request for proposal for supply and installation of 150 ... · bank of baroda baroda corporate...

44
Bank of Baroda Baroda Corporate Centre, Mumbai Request for Proposal for supply and installation of 150 ATM Enclosures. Transaction Banking Department, Bank of Baroda Page 1 of 44 Request for Proposal For Supply and installation of 150 ATM Enclosures Bank of Baroda Transaction Banking Department 7 th Floor, Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex Bandra (East), Mumbai - 400051 RFP Reference Number: BCC/106/ATM Enclosure/241 Dated : 29-09-2014

Upload: trinhthien

Post on 13-Mar-2019

221 views

Category:

Documents


0 download

TRANSCRIPT

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 1 of 44

Request for Proposal

For

Supply and installation of

150 ATM Enclosures

Bank of Baroda Transaction Banking Department

7th

Floor, Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex

Bandra (East), Mumbai - 400051 RFP Reference Number: BCC/106/ATM Enclosure/241

Dated : 29-09-2014

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 2 of 44

Sr. No Sections Details Page No.

1 Important Dates 3

2 Section 1 Introduction & Disclaimer 4

3 Section 2.2 Lodgment of RFP Submission 5

Section 2.8

Bid Security, Cost of RFP, Performance Bank Guarantee 9

4 Section 3 Evaluation Process 16

5 Section 4 Eligibility Criteria 17

6

Scope of work 18

7 Terms of Execution of work 19

8 Section 5 Payment Terms, Support Services & Miscellaneous Terms/Requirements 20

9 Section 6 Annexures 22

10 Annexure A (Covering Letter) Letter to Bank on Bidder's letter head 22

11 Annexure B Compliance of Eligibility Criteria 23

12 Annexure C Parameters (weightage-wise) for evaluation 25

13 Annexure D List of Banks/organizations 27

14 Annexure E Format of guarantee for Bid Security 28

15 Annexure F Technical /Functional Specifications 30

17 Annexure G Commercial Bid Template 32

18 Annexure H Mandatory information required for pre qualification of bidder 34

19 Annexure I Compliance Certificate 36

20 Annexure J Queries on Eligibility Criteria, Scope of work, Terms & Conditions etc provided 37

21 Annexure K Certificate From Bank’s Branches 38

22 Annexure L Supporting Document to be submitted 39

23 Compliance to RFP terms & conditions 39

24 Reference site details 40

25 Annexure M Design of the prototype ATM enclosure with the dimensions 41

26 Annexure –N : List of Support centres as per Bank’s requirement : 43

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 3 of 44

Important Dates:

# Particulars Date ( Indian Standard Time)

1 Issuance of RFP Document by Bank 29-09-2014 2 Last date of submission of any query / reporting any error 08-10-2014 ,11 AM 3 Pre-bid Meeting 09-10-2014,3 PM 4 Last date of Submission of BIDs 18-10-2014,11 AM

5 Opening of Eligibility & technical Bid 18-10-2014 ,12 Noon

6 Announcement of Technical Qualifiers and Opening of Commercial 20-10-2014,3 PM Bid N.B: The above dates are tentative and subjected to change without any prior notice or intimation. Bidders should check website www.bankofbaroda.com for any changes / addendums to the above dates and/or any other changes to this RFP. Bidders to confirm with Bank the time & venue -1- day prior to any of the above scheduled event.

Important Clarifications: 1. ‘Bank’ means ‘Bank of Baroda’ 2. ‘Vendor’ means the respondent to the RFP document. 3. ‘RFP’ or ‘Tender’ means the Request for Proposal document. 4. ‘Recipient’ or ‘Respondent’ or ‘Bidder’ means to whom the RFP document is issued by the Bank. 5. ‘Offer’ means response to RFP document submitted by Recipient to the Bank This document is meant for the specific use by the Company / person(s) interested to participate in the current

Tendering process. This document in its entirety is subject to Copyright Laws. Bank of Baroda expects the bidders or

any person acting on behalf of the bidders strictly adhere to the instructions given in the document and maintain

confidentiality of information. The bidders shall be held responsible for any misuse of information contained in the

document, and liable to be prosecuted by the Bank In the event that such a circumstance is brought to the notice of

the Bank. By downloading/purchasing the document, the interested party is subject to confidentiality clauses.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 4 of 44

Section – 1 : Introduction and Disclaimer

1. Introduction

This request for proposal document (‘RFP document’ or RFP) has been prepared solely for the purpose of enabling Bank of Baroda (‘Bank’) to select vendor/s for supply, installation and maintenance of 150 ATM enclosures for Bank.

The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or other arrangement in respect of the solutions. The provision of the solutions is subject to appropriate documentation being agreed between the Bank and ultimately the eventual successful biddder.

1.1. Information Provided The RFP document contains statements derived from information believed to be 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 solutions. Neither the Bank nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to the accuracy or completeness of any information or statement given or made in this RFP document. 1.2. Recipients The RFP document is intended for the information of the party (ies) to whom it is issued (“the Recipient” or “the Respondent”) and no other person or organization. 1.3. Confidentiality The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any other party without Bank’s express written permission. 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. The Recipient acknowledges that any such revised or amended document is received subject to the same terms and conditions as this original and subject to the same confidentiality undertaking. 1.4. Disclaimer Subject to any law to the contrary, and to the maximum extent permitted by law, the Bank and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of the Bank or any of its officers, employees, contractors, agents, or advisers.

The Bank and its officers, employees, contractors, agents and advisers disclaim any liability, pecuniary or otherwise that may accrue or arise from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting due to the information contained herein and/or by virtue of copying, adopting, reproducing, any of the material which may be the copyright material or any other Intellectual Property of a third party who may claim ownership of the same. 1.5. Costs Borne by Respondents All costs and expenses incurred by Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to attendance at meetings, discussions, etc. and providing any additional information required by the Bank, shall be borne entirely and exclusively by the

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 5 of 44

Respondent. 1.6. No Legal Relationship No binding legal relationship shall exist between any of the Respondents and the Bank until execution of a contract. 1.7. Recipients’ Obligation to Inform Itself It is the Recipient’s responsibility to conduct any necessary investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information. 1.8. Evaluation of Offers Indicative selection criteria have been specified in Section 4 of this document. However, as a condition of responding, each Recipient acknowledges and accepts that the Bank in its absolute discretion may apply whatever selection criteria it deems appropriate in the selection of the organization. 1.9. Errors and Omissions Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document. Notification should be made to the address found in 2.2 – Requests for Information. 1.10. Acceptance of Terms A Recipient shall, by responding to the Bank with a submission, be deemed to have accepted the terms of this document in totality without any condition whatsoever.

2. Lodgment of RFP

One Set of bid documents (paper copies) containing Eligibility Proposal and Technical Proposal and Commercial proposal (each of these being enclosed in separate sealed envelopes); one (1) electronic copy (Microsoft Office 2003/2007 on CD) and one (1) electronic copy (Adobe .pdf non-editable / password protected on CD) must be supplied to the Bank in master sealed envelope superscripted ATM Enclosure Bid” and addressed to: Assistant General Manager (Transaction Banking) Bank of Baroda

Baroda Sun Tower, 7th

floor C-34, G-Block, Bandra Kurla Complex Bandra (East) MUMBAI - 400 051 Bids submitted anywhere else would be liable for rejection. The bids shall be in two parts viz.

(a) Eligibility Proposal and Technical Proposal; (b) Commercial Proposal.

Eligibility Proposal and Technical Proposal and Commercial Proposal - shall be submitted in separate sealed envelopes superscribing “Eligibility Proposal and Technical Proposal for supply and installation of ATM Enclosures”, and “Commercial proposal for Supply and installation ATM Enclosures” on top of the envelopes containing Eligibility & and Technical compatibility and commercial bid respectively. These separate sealed envelopes should be put together in a master sealed envelope super-scribing “Proposal for Supply and installation of ATM Enclosures”.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 6 of 44

All the Envelopes (inside the Master Envelope) should have the following information:

1. Name of the bidder : 2. Type of offer : Eligibility & Technical compatibility /Commercial 3. Date of submission: Please note that in following cases Bank in its absolute discretion may reject the Bids from the vendor:

a. Submission of Bid after the Time stipulated in this RFP Document. b. Misleading/incomplete information c. Bid submission without bidders Name d. Price information in other than ‘Commercial Bid envelope’. e. Improper Drafts/Banker’s Cheque for RFP Document Fee or EMD. f. Submission of improper/ incomplete Documentation g. Envelopes are not in order as directed in this document h. Bidder is not meeting eligibility/mandatory criterion.

In the following circumstances bank will have discretion to reject the entire bid or accept the bid with some conditions stipulated by bank.

Related parties should not submit more than one bid. In case they do so, both/all bids submitted by related parties are liable to be rejected at any stage at bank’s discretion.

