higher capacity at no additional charges to Uttar Bihar Gramin Bank

25. Penalty for downtime

Any equipment that is reported to be down by 3.00 p.m. on a given date should be either fully repaired or replaced by temporary substitute (of equivalent configuration) latest by 12 noon on the next day.

In case bidder fails to meet the above standards of maintenance, there will be a penalty in rupees per day as specified in the table below:

Sl. Item Amount in Rs/day 1. Micro ATM 500

The temporary substitute machine or equipment should be replaced by the original machine or equipment duly repaired within a week's time, failing which the above penalty will be imposed for the number of days exceeding one week. The standby machine so provided shall be returned within 10 days time.

During warranty period, the penalty would be recovered from the vendor from the 1% retention amount. If the 1% amount is not sufficient to recover the penalty, the vendor would be liable to pay the penalty amount within a period of 15 days from the date of demand made by the bank through its branches/offices. If the vendor does not make the payment of penalty within the stipulated period, the bank is free to invoke the bank guarantee and recover the amount.

31

RFP UTTAR BIHAR GRAMIN BANK

26. Non Disclosure Agreement

The Vendor shall hold all information about this tender and / or information gathered about the Bank through this process in strict confidence with the same degree of care with which the Vendor protects its own confidential and proprietary information. The vendor shall restrict disclosure of the Information solely to its employees, agents and contractors on a need to know basis and advise those persons of their obligations hereunder with respect to such Information.

To use the Information only as needed for the purpose solely related to this Project; Except for the purpose of execution of this Project, not disclose or otherwise provide such information or knowingly allow anyone else to disclose or otherwise provide such Information.

The Vendor shall not disclose any information to parties not involved in supply of the products and services forming part of this order and disclosure of information to parties not involved in supply of the products and services forming part of this order will be treated as breach of trust and invite legal action. This will also mean termination of the contract and disqualification of the vendor in any future tendering process of the Bank.

27. Right to Reject Bids

Bank reserves the absolute and unconditional right to reject the response to this RFP if it is not in accordance with its requirements and no correspondence will be entertained by the Bank in the matter. The bid is liable to be rejected if :

It is not in conformity with the instructions mentioned in the RFP document. It is not accompanied by the requisite Application Money and Earnest Money Deposit (EMD). It is not properly or duly signed. It is received through Telex / telegram / fax It is received after expiry of the due date and time. It is incomplete including non- furnishing the required documents. It is evasive or contains incorrect information. There is canvassing of any kind. It is submitted anywhere other than the place mentioned in the RFP

32

RFP UTTAR BIHAR GRAMIN BANK

PART IV BID FORMATS, PRICE SCHEDULES AND OTHER ANNEXURES

1. Technical bid

The Technical bid must be made in an organized, structured and neat manner. Brochures / leaflets etc. should not be submitted in loose form. This should be divided into three parts – the first part should contain the documents supporting the eligibility of the vendor to participate in the tendering process as per the eligibility criteria mentioned in the RFP , the second part should contain the technical details of the proposed project and the third part should contain the technical brochures etc.

The technical Bid should be submitted in the following format only:

2. Part 1: Eligibility Compliance

i. Index ii. Covering letter. This should be as per ANNEXURE 1. iii. Details of the bidder, as per ANNEXURE 2. iv. Bidder’s Financial Details (audited balance sheets, annual reports etc.) and other supporting documents, as asked in the tender document v. Compliance of eligibility criteria along with support documents as per point no. 2 of PART I of the RFP. vi. Valid Bank Draft / Bank Guarantee in lieu of EMD (To be submitted in a separate envelope along with the First Copy of Technical Bid.) as per ANNEXURE 12. vii. Details of Past installation, as per ANNEXURE 5. viii. Details of Service centers as per ANNEXURE 6(A)

(The eligibility criteria will be verified based on the compliance table in Annexure 6 duly filled by the bidder along with the supporting documents)

3. Part 2: Technical Compliance

A copy of the technical proposal should be submitted with all the pages properly numbered and with proper table of contents at the beginning of the document for reference. The technical proposal should be filed / bound in such a way that the sections of the proposal could be removed and separated easily. The technical proposal should contain the following:

i. Table of Contents ii. Technical bid with Specifications as given in ANNEXURE 3, complete with all the columns filled in. iii. Delivery and Implementation schedule.

