selection of vendor for implementation of national

168
REQUEST FOR PROPOSAL (RFP) FOR Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag Tender No.: PSB/HOADC/RFP/01/2021-22 DATED 01/07/2021 PUNJAB & SIND BANK HO ADC Department Second Floor, Plot Number 151, Sector 44, Gurugram- 122003 This document is the property of Punjab & Sind Bank. It may not be copied, distributed or recorded on any medium, electronic or otherwise, without written permission thereof. The use of the contents of this document, even by the authorized personnel/ agencies for any purpose other than the purpose specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law.

Upload: others

Post on 25-Feb-2022

4 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Selection of Vendor for Implementation of National

REQUEST FOR PROPOSAL

(RFP)

FOR

Selection of Vendor for Implementation of National Electronic Toll Collection

(NETC) as an Issuer under OPEX Model for issuance of FASTag

Tender No.: PSB/HOADC/RFP/01/2021-22

DATED 01/07/2021

PUNJAB & SIND BANK

HO ADC Department

Second Floor, Plot Number 151,

Sector 44, Gurugram- 122003

This document is the property of Punjab & Sind Bank. It may not be copied, distributed or

recorded on any medium, electronic or otherwise, without written permission thereof. The

use of the contents of this document, even by the authorized personnel/ agencies for any

purpose other than the purpose specified herein, is strictly prohibited and shall amount to

copyright violation and thus, shall be punishable under the Indian Law.

Page 2: Selection of Vendor for Implementation of National

Page 2 of 168

Disclaimer

The information contained in this RFP document or any information provided

subsequently to Bidder(s) whether verbally or in documentary form by or on behalf of

the Bank, is provided to the Bidder(s) on the terms and conditions set out in this RFP

document and all other terms and conditions subject to which such information is

provided.

This RFP is neither an agreement nor an offer and is only an invitation by Bank to the

interested parties for submission of bids. The purpose of this RFP is to provide the

Bidder(s) with information to assist the formulation of their proposals. This RFP does

not claim to contain all the information each bidder may require. Each Bidder should

conduct its own investigations and analysis and should check the accuracy, reliability

and completeness of the information in this RFP and obtain independent advice,

wherever necessary. Bank makes no representation or warranty and shall incur no

liability under any law, statute, rules or regulations as to the accuracy, reliability or

completeness of this RFP.

Bank reserves the right of discretion to change, modify, add to or alters any or all of

the provisions of this RFP and/or the bidding process at any stage of the process of

bidding/ RFP, without assigning any reasons whatsoever. Such change will be

published on the Bank's Website (https://www.psbindia.com) and it will become part

and parcel of RFP.

Bank reserves the right to reject any or all the RFPs received in response to this RFP

document at any stage without assigning any reason whatsoever and without being

liable for any loss/injury that Bidder might suffer due to such reason. The decision of

Bank shall be final, conclusive and binding on all the parties directly or indirectly

connected with the bidding process.

Information provided in this RFP is on a wide range of matters, some of which may

depend upon interpretation of law. The information given is not intended to be an

exhaustive account of statutory requirements and should not be regarded as a

complete or authoritative statement of law. Bank does not own any responsibility for

the accuracy or otherwise for any interpretation or opinion on law expressed herein.

Further, Bank also does not accept liability of any nature whether resulting from

negligence or otherwise howsoever caused arising from reliance of any Bidder upon

the statements contained in this RFP.

Page 3: Selection of Vendor for Implementation of National

Page 3 of 168

Content

S.No Particulars Page no.

Key information 8

PART –I 10

1. Introduction 10

2. Overview 10

3. About RFP 11

4. Objective 11

5. Eligibility Criteria 11

6. Requirement Details 16

7. Scope of work 16

8. General Provisions 17

PART – II INVITATION FOR BIDS AND INSTRUCTIONS TO BIDDERS

20

1. Invitation for Bids 20

2. Disclaimer 20

3. Due Diligence 20

4. Language of Bids 20

5. Authorized Signatory 20

6. Information Provided 21

7. For Respondent only 21

8. Clarification of Offer 21

9. Clarifications on and Amendments to the RFP Document 21

10. Pre-Bid meeting 22

11. Modification and withdrawals of Bids 22

12. Issue of Corrigendum 22

13. Amendment to Bidding Document 22

14. Amendments to Purchase Order 23

15. Amendments to the Agreement 23

16. Correction of Error in Commercial Bid 23

17. Erasures or Alterations 23

18. Errors and Omissions 24

19. Right to Alter Quantities/Locations 24

20. General Order Terms 24

21. Proposal Ownership 24

22. Costs & Currency 24

23. Costs borne by Respondents 25

24. No Legal Relationship 25

Page 4: Selection of Vendor for Implementation of National

Page 4 of 168

25. Cancellation of Tender Process 25

26. Corrupt and Fraudulent practices 25

27. Non-Transferrable Offer 25

28. Tender Document and Fee 26

29. BID Security Declaration 26

30. Performance Bank Guarantee 27

31. Government of India Guidelines on Purchase Preference 27

32. Taxes 28

33. Preparation of Bids 29

34. Submission of Offer-Three BID System 31

35. Selection Process 33

36. Award of Contract 33

37. Project Execution 33

38. Period of Bid Validity 33

39. No Commitment to accept Lowest or any BID 34

40. Late Bids 34

41. Rejection of the Bid 34

42. Confidentiality and Secrecy 34

43. Execution of Agreement 35

44. Other Terms and Conditions 36

45. Signing of the Bid 36

46. Acceptance of Terms 37

47. RFP Response 37

48. RFP Response Validity Period 37

Part – III: BID OPENING AND EVALUATION CRITERIA 38

Part-IV Scope 47

PART–V 61

1. Order Details 61

2. Schedule of Delivery, Implementation and Commissioning 61

3. Schedule of Delivery of FASTag 61

4. Adoption of Integrity Pact 61

5. Confidentiality and Non-Disclosure 62

6. Preliminary Scrutiny 62

7. Fall Clause 62

8. Single Point of Contact 63

9. Installation, Certification and commissioning 63

10. Independent External Monitor (s) 63

11. Price Validity 64

12. Terms of Payment 64

Page 5: Selection of Vendor for Implementation of National

Page 5 of 168

13. Paying Authority 65

14. Cancellation of Contract & Realization of Compensation 65

15. Notices 66

16. Compliance with Laws 66

17. Uptime 67

18. Penalty 68

19. Liquidated Damage 70

20. Responsibility for Completeness 71

21. Responsibilities of the Bidder 71

22. Force Majeure 72

23. Contract Period 73

24. Completeness of the Project 73

25. Acceptance Testing 73

26. Order Cancellation 73

27. Indemnity 74

28. Publicity 74

29. Privacy and Security Safeguards 74

30. General Contract Agreement Conditions 75

31. Negligence 76

32. Guarantees 76

33. Intellectual Property Rights 76

34. Exit Option and contract Review 77

35. Termination for Convenience 78

36. Subcontracting 78

37. Consequences of Termination 78

38. Signing of Contract 79

39. Technical Inspection and Performance Evaluation 79

40. Verification 79

41. Termination 80

42. Compliance with Applicable Laws of India 80

43. Termination for Insolvency 81

44. Termination for Default 81

45. Dispute Resolution Mechanism &Arbitration 82

46. Applicable Law and Jurisdiction of Court 83

47. Limitation of Liability 83

48. Information Security Clauses 83

49. Insurance 84

Annexure 1 85

Annexure 2 88

Page 6: Selection of Vendor for Implementation of National

Page 6 of 168

Annexure 3 90

Annexure 4 92

Annexure 5 97

Annexure 6 98

Annexure 7 99

Annexure 8 100

Annexure 9 102

Annexure 10 103

Annexure 11 104

Annexure 12 108

Annexure 13 109

Annexure 14 110

Annexure 15 111

Annexure 16 113

Annexure 17 114

Annexure 18 115

Annexure 19 116

Annexure 20 117

Annexure 21 118

Annexure 22 124

Annexure 23(i) 129

Annexure 23(ii) 134

Annexure 24 144

Annexure 25 147

Annexure 26 150

Annexure 27 153

Annexure 28 154

Annexure 29 156

Annexure 30 157

Annexure 31 158

Annexure 32 160

Annexure 33 161

Annexure 34 162

Appendix A 163

Appendix B 164

Appendix C 165

Appendix D 166

Appendix D1 167

Page 7: Selection of Vendor for Implementation of National

Page 7 of 168

Definition

a) ‘Bank’ means, unless excluded by and repugnant context or the meaning thereof, Punjab & Sind Bank and which has invited bids under this Request for Proposal and shall be deemed to include its successor and permitted assigns

b) ‘RFP’ means Request for Proposal for providing “Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag”.

c) ‘Contract’ means the agreement signed by successful bidder and the Bank at the conclusion of bidding process, wherever required.

d) ‘Successful Bidder’ means the Bidder who emerges successful after completion of Technical &Commercial evaluation of the bids submitted in response to this RFP

e) Bidder / Service Provider / System Integrator/ Recipient / Respondent means –An eligible entity/firm submitting a Proposal / Bid in response to this RFP.

f) Supplier/ Contractor/ Vendor –Selected Bidder/System Integrator under this RFP.

g) Bank/ Purchaser/ Punjab & Sind Bank- Reference to the “the Bank”, be determined in context and may mean without limitation ‘Punjab & Sind Bank ’

h) Proposal/ Bid –the Bidders written reply or submission in response to this RFP.

i) Solution/ Services/ Work/ System – “Solution” or “Services” or “Work” or “System”

or “IT System” means all services, scope of work and deliverables to be provided

by a Bidder as described in the RFP and include services such as installation,

commissioning, integration with existing systems, provision of technical

assistance, training, certifications, auditing and other obligation of the Supplier

covered under the RFP.

j) Project Cost - Project cost would be onetime cost / fees / development Cost/ installation cost / commissioning cost / testing (SIT and UAT) cost / deployment and integration cost with existing systems / customization cost / training cost / technical assistance / marketing on behalf of the bank at its sole discretion

k) FASTag- Radio Frequency Identification (RFID) technology for making toll payments directly from the prepaid or savings account linked to it or directly toll owner.

l) TCO- Total cost of ownership

Page 8: Selection of Vendor for Implementation of National

Page 8 of 168

Key Information

The following is an indicative timeframe for the overall process. Punjab & Sind Bank reserves the right to vary this timeframe at its absolute and sole discretion and without providing any notice/intimation or reasons thereof. Changes to the timeframe will be communicated to the affected Respondents during the process.

Particulars Details

Tender Number PSB/HOADC/RFP/01/2021-22

Tender Title

Selection of Vendor for Implementation of

National Electronic Toll Collection (NETC)

as an Issuer under OPEX Model for

issuance of FASTag

Price of Tender Copy(Non Refundable) Rs.10,000+GST@18%(Rupees Ten Thousand +GST only)*

Bid Validity 180 days

Date of Publishing of RFP on Bank’s website (www.psbindia.com)

01.07.2021

Last Date for Submission of Pre-Bid Query 06.07.2021 12:00 Hours(queries must be

mailed to [email protected] only)

Pre-bid Meeting 07.07.2021 11.00 Hours

Last Date and time for Bid submission 15.07.2021 03:00 PM

Eligibility cum Technical bid opening date and time

15.07.2021 03:30 PM

Date and Time of opening of Indicative Commercial BID

To be notified later to Technically qualified Bidder

Date & Time of Reverse Auction To be notified later to Technically qualified Bidder

Place of Submission and Opening of Bids

Punjab & Sind Bank HO ADC Department, Second Floor, Plot No.151, Sector-44,Gurugram- 122003

Contact Persons for any clarifications/ Submission of Bids

Asst. Gen. Manager (ADC)- +91- 9759780603 Manager(ADC)- +91-9465453639

* Companies recognized by Department for Promotion of industry and internal trade (DPIIT) or registered as per provisions of the Public Procurement Policy for Micro and Small Enterprises i.e. District Industries Centre (DIC) or Khadi and Village Industries

Page 9: Selection of Vendor for Implementation of National

Page 9 of 168

Commission (KVIC) or Khadi and Industries Board (KVIB) or Coir Board or National Small Industries Commission (NSIC) or directorate of Handicrafts and Handlooms or Udyog Aadhaar Memorandum or any other body specified by Ministry of MSME or registered as MSME Entrepreneur, & still Categorized as MSME as on the date of submission of RFP are exempted from submission of Tender Fee only by submitting valid Certificate of Recognition issued Registration certificate issued by / from DIC, KVIB, NSIC, KVIC, DIHH, UAA or any other body specified by Ministry of MSME, relevant certificate issued by (Department for Promotion of industry and internal trade (DPIIT).

Note:

1. If any of the dates given above happens to be Holiday in Haryana, the related activity

shall be undertaken on the next working day at the same time.

2. Bidders to ensure to get themselves registered timely on E-procurement site managed by Bank’s service provider M/s C1 India Pvt. Ltd. as detailed in the RFP, at least two working days before the bid submission date, to avoid last moment issues.

3. Bidders are required to strictly submit their bids in personal and in electronic form too using the e-procurement system at https://psb.eproc.in by using their digital certificates of class III and above (both encryption and signing). Bidders are advised to keep digital certificates (or tokens) ready at time of submission of bid. Use of Digital Certificate is mandatory for participation in e-tendering process. Bidders should ensure that Digital token has not expired or corrupted at the time of e-tendering process. In case of any clarification/ queries regarding online registration/ participation, Bidders may reach out to: Email: [email protected] Ph: 0124-4302033/36/37

4. Bidders should submit bids well before time rather than waiting for last moment to avoid any technical glitches or networking issues etc. at their end

5. If bidder is participating in the Reverse Auction, it is advised that Bidders place their bids well before time rather than waiting for auction end time to avoid any last minute glitches (or any network issues or internet response issues etc.) occurring at Bidder’s end. Bidders may keep refreshing auction page to ensure that they are connected to server (via internet).

6. Bidders are requested to use a reliable internet connection (data cable / broad band) to safeguard themselves. Bank is not responsible for telephone line glitch, internet response issues, hardware hangs etc., at bidder’s end.

Page 10: Selection of Vendor for Implementation of National

Page 10 of 168

Part-1

1. Introduction

Punjab & Sind Bank (herein after referred to as ‘PSB’ or the ‘Bank’) is a major Public Sector bank in India. The Bank's Head Office is at Rajendra Place, New Delhi and its Department of Information Technology at 2nd Floor, Plot No-151, and Sec-44 Gurgaon - 122003. The Bank has a national presence through a widespread network of 1526 plus branches all networked under Centralized banking Solution on Finacle. It also has a network of more than 1000 ATM(s) spread across the country including onsite and offsite ATMs as well. With more than 110 years of customer services, the Bank has a large satisfied clientele throughout the country. For enhancing customer convenience levels and overall inter-branch efficiency, the bank has been a frontrunner in implementing various IT enabled products. Bank has already launched various delivery channels such as Internet Banking, Mobile Banking, and ATMs. Bank is CBS enabled through Finacle (Ver. 7.0.25) as a Core Banking Solution. Bank is having tie up with Master Card & NPCI and distributes Master Card and RuPay enabled debit cards to the customers. Bank has also installed some machines for cash deposit, cheques deposit and passbook printing. The existing Cash Deposit kiosks, Cheques Deposit Machines and Self-Service Passbook Printing Kiosks are directly integrated with Bank's Core Banking System.

2. Overview

Bank intends to engage a vendor through the RFP Process who has the experience, capability and expertise to provide Bank the end to end NETC Issuer solution including the supply, personalization & support of the RFID based FASTag of approved quality (The FASTag provider must be enlisted on NPCI/ NHAI / MoRTH / IHMCL or any other statutory authorities FASTag provider list) & marketing of the same. The selected bidder must provide Issuer Host Solution, necessary infrastructure & operations including settlements, reconciliation, dispute management, online dispute resolution (ODR) and a 24x7 helpdesk service adhering Bank’s requirement under OPEX model. Bank may allow selected bidder to handle the marketing part as an optional item. The marketing includes issuance of FASTag to the new individual & corporate prospective clients, appropriate vehicle owner, etc. providing Top Up facility, designing the solutions on sales outlets across the country adhering to Bank’s requirement outlined in this RFP. Bidder should also ensure that all regulatory requirements as on date and any other systemic changes or new requirements necessitated out of Ministry/other regulatory bodies or other requirements of the Bank between the date of the RFP as well as rollout are made available from day 1. NETC would enable the plaza to electronically collect the toll from the vehicles in motion while passing through the plaza. The technology standard stipulated by the Government of India for NETC is FASTag based conforming to RBI/NPCI/NHAI standards. The key requirements for NETC system are to provide an integrated solution that can work throughout the country. The selected bidder is to adhere the guidelines issued by the regulatory bodies from time to time

Page 11: Selection of Vendor for Implementation of National

Page 11 of 168

3. About RFP:

This RFP has been prepared solely for the purpose of enabling Punjab & Sind Bank for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag. RFP for Issuer Bank Solution on Opex Model meaning Vendor for Supply, Personalization and Delivery of RFID FASTag for NETC project of the Bank and end to end Technology Service Provider (TSP) for NETC issuing Module Management system under OPEX model. The scope of RFP is to seek detailed technical and commercial proposal for Implementation and maintenance of the Application Software for NETC management solution for issuance of FASTag, reloading, DSA Module, mobility and online Payment processing, reconciliation & dispute management, 24x7 helpdesk service, integration with alternate delivery channel, Personalization, Supply and Delivery of FASTag as elaborately detailed under Scope of Work on behalf of Punjab & Sind Bank on OPEX model in Part 4.

4. Objective:

In order to create/enhance and implement an end to end management, of NETC solution from issuer business perspective on OPEX model encompassing all present and future related product / instrument lines, Bank hereby invites responses from the established and eligible entities to provide the deliverables, more particularly described here in after in this document in accordance with the terms and conditions described herein.