In ALL cases:

Copies of the RFP responses must be submitted before the closing date & time mentioned above. Faxed or emailed copies of any submission are not acceptable and shall be rejected by the Bank. All separate copies of RFP submission and attachments must be provided in sealed envelopes or satchels marked confidential. Only one bid shall be accepted from one vendor. In case vendor is submitting more than one bid all the bids submitted by the vendor shall be disqualified. All pages of the Offers must contain page numbers (in ‘Page No. X of Y’ format), Seal and Signature of the appropriately authorized signatory 2.1.1. Registration of RFP Submission Upon the receipt of a submission, the Bank shall register the RFP response. Incomplete or partial or faulty submissions shall be rejected forthwith. All submissions, including any accompanying documents, shall become the property of the Bank. Hence, submission of response to the RFP shall be deemed as Respondents’ license, and grant all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents. 2.1.2. Late RFP Submission Policy : On-time submission of responses is strongly encouraged and recommended. Tender submissions lodged after the lodgment deadline shall be documented by the Bank and may be considered and evaluated by the evaluation team at the absolute discretion of the Bank. However, the Bank has no obligation to accept or act on any reason for a late Tender response.

The Bank has no liability to any Respondent who lodges a late tender submission for any reason whatsoever

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 7 of 44

including Tender responses taken to be late only because of another condition of responding. After the eligibility cum technical evaluation of the tender, the price bid of only technically qualified bidders (as per the criteria mentioned in RFP) shall be considered for price bid evaluation. The Bank reserves its right to seek and obtain substantiating data from the bidders for verification of the credentials submitted. The Date of opening of Commercial Bid Part shall be advised separately to all technically qualified bidders. Bank may at its discretion, request the shortlisted bidders to give a demonstration of their proposed product at their cost before opening of price bid. This will also be considered as a part of technical evaluation

2.1.3. RFP Submission Validity Period RFP responses must remain valid and open for evaluation, according to their terms, for a period of at least six (6) calendar months from the time of RFP submissions. 2.2. Requests For Information / Clarification : Respondents are required to direct all communications related to this RFP to: Assistant General Manager (Transaction Banking) Bank of Baroda

Baroda Sun Tower, 7th

floor C-34, G-Block, Bandra Kurla Complex Bandra (East) MUMBAI - 400 051 All questions relating to the RFP, technical or otherwise, must be addressed to the above addresses. All queries/clarifications requested must be in writing and should be forwarded by the nominated point of contact of bidder as per the format given in Annexure J only in MS-EXCEL 97-2003 work book format. The queries need to be e-mailed as an attachment to: [email protected]. Bank shall not answer any communication initiated by Respondents later than -2- business day prior to the date of Pre-bid meeting. Bank may in its absolute discretion seek additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent’s response. 2.3. Notification Bank shall notify Respondents in writing (as soon as practicable) if the Respondent’s submission has been rejected. Bank is not obliged to provide any reasons for any such rejection. The final outcome of the RFP shall be communicated orally at the time of opening of commercial bids of short-listed bidders. No separate communication will be issued by the Bank. Evaluation process is a combination of eligibility, technical competence and commercial quote offered by the bidders. Eligibility & technical proposal shall be opened and evaluated first for determining the eligibility of each bidder. Eligibility proposal must contain: 1. Covering letter on the prescribed format as per Annexure-A 2. Eligibility proposal in the prescribed format / template as per Annexure B 3. List of citywise & Bank-wise/ Organisation wise number of ATM Enclosures installed as per Annexure D 4. Supporting documents / certificates etc. as mentioned in this RFP document and mandatory information

as per Annexure H 5. Bid security / EMD in the form of DD/ Bankers’ Cheque in favor of Bank of Baroda drawn at Mumbai/

Bank Guarantee issued by a reputed scheduled commercial Bank in India (other than Bank Of Baroda ) in

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 8 of 44

the format enclosed (Annexure E) and valid for -3- months from the last date of submission of the Commercial bid

6. Bid price in the form of a demand draft/pay order/Bankers’ Cheque issued by a reputed scheduled commercial bank favouring Bank of Baroda, payable at Mumbai, in case the RFP document is not purchased from the Bank but downloaded from the website, then the Demand Draft / Pay order/ banker’s cheque should be included in the eligibility bid. In case of non-payment of this fee, the offers shall not be opened / considered.

Eligibility & Technical bid shall be opened for evaluation of the Eligibility & Technical Criteria stipulated in this RFP document. Non-compliance of even one condition mentioned in Eligibility & Technical criteria will render the bid ineligible. Commercial Proposal shall be opened only for the short-listed bidders who have secured the minimum cut-off mark of 70% score or more in the eligibility cum technical evaluation process. Eligibility cum technical evaluation shall broadly cover the following:

1. Submissions made by bidders in their response to this RFP as per the response template provided.

2. Site visits and demonstration of fulfillment of requirements, features of the ATM Enclosure as given in this RFP to the Bank’s evaluation team. Bank may choose to visit the Bank sites where ATM Enclosure is currently installed.

Thus, Commercial bids shall be opened only for those bidders who secure a minimum of 70% score in eligibility & technical evaluation. The final selection of the vendor shall be based on lowest bid quoted by all technically qualified bidders 2.4. Eligibility & technical Proposal The eligibility & technical Proposal should be complete in all respects and contain all information asked for in this document. It is mandatory to submit the technical details in the prescribed formats duly filled in, along with the offer. The Bank, at its discretion, may not evaluate a bid in case of non-submission or partial submission of technical details. The Technical Proposal must be submitted in an organized and structured manner. No brochures/leaflets etc. should be submitted in loose form. The Eligibility & Technical Proposal should comprise of following: Conformation of Technical Specifications in the prescribed format (Annexure-F)

2.5. Commercial Proposal Commercial proposal should give all the relevant price information. No information should be kept blank. Offer should be in strict conformity with the format as given in Annexure – G Commercial Proposal: 1. The best and firm price should only be quoted (as per the format enclosed) and quoted price should be valid for 3 years 2. The Vendor must quote in Indian Rupees (‘INR’) only. Bids in currencies other than INR would not be considered and the bid will be rejected forthwith. 3. The prices and other terms offered by Vendors must be firm for an acceptance period of 180 days from the last date of opening the commercial bid. 4. The prices quoted by the Vendor shall be inclusive of all taxes, levies, duties, cess, such as CST, Excise and custom duties, VAT, service Tax , installation, transportation to respective sites, and insurance for 15 days from the date of delivery up to date of installation whichever is later. However, the prices shall exclude local taxes like Octroi, entry tax, LBT etc. which shall be payable on actual on producing receipts/proofs and Invoice. The Prices offered should be inclusive of following:

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 9 of 44

a) Cost of the equipment as defined in Annexure G including all central taxes including VAT, duties and levies except local taxes like octroi, entry tax, LBT which shall be paid at actuals) b) Transportation and forwarding charges to respective sites/locations c) Insurance to cover the equipment from date of dispatch till 15 days after delivery at each location or date of installation whichever is later d) Installation & commissioning charges. e) One year comprehensive onsite support & maintenance warranty covering all parts, service, and visits to the concerned branches/locations f) Annual Maintenance Charges for each year over a span of 4 Years (after the warranty – Year 1) covering all parts, service, and visits to the concerned branches (after expiry of one year of comprehensive onsite warranty) should be mentioned separately in the Annexure-G. Service Tax on AMC shall be paid extra by Bank at prevailing rates. Refusal/failure to commit supply of ATM Enclosure as per terms of RFP shall result in disqualification of the vendor from this process as well as future procurements of Bank and also forfeiture of EMD. TCO (Total Cost of ownership) shall be calculated on the basis of all the cash outflows for the five years for the Bank as proposed by the bidder in Annexure G 2.6. Erasures or Alterations Technical details must be completely filled up. All the corrections or alterations, if any, should be authenticated. In the case of the corrections/alteration are not properly authenticated, the offer shall be rejected. There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled up containing correct technical information of the product being offered. Filling up of the forms using terms such as “OK”, “accepted”, “noted”, “as given in brochure/manual” are not acceptable to the Bank. Offers not adhering to these guidelines may not be accepted by the Bank. 2.7. Offer Validity Period The offer shall remain valid for a period of at least 180 days from the date of the submission of offer.

The vendor may modify or withdraw its offer after its submission, provided that written notice of the modification or withdrawal is received by Bank prior to the closing date and time prescribed for submission of offers. No offer can be modified by the vendor, subsequent to the closing date and time for submission of offers.