33

RFP UTTAR BIHAR GRAMIN BANK

iv. Manufacturers’ Authorization Form (if applicable) as per ANNEXURE 4. v. Bill of material, as per ANNEXURE 7 vi. Masked Price Bid (without prices). It should be the exact replica of price bid masking the actual price quoted as per annexure 9.

4. Part 3: Other Supporting Information

i. Technical Documentation (Product Brochures, leaflets, manuals etc.). An index of technical documentation submitted with the offer must be enclosed. ii. Any other supporting documents.

Documents required in Technical Bid (Sealed Cover)

1. Check List 2. Supporting documents in respect of eligibility criteria. 3. Bidders Information 4. Acceptance of the General terms and conditions including scope of work 5. Acceptance of Compliance Statement. 6. Document indicating the feature of the product. 7. ISO Certification/ STQC certification/other relevant certifications, if any. 8. Audited balance sheet and profit & loss account statement for 2016-17, 2017- 18 & 2018-19. 9. Bid Earnest Money in the form of Bank Guarantee. 10. Service Support set up details. 11. Performance Statement. 12. Letter of Authorization for granting the person the right to sign the bid and binding the bidder as the constituted attorney of the company. 13. Additional Functionalities 14. Signed copy of the RFP document (each page signed with seal).

Reg.: Our bid for Supply, Installation and Maintenance of Hand Held terminals and its System Software in Uttar Bihar Gramin Bank

34

RFP UTTAR BIHAR GRAMIN BANK

ANNEXURE 1 – TENDER OFFER COVER LETTER

Date: 2020

Tender Reference No.:

To: The General Manager, Financial Inclusion Department, Uttar Bihar Gramin Bank, Head Office Kalambagh Chowk Muzaffarpur – 842001

Dear Sir,

Having examined the tender documents including all annexures the receipt of which is hereby duly acknowledged, we, the undersigned, offer to implement MicroATM Solution that includes supply, installation, upgradation, customization, commissioning, maintenance and management in conformity with the said tender documents and specifications.

We understand that the RFP provides generic specifications about all the items and it has not been prepared by keeping in view any specific bidder. If our tender offer is accepted, we undertake to commence implementation of Micro ATM Solution within (Number) days as specified in the Contract the date of receipt of your Notification of Award / Letter of Intent. If our tender offer is accepted and we are selected, we will obtain the guarantee of a bank for a sum equal to 10% of the TCO value for the due performance of the Contract. We agree to abide by this tender offer till 180 days from the date of tender opening and our offer shall remain binding upon us and may be accepted by the Bank any time before the expiration of that period. Until a formal contract is prepared and executed, this tender offer, together with the Bank’s written acceptance thereof and the Bank’s notification of award, shall constitute a binding contract between us. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive. Dated this day of 2020

Signature:

(In the Capacity of :) Duly authorized to sign the tender offer for and on behalf of 35

RFP UTTAR BIHAR GRAMIN BANK

ANNEXURE 2 – DETAILS OF THE BIDDER

Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information.

Sl. Item Details 1. Name of Company 2. Postal Address

3. Telephone/Mobile and Fax numbers

4. Constitution of the Company 5. Name and designation of the person authorized to make commitments to the Uttar Bihar Gramin Bank 6. Email Address Mobile Number Landline Number 7. Year of commencement of Business 8. Turn over of the company (not of group) 2016-17 2017-18 2018-19 9. Profit of the company (not of group) 2016-17 2017-18 2018-19 10. GST Number 11. Income Tax Number 12. Whether direct manufacturer or authorized dealers/agent

36

RFP UTTAR BIHAR GRAMIN BANK

ANNEXURE 3- FORMAT FOR TECHNICAL & FUNCTIONAL EVALUATION

1) HAND HELD DEVICE SPECIFICATION (TECHNICAL)

Sl. Specification Required Offered (Yes/No) 1 Security 2048-bit PKI, 256-bit AES, Base64, SHA-256 for full compliance with Authentication API specifications (9). 2 Must be capable of storing audit trails of at least 1000 transactions. 3 Display: Capable of displaying last 10 transactions without scrolling horizontally. Each transaction must display at least the date, type and amount. 4 Connectivity with Central FI Processing System (FI Server): Provide at least two channels like GSM / GPRS / CDMA, Ethernet (IPV4 and IPV6)and PSTN, Wireless like RF,VSAT etc. 5 Suitable connectors for Console / Serial Port, PSTN / LAN, Power connector, Power adaptor, Battery, in built GSM / GPRS modem, etc 6 Security: 128 bit 3 DES 7 Power Backup: Battery backup of minimum 8 hours operation with 24 hours standby. 8 Power Adapter : AC/DC adapter with power surge 9 Integrated Voice enabled Handheld device– A facility should be provided for voice confirmation of the transaction with option to change language as and when required on the handheld device. 10 Language: should support multiple Indian languages (min 14) including English for printing receipts/reports.