The Bank is seeking an experienced and capable vendor who can fulfil the latest guidelines of NHAI/NPCI and issued by the Bank from time to time.

The proposed solution should be as per the latest version preferably shared by the NHAI/NPCI/Government.

The proposed vendor is required to undertake Risk management, Dispute management, ODR well within the Turnaround Time (TAT) as stipulated by NPCI / NHAI / MoRTH / IHMCL or any other statutory authorities.

The proposed NETC Management solution as an issuer should able integrate with various channels of the Bank such as CBS, Business Correspondents (BCs), Call center, CFMS, CRM solution, internet Banking, UPl, Mobile Banking, ATMs, Cash Recyclers, KlOSKs, Omni channel, API gateway, Merchant onboarding, ODR solution, Bank wallet, Bank's website, Video KYC solution and integration with any other channels instructed by NPCI/RBl/NHAI/IHMCL and any other regulatory authorities.

5. Eligibility Criteria

Only those Bidders, who fulfil the following criteria, are eligible to respond to the RFP. Offers received from the Bidders who do not fulfil any of the following eligibility criteria are liable to be rejected

Page 12: Selection of Vendor for Implementation of National

Page 12 of 168

Sl. No

Criteria Proof of documents to be

submitted

1 Bidder should be a limited company(Public/Private) registered in India under the Companies Act,1956/2013 for the last 3 years as on the date of issuance of RFP. (The bidder should not be a subsidiary of a foreign company.)

Certificate of Incorporation, PAN, TAN, GSTIN Certificate and any other tax related document, if applicable.

2. The bidder should be an OEM / OSD or their authorized representative in India. In case of the OEM / OSD is participating in the tendering process directly, authorized representative of that OEM/OSD will not be permitted to participate in the same tendering process.

Undertaking / Power of Attorney (POA) from the OEM / OSD mentioning a clause that OEM / OSD will provide support services during warranty period if the bidder authorized by them fails to perform. In case of an authorized

representative, a letter of

authorization (MAF) / OSD

Authorization Form from original

manufacturer / solution developer

must be furnished in original duly

signed & stamped (As per

Annexure – 9).

3. The bidder submitting the offer should have net profit, positive net worth for the last three financial years i.e. 2018-2019, 2019-20 & 2020-21.

Copy of the audited balance sheet, certificate from the Chartered Accountant (in case of Provisional Balance Sheet) of the company showing profit, net-worth and turnover of the company for the last three consecutive financial year’s i.e. 2018-2019, 2019-20 & 2020-21. .

4. The bidder should have a minimum annual turnover of ₹ 5 Crore per year during the last three financial year’s i.e. 2018-2019, 2019-20 & 2020-21. This must be the individual Company’s turnover and not that of any group of Companies.

Page 13: Selection of Vendor for Implementation of National

Page 13 of 168

5. The bidder’s solution should be

successfully implemented/ under

implementation(at least UAT should

have been completed) in any Public

Sector Bank / Govt. Organization /

Commercial Bank / RRBs / BFSI in India

as on the date of issuance of RFP.

Copy of Purchase Order/Letter of

Indent /Offer letter along with

Certificate from the Bank clearly

indicating status of

implementation or Satisfactory

working certificate whichever is

applicable.

6. The service provider should have its

presence across the country either

through its own office or it should have

tie-up arrangement with other agencies

for support & marketing.

The detailed list of the office

addresses along with contact

details to be submitted on

company letter head.

Self-declaration regarding tie-

up arrangement in case the

service provider is not having

its presence to be submitted.

7. The hosted solution infrastructure

offered by the bidder should be PCI-DSS

and PA-DSS certified as applicable and

bidder must submit the proof of audit

certificates in that respect. However,

solution should have undergone third

party penetration testing/ vulnerability

assessment and ethical hacking test.

Necessary updated certificate in

this regards should be enclosed.

8. The Bidder should own or have the

software rights of the NETC solution, If

not, the Bidder should have in place

proper tie-ups, commercial agreements,

authorized implementation partnership

for deployment / resale / customization

Self-Declaration from the Bidder

and an authorization letter from

manufacturer (OEM) to this effect

giving mandate to participate in

this RFP. Self-declaration should

also specify that the bidder would

be solely responsible for

Page 14: Selection of Vendor for Implementation of National

Page 14 of 168

of software with the product OSD whose

software products are offered.

designing, procuring and

delivering the entire solution.

9. Bidder should not have been debarred /

black-listed by any Bank or RBI or any

other regulatory authority or Financial

Institution in India as on date of

submission of RFP.

Self-declaration to that on

company letter head.

10. Bidder should submit an Undertaking

regarding compliance of all Laws, Rules,

Regulations, By-Laws, Guidelines,

Notifications, etc.

Documentary evidence as per

Annexure – 14.

11. The service provider should ensure that

there are no proceedings / inquiries /

investigations that have commenced /

pending against service provider by any

statutory or regulatory agencies which

may result in liquidation of company /

firm and / or deterrent on continuity of

business.

Declaration in the letterhead of the

service provider’s company to that

effect.

12. The bidder should not be from a country

which shares a land border with India

unless the bidder is registered with the

Competent Authority (as detailed in

Office memorandum- F.No.6/18/2019-

PPD of Dept. of Expenditure, Ministry of

Finance). Bidder from a country which

shares land border with India means:

a. An entity incorporated,

established or registered in such

a country; or

Documents to be submitted:

A declaration on letter head of

bidder / OEM duly signed by

Authorized Signatory stating “we

have read the clause regarding

restrictions on procurement from a

bidder of a country which shares a

land border with India; We certify

that we are not from such a

country or; if from such a country,

have been registered with the

Page 15: Selection of Vendor for Implementation of National

Page 15 of 168

b. A subsidiary of an entity

incorporated, established or

registered in such a country; or

c. An entity substantially controlled

through entities incorporated,

established or registered in such

a country; or

d. An entity whose beneficial owner

is situated in such a country; or

e. An Indian (or other) agent of such

an entity; or

f. A natural person who is a citizen

of such a country; or

A consortium or joint venture where any

member of the consortium of joint

venture falls under any of the above.

Competent Authority (Copy

attached). We hereby certify that

we fulfil all requirements in this

regard and are eligible to be

considered” to be submitted.

Note: In this tender process authorized representative / distributor / dealer in India on behalf of Principal OEM (Original Equipment Manufacturer) or Principal OEM itself can bid but both cannot bid for the same tender. In such case only the OEM bid will be accepted. If an agent / distributor submits bid on behalf of the Principal OEM, the same agent / distributor shall not submit a bid on behalf of another Principal OEM in the same tender for the same item or product. The bidder who solely on its own, fulfils each eligibility criteria/ condition as per the RFP terms and conditions and who are having Start-up company status, can claim exemption for eligibility criteria clause no. 3,4 & 5 of RFP by submitting valid Certificate of Recognition issued by Department for Promotion of Industry and Internal Trade (DPIIT), (erstwhile Department of Industrial Policy and Promotion), Ministry of Commerce & Industry, Govt. of India with the technical bid: All eligibility requirements mentioned above should be complied with by the Bidders as

applicable and relevant support documents should be submitted for the fulfilment of

eligibility criteria, failing which the Bids may be summarily rejected. Non-compliance of

any of the criteria can entail rejection of the offer. Photocopies of relevant documents /

certificates should be submitted as proof in support of the claims made for each of the

above-mentioned criteria and as and when the Bank decides, originals / certified copies

Page 16: Selection of Vendor for Implementation of National

Page 16 of 168

should be shown for verification purpose. The Bank reserves the right to verify /

evaluate the claims made by the Bidder independently.

Any deliberate misrepresentation/wrong certification / violation of Integrity Pact will

entail rejection of the offer, ab-initio., performance Security would be invoked and

appropriated, and in case such Bidder qualifies as successful Bidder.

Punjab & Sind Bank reserves the right to verify /evaluate the claims made by the Bidder independently. Any decision of Punjab & Sind Bank in this regard shall be final, conclusive and binding upon the Bidder. The tender documents cannot be sold and / or transferred / assigned. If the same is done, tender documents are liable to be summarily rejected by Punjab & Sind Bank.

If Punjab & Sind Bank is not satisfied with technical specifications and the feasibility of the technical offers, the commercial offers will not be opened in the RFP process. Technically disqualified offers will not be taken up for further process and no discussions will be granted to such Bidders.

6. Requirement Details:

The Bank invites sealed offers from eligible Bidders (Conformity to “Eligibility Criteria”, “Technical Proposal” and “Commercial Bid” for " selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag " as per the Terms &Conditions, Technical Evaluation Matrix and Scope of Work described elsewhere in this document for a period of Three (3) years. Separate Technical and Commercial Bids required to be submitted for each part respectively.

The Bank is proposing to issue the minimum of 1, 50,000 RFID FASTag as Issuer

during the Contract Period to users using the proposed solution.

7. Scope of work:

Bidder has to confirm compliance to all the points of “Detailed Scope of Work” i.e. Part-IV of this document. A Compliance Statement to be provided by the Bidders on the Performa given at Annexure- 23(ii) Expectations from the Bidder:

1. Successful Bidder will provide the Bank end to end NETC issuer Solution including Supply, Personalization and Support of RFID FASTag of approved quality, management of NETC Issuing module under OPEX model which will include providing Issuing Host solution, infrastructure, Operations including settlement, reconciliation, dispute management, Online dispute resolution and 24x7 helpdesk service, integration with alternate delivery channel, reloading, DSA Module, mobility and online Payment processing, Supply and Delivery adhering to Bank's requirement outlined in this RFP.

Page 17: Selection of Vendor for Implementation of National

Page 17 of 168

2. Successful Bidder will provide the Solution as a Hosted Application in India and shall comply with data localization and other regulatory norms, if any, or RBI and other regulators.

3. The Software Solution Application architecture should be scalable in Commensurate with the increase in transactions and devices in the Bank.

4. The Successful Bidder is responsible for customization of solution as per RBI, NPCI any other regulations of other regulating bodies at their own cost during the project term.

5. The Successful Bidder is responsible for hardware specifications required for the software solution provided at their own cost.

6. The Successful Bidder is responsible for any licenses /utilities / certifications required to run the solution at their own cost.

7. The Successful Bidder should have a fully established Business Continuity Plan in place and should have provision and capability to operate from Disaster Recovery (DR) Site in case of need / exigency.

8. Data security and confidentiality: Successful Bidder to ensure no unwarranted, illegal, and fraudulent misuse of data shared by the Bank and Bidder to categorically indemnify the Bank against any losses that the Bank may suffer on account of any such fraudulent and illegal act by the Bidder or its employees.

9. GST accounting: The accounting should enable the Bank to submit the relevant data reports to the GST authority.

10. The solution provided should have DR with equivalent, software & hardware as provided in DC (Prime site). The solution should have a provision to transfer data daily to DR Site. The Bidder should conduct DR Drill as per the Policy of the Bank. The DR site has to be kept updated with all software up gradations. Whenever need arises, Bidder should be able to switch the operations to DR Site within Bank’s RTO (2 Hours)/ RPO (15 Minutes) requirements.

11. The Selected Vendor to facilitate IS Audit, Audit by Bank / Regulators / NPCI or any other authority / Third party Audit for VAPT.

12. Provide a portal to branches for registration of Customer, for modification and deletion of record and to register disputes about any transactions. The Bank staff should be able to fetch the data and register the dispute.

13. The system should be capable of interfacing with Bank's CRM &Call Centre CRM. 14. Geo tagging of transactions. 15. Necessary reports should be made available for Bank for automated reconciliation

and accounting. 16. Provide a web portal and Mobile App. 17. Detailed Scope of Work has been specified as Part-iv.

8. General Provisions:

Successful Bidder shall pay to its employees/personnel, who are engaged for providing the Services to the Bank, all wages, salaries, allowances etc. in accordance with the terms of Contract of their employment / various Laws / Statutes / Acts applicable locally or otherwise and the Bank shall not be liable in this regard either to Successful Bidder or to its personnel in any manner whatsoever. Further, Successful Bidder shall also maintain all records in this regard as required by the relevant laws including, the Minimum Wages Act, the

Page 18: Selection of Vendor for Implementation of National

Page 18 of 168

Payment of Wages Act and the Contract Labor (Regulation &Abolition) Act or any other State Level/Central Act/Law that is applicable and shall comply with all the statutory provisions as prescribed under relevant rules and statutes for the time being in force.

Successful Bidder will undertake to indemnify the Bank and keep the Bank and its officers/employees/Directors fully indemnified and harmless from and against all the Consequences of any of its actions and/or its sub-contractors, representatives, employees leading to breach of any of the provisions of Law faced, suffered or incurred by the Bank.

Similarly, in the event of any claims being made on the Bank, on account of any breach or non-compliance of any applicable law, unauthorized act, fraud, deed or thing done or omitted to be done or undertaking made or deficiency in service by Successful Bidder, its employees, officers, agents, Successful Bidder undertakes to pay on first demand made by the Bank of any amount on this account without any demur, contest, protest whatsoever within 7 working days of the demand being made. The Bank may at its discretion settle any or all claims made on it and recover the amount so paid from Successful Bidder and /or make deductions from the amount payable by the Bank to Successful Bidder.

Neither the contract which will be entered by the Bank with the Successful Bidder nor any action taken by the Successful Bidder shall constitute as between the Parties as partnership, association, joint, venture or other common enterprise. The relationship between Successful Bidder and the Bank hereunder is on Principal-to-Principal basis. Successful Bidder is to ensure that no nexus, either direct or indirect, shall be established between its personnel and the Bank which may lead to any presumption or conclusion to the effect that the personnel may be treated as the employees of the Bank.

That the Bank, its representatives, its Regulators including RBI or person authorized by the Regulator, its internal/ external/ other Auditors, shall, whenever required/called for, have access to

a. Any books, records, information of the Successful Bidder; b. Any documents, records of transactions and other necessary information

processed/ stored by, given to the Successful Bidder; and c. Any document/information given by the Bank to the Successful Bidder and

/ or relevant to the outsourced activities available with the Successful Bidder pertaining to the services provided under this Agreement by the Successful Bidder. The Bank shall provide a reasonable prior notice before such audit and the cost of the audit shall be borne by the Bank.

The access shall also extend to the books, records, information held by /available with any person/firm agent/company engaged by Successful Bidder or any documents records of transactions and other- necessary information given/stored or processed provided by the Bank, to Successful Bidder and in turn provided by Successful Bidder to another agency, in order to render the requited Services to the Bank.

Successful Bidder shall ensure preservation of documents and data in accordance with legal/regulatory obligation of the Bank communicated to Successful Bidder in writing by the Bank, provided to Successful Bidder by the Bank, in order to render

Page 19: Selection of Vendor for Implementation of National

Page 19 of 168

the required Service to the Bank. The Bidder has to preserve full data during the Contract period and subsequently to be migrated as per Bank's direction.

That adequate step will be taken to build strong safeguards to avoid the mingling

of information/documents records and assets of the Bank with other organizations

for whom Successful Bidder undertakes similar services.

That the Successful Bidder will ensure to get its security, practices and control process audited on a regular basis and disclose security breaches, if any, to the Bank. The copy of such audit report including the steps taken to address the issues raised by the auditors be provided to the Bank.

Successful Bidder will ensure to have effective business continuity and disaster recovery plan. Successful Bidder shall develop and establish a robust framework for documenting, maintaining and periodic testing of business continuity and recovery procedures and shall maintain a record of the same.

The Successful Bidder will conform to the laws, rules and regulations as stipulated by the Central/State Govt /RBI/ and/or any regulatory authority in regard to employment, of agents/associates/employees etc. including the Minimum Wages Act.

For smooth completion of project the Bidder should identify one or two of its representatives at NCR Delhi as a single point of contact for the Bank.

Project implementation team should be conversant with local rules and Conditions to resolve the issues, if any.

Documentation and manual: One copy (Both Hard and soft) of the user manual on base version for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag shall be supplied separately during supply of software solution.

Page 20: Selection of Vendor for Implementation of National

Page 20 of 168

PART – II: INVITATION FOR BIDS AND INSTRUCTIONS TO BIDDERS

1. Invitation for Bids

This Request for Proposal (RFP) is to invite proposals from eligible bidders desirous of taking up the project for end to end solution for implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag. Sealed offers / Bids (Bid) prepared in accordance with this RFP should be submitted as per details given in the Bid Control sheet. The criteria and the actual process of evaluation of the responses to this RFP and subsequent selection of the successful bidder will be entirely at the Bank’s discretion.

2. Disclaimer

Subject to any law to the contrary, and to the maximum extent permitted by law, 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 is incurred because of any negligence, omission, default, lack of care or misrepresentation on the part of Bank or any of its officers, employees, contractors, agents, or advisers.

3. Due Diligence

The Bidder is expected to examine all instructions, forms, terms and specifications in this RFP and study the RFP document carefully. Bid shall be deemed to have been submitted after careful study and examination of this RFP with full understanding of its implications. The Bid should be precise, complete and in the prescribed format as per the requirement of this RFP. Failure to furnish all information required in this RFP or submission of a Bid not responsive to this RFP in each and every respect will be at the Bidder’s own risk and may result in rejection of the Bid and for which Punjab & Sind Bank shall not be held responsible.

4. Language of Bids

The Bid as well as all correspondence and documents relating to the bid exchanged by the bidder and the Bank shall be typed or written in English language.

5. Authorized Signatory

The bid shall be signed by a person or persons duly authorized by the Bidder with signature duly attested. In the case of a body corporate, the bid shall be signed by person who is duly authorized by the Board of Directors / Competent Authority of the bidder or having Power of Attorney. The selected bidder shall indicate the authorized signatories who can discuss, sign negotiate, correspond and any other required formalities with the bank, with regard to the obligations. The selected bidder shall submit, a certified copy of the resolution of their

Page 21: Selection of Vendor for Implementation of National

Page 21 of 168

Board certified by Company Secretary along with Power of Attorney duly stamped, authorizing an official or officials of the company to discuss, sign with the Bank, raise invoice and accept payments and also to correspond

6. Information Provided

The RFP document contains statements derived from information that is 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 Bank in relation to the provision of services. Neither Bank nor any of its employees, agents, contractors, or advisers give 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.