All the relevant pages of the proposals (except literatures, datasheets and brochures) are to be numbered and be signed by authorized signatory on behalf of the Bidder. The number should be a unique running serial number across the entire document. The bidder has to submit a soft copy of the respective components (Eligibility & Technical and Commercial) of the proposal in CDs/DVDs in the respective sealed folders/envelops in MS Office 2003/2007 format AND Adobe .pdf format. It should be noted that in case of any discrepancy in information submitted by the bidder in hard-copy and soft-copy, the hard-copy shall be given precedence and will form the basis of evaluation and final selection. However, in case of non-submission of any hard copy document, if the same is found submitted in the soft-copy, Bank reserves right to accept the same at its absolute discretion. 2.8. Bid Security, Cost of RFP, Performance Bank Guarantee: 2.8.1. BID SECURITY/Earnest Money Deposit:

1. Bidder shall furnish, as part of its bid, a bid security for an amount of Rs 3,00,000/= (Rupees three Lac Only), in the form of DD/ Bankers’ Cheque in favor of Bank of Baroda drawn at Mumbai / Bank Guarantee issued by a reputed scheduled commercial Bank in India (other than Bank Of Baroda ) in the format

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 10 of 44

enclosed and valid for-3-months from the last date of submission of the Commercial bid Bank Guarantee should be attached (as per the format mentioned in Annexure–E) issued by a scheduled commercial bank favouring Bank of Baroda, Corporate office, Mumbai. a. Bid Security should be enclosed in original with the "Eligibility Bid". b. The successful bidder's bid security shall be discharged upon the bidders signing the contract & furnishing the performance security. Unsuccessful Bidder's bid security shall be returned as promptly as possible, but not later than 30 days after the declaration of the successful bidder. No interest shall be payable on bid security amount. The bid security may be forfeited: i) If a bidder withdraws its bid during the period of bid validity; or ii)In case of a successful bidder, if the bidder fails: a) To sign the Contract within the stipulated time; or b) To furnish Performance Guarantee within the stipulated time and valid till the end of contract period plus three months. 2.8.2. COST OF RFP: A complete set of bidding documents may be purchased / submitted by any of eligible Bidders from this office upon payment of a non refundable fee of Rs. 10,000/- (Rupees Ten Thousand Only), in the form of a Demand Draft / Banker’s Cheque in favour of Bank of Baroda payable at Mumbai. The same is available on our Bank’s website, www.bankofbaroda.com and can be downloaded from the website. In case the Bid document is downloaded from the website, the price of Bidding document shall have to be handed over separately in the form of a non refundable Demand Draft / Banker’s Cheque for Rs. 10,000/- in favour of Bank of Baroda payable at Mumbai at the time of submission of the Bid as part of the eligibility bid.

2.8.3. Performance Bank Guarantee: Successful vendor/s also has/have to furnish a Performance bank guarantee of 10% of the respective total contract value issued by any reputed Scheduled Commercial Bank in India (other than Bank of Baroda) in favour of Bank of Baroda. The Guarantee shall be valid for the entire period of contract. i.e 1+4 years

Performance bank guarantee has to remain valid up to 3 months after the expiry of the contract. In case of extension of contract the successful vendor/s has/have to extend the Bank guarantee for the extended period (exceeding three months of the currency of contract) as per stipulation in the Service level Agreement. In case vendor fails to perform the contract, Bank shall invoke the Bank Performance Guarantee to recover penalty/ liquidated damages and the event of the failure to perform the contract before supplying full or any part of the contracted number of ATM Enclosure the bank may award the contract for the unsupplied number of Units to any one of the remaining bidders in a ratio to be decided by the Bank in its absolute discretion. EMD Money of un-successful bidder/s will be returned on completion of RFP process whereas EMD of successful bidder/s will be returned on submission of the Performance Bank Guarantee. 2.9. General Terms and Conditions

2.9.1. Adherence to Terms and Conditions: The bidders who wish to submit responses to this RFP should note that they should abide by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be disqualified and may not be considered for the selection process.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 11 of 44

2.9.2. Execution of SLA / NDA: The vendor shall execute (a) a Service Level Agreement, which would include all the services and terms and conditions of the services to be extended as detailed herein and any other conditions as may be prescribed by the Bank; and (b) Non-disclosure Agreement. The Vendor shall execute the SLA and NDA within one month from the date of acceptance of Letter of Appointment. The contract shall be executed by the authorized signatory of the Vendor/s. A power of attorney to that effect shall be submitted by the successful bidders.

2.9.3. Other terms and conditions: Bank of Baroda reserves the right to:

1. Bank reserves the right to reject any or all tender/tenders received in response to the RFP with out assigning any reasons whatsoever.

2. Waive or Change any formalities, irregularities, or inconsistencies in proposal format delivery 3. Extend the time for submission of all proposals 4. Select the most responsive bidder (in case no bidder satisfies the eligibility criteria in totality) 5. Select the next most responsive bidder if negotiations with the bidder of choice fail to result in an

agreement within a specified time frame. 6. Share the information/ clarifications provided in response to RFP by any bidder, with any other bidder(s)

/others, in any form. 7. Cancel the RFP/Tender at any stage, without assigning any reason whatsoever. 8. Change the time schedule of the RFP for inviting the bids or evaluation thereof 9. Modify the quantity or any specifications related to eligibility or technicalities 2.9.4. Substitution of Project Team Members: The bid should contain the resource planning proposed to be deployed for the project which includes, inter-alia, the number of personnel, skill profile of each personnel, duration etc. During the assignment, the substitution of key staff identified for the assignment shall not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the vendor can do so only with the concurrence of the Bank by providing other staff of same level of qualifications and expertise. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments made by the Bank to the vendor during the course of this assignment besides claiming an amount, equal to the contract value as liquidated damages. However, the Bank reserves the right to insist the vendor to replace any team member with another (with the qualifications and expertise as required by the Bank) during the course of assignment. 2.9.5. Professionalism: The vendor should provide professional, objective and impartial advice at all times and hold the Bank’s interests paramount and should observe the highest standard of ethics while executing the assignment. 2.9.6. Adherence to Standards: The vendor should adhere to laws of the land and rules, regulations and guidelines prescribed by various regulatory, statutory and Government authorities 2.9.7. The Bank reserves the right to conduct an audit/ongoing audit of the services provided by the vendor.

2.9.8. The Bank reserves the right to ascertain information from the banks and other institutions to which the bidders have rendered their services for execution of similar projects.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 12 of 44

2.9.9. Expenses: It may be noted that the Bank shall not pay any amount/expenses / charges / fees / travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses other than the services fees as per the finally negotiated fixed price. 2.9.10. Penalty &Liquidated Damages (LD): ATM enclosure should be delivered within 2 weeks for non road permit area and 3 weeks for Road Permit area from the date of purchase order. Bidder will have to pay liquidated damages (LD) to Bank of Baroda @ 1% of the order value inclusive of all taxes, duties, levies etc., per week or part thereof, for late delivery beyond due date of delivery, to a maximum of 5%. If delay exceeds two weeks from due date of delivery, Bank of Baroda reserves the right to cancel the entire order. Bidder will have to pay liquidated damages to Bank @ 1% of the order value per day or part thereof subject to maximum of 5%, for delay in installation, if the delay is caused owing to reasons attributable to the Bidder.

If the selected Bidder fails to complete the due performance of the contract in accordance to the terms and conditions agreed during the final contract negotiation, the Bank reserves the right either to cancel the contract or to accept performance already made by the selected bidder. In case of termination of contract the Bank reserves the right to recover an amount equal to 10% of the Contract value as Liquidated Damages for non-performance.

Both Penalty and Liquidated Damages are independent of each other and are applicable separately and concurrently. Penalty and LD is not applicable for reasons attributable to the Bank and Force Majeure. However, it is the responsibility of the selected bidder to prove that the delay is attributable to the Bank and Force Majeure. The selected bidder shall submit the proof authenticated by the bidder and Bank’s official that the delay is attributed to the Bank and Force Majeure along with the bills requesting payment.

2.9.11. Indemnity: The successful bidder shall indemnify Bank and keep indemnified for against any loss or damage by executing an instrument to the effect on a Non-Judicial stamp paper that Bank may sustain on account of violation of patent, trademarks intellectual property rights, losses incurred due to malfunctioning /inferior quality of ATM Enclosure, breach of confidentiality, by the employees of the successful bidder etc. The vendor shall, at its own expense, defend and indemnify the Bank against all third party claims for infringement of patent, trademark, design or copyright arising from use of products or any part thereof supplied by vendor. Vendor will provide infringement remedies and indemnities for third party products, on a pass through basis. The vendor shall expeditiously extinguish any such claims and shall have full rights to defend it there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the vendor shall be fully responsible to pay such compensation along with all costs, damages and attorney’s fees and other expenses that a court may finally awards, in the event of the matter being adjudicated by a court or that be included in a vendor approved settlement. The Bank will issue notice to the vendor of any such claim without delay and provide reasonable assistance to the vendor in disposal of such claim, and shall at no time admit to any liability for, or express any intent, to settle the claim. The vendor shall also reimburse all incidental costs, which the Bank incurs in this regard. In the event of the vendor not fulfilling its obligations under this clause within the period specified in the notice issued by the Bank, Bank has the right to recover the amounts due to it under this provision from any amount payable to the vendor under this project.