11 Printer: Capable to print transaction status and a mini statement of at least the last 10 transactions. 12 Key Pad : 16 key pad or better 13 Certification : CE mark compliance for EMI, EMC 14 Environment : operating temperature 0 º C to 55 º C 15 The Micro ATM must be fully compliant with extant standards & STQC & other certifications of UIDAI and should upgrade to the changes mandated by UIDAI from time to time. 16 TheMicro ATM must be fully compliant with extant standards & certifications of IBA/IDRBT & RBI and should be robust enough to conform & upgrade to the changes mandated by IBA/IDRBT & RBI from time to time. 37

RFP UTTAR BIHAR GRAMIN BANK 17 The microATM/handheld POS device should be attached/ported with a magnetic stripe swipping Card reader of Standard track1 - track2 for the purpose of providing basic banking services for the concerned Customer who will desire to operate on this microATM with his/her Debit/Credit Card/Rupay Card/Visa-Master Card, etc. 18 The microATM offered/supplied should be capable of hosting multiple applications and should seamlessly interface with the existing Bank’s FI-Gateway solutions. 19 The power supply to microATM should be of Indian Standards. 20 Biometric Scanner Specifications – for details refer A 21 Magstripe reader & PIN pad specifications -for details refer B 22 EMV Level 1 and Level 2 certification or above 23 32 bit Operating System Android 5.1 or better (Android 7.1 recommended)

A . Biometric Scanner Specifications

Parameters Specification Optical/multispectral/capacitance technology

1. If platen area is 15.24 mm x 20.32 mm or more: 1.1 Provisional certificate would be issued without any field testing; 1.2 Final certification would be subject to sensor-extractor meeting <2% FRR in Aadhaar authentication system (at FAR of 0.01%) for which detailed guidelines will be Minimum Platen Area published by STQC. 2. If platen area is 12.8 mm x 16.5 mm or more but less than 15.24 mm x 20.32 mm, certification would be subject to sensor-extractor meeting <2% FRR in Aadhaar authentication system (at FAR of 0.01%) for which detailed guidelines will be published by STQC. Any other Technologies 3. <2% FRR in Aadhaar authentication set up (at FAR of 0.01%) would need to be demonstrated. Detailed guidelines and other requirements specific to the technology will published separately by STQC.

38

RFP Uttar Bihar Gramin Bank Parameters Specification Image quality Must be listed on “IAFIS Certified Product List” posted on https//www.fbibiospecs.org/IAFIS/Default.aspx under “PIV Single Finger Capture Devices” OR

Lab Test conformance report showing compliance to ISO 19794-4 Annexure A OR

any other equivalent conformance report (to be approved for equivalence by expert committee appointed by Competent Authority

 MINEX compliance  Number of Minutiae generated by extractor to be in Extractor Quality conformance to ISO Specification. Tested for at least 12 Minutiae points generated under test conditions. NFIQ Quality Software Inbuilt NFIQ quality software either at device level or extractor level. Resolution Minimum 500 DPI with 5% margin on the lower side

Grey scale/ Image type 8 bit, 256 levels

Extractor & Image ISO 19794-2 for fingerprint minutiae template and ISO Template Standard 19794-4 for Fingerprint Image Template Latent detection Preferable Rugged, minimum IP 54 rating preferable Prefer scratch Platen resistant features Preferred Operating 0 to 45 degree Centigrade Temperature Preferred Storage 0 to 50 degree Centigrade Temperature Preferred Humidity 10 to 90% ESD >= 8Kv Environment, health ROHS certification and safety

Safety UL or IEC60950 compliance

39

RFP Uttar Bihar Gramin Bank

B. Magstripe reader and PIN pad specifications

Parameters Specification EMC compliance FCC class A or equivalent Operating system Vendor needs to declare the compatible operating system environment Connectivity  Standard USB connectivity for PC based application.  Connectivity for POS devices.