7. For Respondent only

The RFP document is intended solely for the information to the party to whom it is issued (“the Recipient” or “the Respondent”) and no other person or organization. Clarification to RFP and Pre-Bid Queries: The Bidder should carefully examine and understand the specifications, terms and conditions of the RFP and may seek clarifications, if required. The Bidders in all such cases should seek clarification in writing in the same serial order as that of the RFP by mentioning the relevant page number and clause number of the RFP as per format provided under Annexure-20

a. All communications regarding points requiring clarifications and any doubts shall be given in writing to the Deputy General Manager, Punjab & Sind Bank Plot No.151, Sector-44, Gurugram or an email can be sent to [email protected] only by the intending Bidders before 03:30 PM of the Last Date of Submission of Pre Bid queries as per the Bid Details mentioned at the Start of this RFP.

b. No queries will be entertained from the Bidders after the above date and time. c. No oral or individual consultation will be entertained.

8. Clarification of Offer

To assist in the scrutiny, evaluation and comparison of offers/bids, Bank may, at its sole discretion, ask some or all bidders for clarification of their offer/bid. The request for such clarifications and the response will necessarily be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. Any decision of Bank in this regard shall be final, conclusive and binding on the bidder. The request for clarification from any of the bidders by the Bank does not indicate any commitment on the bid being acceptable by the Bank.

9. Clarifications on and Amendments to the RFP Document

Prospective bidders may seek clarification on the RFP document by letter/fax/e-mail till the date mentioned in the Key information. Further, at least 7 days‟ time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) sought from prospective bidders, modify the RFP contents by

Page 22: Selection of Vendor for Implementation of National

Page 22 of 168

amendment. Clarification /Amendment, if any, will be notified on Bank’s website and will be binding on the bidders.

10. Pre-Bid meeting:

a. A pre-bid meeting of the intending Bidders will be held at the venue mentioned in Key information to clarify any point/doubt raised by them in respect of this RFP. No separate communication will be sent for this meeting. If the meeting date is declared as a holiday under NI Act by the Government subsequent to issuance of RFP, the next working day will be deemed to be the pre-bid meeting day. Authorized representatives of interested Bidders shall be present, during the scheduled time. In this connection, the Bank will allow a maximum of two representatives from each of the Bidder to participate in the pre-bid meeting.

b. Bank has the discretion to consider any other queries raised by the Bidder's representative during the pre-bid meeting.

c. Bank will have liberty to invite its technical consultant, or any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the Bidders in the meeting.

d. The Bank will consolidate all the written queries and any further queries during the pre-bid meeting and the replies for the queries shall be made available in the Bank's website (https://www.psbindia.com) and no individual correspondence shall be made. The clarification of the Bank in response to the queries raised by the Bidder/s, and any other clarification/amendments/corrigendum furnished thereof will become part and parcel of the RFP and it will be binding on the Bidders.

e. Non reply to any of the queries raised by the vendors during pre-bid Meeting shall not be considered as acceptance of the query/issue by the Bank.

f. Only one authorized representatives of each bidder will be allowed to attend the Pre-bid meeting.

11. Modification and withdrawals of Bids

No bid can be modified by the bidder subsequent to the closing date and time for submission of bids. In the event of withdrawal of the bid by bidders Bank may proceed against such bidder for recovery of losses as mentioned in Annexure 8.

12. Issue of Corrigendum

At any time prior to the last date of receipt of bids, Bank may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the RFP document by a Corrigendum. Any such corrigendum shall be deemed to be incorporated into this RFP and all bidders are required to comply with such corrigendum.

13. Amendment to Bidding Document:

a. At any time prior to deadline for submission of Bids, the Bank, for any reason, whether, at its own initiative or in response to a clarification requested by prospective Bidder, may modify the bidding document, by amendment.

Page 23: Selection of Vendor for Implementation of National

Page 23 of 168

b. Notification of amendments will be made available on the Bank’s website (i.e. https://www.psbindia.com) and will be binding on all Bidders and no separate communication will be issued in this regard.

c. In order to allow prospective Bidders reasonable time in which to take the Amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids

14. Amendments to Purchase Order:

Once purchase order is accepted by the selected Bidder , no amendments or modifications of order and no waiver of any of the terms or conditions thereof shall be valid or binding unless made in writing.

15. Amendments to the Agreement:

Once agreement is executed with the selected Bidder, no amendments or modifications of Agreement and no waiver of any of the terms or conditions hereof shall be valid or binding unless made in writing.

16. Correction of Error in Commercial Bid:

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

a. The Bank may waive off any minor infirmity or non-conformity or irregularity in a bid, which does not constitute a material deviation.

b. If there is discrepancy between the unit price and total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price shall be corrected accordingly.

c. If there is discrepancy between percentage and amount, the amount calculated on percentage basis will prevail.

d. If there is discrepancy in the total arrived at Bill of Material (addition, subtraction, multiplication, division and carryover of amount from one page to another), correct total will be arrived at by the Bank and the same will prevail over the total furnished in the Bill of Material.

e. If there is a discrepancy between words and figures, the rate/ amount in words shall prevail, unless the amount expressed in words is related to an arithmetical error in which case, the amount in figures will prevail, subject to the above two provisions.

f. If the Bidder does not accept the correction of errors, the Bid will be rejected.

17. Erasures or Alterations

The Offers containing erasures or alterations or overwriting may not be considered. There should be no hand-written material, corrections or alterations in the offer except as necessary to correct errors made by the Bidder, in which case corrections should be duly

Page 24: Selection of Vendor for Implementation of National

Page 24 of 168

stamped and initialed / authenticated by the person/(s) signing the Bid. Technical details must be completely filled in. Correct technical information of the product being offered

must be filled in. Filling up of the information using terms such as “OK”, "accepted",

“noted”, "as given in brochure/manual” is not acceptable. The Bank may treat such Offers as not adhering to the tender guidelines and as unacceptable.

18. Errors and Omissions

Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document.

19. Right to Alter Quantities/Locations:

Presently, Bank has a requirement of 1,50,000/- (One Lakh Fifty Thousand) FASTag for RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag. However, In the event of changes in plans of the Bank, Bank reserves the right to alter the quantities / locations for implementing the services by adding/deleting/substituting the devices/locations, etc from the ones specified in the tender at the same rate arrived at on the same Terms and Conditions of this Tender.

20. General Order Terms:

Normally, the Order will be placed on the successful Bidder as per the details given in the Bid document. But, if there is any change in name/address/constitution of the Bidder at any time from the date of Bid document, the same shall be informed by the Bidders to the Bank immediately. This shall be supported with necessary documentary proof or Court orders, if any. Further, if the Bidder is undergoing any re-organization/restructuring/merger/demerger and on account of such a change Bidder is no longer performing the original line of business, the same shall be informed to the Bank. There shall not be any delay in this regard. The decision of the Bank to place orders or otherwise under such situation shall rest with the Bank and the decision of the Bank shall be final.

21. Proposal Ownership:

The proposal and all supporting documentation submitted by the Bidder shall become the property of the Bank. As the Bidder's proposal is important for the evaluation and selection process, it is important that, the Bidder carefully prepares the proposal as per the prescribed format only. Under no circumstance, the format can be changed, altered or modified. Bidders must provide categorical and factual replies to specific questions. Bidders may provide additional technical literature relating to their proposal but in a separate Annexure. Correct and current technical details must be completely filled in. The Appendices/Annexures to this RFP shall form integral part of the RFP.

22. Costs & Currency:

The Offer must be made in Indian Rupees only as per Bill of Material (Annexure-25).

Page 25: Selection of Vendor for Implementation of National

Page 25 of 168

23. Costs Borne by Respondents

All costs and expenses incurred by Recipients / Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by Bank, will be borne entirely and exclusively by the Recipient / Respondent.

24. No Legal Relationship

There will be no binding legal relationship between any of the Recipients / Respondents and the Bank until the execution of a contractual agreement.

25. Cancellation of Tender Process

Punjab & Sind Bank reserves the right to cancel the tender process partly or fully at its sole discretion at any stage without assigning any reason or informing any of the participating bidder. The bidder shall indemnify Punjab & Sind Bank and keep indemnified against any loss or damage that Punjab & Sind Bank may sustain on account of any violation of patents, trademark etc., by the vendor in respect of the products supplied and/or services offered.

26. Corrupt and Fraudulent Practices

As per Central Vigilance Commission (CVC) directives, it is required that Bidders / Suppliers / Contractors observe the highest standards of ethics during the procurement and execution of such contracts in pursuance of the following directive: “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of values to influence the action of an official in the procurement process or in contract execution AND “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of contract to the detriment of the Bank and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Bank from benefits of free and open competition. The Bank reserves the right to reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. The Bank reserves the right to declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

27. Non-Transferrable Offer

This Request for Proposal (RFP) is non-transferable. Only the bidder who has purchased this document in its name or submitted the necessary RFP price (for downloaded RFP) will be eligible for participation in the evaluation process. The purchase order issued to the successful bidder is also non-transferable.

Page 26: Selection of Vendor for Implementation of National

Page 26 of 168

28. Tender Document and Fee

A complete set of tender document for RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag can be obtained from the following address during office hours on all working days on submission of a written application. The tender document may also be downloaded from the bank’s official website www.psbindia.com. The bidder participating in the RFP is required to submit a non-refundable fee of Rs. 10,000+ GST@18% (Rupees Ten Thousand + GST Only) in the form of Demand Draft or Banker’s Cheques or NEFT in favor of Punjab & Sind Bank, payable at Gurugram, at the time of submission of the technical bid, failing which the bid of the concerned bidder will be rejected. The bidder has to provide the Bank with the UTR no. generated after the NEFT (hard copy of the receipt generated should be submitted along with the bid documents, failing which the bid of the concerned bidder will not be accepted.

The details of the Bank account for submission of Tender Fee are given below:

Account Number – 06061100068510

Account Name – HO ADC DEPARTMENT

Type of Account – Current

Branch – Rajendra Place

IFSC- PSIB0000606

29. Bid Security Declaration

The Bidder(s) must submit Bid Security Declaration Annexure 8 in the Section A-Conformity to Eligibility Criteria

Non-submission of Bid Security Declaration will lead to outright rejection of the Offer/Bid.

Bank may proceed against the bidder by executing the Bid Securing Declaration under the following circumstances and decision of the Bank in this regard shall be final and binding on the Bidders & shall not be questioned in any situation

a. If the bidder withdraws the bid during the period of bid validity (180 days from the date of opening of bid).

b. If the bidder makes any statement or encloses any form which turns out to be false, incorrect and / or misleading at any time prior to signing of contract and/or conceals or suppresses material information; and / or

c. The selected bidder withdraws his tender before furnishing the unconditional and irrevocable Performance Bank Guarantee.

d. The bidder violates any of the provisions of the terms and conditions of this tender specification.

e . In case of the successful bidder, if the bidder fails:

Page 27: Selection of Vendor for Implementation of National

Page 27 of 168

To sign the contract in the form and manner to the satisfaction of Punjab & Sind Bank .

To furnish Performance Bank Guarantee in the form and manner to the satisfaction of Punjab & Sind Bank either at the time of or before the execution of Service Level Agreement (SLA).

Bank may proceed against the selected bidder in the event of any evasion, avoidance, refusal or delay on the part of bidder to sign and execute the Purchase Order / Service Level Agreements or any other documents, as may be required by the Bank, if the bid is accepted.

The Execution of Bid Security Declaration may suspend participation of the Bidder

in any tender in this Bank for three (03) years.

Punjab & Sind Bank reserves the right to accept or reject in part or full any or all offers without assigning any reason thereof and without any cost or compensation therefore. Any decision of Punjab & Sind Bank in this regard shall be final, conclusive and binding upon the bidders. The Bank reserves the right to accept or reject any Bid in part or in full, and to cancel the Bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders the grounds for Bank’s action. During the evaluation process at any stage, if it is found that the bidder does not meet the eligibility criteria or has submitted false / incorrect information the bid will be rejected summarily.

30. Performance Bank Guarantee

The successful bidder shall be required to provide a Bank Guarantee for 3% of the Total Order Value issued by any scheduled commercial bank (other than Punjab & Sind Bank) valid for 36 months with claim period of 1year, indemnifying any loss to the Bank, as per the format of Annexure –11. The bank guarantee shall be provided to the bank either before or at the time of execution of the Service Level Agreement (SLA). The Performance Bank Guarantee shall act as a security deposit and either in case the vendor is unable to start the project within the stipulated time or start of the project is delayed inordinately beyond the acceptable levels, the Bank reserves the right to forfeit the same. Further, the Bank reserves the right to invoke the Performance Bank Guarantee in case the Vendor is not able to fulfill any or all conditions specified in the document or is unable to complete the project within the stipulated time.

31. Government of India Guidelines on Purchase Preference:

Procurement through Micro & Small Enterprises [MSEs]:

Procurement through MSEs will be done as per the Policy guidelines issued by the

Ministry of Micro, Small &Medium Enterprises from time to time. Exemption from

submission of Tender Fee / Cost shall be given to bidders who are Micro, Small & Medium

Enterprises (MSME) and registered under provisions of the Policy i.e. registration with

Page 28: Selection of Vendor for Implementation of National

Page 28 of 168

District. Industries Centers or

Khadi Village Industries Commission or

Khadi & Village Industries Board or

Coir Board or National Small Industries Corporation or

Directorate of Handicrafts &Handloom or Udhyog Aadhaar Memorandum

Any other body specified by the Ministry of Micro, Small &Medium Enterprises.

a. To qualify for Tender Fee / Cost exemption, Concerns recognized by Department

of Industrial Policy & Promotion (DIPP) and MSME registered firms should

necessarily enclose a valid copy of registration certificate/relevant certificate which

is valid on last date of submission of the tender documents. MSME firms who are

in the process of obtaining registration will not be considered for Tender Fee / Cost

exemption. (Traders are excluded who are engaged in trading activity without

value addition / branding / packing. In such a case they will have to submit Tender

Cost).

b. MSME bidder has to submit a self-declaration accepting that if they are awarded the contract and they fail to sign the contract or to submit a Performance Bank Guarantee before the deadline defined by the Bank, they will be suspended for a period of three years from being eligible to submit bids for contracts with the Bank.

c. An MSE unit will not get any purchase preference over any other MSE unit.

d. Performance Bank Guarantee has to be submitted by the bidder whether MSME or not under any circumstance.

e. MSEs shall have basic required qualification under eligibility criteria specified in

the RFP and the above Policy will be applicable to those qualifying Bidders only.

f. The details are available on web site dcmsme.gov.in. Interested vendors are

requested to go through the same for details.

32. Taxes

a. Bidder shall be solely liable for the payment of all taxes, duties, fines, penalties, etc., by whatever name called as may become due and payable under the local, state and/or central laws, rules and/or regulations as may be prevalent and as amended from time to time in relation to the services rendered pursuant to this agreement. The Bank may in its discretion, but without being bound to do so, make payment of Taxes, duties as aforesaid and in the event of such payment, Bank shall be entitled to deduct the payment so made from the payment due to Bidder in respect of Bills.

b. The Bank shall not be liable nor responsible for collection and / or payment of any such taxes, duties, fines, penalties etc., by whatever name called, that are due and payable by bidder, under the local, state and/ or central laws, rules and /or regulations as may be prevalent and as amended from time to time.

c. Nothing contained herein shall prevent the Bank from deducting taxes deductible at source as required by any law/s or regulation/s. Bidder shall be responsible to report any non-receipt of certificate of taxes deducted at source within ninety (90) days of deduction

Page 29: Selection of Vendor for Implementation of National

Page 29 of 168

of such taxes at source by the Bank to bidder. The Bank will not issue any duplicate certificate for deduction of taxes at source unless such request is made within ninety (90) days of the closure of the financial year.

d. Bidder shall co-operate fully in the defense of any claim/s by any local, state or union authorities against The Bank with respect to any taxes and/or duties due and payable by bidder and /or individuals assigned by bidder under this agreement. Without limiting the generality of the foregoing bidder shall upon request by The Bank, give to The Bank all documents, evidences in a form satisfactory to The Bank to defend such claim/s. In case any claim is filed against the Bank, the cost to be borne by the selected bidder.

e. The payments which is/are inclusive of GST and other taxes, fees etc. as per the Payment Schedule covered herein above shall be paid by Punjab & Sind Bank, Head Office ADC Department. However, Payment of the Bills would be released, on receipt of advice / confirmation for satisfactory delivery and commissioning, live running and service report etc. after deducting all penalties.

33. Preparation of Bids:

Punjab & Sind Bank will follow Three Bid System

Eligibility evaluation

Technical & Functional evaluation

Commercial Bid

i. Section A-Conformity to Eligibility Criteria:

Conformity to Eligibility Criteria indicates their compliance to Eligibility Criteria Before submitting the Bid, the Bidders should ensure that they confirm to the eligibility criteria as stated in Annexure-4 of RFP. Only after satisfying themselves of the eligibility, the Offer should be submitted.

The Conformity to Eligibility Criteria as per Annexure-4 among others must contain Bid Security Declaration as per clause 29 and Signed Pre Contract Integrity Pact as per Annexure-21 of this document. The Conformity to Eligibility Criteria should be complete in all respects and contain all information sought for, as per Appendix-A.

The Placement of Bid Security Declaration in other than Section -A Conformity to Eligibility Criteria will make the Bid liable for rejection.

After ensuring the above, it shall be placed inside a separate Envelope and sealed and superscribed on the top of the cover as “Section A-Conformity to Eligibility Criteria for “RFP no. PSB/HO ADC/RFP/01/2021-22” for “Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag”.