The indemnities under this clause are in addition to and without prejudice to the indemnities given elsewhere in this RFP. 2.9.12. Dispute Resolution Bank of Baroda and the vendor shall make every effort to resolve amicably, by direct informal negotiation,

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 13 of 44

any disagreement or dispute arising between them under or in connection with the contract. If after 30 days from the commencement of such informal negotiations, Bank of Baroda and the vendor have been 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 sole Arbitrator appointed by Bank and the award of the sole arbitrator shall be final and binding on the parties. The arbitration and reconciliation act 1996 and revisions, if any, thereof, shall apply to the arbitration proceedings and the venue of the arbitration shall be at Mumbai. 2.9.13. Force Majeure Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extents that delay on its part 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 either party to the contract and not involving anyone’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, such as a war, strike, riot, crime, or an act of God/Nature (such as hurricane, flooding, earthquake, volcanic eruption, etc.), which prevents one or both parties from fulfilling their obligations under the contract.. 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. 2.9.14. Termination for Default 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 obligation(s) under the Contract. 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 deems appropriate, services similar to those undelivered, and the Bidder shall be liable to the Bank for any excess costs for such similar services. 2.9.15. Confidentiality This document contains information confidential and proprietary to the Bank. Additionally, the vendors shall be exposed by virtue of the contracted activities to the internal business information of the Bank. Disclosures of receipt of this RFP or any part of the aforementioned information to parties not directly involved in providing the services requested could result in the disqualification of the vendors, premature termination of the contract, and / or legal action against the vendors for breach of trust. Selected vendor shall have to sign a legal non-disclosure agreement with the Bank before starting the project.

The vendor (and its employees) shall not, unless the Bank gives permission in writing, disclose any part or whole of this RFP document, of the proposal and/or contract, or any specification, plan, drawing, pattern, sample or information furnished by the Bank (including the users), in connection therewith to any person other than a person employed by the bidder in the performance of the proposal and/or contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. The employees or the third party engaged by the bidder shall maintain strict confidentiality. The vendor, its employees and agents shall not, without prior written consent from the Bank, make any use of any document or information given by the Bank or its Authorized personnel, except for purposes of

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 14 of 44

performing the contract award. In case of breach, the Bank shall take such legal action as it may be advised. The Vendor has to maintain confidentiality even after completion/ termination of the contract. 2.9.16. Limitation of Liability Vendor’s aggregate liability for actual direct damages shall be limited to a maximum of the Contract Value, provided that this limit shall not apply to (1) the infringement indemnity; or (2) bodily injury (including death) and damage to real property and tangible personal property caused by Vendor’s negligence. Vendor shall not in any event be liable for any indirect or consequential damages, or for loss of profit, business, revenue, good shall, anticipated savings or data, or third party claims except with respect to bodily injury (including death) and damage to real and tangible personal property for which Vendor is legally liable. For the purposes of this Section, “Contract Value” at any given point in time, means the aggregate value of purchase orders placed by Bank on the Vendor under this project.

2.9.17. Governing Law and Disputes The Bid and the subsequent Contract with the selected Bidder shall be governed in accordance with the Laws of India and shall be subject to the exclusive jurisdiction of Courts in Mumbai. 2.9.18. Limitation on promotion The vendor shall agree to make no reference to the Bank for the procurement of products and services

hereunder or the agreement in any literature, promotional material, brochures, sales presentation or the

like without the express prior written consent of the Bank. 2.9.19. PATENTS RIGHTS The Vendor shall indemnify the Bank against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods, or any part thereof in India.

The Vendor shall, at their own expense, defend and indemnify the Bank against all third party claims or infringement of intellectual Property Rights, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad.

The Vendor shall expeditiously extinguish any such claims and shall have full rights to defend it there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the Vendor shall be fully responsible for, including all expenses and court and legal fees.

The Bank will give notice to the Vendor of any such claim without delay, provide reasonable assistance to the Vendor in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim

2.9.20. Authorized Signatory: The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the contract.

The selected bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The bidder shall furnish proof of signature identification for above purposes as required by the Bank. 2.9.21. Applicable Laws and Jurisdiction of court: The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being in force and shall be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts).

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 15 of 44

2.9.22. Cancellation of Contract and Compensation: The Bank reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Bank on the following circumstances: 1. The bidder goes into liquidation voluntarily or otherwise. 2. An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid. 3. If deductions on account of liquidated Damages exceeds more than 10% of the total contract price. Further the Bank reserves the right to cancel the contract of the selected bidder and recover expenditure

incurred by the Bank in the event of any of the defaults occur and the same is not rectified within 30 days

from the date of receipt of intimation from the Bank with respect of occurrence of such default in case of:

1. The selected bidder commits a breach of any of the terms and conditions of the bid/contract. 2. The progress regarding execution of the contract, made by the selected bidder is found to be

unsatisfactory. 3. Supply of sub standard material shall lead to cancellation of order. The Bank reserves its right to cancel

the order in the event of delay in delivery / installation / commissioning of equipment and charge liquidated damages for the delay.

After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one month’s notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Bank may have to incur to carry out bidding process for the execution of the balance of the contract. This clause is applicable, if for any reason, the contract is cancelled.

The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking Bank Guarantee, if any, under this contract or any other contract/order. 2.9.23. Non Payment of Professional Fees: If any of the items/activities as mentioned in the price bid are not taken up by the Bank during the course of this assignment, the Bank shall not pay the professional fees quoted by the vendor in the Price Bid against such activity/item. 2.9.24. Assignment: Neither the contract nor any rights granted under the contract Shall be sold, leased, assigned, or otherwise transferred, in whole or in part, by the vendor, and any such attempted sale, lease, assignment or otherwise transfer shall be void and of no effect without the advance written consent of the Bank. 2.9.25. Subcontracting: The vendor may subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the vendor under the contract but with the prior written consent of the Bank. 2.9.26. Audit Bank reserves the right to conduct an audit/ ongoing audit of the services provided by Vendor. The Vendor

should allow the Reserve Bank of India (RBI) or persons authorized by it to access BOB documents, records

or transaction or any other information given to, stored or processed by Vendor within a reasonable time

failing which Vendor will be liable to pay any charges/ penalty levied by RBI.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 16 of 44

Vendor should allow the Reserve Bank of India (RBI) to conduct audits or inspection of its Books and account with

regard to Bank documents by one or more RBI officials or employees or other persons duly authorized by RBI.

2.9.27. Information and Secrecy

The Vendor must provide a written undertaking to the bank to comply with the secrecy provision pursuant

to provision of Banking Regulation Act, 1949 and other applicable laws. The Vendor will follow professional

ethics and conduct in performing their duties. The Bank has right to terminate the services of the Vendor if it

fails to comply with the conditions imposed. The external and internal auditors of the bank will be given

right to review the books and internal controls of the Vendor. Any weaknesses highlighted during the audit

must be promptly rectified especially where such weaknesses may affect the integrity of the internal

controls of the bank.

3. Vendor’s Selection/Evaluation Process: The evaluation/selection process shall be done with combination of eligibility/technical competence and commercial aspects as detailed here below. Step 1 – Eligibility & technical Evaluation: Step 1 shall be to evaluate the eligibility & technical aspects of the product, services etc. The evaluation of functional and technical capabilities of the bidders of this RFP shall be completed in this step. The technical proposals only shall be subjected for evaluation at this stage. The bidders scoring less than 70% marks (cut-off score) in the eligibility & technical evaluation shall not be considered for further evaluation process. Once the evaluation of eligibility & technical proposals is completed, the bidders who score the prescribed minimum cut-off score (70%) or more shall only be short listed. In case, none of the participating bidders qualify on eligibility & technical criteria and reach or exceed the cut-off score of 70%, then the Bank, at its sole discretion, may qualify two bidders on the basis of the top 2 scores, subject to the condition that the score difference between the 2 top scorers is not exceeding 5%.

Various stages of eligibility & technical evaluation are presented below:

1. Paper evaluation based on response 2. Customer feedback / analysis of reference letters of projects completed 3. Arriving at the final score on technical evaluation based on assessment of parameters considered.

The parameters with weightage for evaluation of bids is as per Annexure-C At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP. Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents shall be notified separately, if such normalization exercise as part of the technical evaluation is resorted to. The Bank has established following criteria for evaluating bids:

Financial strength of the company

Bidders profile/Experience

Industry Expertise

State wise support centre /facility with number of support staff

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 17 of 44

Step 2 – Commercial Evaluation The commercial proposals of eligible & technically short listed bidders shall then be opened and evaluated for completeness. If the commercial quote is incomplete either for not providing quote for all required components or omitting to provide quote for a sub-component, it shall be presumed that the component(s) / sub-component shall be provided without any additional cost to the Bank. The Bank may, however, in its absolute discretion disqualify a bidder whose commercial quote is found to be incomplete. If it is found at any stage (before or after selection) that there is a calculation (addition, subtraction, multiplication or division) mistake, then the final totaled price, notwithstanding the mistake, shall be considered as the offer price for evaluation. However, the price payable shall be the lower of the “correct total” and “incorrect total”. Example A, if the price quoted is as under:

Component A: Rs. 400/-

Component B: Rs. 0599/- Component C: Rs. 2350/- Total: Rs. 4939/-

In this example, Rs. 4939/- shall be taken for evaluation. However, the price payable shall be Rs. 3349/- Example B, if the price quoted is as under:

Component A: Rs. 400/- Component B: Rs. 0599/-

Component C: Rs. 2350/-

Total: Rs. 2939/-

In this example, the price taken for evaluation shall be Rs. 2939/- Though the correct total is 3349, the price payable shall be Rs. 2939/- only 3.1. Commercial Bid Evaluation Criteria It may be noted that commercial bids shall be subjected to following evaluation process. Based on the eligibility cum technical evaluation criteria, each bidder shall be given certain marks. Only those bidders scoring 70% (70 marks out of 100) or above in the eligibility & technical evaluation shall be short-listed for commercial evaluation. In case none of the participant bidders scores more than 70% marks or more in the eligibility & technical Evaluation, the commercial bid of only top 2 bidders on the basis of technical evaluation may be opened at the sole discretion of the bank and the one having the “highest score” shall be invited for further negotiation of the contract.