Magstripe reader  ISO triple-track 1/2/3, bi-directional, high coercivity

Security  3 DES encryption  TMK/TPK support with all keys remote download capability  UKPT/DUKPT capability PCI-PED for POS  PCI ( Industry) PED (Pin Entry Device) for POS

HAND HELD DEVICE SPECIFICATION (FUNCTIONAL)

Sl. Specification Required Offered (Yes/No) 1 Each handheld device will have a unique terminal ID. 2 Hand-held devices & its peripherals provided by the Bidder should be robust, easy-to-use and reliable. 3 Bidder should maintain the equipments in good condition. The faulty equipments are replaced without delay. Bidder should maintain stocks and spares parts of equipments at support centers.

4 Hand held device should be a single integrated system for BCs, handy and easy to move. 5 The handheld device will have provision for a SAM (secured access module) card. SAM card is used only for the authentication and not for storage. 6 Hand-held devices (Smartcard Scanner / Reader) should be capable to use Contact Smart Cards for customer & BCs authentication

40

RFP Uttar Bihar Gramin Bank 7 Hand held devices should be able to print transaction report slip for customers for all type of transactions immediately. Language for transaction report slip / reports is English /Hindi/ regional language

8 Hand-held devices & its application should support transactions, generation of reports, voice guidance in English, Hindi and regional Indian languages 9 Technical specifications & Functionality of equipments offered should conform to the guidelines if any, issued by Government / RBI / IBA / IDRBT or any other statutory authorities.

10 The device must be certified for Aadhaar authentication as per the certification requirements laid down by UIDAI

11 Device must support “Best Finger Detection” software as per Aadhaar Best Finger Detection

API released by UIDAI 12 The device must be capable of conducting two finger authentication transactions in the same session as laid out on the authentication process documents. 13 As a fallback to biometric authentication, the device must implement the OTP API and OTP authentication capability 14 The device must implement the Aadhaar mobile number update API

41

RFP Uttar Bihar Gramin Bank

Annexure 4 – Manufacturer’s Authorization Form (MAF)

No. dated

TO

Dear Sir,

Tender Reference No.

We who are established and reputable manufactures of having factories at and do hereby authorize M/s (Name and address of Agent/Dealer) to offer their quotation, negotiate and conclude the contract with you against the above invitation for tender offer.

We confirm that our company (as a single unit, not the group) has had a turnover exceeding Rs 1 crores in each of the last three financial years (i.e. 2016-17, 2017-18 and 2018-19). We also confirm that in each of these three financial years, our company has made a profit.

We hereby extend our full guarantee and warranty as per terms and conditions of the tender and the contract for the equipment and services offered against this invitation for tender offer by the above firm.

Yours faithfully, (Name)

for and on behalf of

M/s (Name of manufactures)

Note: This letter of authority should be on the letterhead of the manufacturing concern and should be signed by a competent person of the manufacturer.

42

RFP UTTAR BIHAR GRAMIN BANK

Annexure 5 - Details of Track Record (Past Installations)

Name of the Vendor

Name of the Hand Held Date of Contact Total Client Devices completion of person Order delivery  Name Value as per  Tel. No. contract as well  Fax No. as Actual  Address Make, Qty As per Actual Model, contract

Date: Place:

Bank reserves right to visit the clients mentioned above.

43

RFP UTTAR BIHAR GRAMIN BANK

Annexure 6 (A) - Details of Service Centers

Sl. Place Own or Postal Contact Service Number Franchise Address numbers Facilities of service available engineers (Describe) 1

2 3

44

RFP UTTAR BIHAR GRAMIN BANK

Annexure 6 (B) – Details of Locations of Bank’s Regional Office for MicroATM implementation

SI Place Support Center offered

1 2 3 CHAPRA 4 5 6 GOPALGANJ 7 JHANJHARPUR 8 MADHUBANI 9 10 MUZAFFARPUR 11 12 13 14 SIWAN

45

RFP Uttar Bihar Gramin Bank

Annexure 7: Bill of materials for MicroATM Solution

Item Description Quantity Details 1 Micro ATM 432

2 Banking Transaction 432 Software /Application for Micro ATM

Signature of Bidder

Name:

Place: Date:

46

RFP Uttar Bihar Gramin Bank

ANNEXURE 8: ESTIMATES

Assumptions for Quantities in Estimates:

Sr Particulars Quantity No 1 No of regions to be covered under MicroATM project 14 2 No. of Bank branches involved 393 3 Estimated number of MicroATM device 432

Bank reserves the right to place more orders beyond the quantity mentioned in the Estimates.