Page 30: Selection of Vendor for Implementation of National

Page 30 of 168

ii. Section B-Technical Proposal:

Technical Proposal indicates the response to the Technical Matrix for “Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag”. It should be submitted as per instruction given in Appendix-B, relevant technical details and documentation should be provided.

The offer may not be evaluated and may be rejected by the Bank without any further reference in case of non-adherence to the format or partial submission of technical information as per the format given in the offer.

If any part of the technical requirement offered by the Bidder is different from the technical requirements sought in our RFP, the Bidder has to substantiate the same in detail the reason for their quoting a different technical requirements than what is sought for, like better feature or non-availability/feasibility of the technical requirements quoted by Bank, invariably to process the technical offer.

The Bank shall not allow / permit changes in the technical requirements once it is submitted.

The relevant Solution information, brand, and solution offered, printed product brochure, technical sheets etc. should be submitted along with the Offer. Failure to submit this information along with the offer may result in disqualification.

The Technical Proposal should be complete in all respects and contain all information sought for, as per Appendix-B. Masked Bill of Material must be attached in Technical Offer and should not contain any price information. The Section B-Technical Proposal should be complete and should cover all products and services.

Masked commercial Bid which is not as per the below instruction will make Bid liable for rejection:

Should be replica of Commercial Bid except that it should not contain any price information (with Prices masked).

It should not provide any price information like, unit price, tax percentage, tax amount, etc.

After ensuring the above, it shall be placed inside a separate Envelope and sealed and superscribed on the top of the cover as “SECTION B-Technical Proposal for “RFP no. PSB/HOADC/RFP/01/2021-22”for “Selection of vendor for Implementation of National Electronic Toll Collection (NETC) as Issuer under OPEX Model for issuance of FASTag"

iii. Section C-Commercial Bid:

Commercial Bid should be submitted as per the instruction in Appendix-C.

Commercial Bid Containing the following at least the following documents a. Annexure 25- Commercial Bill of Material b. Annexure 29- Letter of Authority for Participating in Reverse

Auction c. Annexure 28- Compliance for Reverse Auction d. Annexure 30- Commercial Compliance Certificate

Page 31: Selection of Vendor for Implementation of National

Page 31 of 168

Commercial Bid shall be submitted as per Bill of Material and other terms and conditions of RFP on prices. The Commercial Bid should give all relevant price information as per Annexure-25. Any deviations from the Bill of Material / non submission of prices as per the format shall make the bid liable for rejection.

Under no circumstances the Commercial Bid should be kept in Section-A (i.e. Conformity to Eligibility Criteria) or Section B (i.e. Technical Proposal) Covers. The placement of Commercial Bid in Section A (i.e. Conformity to Eligibility Criteria) or Section B (i.e. Technical Proposal) covers will make bid liable for rejection.

The Bill of Material must be attached in Technical Proposal as well as Commercial Bid. The format will be identical for both Technical Proposal and Commercial Bid, except that the Bill of Material in Technical Proposal should not contain any price information (Prices to be masked). Technical Proposal without masked Bill of Materials will be liable for rejection. Any change in the Bill of Material format may render the bid liable for rejection.

Bidder must take care in filling price information in the Commercial Offer to ensure that there are no typographical or arithmetic errors. All fields must be filled up correctly. Bill of Material that is incomplete and / or conditional is liable to be rejected. Any change in Bill of Material format may render the Bid liable for rejection.

The Bidder should indicate the individual taxes, and its applicable rate along with the estimated tax amounts to be paid by the Bank.

The selected bidder shall provide the revised TCO and the revised break-up of the cost post Reverse Auction

In case any technically qualified bidder does not take part in reverse auction, then he will not be considered for commercial evaluation.

After ensuring the above, it shall be placed inside a separate Envelope and sealed and superscripted on the top of the cover as “Section Commercial Bid for “RFP no. PSB/HOADC/RFP/01/2021-22” for" Selection of vendor for Implementation and Operation of National Electronic Toll Collection (NETC) Solution for Issuer bank of Fastags on OPEX Model”.

34. Submission of Offer-Three BID System

Three separate envelopes superscribed with 'Conformity to Eligibility Criteria, Section -A’, ‘Technical Proposal Section - B’ and 'Commercial Bid Section - C’ respectively and properly closed and sealed shall be placed inside another envelope and properly closed and sealed. The final envelope should be superscribed as ‘Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag’ to PSB/HOADC/RFP/01/2021-22” (includes separately sealed 'Conformity to Eligibility Criteria‟ 'Technical Proposal' and "Commercial Bid') on the top of the envelope. All the envelope shall bear the name and complete postal address of the Bidder as well as the addressee, namely The Deputy General Manager, Punjab & Sind Bank, Second Floor, ADC Department, Plot Number 151, Sector 44, Gurugram- 122003.

Page 32: Selection of Vendor for Implementation of National

Page 32 of 168

All the pages of Bid including Brochures should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be paginated with Name, Seal and signature of the Authorized Signatory. Bids with erasing / overwriting / cutting without authentication may be liable for rejection. Authorization letter for signing the Bid documents duly signed by Bidder’s Authorized signatory should be submitted.

All the envelopes shall bear the name and complete postal address of the Bidder and the authority to which the Bid is submitted.

The Name and address of the Bidder, RFP No. and Due Date of the RFP are to be specifically mentioned on the Top of the envelope containing Bid.

The bids should be properly superscripted in the manner prescribed in earlier clauses of this RFP shall be dropped/ submitted at Punjab & Sind Bank address given in Bid Control Sheet Table, on or before the date specified therein.

Eligibility Bid, Technical bid and Commercial bid should also be submitted online at https://psb.eproc.in mandatorily

If the last day of submission of bids is declared as a holiday under NI Act by the Government subsequent to issuance of RFP, the next working day will be deemed to be the last day for submission of the RFP. The Bid/s which is/are deposited after the said date and time shall not be considered.

Bids sent through post/courier will not be accepted/ evaluated.

If the envelopes, including the outer envelope is not sealed and marked in the prescribed manner, the Bank will assume no responsibility for the Bid’s misplacement or premature opening.

Bidder should reach the venue before the date and time stipulated as per the Bid Details mentioned at the Start of this RFP.

The following officials will facilitate in Bid related queries and make arrangements for deposit of Bid documents.

First Official Alternate Official

Ms. Pooja Jangra

Manager(ADC)

Punjab & Sind Bank

HO.ADC Department

Plot No-151, Sec-44

Gurgaon - 122003, Mobile No.- 9465453639 [email protected]

Sh. Sudip Sahoo,

Asst.Gen Manager (ADC)

Punjab & Sind Bank

HO.ADC Department

Plot No-151, Sec-44

Gurgaon - 122003, Mobile No.-9759780603 [email protected]

Page 33: Selection of Vendor for Implementation of National

Page 33 of 168

35. SELECTION PROCESS

Eligibility evaluation would be completed first followed by Technical & Functional evaluation. Thereafter, Price Information (Commercial Bid) of the eligible & technically qualified bidders will be opened and lowest quote based on TCO as quoted in Annexure – 25, will be considered as the L1 bidder.

36. Award of Contract:

The Bidder who is L1 as per above Clause 35 will be referred to as the selected Bidder and the Bank will notify the name of the selected Bidder by display in the website of the Bank.

a. The bidder who qualifies in the technical evaluation and scoring for technical specifications compliance will qualify for commercial evaluation. The bidder whose bid has been determined to be responsive and who quotes the lowest price will be treated as L1 Bidder. Bank may release the order either in Full or in part or place more than one order towards the contract based on project plan. Any decision of Punjab & Sind Bank in this regard shall be final, conclusive and binding upon the bidder(s).

b. The selected Bidder shall submit the acceptance of the order within seven days from the date of receipt of the order. No conditional or qualified acceptance shall be permitted. The effective date for start of provisional contract with the selected Bidder shall be the date of acceptance of the order by the Bidder.

c. Bank reserves its right to consider at its sole discretion the late acceptance of the order by selected Bidder.

37. Project Execution:

The Bank and the selected Bidder shall nominate a Project Manager each immediately on acceptance of the order, who shall be the single point of contact for the project at Gurugram. However, for escalation purpose, details of other persons shall also be given.

38. Period of Bid Validity

Bids shall remain valid for 180 (One Hundred and Eighty) days after the date of opening of bids prescribed by Punjab & Sind Bank. Bank holds the rights to reject a bid valid for a period shorter than 180 days as non-responsive, without any correspondence. In exceptional circumstances, Punjab & Sind Bank may solicit the Bidder’s consent to an extension of the validity period. The request and the response thereto shall be made in writing. Extension of validity period by the Bidder should be unconditional and irrevocable. The Bid Security provided shall also be suitably extended. A bidder acceding to the request will neither be required nor be permitted to modify its bid. A bidder may refuse the request without forfeiting its bid security. In any case the bid security of the bidders will be returned after completion of the process.

Page 34: Selection of Vendor for Implementation of National

Page 34 of 168

39. No Commitment to accept Lowest or any BID

Punjab & Sind Bank shall be under no obligation to accept the lowest or any other offer received in response to this RFP and shall be entitled to reject any or all offers including those received late or incomplete offers without assigning any reason whatsoever. Punjab & Sind Bank reserves the right to make any changes in the terms and conditions of purchase. Punjab & Sind Bank will not be obliged to meet and have discussions with any vendor, and or to consider any representations

40. Late Bids

Any bid received by the Bank after the deadline (Date and Time mentioned in Bid Details table / Pre Bid / subsequent addenda / corrigenda) for submission of bids will be rejected and / or returned unopened to the bidder.

41. REJECTION OF THE BID

The Bid is liable to be rejected if: a. The document doesn’t bear signature and stamp of the authorized person on each page of the bid.

b. It is received through E-mail.

c. It is received after expiry of the due date and time stipulated for bid submission.

d. Incomplete Bids, including non-submission or non-furnishing of requisite documents / Conditional Bids/ deviation of terms & conditions or scope of work/ incorrect information in bid / Bids not conforming to the terms and conditions stipulated in this Request for proposal (RFP) are liable for rejection.

e. Bidder should comply with all the points mentioned in the RFP. Non-compliance of any point will lead to rejection of the bid.

f. Any form of canvassing/lobbying/influence/query regarding short listing, status etc., will not be entertained and could be a reason for disqualification.

g. Non-submission of Pre Contract Integrity Pact as per the format given in Annexure – 21

42. Confidentiality and Secrecy

The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any other party. The RFP document is provided to the Recipient on the basis of the undertaking of confidentiality given by the Recipient to Bank. 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. The Recipient will not disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent, or other person associated or affiliated in any way with Bank or any of its customers, suppliers, or agents without the prior written consent of Bank.

Page 35: Selection of Vendor for Implementation of National

Page 35 of 168

The bidder/selected bidder must undertake that they shall hold in trust any Information received by them under the Contract/Service Level Agreement, and the strictest of confidence shall be maintained in respect of such Information. The bidder has also to agree:

To maintain and use the Information only for the purposes of the Contract/Agreement and only as permitted by Bank;

To only make copies as specifically authorized by the prior written consent of Bank and with the same confidential or proprietary notices as may be printed or displayed on the original;

To restrict access and disclosure of Information to such of their employees, agents, strictly on a “need to know” basis, to maintain confidentiality of the Information disclosed to them in accordance with this Clause, and

To treat all Information as Confidential Information.

The selected service provider acknowledges and agrees that all tangible and intangible information obtained, developed or disclosed including all documents, data, papers, statements, any business/customer information, trade secrets and process of the Punjab & Sind Bank relating to its business practices in connection with the performance of services under this Agreement or otherwise, is deemed by the Punjab & Sind Bank and shall be considered to be confidential and proprietary information (“Confidential Information”), solely of the Punjab & Sind Bank and shall not be used/disclosed to anybody in any manner except with the written consent of the Punjab & Sind Bank.

The selected service provider shall ensure that the same is not used or permitted to be used in any manner incompatible or inconsistent with that authorized by the Punjab & Sind Bank. The Confidential Information will be safeguarded and the selected service provider will take all necessary action to protect it against misuse, loss, destruction, alterations or deletions thereof.

Conflict of interest: The Vendor shall disclose to Bank in writing, all actual and potential conflicts of interest that exist, arise or may arise (either for the Vendor or the Bidder’s team) in the course of performing the Service(s) as soon as practical after it becomes aware of that conflict.

The successful Bidder is required to execute a Non-Disclosure Agreement to the bank as per bank’s format before or at the time of execution of the Master Contract.

43. Execution of Agreement:

Within 30 days from the date of acceptance of the Purchase Order, the selected

Bidder shall sign a stamped “Agreement” with the Bank at Gurugram as per the

format to be provided by the Bank. In case the selected bidder fails to execute the

Agreement, Bank may proceed against the selected bidder for recovery of loss as

mentioned in Annexure 8, also Bank at its sole discretion, may continue with the

tender process with L2 bidder or scrap the tender.

The Agreement shall include all terms, conditions and specifications of RFP, including all amendments/ addendums, if any, and also the Bill of Material and Price, as agreed to finally after Bid evaluation and negotiation. The Agreement shall be valid till all contractual obligations are fulfilled.

Page 36: Selection of Vendor for Implementation of National

Page 36 of 168

Bank reserves the right to select the next ranked Bidder, if the selected Bidder does not accepts the LOI/Purchase Order or withdraws his proposal after selection or at the time of finalization of the contract or is disqualified on detection of wrong or misleading information in the offer.

The Integrity Pact Agreement submitted by the bidder during the Bid submission will automatically form a part of the Agreement till the conclusion of the contract.

44. Other Terms and Conditions

Cost of preparation and submission of bid document: The bidder shall bear all costs for the preparation and submission of the bid. Punjab & Sind Bank shall not be responsible or liable for reimbursing/compensating these costs, regardless of the conduct or outcome of the bidding process.

The Bank reserves the right to modify any terms, conditions and specifications of this request for submission of offer and to obtain revised bids from the bidders with regard to such changes if any, at any time prior to completion of evaluation of technical / eligibility bids from the participating bidders. The Bank reserves its right to negotiate with any or all bidders. The Bank reserves the right to accept any bid in whole or in part.

The Bank reserves the right to reject any or all offers based on its own evaluation of the offers received, or on the basis of stability, capabilities, track records, reputation among users and other similar features of a bidder. When the Bank makes any such rejection, the Bank will not be bound to give any reason and/or justification in this regard to the bidder. The Bank further reserves the right to reject any or all offers or cancel the whole tendering process due to change in its business requirement.

Response of the Bid: The Bidder should comply all the terms and conditions of RFP.

The bidder is solely responsible for any legal obligation related to licenses during contract period for the solution proposed and Bidder shall give indemnity to that effect.

Punjab & Sind Bank shall be under no obligation to accept the lowest or any other offer received in response to this offer notice and shall be entitled to reject any or all offers without assigning any reason whatsoever. Punjab & Sind Bank has the right to re-issue tender/bid. Punjab & Sind Bank reserves the right to make any changes in the terms and conditions of purchase that will be informed to all bidders. Punjab & Sind Bank will not be obliged to meet and have discussions with any bidder, and / or to listen to any representations once their offer/bid is rejected. Any decision of Punjab & Sind Bank in this regard shall be final, conclusive and binding upon the bidder.

45. Signing of the Bid

The bid shall be signed by a person or persons duly authorized by the Bidder with signature duly attested and stamped. In the case of a body corporate, the bid shall be signed by the person duly authorized by the Board of Directors / Competent Authority of the bidder or one having the Power of Attorney to sign being supported by internal

Page 37: Selection of Vendor for Implementation of National

Page 37 of 168

corporate authorizations. Power of Attorney (POA) / Authorization letter in this regard should be enclosed along with the bid document.

46. Acceptance of Terms

A Recipient will, by responding to the Bank’s RFP, be deemed to have accepted all the terms as stated in the RFP.

47. RFP Response

If the response to this RFP does not include the information required or is incomplete or submission is through Fax mode or through e-mail, the response to the RFP is liable to be rejected. All submissions will become the property of Bank. Recipients shall be deemed to license, and grant all rights to, Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other Recipients who have registered a submission and to disclose and/or use the contents of the submission as the basis for any resulting RFP process, notwithstanding any copyright or other intellectual property right that may subsist in the submission or Banking documents. 48. RFP Response Validity Period

Responses to the RFP will remain valid and open for evaluation according to their terms for a period of at least 180 days from the time the process of submission of responses to the RFP closes.

Page 38: Selection of Vendor for Implementation of National

Page 38 of 168

Part – iii: Bid Opening and Evaluation Criteria

1. Stages of Evaluation

There would be a three (3) stage evaluation process. The stages are:

1) Eligibility Criteria Evaluation 2) Technical Evaluation 3) Commercial Evaluation

The Eligibility Criteria would be evaluated first for the participating bidders. The bidders, who qualify all Eligibility Criteria as mentioned in clause 5 of Part 1, will be shortlisted for the Technical bid evaluation. A detailed technical evaluation would be undertaken for eligible bidders and only the technically qualified bidders would be shortlisted for commercial opening. The Bank will open the eligibility and technical bids, in presence of bidders representative(s) who choose to attend, at the time and date mentioned in Bid document on the date and venue mentioned in control sheet. The bidder’s representatives who will be present shall sign the register evidencing their presence / attendance. The bidder with the lowest commercial quote will be declared as L1.

Evaluation Methodology

The objective of evolving this evaluation methodology is to facilitate the selection of the most cost-effective solution (Total Cost of Ownership) over contract period that appropriately meets the requirements of the Bank.