Section 4 4. Background, Eligibility Criteria, Scope of Work

4.1. Background Bank of Baroda is one of the largest Public Sector Banks in India and has international operations in 26 other countries. In India, the Bank consists of a branch network of more than 4950+ branches. Bank of Baroda is known as India’s International Bank and has a reputation of being at the forefront in the usage of cutting edge technologies. While Bank has a vast network of Branches, Bank’s operations are fully automated and the customers of the Bank avail of various alternate channels of delivery.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 18 of 44

Bank has installed ATM’s at places like Railway Stations, Malls, and Hospitals, where brick and mortar ATM cabin is not required. Now Bank propose to cover these ATMs with an enclosure / kiosk displaying our brand / product advertisement

4.2. Eligibility Criteria The vendors who fulfill the following criteria are eligible to respond to the RFP. Offers received from the vendors who do not fulfill all or any of the following eligibility criteria will be rejected. 1. The bidder should be a registered company in India under Companies Act 1956. 2. The bidder or OEM should be in the business of supplying, installing and maintaining of ATM Enclosures

/ Kiosk enclosures in India for last three years. 3. Experience of having successfully & satisfactorily completed similar * work during last 3 years (as of 31-

03-2014) as follows:-

One similar* completed work costing not less than Rs. 110 Lakhs

OR

Two similar* completed works each costing not less than Rs 55 lakhs

OR

Three similar* completed works each costing not less than Rs.38 lakhs

* Similar work shall mean – “Experience of manufacture of ATM Enclosures / Kiosk enclosures for

reputed organizat ion/s in India. 4. The bidder should have supplied and installed at least 10 ATM Enclosures in any Bank/financial

institution. 5. The bidder should have supplied and installed at least 25 Kiosk enclosures in Government / Semi –

Government / Private Limited/Big Corporate companies / Municipal Authorities of any other Public Organization having pan India presence and successfully completed the work.

6. Bidder should have a minimum annual turnover of Rs. 1.5 Crores during last three financial years 7. Bidder should have maintained Net profit during the last financial year, i.e.2013-14.

8. Bidder must have support centers / arrangement to provide services in all locations where Bank will install ATM Enclosure at ATM Sites as mentioned in Annexure N since Bank will be installing ATM Enclosures for ATMs across the length and breadth of the country. The cities mentioned in Annexure N are only indicative ,may be changed according to Bank’s requirement. The Vendor having higher number of Service support Centre will be preferred and scored accordingly in eligibility & technical evaluation. list of centres is attached as annexure

Note: Vendor must comply with all the above mentioned criteria. Non-compliance of any of the criteria will entail rejection of the offer summarily. Attested true photocopies of relevant documents / certificates should be submitted as proof in support of the claims made. The Bank reserves the right to verify / assess the claims made by the vendor independently. Scope of work :

1. The Bank is looking for a bidder who can supply, install and commission ATM enclosure and also maintains them during warranty period of 1 year and post-warranty AMC for minimum 4 years including all repairs with part replacement without any additional cost to Bank.

2. Successful bidder has to build the first prototype of ATM enclosure in 10 days as per the technical specifications (Annexure F) and design of prototype with dimensions as per Annexure M from the date of intimation.

3. Upon bank’s approval of the prototype of ATM enclosure, the remaining number of ATM enclosures has to be built within the time lines specified in the work order.

4. The successful bidder has to arrange for installation of ATM enclosure in any city with the end to end responsibility of transportation including the paper work of availing road permit etc ( if needed)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 19 of 44

5. There should be provision to replace the content of advertisement as Bank may replace the content twice a year. Necessary Creative / Art work ( .CDR file) shall be provided by Bank. It is the bidder’s responsibility to carry out the replacement of the content based on the Art work provided by the Bank. Details as per Annexure -F

6. The electrical point required for the installation of ATM Enclosure shall be provided by Bank. However installation, testing of ATM Enclosure is covered under the scope of the bidder

7. The vendor should also undertake to deploy customized advertisements on ATM enclosure. It is also responsibility of the vendor to deploy the customized advertisements on ATM enclosure whenever Bank makes any modifications in display (maximum twice in a year) without any extra cost in the tenure of the contract.

8. Vendor will provide a telephone number for trouble ticketing to our controlling offices to lodge complaints for breakdowns etc. and monitor status

4.3. Terms of execution of work : 1. Bank proposes to install 150 units re during contract period. This number is extendable by another

50 units at the same terms and conditions. 2. The vendor shall deliver and install ATM Enclosures at the respective sites within two weeks from

the date of receiving the intimation over e-mail/ letter from the Bank weeks, failing which the Bank reserves its right to levy penalties/liquidated damages as prescribed elsewhere in the document. In case of existing sites bidder should verify the earthing voltage at existing site and submit a report to the Bank to ensure proper earthing voltage to avoid damage to ATM Enclosure.

3. Bidder is required to support such installations and will have to enter into SLA for minimum 5 years. Bidders have to undertake faster resolution i.e. within the 24 hours of call logging. Penalty shall be deducted from the AMC payment for not providing the required service levels as per terms of SLA. Details of applicable penalty is as stipulated under penalty clause mentioned in the RFP

4. Service Level Agreements (SLAs) and Non disclosure Agreement (NDA) will have to be entered into with the Bank to provide support for all installations. The documents would be shared with successful bidder

5. Vendor will perform necessary preventive maintenance of the ATM enclosure once in a quarter and submit the report to bank.

6. The vendor’s responsibility shall include fixing electrical /mechanical faults, replacement of all spares /parts like bulbs, fuse, exhaust fans further defects like cracks / de-coloring etc found during the warranty period and AMC period shall be rectified without any additional cost. This job has to

be done as part of Warranty and AMC support services, without any additional cost / visit charges.

7. In case of States having Road Permit/entry tax, the Bidder will have to liaison with local tax authorities and branch officials at each of the locations to obtain the necessary permissions from the respective authorities. Obtaining the necessary permissions will be the responsibility of the Bidder. The Bank will however reimburse the amount of taxes paid, if any, in this connection, against production of the original challans

8. Delivery of ATM enclosures at the site/place as per Bank’s requirement. 9. All repairs and maintenance service described herein shall be performed by qualified maintenance

engineers totally familiar with the ATM Enclosure.

4.4. Locations to be covered: 1. Vendors should note that ATM enclosures being procured shall be deployed on various locations as per

requirements of business and the Bidder shall be required to support all such installations. 2. The list of the locations shall be given to successful Bidder as and when the sites are identified. The Bank

reserves the right to change locations by giving prior notice. No charges to this effect shall be payable if the ATM enclosures are not delivered.

4.5. Warranty 1. Bidder has to ensure that the equipments delivered to the Bank are brand new (not refurbished),

including all components and also provide a letter signed by authorized signatory in this matter to be

provided to Bank.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 20 of 44

2. The offer must include comprehensive on-site warranty of one year from the date of installation and

commissioning of the equipments including the replacement of spare parts/ replacement of machine.

This will include visit of engineers for repairs and replacement of Spares.

3. Bidder will be fully responsible for the manufacturer’s warranty in respect of proper design, quality and

workmanship of all equipment, accessories etc. covered by the offer.

4. Bidder must warrant all equipment, accessories, spare parts etc., against any manufacturing defects

during the warranty period. During the warranty period Bidder shall maintain the equipment and

repair/replace all the defective components at the installed site, at no additional charge to the Bank. The

Bidder should replace the part, in case of requirement without any cost to Bank within maximum two

days.

5. If any particular ATM Enclosure is having electrical faults for more than three times in a month and for

two consecutive months, within one year from the date of installation the Bank may ask the Bidder to

replace the ATM Enclosure and the Bidder shall replace the ATM Enclosure at no extra cost to the Bank.

4.6. Annual Maintenance Contract The Bidder is expected to maintain the equipment supplied for at least 4 years after the expiry of

warranty period. The same maintenance standards and terms are expected during warranty period as during

AMC period also

Comprehensive on-site AMC of machine, for the post warranty period, would form part of TCO (Total Cost

of Ownership).

Annual Maintenance Charges for each year over a span of 4 Years (after the warranty – Year 1) covering

all parts, service, and visits to the concerned ATM locations (after expiry of three year of comprehensive

onsite warranty) should be mentioned separately in the Annexure-G. Service Tax on AMC shall be paid extra

by Bank at prevailing rates. AMC will be at fixed percentage of the cost of ATM Enclosure quoted by the

bidder.

Charges quoted for AMC should factor cost of replacing the content of Advertisement

5. Payment Terms, Support Services & Miscellaneous Terms/Requirements The terms of payment shall be as follows:

No advance payment against purchase order.