47

RFP Uttar Bihar Gramin Bank

ANNEXURE 9: COMMERCIAL FORMAT

Schedule of Items

Schedule I – Hardware

Sr. Item Qty Unit Total No. Rate 1 Micro ATM 432 Total (Schedule-I) inclusive of taxes

Schedule II –System/Application Software ***

Sr.No Description Qty Rate Total 1. Micro ATM -Banking Transactions 432 and other applications as per Micro ATM standards 1.5.1 (IBA /UIDAI / IDRBT / NPCI)- Charges inclusive of support / upgradation for 5 years Total (Schedule-II) inclusive of taxes

*** This is optional item, Bidder has to quote this, bank may or may not procure it, but considered for TCO.

Schedule III – Annual Maintenance Contract Charges for Schedule I – Hardware

 4th year comprehensive on-site AMC charges 2%. [Total cost for Schedule I] =A

 5th year comprehensive on-site AMC charges 2%. [Total cost for Schedule I]=B

 Total AMC for TWO Years = A + B

Schedule –IV - TCO for L1:

For arriving at the TCO, the following table will be considered:

Sr.No Particulars Amount in Actual Rupees 1 Total of Schedule – I (Hardware Items) 2 Total of Schedule – II (Software) 3 Total AMC for Two Years (Schedule - III) 5 TOTAL COST (1+2+3)

48

RFP UTTAR BIHAR GRAMIN BANK

Note: All the Columns in all the above tables of Annexure must be completely filled and should not be blank.

ANNEXURE 10: PROFORMA OF LETTER FOR COMPLYING WITH TERMS & CONDITIONS OF TENDER

Performa of letter to be given by all the vendors participating in the RFP for “Implementation of Micro ATM Solution ” on their official letter-head.

To The General Manager, Financial Inclusion Department, Uttar Bihar Gramin Bank Head Office, Kalambagh Chowk, Muzaffarpur - 842001

Sir,

Sub: RFP- “Implementation of MicroATM Solution”

Further to our proposal dated XXXXXXX, in response to the tender Document (hereinafter referred to as “TENDER DOCUMENT”) issued by Uttar Bihar Gramin Bank (“Bank”) we hereby covenant, warrant and confirm as follows:

We hereby agree to comply with all the terms and conditions / stipulations as contained in the TENDER DOCUMENT and the related addendums and other documents including the changes made to the original tender documents issued by the Bank which shall form a valid and binding part of the aforesaid TENDER DOCUMENT. The Bank is not bound by any other extraneous matters or deviations, even if mentioned by us elsewhere either in our proposal or any subsequent deviations sought by us, whether orally or in writing, and the Bank’s decision not to accept any such extraneous conditions and deviations will be final and binding on us.

Yours faithfully,

Authorized Signatory Designation Vendor’s corporate name

49

RFP UTTAR BIHAR GRAMIN BANK

ANNEXURE 11: CHECK LIST OF DOCUMENTS TO BE SUBMITTED

Eligibility Criteria Compliance for RFP 052013 – Implementation of Micro ATM Project

Eligibility Criteria Complied Sr.No Short Description of Eligibility Criteria Marks Clause No Yes/No (as per RFP) The Bidder submitting the offers should be 5 -10 Crore a Registered Company in India under the = 15 marks Companies Act, 1956 having minimum net sales turnover of Rs.5.00 crores per year in More than the last three financial years i.e 2016- 10 crore = 1 2.1 (i) 25 marks 17,2017-18 and 2018-19. This must be the individual Company’s turnover and not that of any group of Companies. Copy of the certificate of incorporation should be enclosed as documentary proof. The Bidder Company should have made Profit in profits in the last three financial years i.e Last three 2016-17,2017-18 and 2018-19. A consecutive copy of last three financial years’ relevant years = 15 audited balance sheets should be marks

submitted with the offer. If the audit of 2 2.1 (ii) Profit 2018-19 is not yet completed then the consecutive provisional balance sheet for the year in more 2018-2019 should be submitted duly than 3 signed by Chartered Accountant & years=25 CEO/CFO of the bidder company. marks The original manufacturer (OEM) should have ISO 9000 / ISO 9001 certification for 3 2.1 (iii) Design & manufacturing of hand-held device, desktop / laptop, Camera and Servers. Necessary certificate be enclosed. The bidder must be a technology provider who can provide complete solution as per 4 2.1 (iv) Scope of the RFP. Certificate / proof to that effect to be submitted. Bidder should have supplied the MicroATM Supplied in at least one Public Sector Bank and Micro Atm currently supporting / managing the in 1-3 5 2.1 (v) implementation successfully for last 6 PSU/RRB= months. (Copy / copies of purchase order 15 marks Supplied and reference letters to be enclosed). Micro ATM in more than 3 PSU/RRB= 25 marks 50