Eligibility & Technical Evaluation

The Bank will evaluate the technical response of the bidders who are found eligible as per the eligibility criteria mentioned in the RFP. Bidders satisfying eligibility criteria will be thoroughly evaluated by the Bank on compliance of Technical Specifications / Requirements / Scope of Work of the desired solution. Only bidders meeting all of the Technical Specifications / Requirements / Scope of Work, as defined in the RFP document will be evaluated further. Bidders are expected to submit detailed documentary evidence for all services provided by their solution specifically the ones included in the Technical Specifications / Requirements / Scope of Work. During the period of evaluation, bidders may be asked to provide more details and explanations about information provided in the proposals. Bidders should respond to such requests within the time frame indicated in the letter / e-mail seeking clarification / explanation. RFP Technical bid evaluation methodology that Punjab & Sind Bank would adopt is given below: i. The technical requirement is in the form of a table which is given as Annexure – 23 (i) containing the required functionality features

Page 39: Selection of Vendor for Implementation of National

Page 39 of 168

ii. The bidders should provide their response to the questionnaire in the column “Response”.

iv. The Response should be as per the table below.

Scale

Description

S Standard: Required features readily available and to be provided by the bidder.

C Customization Required: The bidder will provide the customization within the time schedule of the Implementation of the solution at no extra cost to the Bank.

Basis for evaluation:

i) Each line item in the functional and technical requirement mentioned in

Annexure – 23 (i) carries a maximum of 10 marks.

ii) Marks will be allotted against the responses to each of the point mentioned as per the following marking pattern:

Scale

Description

S S – Standard feature

C C – Customization required.

Note: The customization should be completed within 6 weeks of Purchase Order. iii) The marks allotted to the responses of the Vendor after carrying out above step would be reduced to a scale of 1 to 100 as under: Total marks obtained ---------------------------- x 100 Max. Possible marks

Bank’s decision in respect to evaluation methodology and short-listing bidders will be final and no claims whatsoever in this respect will be entertained. The selected bidder needs to achieve a cut-off score of 75% marks in order to become eligible for Commercial evaluation. Non-compliance of any point in technical requirements and scope of work as per Annexure – 23 (i) and Annexure 23(ii)will lead to rejection from the further evaluation

Page 40: Selection of Vendor for Implementation of National

Page 40 of 168

process. After technical evaluation, the commercial bids of only those bidders declared as technically qualified will be opened.

Commercial Evaluation

The commercial bids of only technically qualified bidders will be opened and evaluated by the Bank and the evaluation will take into account the following factors:

a. The Bill of Material must be attached in Technical Bid as well as Commercial Bid. The format will be identical for both Technical Bid and Commercial Bid, except that the Technical bid should not contain any price information (with Prices masked). Technical bid without masked Bill of Materials will be liable for rejection. Any deviations from the Bill of Material / non-submission of prices as per the format shall make the bid liable for rejection.

b. The L1 bidder will be selected on the basis of the total amount quoted for the proposed solution as per commercial bid. However, in case of any discrepancy in calculation, unit cost for components & services shall prevail and TCO will be calculated accordingly.

c. The optimized TCO (Total Cost of Ownership) identified in the commercial bid would be the basis of the entire outflow of the Bank for undertaking the scope of work.

d. In case there is a variation between numbers and words, the value mentioned in words will/may be considered.

Reverse Auction

The Bank shall conduct the reverse auction on total cost of project and the price so obtained after closure of Reverse Auction shall be taken into account for Commercial Evaluation. Bidders have to submit final itemized price to the Bank within 48 hours of closure of Reverse Auction process. In case any technically qualified bidder does not take part in reverse auction, then he will not be considered for commercial evaluation. The procedure of reverse auction will be notified to the shortlisted bidders separately. All eligible bidders must have a valid digital signature to participate in the online reverse auction. Bidder to note that only those bidders who participate and submit a bid(s) in the Reverse Auction shall be considered for further evaluation, i.e. declaration of L1. However, in case no bidder participates, Bank reserves the right to conduct a re-reverse auction.

Business Rules for Reverse Auctions

Applicability Reverse auctions are carried out under the framework of rules that are called Business Rules. 1. All bidders participating in reverse auction shall understand/accept and give an undertaking for compliance with the same to the Bank in the prescribed format “Annexure 28: Compliance for Reverse Auction” and “Annexure 29: Letter of Authority for participating in Reverse Auction”.

Page 41: Selection of Vendor for Implementation of National

Page 41 of 168

2. Any bidder not willing to submit such an undertaking shall be disqualified for further participation in the e-procurement process in question. Compliance/Confirmation from Bidder

The bidders participating in reverse auction shall submit the following document(s) duly signed by the same Competent Authority who signs the offer document in response to the RFP: 1. Acceptance of Business Rules for Reverse Auction and undertaking as per format in Annexure 28: Compliance for Reverse Auction and Annexure 29: Letter of Authority for participating in Reverse Auction. Training to bidders

1. The Bank will facilitate training for participation in reverse auction either on its own or through the service provider for the reverse auction. 2. On request where necessary, the Bank/service provider may also conduct a ‘mock reverse auction’ to familiarize the bidders with reverse auction process. 3. Any bidder not participating in training and/or ‘mock reverse auction’ shall do so at his own risk and it shall not be open for him to make any request / complaint / grievance later. 4. Each bidder shall participate in the training at his / their own cost. 5. The venue, date, time etc. for training in reverse auction shall be advised at the appropriate time. 6. No request for postponement/fixing of training date/time shall be entertained which in the sole view and discretion of the Bank might result in any avoidable delay to either the Reverse Auction or the whole process of selection of bidder. Date/time of reverse auction

1. The date and time of commencement of reverse auction as also duration of ‘Reverse Auction Time’ shall be communicated at least 4 working Days prior to such auction date. 2. Any force majeure or other condition leading to postponement of auction shall entitle the Bank to postponement of auction even after communication, but the Bank shall be obliged to communicate to all participating bidders the ‘postponement’ prior to commencement of such ‘Reverse Auction’.

Conduct of Reverse Auction

1. The reverse auction shall be conducted on a specific web portal meant for this purpose.

2. The reverse auction may be conducted by the bank itself or through a service provider specifically identified/appointed/ empanelled by the bank. Transparency in Bids

All bidders will be able to view during the auction time the current lowest price in portal. Bidder shall be able to view not only the lowest bid but also the last bid made by him at any point of time during the auction time.

Page 42: Selection of Vendor for Implementation of National

Page 42 of 168

Masking of Names

1. Names of bidders shall be masked in the Reverse Auction process and bidders will be given suitable dummy names. 2. After completion of Reverse Auction, the service provider / auctioneer shall submit a report to the Bank with all details of bid and the original names of the bidders as also the L1 bidder with his / their original names.

Start Price

Reverse Auction process shall commence at and after electronically loading the “START-UP PRICE” on the basis of lowest TCO arrived at after evaluation of commercial bids or lesser than the lowest TCO arrived as evaluated by the Bank.

Decremented Bid Value

1. The bidders shall be able to bid only at a specified decrement value or multiple thereof and not at any other fractions. The Bid decrement value for each line item or for composite value shall be decided by the Competent Authority depending upon the nature and the value of equipment being procured. 2. For the sake of convenience of bidders, the web portal shall display the next possible decremented value of bid. It is not, however, obligatory on the part of bidders to bid at the next immediate lower level only. (That is, bids can be even at 2 or 3 lower levels than the immediate lower level.)

Bifurcation of TCO

After Reverse auction selected bidder will strictly follow the bifurcation of TCO as per weightage mentioned below:

Sl .No.

Category Weightage

1 One Time Development and Project Management Fees 10%

2 Per Tag Procurement Cost 55%

3 Vendor’s Revenue share out of Total Interchange earning received on per transaction

35%

Reverse Auction Process

1. In order to reduce the time involved in the procurement process, Bank shall be entitled to complete the entire procurement process through a single Reverse Auction or in multiple Reverse Auctions by splitting the items of bill of material in different lots. 2. The Bank shall however, be entitled to cancel the Reverse Auction process, if in its view procurement or Reverse Auction process cannot be conducted in a fair manner and / or in the interest of the Bank.

Page 43: Selection of Vendor for Implementation of National

Page 43 of 168

3. The successful bidder shall be obliged to provide a Bill of Material at the last bid price at the close of auction.

Changes in Business Rules

1. Any change in Business Rules as may become emergent and based on the experience gained may be made by the Bank.

2. Any/all changes made in Business Rules shall be uploaded in the Website of the Bank https://www.psbindia.com/ immediately.

3. If any reverse auction process has commenced and a change is made in Business Rules, it shall be informed immediately to each bidder participating in the Reverse Auction and his concurrence to/ acceptance of the change shall be obtained in writing by the Bank.

Don’ts applicable to the Bidders

1. No bidder shall involve himself/ itself or any of his/ its representatives in any price manipulation directly or indirectly with other bidders. If any such practice comes to the notice, Bank shall disqualify the bidders concerned from the e-Procurement process. 2. Bidder shall not disclose details of his bids or any other details concerning Reverse Auction process of the Bank to any other third party without specific permission in writing from the Bank. 3. Neither Bank nor service provider/ auctioneer can be held responsible for consequential damages such as no power supply, system problem, inability to use the system, Loss of electronic information, power interruptions, UPS failure, etc. at bidders’ place. (Bank shall, however, entertain any such issues of interruptions, problems with open mind and fair degree of transparency in the process before deciding to stop or extend the auction.)

Short Listing

The evaluation will take into account the following factors: i. The optimized TCO identified in the commercial bid would be the basis of the entire outflow of the Bank for undertaking the scope of work. The Bank will consider the TCO over a Three-year period starting from the date of going live in production. Any further infrastructure or hardware (electrical components) required to meet the performance criteria of the Bank as stated in the RFP, during the tenure of the project, would be at the cost of the Bidder. ii. Normalization of Bids: The Bank will go through a process of Eligibility evaluation followed by the technical evaluation and normalization of the bids to the extent possible and feasible to ensure that shortlisted bidders are more or less on the same technical ground. After the normalization process, if the Bank feels that any of the bids needs to be normalized and that such normalization has a bearing on the price bids; the Bank may at its discretion ask all the technically short-listed bidders to re-submit the technical and commercial bids once again for scrutiny in part or full. The resubmissions can be requested by the Bank in the following two manners:

Incremental bid submission in part of the requested clarification by the Bank.

Page 44: Selection of Vendor for Implementation of National

Page 44 of 168

Revised submissions of the entire bid in the whole. iii. The Bank can repeat this normalization process at every stage of bid submission or till the Bank is satisfied. The shortlisted bidder/s have to agree that they have no reservation or objection to the normalization process and all the technically short listed bidders will, by responding to this RFP, agree to participate in the normalization process and extend their co-operation to the Bank during this process. The shortlisted bidder/s, by submitting the response to this RFP, agrees to the process and conditions of the normalization process. iv. The bidder will be solely responsible for complying with any applicable Export / Import Regulations. The Bank will no way be responsible for any deemed Export benefit that may be available to the bidder. v. The OEM needs to provide Unit costs would be provided for components and services; unit rates would be considered for the TCO purposes. vi. In the event the vendor has not quoted or mentioned the component or services required, for evaluation purposes the highest value of the submitted bids for that component or service would be used to calculate the TCO. For the purposes of payment and finalization of the contract, the value of the lowest bid would be used.

Reverse Auction

The Bank shall conduct the reverse auction on total cost of project and the price so obtained after closure of Reverse Auction shall be taken into account for Commercial Evaluation. Bidders have to submit final itemized price to the Bank within 48 hours of closure of Reverse Auction process. In case any technically qualified bidder does not take part in reverse auction, then he will not be considered for commercial evaluation. The procedure of reverse auction will be notified to the shortlisted bidders separately. All eligible bidders must have a valid digital signature to participate in the online reverse auction. Bidder to note that only those bidders who participate and submit a bid(s) in the Reverse Auction shall be considered for further evaluation, i.e. declaration of L1. However, in case no bidder participates, Bank reserves the right to conduct a re-reverse auction. Business Rules for Reverse Auctions Applicability Reverse auctions are carried out under the framework of rules that are called Business Rules. 1. All bidders participating in reverse auction shall understand/accept and give an undertaking for compliance with the same to the Bank in the prescribed format “Annexure 29: Compliance for Reverse Auction” and “Annexure 28: Letter of Authority for participating in Reverse Auction”. 2. Any bidder not willing to submit such an undertaking shall be disqualified for further participation in the e-procurement process in question. Compliance/Confirmation from Bidder

The bidders participating in reverse auction shall submit the following document(s) duly

signed by the same Competent Authority who signs the offer document in response to

the RFP:

Page 45: Selection of Vendor for Implementation of National

Page 45 of 168

1. Acceptance of Business Rules for Reverse Auction and undertaking as per format in

Annexure 29: Compliance for Reverse Auction and Annexure 28: Letter of Authority for

participating in Reverse Auction.

Training to bidders

1. The Bank will facilitate training for participation in reverse auction either on its own or through the service provider for the reverse auction. 2. On request where necessary, the Bank/service provider may also conduct a ‘mock reverse auction’ to familiarize the bidders with reverse auction process. 3. Any bidder not participating in training and/or ‘mock reverse auction’ shall do so at his own risk and it shall not be open for him to make any request / complaint / grievance later. 4. Each bidder shall participate in the training at his / their own cost. 5. The venue, date, time etc. for training in reverse auction shall be advised at the appropriate time. 6. No request for postponement/fixing of training date/time shall be entertained which in the sole view and discretion of the Bank might result in any avoidable delay to either the Reverse Auction or the whole process of selection of bidder.

Date/time of reverse auction

1. The date and time of commencement of reverse auction as also duration of ‘Reverse Auction Time’ shall be communicated at least 4 working Days prior to such auction date. 2. Force majeure or other condition leading to postponement of auction shall entitle the Bank to postponement of auction even after communication, but the Bank shall be obliged to communicate to all participating bidders the ‘postponement’ prior to commencement of such ‘Reverse Auction’.

Conduct of Reverse Auction

1. The reverse auction shall be conducted on a specific web portal meant for this purpose. 2. The reverse auction may be conducted by the bank itself or through a service provider specifically identified/appointed/ empanelled by the bank.

Transparency in Bids

All bidders will be able to view during the auction time the current lowest price in portal. Bidder shall be able to view not only the lowest bid but also the last bid made by him at any point of time during the auction time.

Masking of Names

1. Names of bidders shall be masked in the Reverse Auction process and bidders will be given suitable dummy names. 2. After completion of Reverse Auction, the service provider / auctioneer shall submit a report to the Bank with all details of bid and the original names of the bidders as also the L1 bidder with his / their original names. Startup price finalization is completely discretion of the Bank.

Page 46: Selection of Vendor for Implementation of National

Page 46 of 168

Start Price

Reverse Auction process shall commence at and after electronically loading the “START-UP PRICE” on the basis of lowest TCO arrived at after evaluation of commercial bids or lesser than the lowest TCO arrived as evaluated by the Bank.

Decremented Bid Value

1. The bidders shall be able to bid only at a specified decrement value or multiple thereof and not at any other fractions. The Bid decrement value for each line item or for composite value shall be decided by the Competent Authority depending upon the nature and the value of equipment being procured. 2. For the sake of convenience of bidders, the web portal shall display the next possible decremented value of bid. It is not, however, obligatory on the part of bidders to bid at the next immediate lower level only. (That is, bids can be even at 2 or 3 lower levels than the immediate lower level.)

Reverse Auction Process

1. In order to reduce the time involved in the procurement process, Bank shall be entitled to complete the entire procurement process through a single Reverse Auction or in multiple Reverse Auctions by splitting the items of bill of material in different lots. 2. The Bank shall however, be entitled to cancel the Reverse Auction process, if in its view procurement or Reverse Auction process cannot be conducted in a fair manner and / or in the interest of the Bank. 3. The successful bidder shall be obliged to provide a Bill of Material at the last bid price at the close of auction.

Changes in Business Rules

Any change in Business Rules as may become emergent and based on the experience gained may be made by the Bank. 2. Any/all changes made in Business Rules shall be uploaded in the Website of the Bank https://www.psbindia.com/ immediately. 3. If any reverse auction process has commenced and a change is made in Business Rules, it shall be informed immediately to each bidder participating in the Reverse Auction and his concurrence to/ acceptance of the change shall be obtained in writing by the Bank.

Page 47: Selection of Vendor for Implementation of National

Page 47 of 168

Part-IV Scope

Bank intends to engage the vendor who have the necessary experience, capability, expertise to provide the bank NETC Solution for Issuer Bank including Supply, Personalization and Support of RFID FASTag of approved quality, management of NETC Issuing module under OPEX model which will include providing Issuing Host solution, infrastructure, Operations including settlement, reconciliation, dispute management, Online dispute resolution(ODR) and 24x7 helpdesk service adhering to Bank’s requirement outlined in this RFP.

1. The selected bidder to provide NETC Issuer Host Solution to Bank on OPEX model, to process transactions request received from NETC System.

2. The selected vendor is required to perform below mentioned activities: a) Supply the FASTag as per the technical specifications prescribed/

approved by NPCI / IHMCL / NHAI. b) Personalization of FASTag as per Bank’s branding guidelines and writing

data provided by Bank. c) The welcome kit booklet along with FASTag should have pictographic

instruction of fixing the NETC tag as per NPCI/NHAI/MoRTH/IHHCL/RBI or Govt. Regulatory guidelines. Specification as follow:

Printed Welcome letter: 90 GSM, 29.7 cm x 21cm, 1 Color (Bilingual).

Printed user guide glossy hard paper: 90 GSM, 27.2 cm x 20.5 cm single page, three folded with tag image & bank logo and text.

Printed Envelop for carrying: 90 GSM, 27 cm x 12.5 cm with 10 cm x 5 cm transparent window on left side clearly displaying customer address.

3. The selected bidder to develop & host issuer framework in secured infrastructure as per the standard set by the NPCI & other regulatory bodies in time to time.

4. Selected bidder has to securely transmit data to any other parties through the necessary cryptographic keys as needed for the correct operation of the system.