90% of the value of the equipment shall be paid on installation, on per site basis. The payment shall be

released on completion of installation, on per site basis on production of successful installation report duly

signed by Bank’s officials.

Balance 10% after three months of satisfactory performance. However this balance of 10% payment may

be released one month after installation against a separate Bank guarantee

Octroi/entry tax etc., if any shall be reimbursed only on the production of the original receipt issued by

the respective authorities. The Bidder should pay such amounts and claim reimbursement, while claiming

the amount due. The claims for reimbursement of octroi, otherwise, are liable to be rejected.

If any penalty is imposed for non-payment of octroi/local taxes etc, the same shall be borne by the

Bidder.

Payment of AMC is on half yearly basis and payment shall be released to Bidder after deducting the

penalty for not providing the required level of service which are defined in the SLA. Details of applicable

penalty is as stipulated as under:

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 21 of 44

Penalty for non adherence of service level as per the terms of SLA – Incidence

ATM enclosure faults reported and not repaired for more than 48 Hours - Rs.200/- per day with a maximum of 25 % of amount payable for AMC charges payable during the year.

5.1. Centralized Call Login Facility The Bidder should provide a telephone number for centralized call login facility for Bank’s / branches/ Controlling offices. 5.2. Pre- shipment factory inspection Bank reserves the right, but not any obligation to undertake a pre-shipment inspection of the ATM Enclosure in a factory test environment. For this purpose, Bank’s personnel may have to visit the factory site, which shall be carried out at the Bidder’s cost. 5.3. Repeat Order In case the Bank could complete the entire quantity of 150 units before the said period, the Bank would have option to place order for additional 50 units at the same terms). 5.4. Right to Alter Quantities The Bank reserves the right to alter quantities and will be free to either reduce or increase the quantity as desired by Bank on the same terms and conditions. 5.5. Pre-bid Queries Bidders should send the pre-bid queries, if any, through e-mail to [email protected] as per the schedule given in Important Dates on page No.2 of this document. Bidders should submit the queries in the format given in Annexure J.

No query / suggestions shall be entertained after the opening of Commercial offer. Bank is not bound to reply the queries not pertaining to RFP or not relevant. Replies shall be at Bank’s discretion. Bank’s replies to the queries shall be final Abbreviations RFP Request for proposal EMD Ernest Money Deposit TO Technical Offer SLA Service Level Agreement AMC Annual Maintenance Contract TCO Total Cost of Ownership LOI Letter of Intent VAT Value Added Tax MOU Memorandum of Understanding

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 22 of 44

6. Annexures 6.1. Annexure A – Covering Letter (Letter to the bank on the Bidder’s letterhead) Date: The Asstt. Gen. Manager (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra-Kurla Complex Bandra (East) Mumbai 400 051 Dear Sir, Sub: Bank’s RFP for 150 ATM Enclosures With reference to the above RFP, having examined and understood the instructions, terms and conditions forming part of the RFP, we hereby enclose our offer for the supply of the equipment as detailed in your above referred RFP. We agree to all the terms and conditions mentioned in the RFP. We also submit required information along with documentary evidence in following format:

Parameter Response Year of commencement ATM Enclosures /Kiosk enclosures business

Annual Turnover Year 2011-12 Year 2012-13 Year 2013-14

Net Profit Year 2011-12 Year 2012-13 Year 2013-14

No. of own Support Centres in India # Cities No. of Support Centres of Channel Partners / franchisee # Cities No. of ATM enclosure / Kiosk enclosure installed (Please specify) operational in India

We further confirm that the offer is in conformity with the terms and conditions as mentioned in the RFP. We also confirm that the offer shall remain valid for 180 days from the date of the offer. We also understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has right to reject the offer in full or in part without assigning any reasons whatsoever. We enclose Demand Draft/Bank Guarantee for Rs. 3,00,000/- (Rs. Three lakh only) favoring Bank of Baroda and payable at Mumbai, towards bid security, details of the same are: No.: Date: Name of Issuing Bank: Yours faithfully, (Name & Designation) (Seal of the firm)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 23 of 44

6.2. Annexure-B – Eligibility Bid Template

We confirm having complied with all the prescribed eligibility Criteria as under:

Eligibility Criteria Compliance (Yes/No)

Details of proof submitted Detailed /specific doc to be submitted

The Bidder should be a Company registered in India under Companies Act 1956

Certificate of Incorporation and Certificate of Commencement of Business

The bidder should be in the business of supplying, installing, commissioning and maintaining of ATM Enclosure / Kiosk enclosure items in India for last 3 years.

Certificate from bidder

The bidder should have supplied and installed at least 10 ATM Enclosures in any Bank/financial institution The bidder must enclose a letter of appreciation from Bank/financial institution where ATM Enclosures are in use currently and the letter of appreciation must be signed by a Senior official of the Bank/financial institution.

Enclose Certification of successful Completion of work along with purchase orders. Certificate as per format in Annexure L

The bidder should have supplied and installed at least 25 Kiosk enclosures in Government / Semi – Government / Private Limited/Big Corporate companies / Municipal Authorities of any other Public Organization having pan India presence.

Enclose Certification of successful Completion of work along with purchase orders The letter of appreciation must be signed by a Senior official of the Company.

Experience of having successfully & satisfactorily completed similar * work during last 3 years (as of 31-03-2014) as follows:- One similar * completed work costing not less than Rs. 110 Lakhs OR Two similar* completed works each costing not less than Rs 55 lakhs OR Three similar* completed works each costing not less than Rs.38 lakhs * Similar work shall mean – “Experience of manufacture of ATM Enclosures / Kiosk enclosures for reputed organization/s in India.

Enclose Certification of successful Completion of work along with purchase orders

Bidder should have a minimum annual turnover of Rs. 1.5 Crores during last three financial years.

Audited Balance sheet for last 3 years along with complete auditor’s certificate/qualifications

Bidder should have maintained Net Profit during the last financial year i.e. 2013-14.

Audited Profit & Loss for last 3 years along with complete auditor’s certificate /qualification

The bidder should have support centres / arrangement for providing service across the country.

Self declaration - List of support Centres city-wise

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 24 of 44

We enclose the following documents to support the above mentioned claims SIGNATURE (Name & Designation) (Seal of the firm)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 25 of 44

Annexure C- Parameters (weightage-wise) for evaluation

Template for "Eligibility cum Technical Evaluation"

Sr. No.

Particulars Maximum Marks

Minimum Requirement

7 Marks 8 Marks 10 Marks

A Bidder Profile

1 Bidder or OEM (Original Equipment Manufacturer) should have supplied ATM enclosures in at least one Bank -- Reference letter should be attached . Subject to verification at the Site.

10 One Bank 1 Bank 2 Banks More than 2 Banks

2 Bidder or OEM should have deployed at least 10 ATM enclosures on pan India basis in at least 1 Bank/Financial Institution. Reference letter should be attached

10 10 ATM enclosures

>= 10 in India.

>= 25 in India

>=50 in India

3 Experience of having successfully & satisfactorily completed one work of 110 lacs OR two works of each 55 lacs OR three works of 38 lacs as specified in eligibility criteria. Enclose Certification of successful completion of work.

10 3 Works of each of 38 lacs

2 Works of each of 55 lacs

1 Work of each of 110 lacs

4 Bidder or OEM should have deployed at least 25 Kiosk enclosures as per eligibility criteria. Reference Letter should be attached

10 25 enclosures

>= 25 in India.

>=50 in India

>=75 in India

5 Bidder should have maintained minimum annual Turnover of Rs.1.50 Crores during last 3 years. Audited balance sheet should be provided as specified in eligibility criteria

10 1.5 Crore >= 1.5 Crore

>= 2.5 Crore >= 5 Crore

6 Net Profit in Last Financial Year

10 Net profit in last F.Y. i.e. 2013-

14

Net Profit in last F.Y. i.e. 2013-

14

Net Profit in last 2 F.Y.

Net Profit in last 3

F.Y.

7

Registered with Govt. / Semi-Govt / Municipal Authorities of any other

10

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 26 of 44

Public sector Organisation

8

Experience of working with Big corporate Companies / Private Limited companies

10

9

Years of experience as original Equipment Manufacturer

10 3 years >= 3 years >= 5 years >= 7 years

B

Pan India presence/Experience of project implementation across the country

1 The bidder should have support centers/facility in at least 20 major cities as per the list attached based on self declaration by bidder.

10 20 centers >= 20 centers

>= 30 centers

>= 40 centers

D Technical Requirement Minimum Requirement

1 Technical specifications - as per Annexure F

Mandatory

Total Score 100

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 27 of 44

Annexure D – List of Banks/Organisations

Template for submitting List of Banks / Organizations /Companies where ATM Enclosure / Kiosk

enclosure are installed.

S. No.

Name of the Bank / Organizations /Companies.