RFP UTTAR BIHAR GRAMIN BANK

Bidder should have own / franchisee 5 locations support service centers with requisite = 10 marks technical support & technical personal to :6-10 provide prompt and efficient services. This locations = should in particular be available at the rural 15 marks More than / semi-urban areas, villages, blocks, 10 6 2.1 (vi) districts, cities, zones identified by Bank locations = where the Bidder is required to implement 25 marks the proposed Micro ATMs. The bidder should submit list of such support centers across India covering the locations mentioned in the annexure 6 B.

The Bidder should not have been blacklisted by any government organization / banks. Self-declaration to that effect 7 2.1 (vii) should be submitted along with the technical bid.

Bidder must comply with guidelines issued 8 2.1 (viii) by RBI and IBA for the Financial Inclusion Project etc

51

RFP UTTAR BIHAR GRAMIN BANK

ANNEXURE 12: PROFORMA FOR THE BANK GUARANTEE FOR EARNEST MONEY

Guarantee for Payment of Earnest Money/Security Deposit Bank Guarantee no.: Date: Period of Bank Guarantee: Valid upto: Amount of Bank Guarantee: Rs.

To, Uttar Bihar Gramin Bank, Financial Inclusion Department, Kalambagh Chowk, Muzaffarpur 842001.

THIS DEED OF GUARANTEE made at …….. this ………..day of ...... between Bank of ……………………… a banking company having its office at ……………… hereinafter referred to as ‘the Bank’ of the One Part and Uttar Bihar Gramin Bank a New Bank constituted under the Banking Companies (Acquisition & Transfer of Undertakings) Act, 1970 having its Head Office at Kalambagh Chowk, Muzaffarpur 842001, hereinafter called the Beneficiary, of the other Part. a) Whereas the Beneficiary had invited tenders for the Implementation of Micro ATM solution vide tender No dated b) One of the terms of the tender is that bidder are required to give a Demand Draft drawn in favour of beneficiary and payable at Muzaffarpur, (valid for 180 days from the due date of the tender) for Rs 3 lakhs (Rs. Three lakhs only) as Earnest money Deposit (EMD) along with their offer. The Beneficiary may accept Bank Guarantee in lieu of EMD for an equivalent amount issued by any Public Sector Bank, valid for 180 days from the date of issue. c) M/s …………………... hereinafter referred to as the said ‘Contractors’ have given their offer for the Implementation of FI solution to the Beneficiary and the said Contractors are required to deposit the said amount of earnest money (or security deposit) or to furnish bank guarantee. d) At the request of the said M/s...... the Bank has agreed to furnish guarantee for payment of the said amount of earnest money (or security deposit) in the manner hereinafter appearing : NOW THIS DEED WITNESSETH that pursuant to the said tender and in consideration of the premises the Bank doth hereby guarantee to and covenant with the Beneficiary that the Bank shall, whenever called upon by the Beneficiary in writing and without demur and notwithstanding any objection raised by the said Contractor/s, pay to the Beneficiary the said amount of Rs. 3 Lac (Rupees Three lac only) payable by the said Contractor/s under the said Contract. AND IT IS AGREED and declared by the bank that the liability of the Bank to pay the said amount whenever called upon by the Beneficiary shall be

52

RFP UTTAR BIHAR GRAMIN BANK

irrevocable and absolute and the Bank will not be entitled to dispute or inquire into whether the Beneficiary has become entitled to forfeit the said amount as earnest money (or as security deposit) under the terms of the said contract or not and entitled to claim the same or not or whether the said contractors have committed any breach of the said contract or not or whether the Beneficiary is entitled to recover any damages from the said contractors for breach of terms thereof or not.

Any such demand made by the Beneficiary shall be binding and conclusive as regards amount due and payable by the Contractor to the Beneficiary. And the Bank undertakes to pay unconditionally on written demand without demur and the claim of beneficiary shall be conclusive and binding as to the amount specified therein.