5. The solution should host the middleman to act as interface between bank's core banking & issuer framework.

6. The whole solution should be hosted with proper high availability (24x7 availability with 99.99% precision) and 100% DR replica. Highly scalable application should be capable of handling very high volume plazas transactions.

7. Facility of Disaster Recovery site should be available 8. The selected bidder must provide the solution for the registration of RFID FASTag

with Centralized NETC System operated by NPCI. 9. The NETC Issuing Host Solution is broadly aimed to provide end to end

management of FASTag Issuing module management system for NETC under OPEX model inclusive but not limited to the following functions:

a) NETC Issuing System b) Authorization Host for FASTag Transactions c) Issuance portal of RFID FASTag d) User portal e) Admin portal f) Operations including dispute

Page 48: Selection of Vendor for Implementation of National

Page 48 of 168

g) Help Desk Portal h) Account Management i) FASTag Mobile App j) Inventory Management k) System Administration l) Finance Management and Reporting

m) Regular Operations including Reconciliation; Violation and Dispute

Management n) Transaction Processing o) MIS reports as per requirement of Bank as well as Regulatory authority. p) Dispute Management(including image review & Online Dispute Resolution) q) 24x7 Helpdesk

10. Authorization Host for FASTag Transactions a) As this RFP is for OPEX model, the selected vendor is required to provide

complete host environment and infrastructure. 24x7 Support for hosting, IT &System operations are included.

b) Bidder is required to provide the connectivity between Bidder’s hosted premise and Bank’s DC/DR for Banks’s CBS and other channels.

c) The infrastructure should be scalable so that as per requirement transaction volumes can be handled.

d) Provisioning of requisite hardware, setup and installation e) Provisioning of requisite software licenses, Business application license

and other required monitoring software, tools for IT setup at the site for day to day operations.

f) Installation and configuration of operating systems, storage solution and replication mechanism for all in-scope business application systems.

g) Assisting in installation and configuration of in-scope databases and business applications

h) Installation and configuration of any other specialized applications/software solution/ hardware solution required for the setup.

11. The Solution should process online transactions request received from NETC System.

12. NETC Issuing System : Issuer system should provide but not limited to following Functionalities /features:

a) Maintain inventory of FASTag b) Issuance of FASTag through point of sale locations c) Maintain customer accounts d) Handle FASTag account recharges and any other channel as may be

specified by Bank e) Maintain Black list and white list of FASTag. f) Maintain pool account of customer balances and deposits g) Send black list and white list to NPCI h) Receive ETC transactions from NPCI and post to customer account i) Reconcile the ETC transactions with NPCI j) Issue Plaza Level Pass (discounts) to the Customers. k) Receive disputes from Customers and send the disputes to NPCI

Page 49: Selection of Vendor for Implementation of National

Page 49 of 168

l) Receive Adjustment details for resolved disputed transactions from NPCI and give corresponding adjustment to the customer account

m) Receive settlement details recommended by NPCI and physically settle to Acquirers. Send settled details to NPCI.

n) Maintain User self-service portal and Mobile App and Point of Sale system o) Maintain Back-Office system which supports Customer service, Finance

Management, Inventory Management, Online Dispute Resolution and Help desk system

p) Validate the digital signature of the tag. In case the signature validation fails the tag needs to be added in blacklist/ low balance exception list.

13. FASTag inventory maintenance is to be bidder’s responsibility therefore the selected bidder should maintain sufficient stocks/inventory of FASTag. Life cycle management of FASTag is also a part of the selected bidder’s responsibility. The selected bidder needs to tie-up with NPCI empanelled tag manufacturers only for personalization of the FASTag.

14. Selected Bidder will have to ensure the robust inventory management for live tags. The tags are said to be live, once the tags are personalized with EPC ID, toll table vehicle class, dummy vehicle registration number, and digital signatures.

15. Wrong personalization of tags i.e. incorrect data is personalized in the tags, all such tags should be destroyed.

16. If Tags are lost during the distribution process, then those tags must be blocked and added to the blacklist.

17. If Tags size and format is not as per the NETC Tag Marks specifications document issued by NPCI all such tags should be destroyed.

18. In case bidder fixes the tag at point of Sale, Tags Fixation rules should be met properly.

19. The welcome kit booklet should have pictographic instruction of fixing the NETC tag.

20. In all the above mentioned cases loss will be borne by Selected Bidder 21. In case the tags are damaged or tag linked account is closed/disabled, the status

of the tag will be changed to Inactive Tag. Removal of physical tag from the vehicle within 6 month of the tags getting inactive will be the responsibility of Bidder. During the tags inactive state

22. Online transactions will be declined however any dispute on previous transactions will still be executed.

23. The tags cannot be added into any of the exception list 24. The platform should have the capability to manage Customer Services and

Integration of various core & allied systems of the bank in NETC management, NPCI Switch, NPCI as a settlement agent. The Solution should enable the Bank to provide a consistently controlled and seamless channel experience to the customer.

25. The Vendor should co-operate with Bank for all the required migration in case Bank decides to move to other Infrastructure without any cost to Bank.

26. Complete data including transaction history to be provided to bank in readable form as and when required.

27. Geo tagging of transactions.

Page 50: Selection of Vendor for Implementation of National

Page 50 of 168

28. Creating and providing an efficient issuing/top up infrastructure for FASTag viz.

Cash, bank Account, Credit card, debit card, internet banking, mobile banking,

Bank wallet /UPI/IMPS, CBS, Business Correspondents (BCs), Call center, CFMS,

CRM solution,ATMS, Cash Recyclers, KlOSKs, Omni channel, API gateway,

Merchant onboarding, ODR solution, Bank's website and integration with any other

channels instructed by NPCI/RBI/NHAI/IHMCL/MoRTH and any other regulatory

authorities from time to time.

29. FASTag issuing solution should integrate with various channels of the Bank such as CBS, Business Correspondents (BCs), and Internet Banking, UPI, Mobile Banking, Bank wallet, ATMs, Cash Recyclers, KIOSKs, Omni, Bank’s website, Merchant on boarding, IMPS, Call center, CFMS, CRM, API gateway and other channels instructed by NPCI/RBI/NHAI/IHMCL/MoRTH and any other regulatory authorities from time to time..

30. Selected Bidder will provide API required for implementation, issuance, and integration of FASTag without any cost to bank.

31. Fraud Monitoring will be the responsibility of the selected bidder. However if Bank require the integration of solution with FRM of Bank, bidder will have to do the same.

32. Loss will be borne by selected Vendor If Fraudulent activities occur due to Negligence of Selected Vendor.

33. For fraud monitoring verification of transaction data will be the responsibility of selected vendor.

34. The selected bidder should provide daily/monthly/yearly reports for reporting on issuance, topping-up, refunds and various transaction reports etc. as or when required.

35. The solution should generate the reconciliation for the acquirer for payment transactions as per the prescribed process of NPCI/NETC System

36. Complete FASTag solution for day to day reconciliation of transactions, loading, refund and other financial adjustments. EOD report in Bank’s prescribed format need to be submitted to Bank on daily basis for posting of funds.

37. Daily/monthly/yearly report of the complaint must be forwarded to Banks’s Team based on time to time.

38. Daily/monthly/yearly report of the Charge Back processing. 39. Daily/monthly/yearly report of the Fraudulent Transactions. 40. Help Desk (Setting of Centralized Call Centre) functionality for 24x7 to be provided

to Bank for support of FASTag users/ customers. a) Selected bidder to provide toll free no. which should be printed in Tag

on which customer will give call for support. b) It includes assisting the customers for raising transaction disputes by

Tag holders. c) Customer queries can come through email, website or telephone calls. d) Answering of the customer queries addressing their concerns, complaints,

escalations and working towards resolutions of the same. e) All type of complaints/ queries must be logged and need to be closed within

stipulated time.

Page 51: Selection of Vendor for Implementation of National

Page 51 of 168

f) Daily/monthly/yearly report of the complaint must be forwarded to Banks’s Team based on time to time.

g) While answering Customer queries, selected Bidder will do mandatory promotion of Banks’s products with a static format provided by the Bank from time to time.

h) Recording of calls. 41. The Selected bidder shall provide the training to the bank’s personnel as described

below: a) The Bidder shall provide extensive training, on its product, to bank officials.

The training will have to be provided at New Delhi and all cost of trainers and training material in providing to Bank officials shall be borne by the bidder.

b) The Bidder shall provide a detailed operations and maintenance manual for use of the staff including training the Bank's personnel.

I. Bidder should submit detailed course content and provisional agenda along with the bid.

II. The course will be designed in such a capsule manner that duration will be of 1-2 day.

42. Exception List maintaining is selected bidder’s responsibility. The selected bidder bid should update various exception lists on NETC Mapper of NPCI. The exception list will consist of:-

a) Blacklist: A blacklist is a list of tag ID which will not be accepted at toll plaza due to Financial (Insufficient balance) and Non-Financial reasons. The government authorities or Bank can request the selected bidder to add/remove the tag ID in the blacklist.

b) Low Balance List: If the balance in the linked custom the tag comes below a threshold limit, that Tag ID will be added to this list and the notification is sent to the customer for low balance. This list will be provided by the selected bidder.

c) Exempted Vehicle Class List: Unless otherwise stipulated, no toll fare will be charged for the vehicles that come under this category as defined by the respective authorities from time to time. The exception list types will be modified/updated as per the future requirement of the program and guidelines of NPCI/RBI/Govt. Regulatory by Bidder .Few examples can be, as mentioned below: -

1) VVIP convoy

2) Ambulance

3) Fire brigade

4) Police Vehicle

5) Other as per NHAI guidelines

d) Invalid Carriage: All the vehicles which are used by handicapped persons. e) Hotlist: It is the responsibility of Bidder to maintain the record of Hot listed

FASTag. It will be the responsibility of Bidder to update the customer pass and toll exemption details in the customer profile and central NETC portal as per the respective toll plaza guidelines.

Page 52: Selection of Vendor for Implementation of National

Page 52 of 168

43. Discounts module for FASTag should be a part of the solution. Configurable (Parameterized) discount management system. Product can be configured in 2 modes

a) Product Base Discounts b) Local Discounts

44. Supports automatic calculation of discount as per configuration i.e. Solution should

be capable to calculate discount given on Fastag issued to individuals as well as to

corporate clients as instructed by Bank/NPCI/RBl/Govt. or any other regulatory

authority from time to time.

45. Discount application and expiry can be configured for product and Local based types.

46. Any other discount prescribed by the Bank, NPCI, RBI or Govt authorities from time to time.

47. Local Discounts: a) Supports creation of configurable (parameterized) Discount Rules.

b) Can be applied to specific concessionaire or group of concessionaires.

c) Should be supporting the following types of Discounts configuration.

d) Amount Based Discount.

e) Percentage Based Discount.

f) Time Based discounts.

The Application software of the selected bidder should be capable of handling

the various toll plaza pass schemes as defined by NPCI/toll plaza owner/Bank

time to time.

a) Stepwise and easy issuance process.

b) Should support partial issuance facility. Same issuance process can be

completed in next session.

c) Availability of Notification at each step of issuance

d) Support of Authorization by OTP and Manual Process Support Document

upload and verification or e-KYC integration

e) Support Local Pass Issuance or e-KYC integration

f) Automated Statements and Mailing facility

g) Support issuance for following types of customers

I. Retail

II. Corporate

Steps of Issuance

I. Wallet Creation / Integration with Punjab & Sind Bank’s Wallet

II. Vehicle Addition/Data Upload

III. FASTag Issuance

IV. FASTag Allocation

V. FASTag Activation

48. All FASTag shall be stored along with vehicle class in the centralized business rule engine for computation.

Page 53: Selection of Vendor for Implementation of National

Page 53 of 168

49. Create and provide a system to back up all the information i.e. FASTag registration details including vehicle category as per Toll Gazette of Government of India, Customer details etc. The data backup should be provided to bank on time to time basis as or when required.

50. Bidder should keep the images of Vehicle captured at the time of registration for the period of at least one year or as per instructions of NPCI/RBI/Govt. Regulatory. It is recommended to create an archive for storing of images for dispute purposes. Bank can demand the archive data at any time.

51. Record of Payment History 52. Vendors Responsibility

a) Delivery of FASTag to the specified locations based on the requirement will

also be selected bidder’s responsibility.

b) If required on site support to be provided by the bidder.

c) The selected Bidder shall provide new patches; Version releases/up-gradations will be released at periodical intervals. New Version will be provided in case of existing Software is declared as End of Support / End of Sale / not able to comply with the Regulatory guidelines, Bug fixing, etc during the contract period at no extra cost.

d) For smooth completion of project the Bidder should identify one or two of its representatives at Gurugram as a single point of contact for the Bank

e) Corporate Issuance I. Bulk Issuance Mode should be supported.

II. The Issuance template may be configured to the format supported by corporate customer.

III. History of each step and details. IV. Customizable Assignment for Actual FASTag Issuance.

53. Tag Operations Following FASTag operations shall be performed using this functionality:

a) Issuance b) FASTag Activation c) FASTag Duplication / validation d) FASTag creation & personalization as instructed by Bank/NPCI/RBI. e) Integration with FASTag printing vendor f) FASTag categorization &limit management. g) Re-Issuance h) FASTag/Wallet Closure i) Suspension j) Partial Suspension k) Permanent Suspension l) Re-activation

All Other mandatory &necessary guidelines issued from time to time. 54. Account Management

a) Configurable Account Structure b) Support multiple accounts creation for one customer c) Support multiple vehicles in single accounts d) Top-Up and blacklisting is applicable to account.

Page 54: Selection of Vendor for Implementation of National

Page 54 of 168

e) Retail and Corporate Accounts can have different products configuration f) Support Service Request operations for each account g) Different types of Local Passes can be issued to vehicles under same

account. h) Reprint of receipts of all operations on customer demand.

55. Top up and payments Supported Payment Modes required:

Cash

NEFT, RTGS

SMS based Payments

IMPS, UPI

Internet Banking, Mobile Banking

Credit Card, Debit Card

Payment Gateway

Wallet - Wallet

Wallet - Bank Account

Bank Account - Wallet

Any other mode as decided by the Bank/NPCI time to time.

Top up payment is supported in various payment modes.

Support for integration with any 3rd party payment system.

Supports integration with any accounting system. 56. Selected bidder will maintain the FASTag rate as provided in response to the RFP

of next 3 years from the date of agreement. Also Bank reserves the right to procure the FASTag from any other vendor and in that case the selected bidder will manage the inventory and other activities as per the scope of this RFP. Specification & physical quality of the FASTag may be verified on time to time. If it is found that quality of the FASTag is degraded then Bank can ask for comparison with the sample of the FASTag supplied by the vendor to check any variance between the FASTag supplied and the specification approved. Vendor is required to bear the cost of such certification

57. The Vendor should comply with Bank’s IS Sec relevant to the RFP. Some of the key areas are as under:

a) Responsibilities for data and application privacy and confidentiality.

b) Responsibilities on system and software access control and administration. c) Custodial responsibilities for data, software, hardware and other assets of

the Bank being managed by or assigned to the Vendor. d) Physical Security of the facilities. e) Physical and logical separation from other customers of the Vendor. f) Incident response and reporting procedures. g) Password Policy of the Bank. h) Data Encryption/Protection requirement of the Bank. i) Any other requirement as prescribed by the Bank.

58. Notifications a) Notification system should be easy to configure b) Supports notifications for all major events c) Notification can be configured in following types

Page 55: Selection of Vendor for Implementation of National

Page 55 of 168

i. SMS ii. E-Mail iii. SMS and E-Mail

59. Selected bidder will integrate their solution with Banks existing SMS/Email gateway. The SMS should contain details of Toll Plaza, Toll Fare Amount and Date & Time, Balance left in the FASTag etc. or any other field instructed by NPCI/NHAI/MoRTH/Bank/IHMCL/RBI and other regulatory authority.

60. Complaint Management: The selected bidder has to provide the complaint management solution for addressing the grievances of the customer as well as Branches of our Bank to assist the disputes raised by Tag holder. The service provider is also responsible for the debit adjustment raised by acquirer as per the applicable TAT. The complaint management, Dash Board & other portal access should be provided to all branches of the Bank

61. Chargeback Processing: Chargeback is used for Dispute Management. The user can raise a query regarding inappropriate balance deduction for transactions. So, the transaction gets re-audited and appropriate balance resulting after re- audit is either credited or debited to the user wallet.