No. of ATM Enclosures installed (A)

No. of Kiosk enclosures (B)

Total (A+B)

City 1

1

2

3

Sub Total for City 1

City 2

1

2

3

Sub Total for City 2

City 3

1

2

3

Grand Total for all Cities

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 28 of 44

6.3. Annexure E: Format for Bid Guarantee

The General Manager (Transaction Banking) Bank of Baroda Baroda Corporate Centre Baroda Sun Tower C-34, G Block, Bandra Kurla Complex Mumbai-400051

1.M/s , having its registered office at (herein after referred as 'the Bidder') , has inter-alia agreed

to furnish a bank guarantee from a scheduled bank for Rs 3,00,000/- (Rupees Three Lakh only) as security

for compliance with the Bidder’s obligation in accordance with stipulation of RFP No

dated issued by Bank of Baroda.

2. On request of the Bidder we (hereinafter called the issuing bank) do hereby undertake to pay to you an

amount not exceeding Rs 3,00,000/- (Rupees Three Lakh only) against any non-compliance with conditions

contained in the RFP.

3. We (the issuing bank) undertake to pay the amounts due and payable under this guarantee without

any demur, merely on a demand from you stating that the amount claimed is due by way of loss or

damage caused to or that would be caused to or suffered by you by reasons of any breach by the said

Bidder of any of the terms or conditions contained in the RFP by reason of the Bidder’s failure to perform

the terms thereof. Any such demand on us during the currency shall be conclusive as regards the amount

due and payable by us under this guarantee. However, our liability under this guarantee shall be restricted

to an amount not exceeding Rs 3,00,000/- (Rupees Three Lakh only)

4. Any notice by way of demand or otherwise hereunder may be sent by courier, or registered post to our

local address of the issuing Bank and if sent accordingly it should be received and duly and acknowledged

by the bank on or before the expiry date of the guarantee.

5. We further agree that the guarantee herein contained shall remain in force during the period that

would be taken for the performance of the said obligation and that it shall continue to be enforceable till

satisfactory compliance of the terms and conditions thereof by the Bidder or till you certify that the terms

and conditions of the said RFP have been fully and properly carried out by the said Bidder and accordingly

discharge the guarantee or till expiry date whichever is earlier.

6. This bank guarantee shall remain in operation from the date of issue and we shall not revoke this

guarantee during the currency except with your previous consent in writing. You may enforce your rights

pursuant to this guarantee in any court or tribunal in accordance with laws of India.

7. We further agree with you, that you shall have the fullest liberty without our consent and without

affecting in any manner our obligation hereunder to very any of the terms and conditions of the

said RFP or to extend time of performance by the said Bidder from time to time or to postpone for any

time or from time to any of the power exercisable by you against the said Bidder and to forbear or

enforce any of the terms and conditions relating to the said RFP and we shall not be relieved from our

liability by reason of any such variation or extension being granted to the said Bidder or for any

forbearance, act or omission on your part or any indulgence by you to the said Bidder.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 29 of 44

8. The bank guarantee shall not in any way be affected by your taking or giving up any securities from the

Bidder or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or

as the case may be of the Bidder.

9. The bank guarantee shall not be affected by any change in our constitution or of the Bidder nor shall it be

affected by any change in your constitution or by any amalgamation or absorption but will ensure to the

benefit of and be available to and be enforceable by the absorbing or amalgamating company or concern

till expiry date.

10. We have the power to issue this bank guarantee in you favour and the undersigned has full power to

execute this bank guarantee under the power of attorney dated issued by .

Notwithstanding anything contained herein i) Our liability under this bank guarantee shall not exceed Rs 3,00,000/- (Rupees Three Lakh only) ii) This bank guarantee shall be valid up to ; and iii) We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only and only if you serve upon us a written claim or demand on or before .

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 30 of 44

6.4. Annexure F: Technical Specification

ATM enclosure: Indicative dimensions of ATM:

Height: 1571 mm / Width : 425 mm / Depth :681 mm.

BOQ FOR BANK OF BARODA ATM KIOSK

Specification of body of Kiosk

Sr No Specification Bidder’s Response / Details

Compliance

1 Body :Kiosk body will be made out of 18 mm commercial plywood of either Green ply /Century ply/ Mayur -- brand/Make

2 Inside of the Kiosk will be finished with laminate of 1mm thickness of Green/Delta/Century / Marino --brand /Make

3 Outside of the kiosk will be finished with Aluminium Composite Panel of 3mm thickness of Alto /Eurobond / Superbond /Timex -- brand/make

4 VENTILLATION : Necessary provision of ventilation by way of exhaust fan of Indo/ Crompton / Almonard --brand/ make

5 Necessary Fire Retardant Low Smoke (FRLS) Polycab or equivalent wiring with necessary 12 modular switch boards , 4 pole 63 amp mcb ,sockets, and arrangement for connection for battery as well as UPS

6 FRONT POLES : Front designer curved pole moulded in composite polymer material with 4 mm thickness with fire retardant material (with imported technology) to give substantial rigidity , uniformity and smooth fillets .The composite polymer curved pole will have similar colour of Aluminium Composite Panel

Specification of Display Unit

Sr No Specification Bidder’s Response / Details

Compliance

1 SIDE TRANSLIGHTS : Translight with necessary artwork sandwiched between 3mm acrylic sheets on both sides of GE Brand/Bajaj/Wipro with inside acrylic zero forty and outside acrylic clear

2 FRONT TRANSLIGHT : Translight with necessary artwork sandwiched between 3mm acrylic sheets on both sides of GE/Bajaj/Wipro Brand brand /make with inside acrylic zero forty and outside acrylic clear

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 31 of 44

3 Vinyl for " Bank Name " .Make : Digital vinyl print eco solvent on material make 3M/ Arlon brand / make

4 Specially designed aluminium extruded sections MAN/FLIP 32 duly anodized in special SS mat finish to give better aesthetics look with click fitting for hinge movement and concealed type springs on two sides in such a way that posters can be changed easily.

5 1. Modular LED should be used with uniform lighting arrangement with white output. 2. Power module should be moulded with wire. 3. To use ABS material for firm fitting and connection. 4. Power module should be used without soldering . 5 LED to be used of CREE /Nischiya /Philips / Seoul semiconductor, osram , reform and z led lights. 6. LED type to be used 7530 smd LED, each module should be waterproof with power supply. 7. Each module should be designed for homogenous even light without dark spots. 8. Each module should be corrosion free and less losses silver plated wire should be used.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 32 of 44

6.5. Annexure G: Commercial Bid Template : Table 1 Item (A)

Unit Price Quoted in

INR (B)

No. of Units

(C)

Total Price in INR (D)

Cost of ATM enclosure for supply , Installation and commissioning including transportation ,customs duties and excise * but excluding local levies Octroi/Entry Tax/LBT

B 150 B x C = [P]

Cost of ATM enclosure for supply , Installation and commissioning including transportation ,customs duties and excise,CST,LST etc. but excluding local levies Octroi/Entry Tax/LBT

J 150 J x C = [R]

* Excluding CST and LST Table 2

Item (E)

Year 1 (F)

Year 2 (G)

Year 3 (H)

Year 4 (I)

Total(S) in INR

Fixed AMC Percentage AMC Amount excluding service tax

[0.06 x col (P) in

Table 1 above]

[0.06 x col (P) in Table 1

above]

[0.08 x col (P) in

Table 1 above]

[0.08 x col (P) in

Table 1 above]

S=F++G+H+I

AMC amount including Service Tax

S * Service Tax = Q

Total cost of Ownership (TCO) price in INR

Q + R

(Total in words._____________________________________)

Other Charges:

Sr no Item Unit Rate Amount (Rs)

K

1 Charges for replacement of content of bank’s

advertisement. (For adhoc requirement)

K will not form part of TCO SIGNATURE (Name & Designation) (Seal of the company) TOTAL COST OF OWNERSHIP (TCO): TCO refers to the aggregate amounts payable by the Bank over the entire period of the contract

TCO shall encompass but not be limited to the following:

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 33 of 44

Cost of the equipment or services.

All existing taxes (including sales tax/VAT, service tax etc.), duties and levies.

Installation and commissioning charges, if any.

Comprehensive One year on-site warranty of the ATM Enclosure covering all components, services, and visits to the concerned offices as specified in the RFP.

Annual Maintenance Charges (Post warranty) for the period as specified in the RFP.

Transportation and Forwarding charges to respective sites.

Service Level Agreement (SLA) costs as defined in RFP for applicable period. TCO, however, shall not include variables of octroi and entry tax. These shall be paid as per actuals and on production of receipts. However, no penalties respecting octroi or entry tax shall be paid by the Bank and the Bidder shall bear such expenses.

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 34 of 44

6.8 Annexure – H

Mandatory information required for Prequalification of the bidder

(To be furnished on the letterhead of the bidder)

Important:

1. Please type or handwrite in capital letters.

2. Attach copies of the supporting documents.

3. Please use additional sheets if required.

Sl

No Information on

1

a) Name of the applicant / organization

b) Address of the Registered Office

c) Address of office at Mumbai. (with Phone Numbers Fax

Numbers & Email ID & Contact Person)

2 Year of Establishment

3

Type of the organization (Whether sole proprietorship,

Partnership, Private Ltd. or Ltd. Co. etc.) (Enclose certified

copies of documents as evidence)

4

Name & qualification of the Proprietor / Partners / Directors

of the Organization / Firm Enclose certified copies of

document as evidence

a)

b)

c)

5

Details of registration – Whether Partnership firm, Company,

etc. Name of Registering Authority, Date and Registration

number. Enclose certified copies of document as evidence

6

Whether registered with Government / Semi – Government

/ Municipal Authorities of any other Public Organization and

if so, in which class and since when? (Enclose certified copies

of document as evidence)

7

a) No. of years of experience in the field and details of work

in any other field.

b) Whether ISO certified, furnish the details.