AND it is further agreed and declared by the Bank that any waiver of any breach of any term of the said contract or any act of forbearance on the part of the Beneficiary or any time given by the Beneficiary to the contractors for carrying out and completing the work under the said contract or any modifications made in the terms and conditions of the said contract or any other act or omission on the part of the Beneficiary which could have in law the effect of discharging a surety, will not discharge the Bank.

AND it is agreed and declared that this guarantee will remain in force until the time fixed in the said contract for completion of the said work or until the expiration of any extended time for such completion and shall be valid for a period of six months from the date hereof i.e. the guarantee shall be valid upto …… AND it is agreed and declared that this Guarantee will be irrevocable and enforceable even if the contractor’s company goes into liquidation or there is any change in the constitution of the said Company or management of the said Company and shall ensure to the benefit of its successors and assigns and shall be binding on the successors and assigns of the Bank. Not withstanding anything contained herein: d) The liability of the Bank under this Bank Guarantee shall not exceed Rs...... (Rupees ). e) This Bank Guarantee shall be valid up to . f) Bank is liable to pay guaranteed amount or part thereof under this Bank Guarantee only and only if beneficiary serve upon as a written claim or demand on or before (date of expiry of the Guarantee). IN WITNESS WHEREOF the Bank has put is seal the day and year first hereinabove written. Signed, sealed and delivered by Mr./Ms………… For and on behalf of the Guarantor Do so and to affix the seal of the Bank, in the presence of ……….

53

RFP UTTAR BIHAR GRAMIN BANK

FORMAT A - COMPLIANCE AGREEMENT

We communicate our unconditional acceptance to the following terms and conditions of for participating RFP ------.

We acknowledge that we have received, read, understood and agreed to all terms (including payment terms) in the Tender Document no. ------for the Micro ATM Solution held by UTTAR BIHAR GRAMIN BANK.

We agree that we cannot change Price or Quantity or Quality or Delivery terms or Technology & Service levels (or any other terms that impact the price) post the bid event without prior consent of UTTAR BIHAR GRAMIN BANK. 1. We agree that we are deemed to have accepted the auction rules on participation at the bid event. UTTAR BIHAR GRAMIN BANK will make every effort to make the bid process transparent. However, the award decision by UTTAR BIHAR GRAMIN BANK would be final and binding on us. 2. It has brought to our attention that the bid event will be primarily only for price discovery. We have communicated our acceptance to the terms and conditions of RFP ------. 3. We agree not to divulge either our bids or those of other suppliers to any other external party. 4. We agree to non-disclosure of trade information regarding the purchase, part specifications, and identity of UTTAR BIHAR GRAMIN BANK, bid process, bid technology, bid documentation and bid details. UTTAR BIHAR GRAMIN BANK TENDER documents remain the property of UTTAR BIHAR GRAMIN BANK and all suppliers are required to return these documents to UTTAR BIHAR GRAMIN BANK upon request. 5. UTTAR BIHAR GRAMIN BANK’s decision will be final and binding on us and would be based on Strategic Sourcing Evaluation, Current Service Performance, Online Auction Results and Actual Compliance of Agreed Specifications. However, Auction result is a critical factor in the decision-making process. 6. Pseudonyms (aliases) will be assigned to respective suppliers just before the commencement of the bid event. These are not to be disclosed before, during or after the bid event. 7. Splitting of the award decision over a number of suppliers or parts or over time (as in the case of staggered deliveries) will be at UTTAR BIHAR GRAMIN BANK’s discretion. 8. UTTAR BIHAR GRAMIN BANK has the right to decide to extend, reschedule, cancel or re-open the auction. 9. Please note that UTTAR BIHAR GRAMIN BANK may consider debarring a supplier in the event the supplier violates terms and conditions mentioned in this compliance agreement. 10. We have read the UTTAR BIHAR GRAMIN BANK technical specifications & drawings for various products in detail & have agreed to comply with Quality, Technology & Service expectations.

54

RFP UTTAR BIHAR GRAMIN BANK

11. Product specifications offered in technical bid will remain unchanged. No diversification / substitution of products will be entertained.

We agree to have read and understood the Compliance Agreement in its entirety and agree to abide by this Statement.

Name: Stamp:

Designation: Place:

Date:

Organization: Signature:

55