62. System Operations including Violation and Dispute Management a) Clearing &settlement of NETC transactions for NETC program b) Dispute Resolution. c) To facilitate Web &file based dispute processing d) Raising a dispute e) Accepting or rejecting dispute f) Tracking/follow-ups of disputes raised/received with concerned. g) Settlement of disputed transactions h) Escalations for disputed transactions. i) MIS reports. j) Timelines to Raise/Settlement of dispute will be as per guidelines for NPCI

&with mutual consideration k) Disputes can be raised for Chargeback cases (From Issuer end). l) For Credit/Debit adjustment (From Acquirer end) m) Integration with Online Dispute Resolution System

63. Bidder will provide self –service portal-Web portal and Mobile Application for FASTag customers should be inclusive but not limited to the following functionalities under OPEX model –

a) Customer can do first time registration using the FASTag details. b) Tag recharge/ top-up functionality through various modes like Debit/Credit

Card, Internet Banking, UPI and any other mode in future. This means integration with Banks’s various channel is required.

c) User should have all FASTag related information in view. d) User should be able to check transactions history. e) Temporary blocking/ unblocking of FASTag. f) Raise dispute for a transaction. g) Update details like email id, mobile no etc. can be modified

Page 56: Selection of Vendor for Implementation of National

Page 56 of 168

h) User should be able to generate statement depending upon duration provided by him/her.

i) User should be able to view details of a particular transaction. Web portal for FASTag end to end issuance module management inclusive but not

limited to the following functionalities under OPEX model -

a) To manage issuance of TAGS from POS locations designated bank branches (if opted)/ Kiosks, bulk consumer issuance interface.

b) To develop a service portal for management of account details for bulk customer.

c) To develop issuance client for bank branches integrating to CBS for validating an existing Bank customer. This is done to avoid KYC process of customer again.

d) To develop/integrating KYC of new customers which are not Punjab & Sind Bank customers, with the existing e-KYC services.

e) Inventory Management facilities. f) MIS & Reports. g) To view financial postings at switch level and account adjustment

functionalities. h) Bank’s administration functionalities. i) 24x7 Call center/ help-desk functionality including dispute management. j) EOD report for reconciliation. k) Other operations related functionalities as a card management system. l) Rejection History: Status of all rejected transactions should be shown as part

of the violation history. Application should be capable in retrieving present and historical details of the transactions.

m) Payment History: Payment, Top up details and Top up history of all accounts/wallets including payment mode displayed using this form.

n) Passage History: Toll Transaction details of the account/Wallet are shown on this page. Following transaction related information should be shown in passage History-

I. Transaction Date Time II. Transaction Upload Date Time

III. Reconciliation Status IV. Amount V. Vehicle Details

VI. Toll Plaza Details VII. Transaction Status –Discrepancy or Normal Transaction VIII. Failed transactions history

64. There should be provision to implement fee structure, minimum balance etc. in the given solution which must be parameterized mentioned as below.

a) Various Charges like Issuance Charges and Reissuance Fees b) Minimum balance restriction should be available c) Minimum Security Deposit Fees d) Primary features: FASTag Validity, Min Top up Amount, Notification

Charges

Page 57: Selection of Vendor for Implementation of National

Page 57 of 168

e) Non-Financial Requests: Charges for Closure, Blocking-Unblocking and Account Level Charges

65. The software developed or customized should follow a standard development process to ensure that it meets functional, security, performance & regulatory requirements etc. of the Bank.

66. There should also be facility for customer to apply a FASTag through online process / mobile app / e-mail. Facility to upload the relevant document for KYC compliance by the customer should be present

67. The solution should be capable of capturing the details of Distribution of RFID FASTag to the proposed commercial, private vehicle users, verification of requisite

documents i.e., KYC of the customer, vehicle details etc.

68. The solution should maintain and satisfying all the compliances of the vehicle and its owner details, register the user and submit all the data on the central NETC portal operated by NPCI and issuer framework solution hosted by the bank

69. The software developed or customized should follow a standard development process to ensure that it meets functional, security, performance & regulatory requirements etc. of the Bank.

70. The selected bidder to provide the FASTag Issuing solution for the registration (To register the tag holder onto the NETC Mapper ), reloading and refund of FASTag with Centralized NETC System operated by NPCI.

71. The solution should be capable so that, the issuance of the FASTag is made ubiquitous - anywhere, anytime, with image capturing of the vehicles through the mobile devices

72. If NPCI changes the specification of FASTag during the contract period, the changes in the specifications have to be made by the Successful Bidder at no cost to the Bank.

73. Currently the NETC Solution is provided only by NPCI. If the same facility is to be integrated with other Payment Network(s) in future, Successful Bidder has to integrate the same with other Payment Network(s) with No additional cost to the bank in the same rate

74. Regulatory/Compliance Requirements 75. Service provider need to adhere to the compliance requirement and maintain the

integrity of ETC payment system. The compliances, not limited to following, are brand compliance, certification compliance, Toll Plaza System management, third party compliance, vendor compliance etc. Service provider also needs to adhere with compliance guidelines issued by the RBI, NPCI and IHMCL/NHAI/Bank/Government of India etc. from time to time without any additional cost to the Bank

76. The RBI or Bank or any authorized representatives should be allowed to audit the service provided by the selected bidder during the tenure of the agreement subject to the prior intimation of 5 working days. Any audit observation should be comply by selected bidder without any additional cost to Bank.

77. Bank, its representatives, its Regulators including RBI or person authorized by the Regulator, its internal/ external/ other Auditors, shall, whenever required/called for, have access to i) Any books, records, information of the Successful Bidder; ii) Any documents, records of transactions and other necessary information processed/

Page 58: Selection of Vendor for Implementation of National

Page 58 of 168

stored by, given to the Successful Bidder; and iii) Any document/information given by the Bank to the Successful Bidder and / or relevant to the outsourced activities available with the Successful Bidder pertaining to the services provided under this Agreement by the Successful Bidder. The Bank shall give prior intimation of 2 working days. Any audit observation should be comply by selected bidder without any additional cost to Bank.

78. Closure of all VAPT / IS AUDIT observation within time frame stipulated by Bank without any additional cost to the Bank.

79. Any changes required to comply with the directives of Govt., RBI, NPCI, NHAI or any other governing bodies should be done by selected Bidder on free of cost basis.

80. Limited Trial/Pilot Requirements : Currently NPCI is planning to offer other utilities of FASTag in future like Vehicle parking, Fuel payment, Enforcement Vehicle Link Fines. If the same facility is to be implemented by Bank in future, Successful Bidder has to integrate the same with no additional cost.

81. Marketing & Branding: (This is an optional item therefore it should not be a calculating index to select the L1 bidder). This service is optional. Bank reserves the right to avail the said service as per its requirement. Decisions of the Bank in this regards is final and bind on the selected bidder. Bank may allow selected bidder to do the necessary marketing preferably by using technology based methods like mobile applications etc. ETC Marks includes the NPCI Logo, Brand Name, Slogan and other ancillary marks. The service provider shall accept NPCI’s ownership of ETC marks. The service provider agrees that it will not object or challenge or do anything adverse, either legally or publicly against the ETC marks. The service provider will not modify, adopt, register or attempt to modify, adopt or register, any names, trademarks, service marks, trade names, logos, or any word or symbol that is remotely similar to or bears any resemblance to NPCI marks, as a part of the member’s trade name, company name, product otherwise. All the participant’s/service provider prior approval from NPCI for printing the NPCI/IHMCL/NHAI logos on all the marketing material. The selected bidder has to market FASTag on behalf of Bank by following the below requirements

82. The selected bidder to set up, solution for Point of Sales (POS) kiosks at various locations such as Toll plazas, Fuel stations, State entry check posts, Automobile shops, Roadside amenities, etc.

83. For issuance of FASTag to commercial and private vehicle owners the selected bidder should have the solution to issuance of the tags making it ubiquitous - anywhere, anytime, also image capturing of the vehicles, physical verification of vehicle, properly affixing of the tags to the appropriate vehicle should be ensured by the service provider in case the Bidder issue the FASTag at Point of Sale or customer purchase the FASTag online wherever applicable.

84. In case customer purchase the FASTag online or bidder distribute FASTag at Point of Sale to the proposed commercial, private vehicle users, verification of requisite documents i.e., KYC of the customer, vehicle details etc. and keeping a copy of the document. These KYC documents are to be provided to the Bank by the bidder

Page 59: Selection of Vendor for Implementation of National

Page 59 of 168

(Bank will inform the location based on its feasibility it may be either centralized or decentralized).

85. Providing facilities for recharge/ topping up of FASTag accounts of the vehicle User at POS kiosks. Creating and providing an efficient issuing/top up infrastructure for FASTag viz. Cash, bank Account, Credit card, debit card, internet banking, mobile banking, Punjab & Sind Bank wallet using Punjab & Sind bank.

86. Satisfying with all the compliances of the vehicle and its owner details, register the user and submit all the data on the central NETC portal operated by NPCI and issuer framework solution hosted by the bank.

87. On the successful registration of the customer, capture fixing up the FASTag on the exact place of the vehicle as prescribed by IHMCL (Indian highway Management Company Ltd).

88. Capture the responsibility of affixing the appropriate FASTag as per the vehicle type/class. All tags shall be stored along with vehicle class in the centralized business rule engine for computation.

89. Development of Point of Sale at various locations. 90. Point-of-Sale (POS) portal shall be used for all Tag issuance and related activities

etc. The portal facility may be provided at Punjab & Sind Bank branches/Offices also. It should be an easy to use portal and as per the NPCI/Bank specifications, which will be used by POS user to perform following activities:

Issuance a) Retail b) Corporate c) Recharge d) Account operations e) Service Request Management

a) Retail User Issuance: - A new customer on-boarding shall be done by using Issuance functionality. Onboarding of a customer is a multi-step activity. Selected bidder’s application provides-boarding easy process. Application will require user, vehicle, and bank ac-count details as well as supporting documents for on-boarding.

b) Corporate User Issuance: - Fleet Management: System have an efficient and easy to use fleet management module which consists of – Fleet Onboarding: Fleet Onboarding is multi-step operations and the system has tabular view for ease of access to the user. The following details are captured while on boarding of fleet customer: Group Master Company Master Division Master (Optional) Document Wallet Verification

c) Wallets of corporate: Fleet to be automatically created when above steps

are successfully completed.

d) Authorization: Authorization/rejection of uploaded data can be done by

using this functionality.

e) E-POS Assignment: When the uploaded details are authorized, same can

Page 60: Selection of Vendor for Implementation of National

Page 60 of 168

be assigned to POS for Issuance and activation of tag.

f) Key elements in issuing:

I. Issuance of FASTag

II. Top ups and recharges of FASTag through different channels

III. Customization of Products for fleet and retail customers

IV. Discount mechanism at local and product level

V. Customer account management

VI. Inventory tracking

VII. Date, time, toll plaza wise, customer wise, history view of previous

FASTag issuances

VIII. Exception list Management

IX. Integration with existing Bank’s products – Debit Card/M-banking/E-Banking/e-wallet/Account - NETC system / UPI.

91. If any functionality not specifically described in this RFP, are inherent, necessary or customary part of the deliverables/services and are required for proper performance of the solution accordance to the RFP, the same is required to be provided without any cost to the Bank.

Page 61: Selection of Vendor for Implementation of National

Page 61 of 168

PART–V

1. Order Details

The purchase order will be placed by Bank Head Office, ADC Department in the name of selected bidder as per requirement. The payment will be made by Head Office, ADC Department and the Performance Bank Guarantee for order will be required to be submitted in the same office.

2. Schedule of Delivery, Implementation and Commissioning

The delivery, installation and implementation of the NETC solution and issuance of live FASTag has to be completed within a period of sixty (60) days from the acceptance date of order. Implementation of National Electronic Toll Collection (NETC) Solution as an ISSUER under OPEX Model for issuance of FASTag as per order will be deemed as complete only when the same is accepted by the Bank in accordance with the Terms &Conditions of this Tender.

3. Schedule of Delivery of FASTag

Major channel for delivery will be the parent branch of customer, where stocks will be made available by the vendor as per the TAT specified in RFP. However, if customer applies for FASTag through any online channel, they will have the option of doorstep delivery without any extra cost. Further, if customer doesn't receive the tag, bidder will have to deliver the tag to the branch selected by the customer at the time of application.

4. Adoption of Integrity Pact

Bank has adopted practice of Integrity Pact (IP) as per CVC guidelines. The Integrity Pact essentially envisages an agreement between the prospective vendors / bidders / sellers, who commit themselves to Integrity Pact (IP) with the Bank, would be considered competent to participate in the bidding process. In other words, entering into this pact would be the preliminary qualification. In case of bids for the purchase of Goods, Services, and Consultancy etc. not accompanied with signed IP by the bidders along with the technical bid, the offers shall be summarily rejected. The essential ingredients of the Pact include:

a. Promise on the part of the principal not to seek or accept any benefit, which is not legally available.

b. Principal to treat all bidders with equity and reason c. Promise on the part of bidders not to offer any benefit to the employees of the

Principal not available legally. d. Bidders not to enter into any undisclosed agreement or understanding with other

bidders with respect to prices, specifications, certifications, subsidiary contract etc. e. Bidders not to pass any information provided by the Principal as part of business

relationship to others and not to commit any offence under PC/IPC Act.

Page 62: Selection of Vendor for Implementation of National

Page 62 of 168

f. Foreign bidders to disclose the name and address of agents and representatives in India and Indian Bidders to disclose their foreign principals or associates.

g. Bidders to disclose any transgressions with any other company that may impinge on the anti-corruption principle.

Integrity Pact, in respect of a particular contract, shall be operative from the date IP is signed by both the parties till the final completion of the contract. Any violation of the same would entail disqualification of the bidders and exclusion from future business dealings. IP shall cover all phases of contract i.e. from the stage of Notice Inviting Tenders (NIT)/Request for Proposals (RFP) till the conclusion of the contract i.e. final payment or the duration of warrantee/guarantee. Format of IP is attached as Annexure – 21 for strict compliance. All pages of Integrity Pact (IP) must be signed and stamped. Integrity Pact (IP) should be deposited with Procurement or concerned Department undertaken procurement at the address mentioned along with RFP document.

5. Confidentiality and Non-Disclosure

The Bidder shall take all necessary precautions to ensure that all confidential Information is treated as confidential and not disclosed or used other than for the purpose of project execution. Bidder shall suitably defend and indemnify Bank for any loss/damage suffered by Bank on account of and to the extent of any disclosure of the confidential information. The Bidder shall furnish a Non-Disclosure Agreement as per the format given in Annexure-22 at the time of submission of Bids.

No Media release/public announcement or any other reference to the RFP or any program there under shall be made without the written consent of the Bank, by photographic, electronic or other means.

6. Preliminary Scrutiny

Bank will scrutinize the offers to determine whether they are complete, whether any errors have been made in the offer, whether required technical documentation has been furnished, whether the documents have been properly signed, and whether all the necessary information supported by documentary evidences are submitted as per prescribed method. Offers not meeting the prescribed guidelines and or with incorrect information or not supported by documentary evidence, wherever called for, would summarily be rejected. However, Punjab & Sind Bank, at its sole discretion, may waive any minor non-conformity or any minor irregularity in an offer. Punjab & Sind Bank reserves the right for such waivers and this shall be binding on all vendors.

7. Fall Clause

The Bidder / Seller / Contractor / Service Provider undertakes that it has not supplied/is not supplying similar product/systems or subsystems/services at a price lower than that offered in the present bid to any other Bank or PSU or Government Department or to any other organization/entity whether or not constituted under any law and if it is found at any stage that similar product/systems or sub systems/services was supplied by the Bidder /

Page 63: Selection of Vendor for Implementation of National

Page 63 of 168

Seller / Contractor / Service Provider to any other Bank or PSU or Government Department or to any other organization /entity whether or not constituted under any law, at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the Bidder / Seller / Contractor / Service Provider to the BUYER, if the contract has already been concluded

8. Single Point of Contact

The selected bidder shall appoint a single point of contact, with whom Bank will deal, for any activity pertaining to the requirements of this RFP.

9. Installation, Certification and commissioning

a) Selected bidder shall complete installation of solution set-up & certification of the necessary infrastructure as mentioned in the Scope of Work including end to end solution within 60 days from the date of issue of Purchase Order.

b) If however, the delay is caused by any action pending from the Bank / NPCI end, the corresponding period will not be considered while calculation of delay period.

c) The solution supplied by the Bidder shall be legal and Bidder shall give indemnity to that effect.

d) Any license, if required, need to be provided by the successful bidder. The bidder is solely responsible for any legal obligation related to licenses during contract period for the solution proposed as implemented by the bidder and the bidder shall give indemnity to that effect at its own cost.

10. Independent External Monitor (s)

The following Independent External Monitors (IEMs) have been appointed by Punjab & Sind Bank, who will review independently and objectively, whether and to what extent parties have complied with their obligation under the Pre Contract Integrity Pact

Name Address Contact No.

Sh. Ratan Kishore Bajaj

Flat 801, Tower 2, Vipul Belmonte Golf Course Road Sector-53, Gurugram- 122002 Haryana(NCR),India

Ph: +91-9818156262 Email:[email protected]

The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

Page 64: Selection of Vendor for Implementation of National

Page 64 of 168

a. The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

b. Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings.

c. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the buyer.

d. The bidder (s) accepts that the Monitor has the right to access without restriction to all Project documentation of the buyer including that provided by the bidder. The bidder will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the bidder/Subcontractor(s) with confidentiality.

e. The buyer will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties/The parties will offer to the Monitor the option to participate in such meetings.

f. The Monitor will submit a written report to the designated Authority of Bank within 8 to 10 weeks from the date of reference or intimation to him by the Bank and should the occasion arise, submit proposals for correcting problematic situations.

11. Price Validity

The selected bidder will be required to keep the price valid for one year period from the date of issuance of 1st Purchase Order. Post 1st year, the price will be reviewed for the subsequent years. There shall be no increase in price for any reason whatsoever during the contract period and Bank may place the additional Purchase Orders to the selected bidder for any or all of the services at the agreed unit rate for line items as mentioned in the commercial format i.e. Annexure – 25. If there is any change in the FASTag price in industry or due to any of condition mentioned in clause7, bank reserves the right to decrease the unit price on later phase.

12. Terms of Payment

a. One Time Setup Cost:

i. 25% of the onetime setup cost after completion of successful installation / go-live & UAT of the software. The payment will be made on receipt of the invoices along with duly Completion Certificate.

ii. 50% of the onetime setup cost on successful GO-LIVE and after (1) one month of the successful pilot run.

iii. Remaining 25% of the onetime setup cost after 6 (six) month of successful roll-out.

iv. Any delay in achievement of milestones/ deliverables/ activities from Bidder

shall automatically result in delay of corresponding payment from Bank.

v. The Bidders should note that the contract entered with the successful

bidder, which is valid from the date of Purchase Order for a period of three

Page 65: Selection of Vendor for Implementation of National

Page 65 of 168

years, extendable for additional three terms of one year each with mutual

negotiation on terms and conditions. The Bank will have the right, in its sole

discretion to review the prices/ terms and conditions.

b. Payment of the transactional & tag procurement cost

The payment per transaction & tag to be billed on monthly basis within 30 days

from date of invoice along with supporting MIS to the satisfaction of Bank.