8 Area of Business activities other than ATM enclosure/ Kiosk

enclosure items , if any, and place of business

9 Registration of firm under Shop & Establishment Act 1948

10

Address of Mumbai office through which the proposed work

of the Bank will be handled and the Name & Designation of

officer in charge.

11

Yearly turnover of the organization during last 3 years (year

wise) and furnish audited balance sheet and Profit & Loss

A/c (Audited) for the last -3- years. (Average Annual

turnover > Rs.1.5 Crores

2011 - 12

2012 - 13

2013 - 14

12 PAN No

13 Details of registration for sales tax/VAT No. CST

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 35 of 44

VAT

14 Service Tax Registration No.

15 Excise No.

16

Three similar completed works each costing not less than 38

Lacs –Enclose Successful Work completion letters

Two similar completed works each costing not less than 55

Lacs - Enclose Successful Work completion letters

One similar completed work each costing not less than 110

Lacs - Enclose Successful Work completion letters

Works on Hand

17 Empanelment with other Companies / PSUs

18

Other Infrastructural information to be used/referred for

this project - List of available plants, machineries,

equipments etc.

19

Furnish names of 3 responsible persons along with their

designation, address, Tel No. etc, for whose organization you

have completed the above mentioned jobs and who will be

in a position to certify about the performance of your

organization.

20

Whether any Civil Suit / litigation arisen in contracts

executed / being executed during the last 10 years. If yes,

please furnish the name of the project, employer, Nature of

work, Contract value, work order and brief details of

litigation .Give name of court, place, and status of pending

litigation. Give name of court, place, and status of pending

litigation.

Attach

separate

sheet if

required.

21

Information relating to whether any litigation is pending

before any Arbitrator for adjudication of any litigation or

else any litigation was disposed off during the last ten years

by an arbitrator. If so, the details of such litigation are

required to be submitted.

22

Have you been ever disqualified or levied penalty by the

Bank in past for non fulfillment of the contractual

obligations. If yes, provide details.

23 Have you in past carried out any works for Bank of Baroda or

its subsidiaries? If yes, give details.

SIGNATURE

(Name & Designation (Seal of the firm)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 36 of 44

Annexure- I Compliance Certificate The Assistant General Manager (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra-Kurla Complex Bandra (East) Mumbai 400 051 Dear Sirs, Ref: 1.Having examined the RFP document including all annexures, the receipt of which is hereby duly acknowledged, we the undersigned offer to supply, installing, commissioning and maintaining ATM Enclosure at Bank of Baroda in conformity with the said RFP document and in accordance with our proposal and the schedule of prices indicated in the price bid and made part of this tender. 2.If our bid is accepted, we undertake to complete the project within the scheduled time lines and declare as under.

3.We provide items as per specifications laid down in this tender, which would be new in nature as on date

of installation. 4.If any fault is being reported, the service will be provided within 24 working hours. If the service provider fails to do so, the warranty may be exceeded by the delay incurred.

5.All the laws applicable to Union, State and local laws, ordinance, regulations and codes will be

complied. 6.I / We agree that the decision of Bank of Baroda in selection of Contractor will be final and binding to me / us. 7.All the information furnished by me / us hereunder is correct to the best of my knowledge and belief. 8.I / We agree that I / We have no objection if enquiries are made about the work listed by me / us in the accompanying sheets. 9.My / Our offer is open for acceptance for a period of 6 months (180 days) from the date of Technical Bids 10. I / We, the undersigned am / are submitting this offer as per the directions given in the instructions / tender documents and I / we have understood and accepted the instructions fully. 11. This bid together with notification of award and your written acceptance thereof shall constitute a binding contract between us. 12. We undertake that in competing for and if the award is made to us, in executing the subject contract, we shall strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. 13. We agree that Bank of Baroda is not bound to accept the lowest or any bid that Bank of Baroda may receive. 14. We have never been barred / black-listed by any regulatory / statutory authority in India.

SIGNATURE (Name & Designation) (Seal of the firm)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 37 of 44

6.6. Annexure – J: Format for Queries Bidders have to provide their queries on RFP in the following format only. Bidders are requested to categorize their queries under appropriate headings. Bidders are requested to provide a reference of the page number, state the clarification point and the queries as shown below:

S. Page Point/Section Clarification point as stated in Query

No. # # the RFP document

1

2

3

4

5

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 38 of 44

Annexure- K To The Assistant General Manager (Transaction Banking) Bank of Baroda Baroda Sun Tower, 7th floor C-34, G-Block, Bandra - Kurla Complex Bandra (East) Mumbai 400 051 Dear Sirs, Ref: Bank’s RFP for 150 ATM Enclosures. This is to certify that ____________(name of the Bidder) has installed _________ ATM Enclosure / Kiosk enclosure at this branch of the Bank on __ The working of ATM Enclosure / Kiosk enclosure is satisfactory and there are no adverse observations as regards to working of the ATM Enclosure / Kiosk enclosure. SIGNATURE (Name & Designation, seal of the Bank)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 39 of 44

ANNEXURE -L Supporting documents to be submitted:

1. Organization structure: 2. Business Profile & Strategy for expansion in India of bidder 3. Write up on following for bidder. a) Management practice & procedure b) Other products & services practice area and core competency

4. Number of ATM Enclosure / Kiosk enclosure installed in Banks in the last one year (Year, Bank name, no. of Units supplied) to be supported with certificate from Banks/Organisations/Companies along with comments on SLA. 5. Copies of the audited and published financial reports. 6. List of support centers / franchisee details with addresses, contact persons, contact numbers and email-ids. Compliance to RFP terms & conditions

Sl no Terms & Condition Compliance (Y/N) Remarks

1. Eligibility Criteria

2. Scope of work

3. Terms of execution of work

4. Locations to be covered

5 Warranty

6 Annual Maintenance Contract

7. Maintenance Standard during Warranty & AMC & SLAs

8 Bid price

9. Bid Security

10 Technical offer

11 Erasures or alterations

12 Offer validity period

13 Right to alter quantity

14 Price freezing

15 Payment terms, Support Services & miscellaneous Terms /Requirements

16 Liquidated damages

17 Order cancellation

18 Telephone Number for Centralised Call login facility

19 Repeat order

20 Right to Alter Quantities

21 Dispute Resolution

22 Penalty

SIGNATURE

(Name & Designation, seal of the firm)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 40 of 44

Reference Site Details

Reference 1 Reference 2

Name of the Bank

Address of the Bank

Contact Details (At least two contacts are to be provided for each reference)

Contact 1 Name:

Designation:

Landline no.:

Cell no.:

E-mail id:

Contact 2 Name:

Designation:

Landline no.:

Cell no.:

E-mail id:

Total Number of ATM Enclosure supplied

Ref. no and date of order

Quantity ordered

Quantity supplied till date

Quantity installed

Quantity operational

SIGNATURE

(Name & Designation, seal of the firm)

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 41 of 44

Annexure M

Design of the prototype ATM enclosure with the dimensions

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 42 of 44

Interested bidders can have view of the prototype kept at bank premises: Time of visit: 10 AM to 7 PM Contact details for coordinating in the matter: R.Shashidhara

Chief Manager

Transaction Banking Dept

Baroda Sun Tower

7th floor,Bandra Kurla Complex

Bandra(E),Mumbai-400051

Ph no: 022-66981589

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 43 of 44

Annexure –N : List of Support centres as per Bank’s requirement :

Sr No Name of City

Support Centre

( Yes/ No)

1 AGARTALA

2 AGRA

3 AHMEDABAD

4 AMBALA CANTT.

5 ASANSOL

6 BADDI

7 BANGALORE

8 BELGAUM

9 BHAGALPUR

10 BHATINDA

11 BHIWADI

12 BURDWAN

13 CALICUT

14 CHANDIGARH

15 CHENNAI

16 COIMBATORE

17 CUTTACK

18 DARJEELING

19 DELHI

20 DURGAPUR

21 ERNAKULAM

22 GANGTOK

23 GULBARGA

24 GURGAON

25 HASSAN

26 HOSUR

27 HOWRAH

28 HUBLI

29 HYDERABAD

30 INDRAPURAM

31 JAIPUR

32 JALGAON

33 KHARAGPUR

34 LATUR

35 LUCKNOW

36 MADURAI

37 MANGALORE

38 MUMBAI

39 MYSORE

Bank of Baroda Baroda Corporate Centre, Mumbai

Request for Proposal for supply and installation of 150 ATM Enclosures.

Transaction Banking Department, Bank of Baroda Page 44 of 44

40 PALGHAT

41 PATNA

42 SAMBALPUR

43 SILCHAR

44 SILIGURI

45 THANE

46 TIRUPUR

47 UDAIPUR

48 UDIPI