Payment will be released by the Bank after deduction of applicable taxes at source

of the agreed payment to the bidder (for which contract will be executed) in stages

on completion of the activities as per the phases defined in the scope of services

under the RFP. Further, it may be noted that the criteria mentioned above is only

for the purpose of effecting agreed price payment.

Apart from the amount payable by the Bank to the selected bidder for the Scope

of Work as given in the RFP (which is inclusive of all charges, taxes, etc.), the

Bank shall not pay any extra taxes or amounts.

The payment will be made in monthly basis after receipt of necessary details from

the selected bidder and clearance or queries of the Bank.

The Payment will be made for all the transactions processed by the selected

bidder.

Bidder shall pass on to the Bank all fiscal benefits arising out of reductions in

Government levies viz. Sales tax, excise duty, custom duty, etc.

13. Paying Authority

The payment will be made by Punjab & Sind Bank, Head Office – ADC Department. However, all the payments shall be subject to the performance / delivery of the Services to the satisfaction of the Bank for this purpose.

The paying authority for the billing of marketing and branding will be decided mutually with the selected bidder at the time of handing over the marketing & branding part.

However, Payment of the Bills would be released, on receipt of advice / confirmation for satisfactory delivery and commissioning, live running and service report etc. after deducting all penalties and TDS etc.

14. Cancellation of Contract & Realization of Compensation

The bank reserves the right to cancel the order placed on the selected bidder and realize compensation in the following circumstances:

a. The bidder commits a breach of any of the terms and conditions of the offer or any of the terms and conditions of the Purchase Order / SLA.

b. The bidder goes into liquidation voluntarily or otherwise. c. An attachment is levied or continues to be levied for a period of 7 days upon the

effects of the order.

Page 66: Selection of Vendor for Implementation of National

Page 66 of 168

d. The progress regarding execution of the order accepted made by the vendor is found to be unsatisfactory.

e. If deductions on account of liquidated damages exceed more than 10% of the total order price.

f. In case the bidder fails to deliver the quantity as stipulated in the delivery schedule, the Bank reserves the right to procure the same or similar materials from alternate sources at the risk, cost and responsibility of the selected bidder.

g. If the bidder does not perform satisfactorily or delays execution of order, Punjab & Sind Bank reserves the right to get the balance order executed by another party of its choice by giving 10 days notice for the same. In this event the bidder is bound to make good the additional expenditure, which Punjab & Sind Bank may have to incur in executing the balance order. This clause is applicable, if for any reasons, mentioned herein, the order is cancelled.

h. Punjab & Sind Bank reserves the right to recover any dues payable by the bidder from any amount outstanding to the credit of the bidder, including the bills and /or invoking the Bank Guarantee under this purchase order.

i. Non-compliance of the scope of the job. j. Repetitive failure of the deployed personnel to perform the job to the satisfaction

of the bank. k. On the events of data piracy / privacy / system failures / security failures.

15. Notices

a. Notice or other communications given or required to be given under the contract shall be in writing and shall be hand-delivered or/and through e-mail/Fax with acknowledgement thereof, or transmitted by pre-paid registered post or courier.

b. Any notice or other communications shall be deemed to have been validly given on date of delivery if hand-delivered, e-mail/Fax & if sent by registered post than on the expiration of seven days from the date of posting.

16. Compliance with Laws

a. The selected bidder should undertake to comply with following NPCI/NETC guidelines :

NETC procedural Guidelines

NETC operation Circulars

NETC Technical Specification for Online & Offline System

NETC Tag and Marks Specification

NETC Security Guidelines

NETC Brand Guidelines b. The selected service provider hereto agrees that it shall comply with Labour Laws

and all applicable union, state and local laws, ordinances, regulations, CVC / RBI guidelines / statutory requirements and codes in performing its obligations hereunder, including the procurement of licenses, permits and certificates and payment of taxes where required at no additional cost to the Bank.

c. The selected service provider has represented that their company holds all valid, licenses/registrations as may be required under the laws prevalent from time to

Page 67: Selection of Vendor for Implementation of National

Page 67 of 168

time, in particular but not limited to, The Contract Labour (Abolition and Regulation Act,1970) and other labor laws. The service provider shall ensure that all such registrations/licenses where required, are kept valid and subsisting throughout the term of this agreement. If at any time during the term of this Agreement, Punjab & Sind Bank is informed or information comes to its attention that the selected service provider is or may be in violation of any terms and conditions mutually agreed to between unjab & Sind Bank and the service provider, which proves to be unsatisfactory to the Punjab & Sind Bank, then the Punjab & Sind Bank shall be entitled to terminate this Agreement by giving not less than one month notice in writing.

17. Uptime

Service Providers should maintain round-the-clock connectivity of the issuing host network and related things for NPCI, NETC services & users of FASTag, etc. with an up-time of 99.5 % of their Host systems. The Uptime is equal to total contracted hours in a month less Downtime. For uptime Bank may accept the data provided by NPCI, NETC and any other regulatory authority. If the bidder fails to maintain guaranteed uptime on monthly basis, Bank shall impose penalty. If the uptime is below 98 %, the Bank shall have full right to terminate the contract under this RFP. Bidder will have to submit the report of uptime to the Bank on monthly basis.

Calculation of uptime will be done on monthly basis as per following criteria

% of uptime = [Total Minutes (24x7 basis) in Month- Total Downtime in Minutes

(24x7 basis) in Month] x 100]

[Total Minutes (24x7 basis) in month]

Performance Requirements & Penalties

Business / Service Downtime and Deterioration shall be the key considerations for determining “Penalties” that would be levied on the vendor as under:-

Monthly Uptime in % Penalty

>= 99.50% or more No Penalty

>99.00% to <99.50% 5% of the monthly invoice pay-out.

>98.50 to <=99.00 10% of the monthly invoice pay-out.

>98.00 to <=98.50 15% of the monthly invoice pay-out.

Less than 98.00%

15% of the monthly invoice pay-out.

Bank shall have full right to invoke the Bank Guarantee and

terminate the contract under this RFP

Page 68: Selection of Vendor for Implementation of National

Page 68 of 168

In addition to above Bank may invoke the Performance Bank Guarantee (PBG) and may cancel the order. Penalty shall be recovered from the monthly payments made to the selected bidder.

Overall cap for all the penalties for a particular year shall be limited to 20% of the value of the contract for the said year. The Bank may, however, invoke the PBG of the bidder above the aforementioned overall cap on penalties in case the performance of the bidder is not found satisfactory under the contract

If the failure of any component leads to business downtime more than thrice within a span of six months, the vendor is expected to replace the component / equipment at its own cost.

The applicable “Penalties” would be the same irrespective of the root causes.

The Penalties stated and imposed by the regulators i.e. RBI/ IHMCL/ MoRTH / NHAI/ NPCI for any non-adherence to Procedural guidelines / gaps in application/ operational guidelines will be applicable to vendor.

18. Penalty

i. The Bidder shall perform its obligations under the agreement entered into with the Bank, in a professional manner.

ii. If any act or failure by the bidder under the agreement results in failure or inoperability of systems including loss /disclosure of Bank’s data and if the Bank has to take corrective actions to ensure functionality of its property, the Bank reserves the right to impose penalty, which may be equal to the cost it incurs or the loss it suffers for such failures.

iii. Penalty and Liquidated Damages are independent of each other and leviable and applicable separately and concurrently.

iv. The Penalty and Liquidated Damages are not applicable in case the delay is for reasons attributable to the Bank and Force Majeure. However it is the responsibility of the selected bidder to prove that the delay is attributed to Bank and Force Majeure. The decision taken by Bank in this regard shall be final and selected bidder shall not dispute the same.

v. Bank may impose penalty to the extent of damage to its any equipment, if the damage was due to the actions directly attributable to the staff of Bidder.

vi. If the Bidder fails to complete the due performance of the contract in accordance with the specification and conditions of the offer document, the Bank reserves the right either to cancel the order or to recover a suitable amount as deemed reasonable as Penalty / Liquidated Damage for non-performance.

vii. SLA violation will attract penalties, which may be equal to the cost it incurs or the loss it suffers for such failures.

viii. In case any complaint registered by the FASTag holder through any channel, remains unresolved/ open beyond 24 hours, solely on account of inaction by the selected Bidder, a penalty of Rs.400/- (Rupees Four Hundred only) per instance per day will be levied from the 2nd day, besides recovery of the damages suffered by the Bank, if any, due to such action.

ix. If the uptime is below 98% on monthly basis, the Bank shall have full right to invoke the Bank Guarantee and terminate the contract under this RFP.

Page 69: Selection of Vendor for Implementation of National

Page 69 of 168

x. Not with standing anything contained above, no such penalty will be chargeable on the Vendor under the above clauses for the inability occasioned, if such inability is due to reasons entirely attributable to the Bank.

xi. The sum total of penalties will not exceed 10% of the Total Cost of Ownership (TCO) for the entire contract period. Thereafter, the contract/purchase order may be cancelled and Performance Bank Guarantee may be revoked.

xii. Penalty for not carrying customization & not providing solution after agreed time line, the penalty charges will be taken into account on per day basis.

xiii. If the Bidder fails to meet the specified completion schedule (i.e., Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag to be completed within a period of 60 days from the date of acceptance of order).

xiv. In case of acceptance of the delayed supply or implementation as mentioned above, the Bidder shall be liable to pay as Penalty/Liquidated damages penalty @ 50,000 INR per week subject to maximum of 10% contract value with applicable GST. Penalty shall be recovered from the monthly payments made to the selected bidder.

xv. Bidder solution should provide a success rate of 99% for the transactions. For success rate below 99%, penalty will be levied at the rate in line with the clause defined above table. Business declines will not be considered for arriving at the success rate. Penalty for every month will be imposed which may be equal to the cost it incurs or the loss it suffers for such failures and recovered from the monthly invoice raised by Bidder.

xvi. Turnaround time for Issuance of FASTag will be 2 days. A penalty of Rs.4,00/- (Rupees Four Hundred only) per tag per day will be levied from the 3rd day, besides recovery of the damages suffered by the Bank, if any, due to such action.

xvii. Wrong Tag Issuance – In case of any Legal or Financial Liabilities arising due to incorrect Tag affixation will have to be borne by the Business Associate. Penalty is not applicable, if the Tag has been affixed as per the data provided by the Bank.

xviii. Tag Damage – Once the Tags are in Business Associates custody then any damage / stolen / misplaced etc. lies with the Business Associate itself. The cost of such tags damaged / stolen / misplaced will have to be borne by Business Associate.

xix. Wrong Recharge – In case of any error from the side of the Business Associate as a part of the recharge activity, the Legal / Financial liability will have to be borne by Business Associate.

xx. Toll transactions through unissued tags – In case the Bank receives the Toll transactions from unissued tags, inventory of which remains with the Business Associate, the liability towards such toll transactions and any dispute raised by other Company / regulators thereof would be borne by Business Associate. Not applicable in case if physical tag is with Business Associate, un-affixed.

xxi. Delay in Tag Activation – In case of Retail issuance tags once affixed should be activated within 1hour. In no scenario should the tag activation spill over to the next day, Failure to do so attract the penalty as specified below:

Page 70: Selection of Vendor for Implementation of National

Page 70 of 168

Delay Penalty

Delay of more than 1 hour to a day Rs.300/- per tag per day

Delay of more than a day Rs. 400/- per tag per day

xxii. Delay in Tag Affixation – In case of tags centrally issued to the Business Associate for affixation the activity to be completed as per agreement per case basis. In case of delays the Business Associate will be liable towards 10% penalty of the amount due for the month.

xxiii. Usage of Marketing Collateral – Only the Bank approved marketing collaterals to be used for the any activity. Any deviation will be liable for penalty of 10% of the amount due for the month.

xxiv. Standard offer – The POS should provide to the customers only standard Offer Letter (modifiable by the Bank at any time in future) which is given by the Bank only. Further, as per the client’s request, the Bank can customize the Offer letter once approved by the Bank. Any deviation will be liable for penalty as deemed fit by the Bank, which may tantamount to cancellation of contract.

xxv. Any such recovery or penalty shall not in any way relieve the Bidder from any of its obligations to complete the works / Services or from any other obligations and liabilities under the Contract.

xxvi. The selected bidder has to deliver the FASTag to the customer for the Implementation of NETC as per the “Scope of Work‟ mentioned herein above within 4 days from the date of ordering though any online channel. A penalty of Rs.500/- (Rupees Five Hundred only) per tag per day will be levied from the 8th day, besides recovery of the damages suffered by the Bank, if any, due to such action.

xxvii. The selected bidder has to deliver the FASTag to the branch for the Implementation of NETC as per the “Scope of Work‟ mentioned herein above within 4 working days for Metro, Urban & Semi-Urban and 5 working days for Rural area from the date of ordering though any online channel. A penalty of Rs.500/- (Rupees Five Hundred only) per tag per day will be levied from next day of TAT expiry, besides recovery of the damages suffered by the Bank, if any, due to such action.

19. Liquidated Damage

Notwithstanding the Bank’s right to cancel the order, liquidated damages at 0.5% (Half percent) of the TCO for every week’s delay of the solution subject to a maximum of 10% of the total cost of ownership after which Bank will have right to terminate the project. Liquidated damages will be calculated per week basis.

Notwithstanding the Bank’s right to cancel the order, liquidated damages at 1% (One percent) per day for the undelivered portion of the FASTag subject to a maximum of 10%

Page 71: Selection of Vendor for Implementation of National

Page 71 of 168

of the total cost of ownership after which Bank will have right to terminate the project. Liquidated damages will be calculated on every days delay.

The Bank reserves its right to recover these amounts by any mode including adjusting from any payments to be made by the Bank to the Bidder or from the performance Bank Guarantee. Bank may invoke the Bank Guarantee for further delay in delivery, marketing & branding.

If the selected Bidder fails to complete the due performance of the contract in accordance to the specification and conditions of the bid document, the Bank reserves the right either to cancel the entire order placed on the selected bidder or to accept performance already made by the bidder. The Bank reserves the right to invoke the Performance Bank Guarantee submitted by the bidder.

Liquidated Damage is not applicable for reasons attributable to the Bank and Force Majeure. However, it is the responsibility / onus of the bidder to prove that the delay is attributed to the Bank and Force Majeure. The bidder shall submit the proof authenticated by the bidder and bank’s official that the delay is attributed to the Bank and Force Majeure along with the bills requesting payment.

20. Responsibility for Completeness:

The Bidder shall own the responsibility to demonstrate that the Services provided meets all the technical requirements as envisaged in the scope of the RFP

The Bidder shall carry out the Services as per accepted time schedules. The Bidder is liable for penalties levied by Bank for any deviation in this regard. The Bidder shall provide all the required drivers/software, to ensure the intent of Specification, completeness, Operability, Maintainability and upgradability of “Selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag ". The Bidder shall provide for all the Software required installing, customizing and testing the system without any further charge, expense and costing to Bank.

The Bidder shall be responsible for any discrepancies, errors and omissions or other information submitted by him irrespective of whether these have been approved, reviewed or otherwise accepted by the bank or not. The Bidder shall take all corrective measures arising out of discrepancies, error and omission other information as mentioned above within the time schedule and without extra cost to the bank.

21. Responsibilities of the Bidder:

By submitting a signed bid/response to this RFP the Bidder certifies that:

The Bidder has arrived at the prices in its bid without agreement with any other Bidder of this RFP for the purpose of restricting competition.

Page 72: Selection of Vendor for Implementation of National

Page 72 of 168

The prices in the bid have not been disclosed and shall not be disclosed to any other Bidder of this RFP.

No attempt by the Bidder to induce any other Bidder to submit or not to submit a bid for restricting competition has occurred.

The Bidder shall guarantee that Software and other such items supplied to the Bank are licensed and are legally obtained and that they will not require further licensing costs, any other costs or any other software/hardware purchase to meet the above mentioned guarantees.

Each Bidder must indicate whether or not they have any actual or potential conflict of interest related to contracting services with Punjab & Sind Bank. In case such conflicts of interest do arise, the Bidder must indicate the manner in which such conflicts can be resolved.

The Bidder represents and acknowledges to the Bank that it possesses necessary experience, expertise and ability to undertake and fulfil its obligations, under all phases involved in the performance of the provisions of this RFP. The Bidder represents that all software to be supplied in response to this RFP shall meet, requirement of the solution proposed by the Bidder. The Bidder shall be required to independently arrive at a solution, which is suitable for the Bank, after taking into consideration the effort estimated for implementation of the same. If any services, functions or responsibilities not specifically described in this RFP are an inherent, necessary or customary part of the deliverables or services and are required for proper performance or provision of the deliverables or services in accordance with this RFP, they shall be deemed to be included within the scope of the deliverables or services, as if such services, functions or responsibilities were specifically required and described in this RFP and shall be provided by the Bidder at no additional cost to the Bank. The Bidder also acknowledges that the Bank relies on this statement, of fact, therefore neither accepting responsibility for, nor relieving the Bidder of responsibility for the performance of all provisions and terms and conditions of this RFP, the Bank expects the Bidder to fulfil all the terms and conditions of this RFP.

22. Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected bidder or the Bank as the case maybe which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance, such as:

i. Natural phenomenon, including but not limited to floods, droughts, earthquakes, epidemics,

ii. Situations, including but not limited to war, declared or undeclared, priorities, quarantines, embargoes,

iii. Terrorist attacks, public unrest in work area,

Provided either party shall within ten (10) days from the occurrence of such a cause notify the other in writing of such causes. The Selected bidder or the Bank shall not be liable for

Page 73: Selection of Vendor for Implementation of National

Page 73 of 168

delay in performing his / her obligations resulting from any Force Majeure cause as referred to and / or defined above.

Any delay beyond 30 days shall lead to termination of contract by parties and all obligations expressed quantitatively shall be calculated as on date of termination. Notwithstanding this, provision related to indemnity, confidentiality survives termination of the contract.

23. Contract Period

The Period of contract is initially for Three years from the date of signing of contract, extendable for additional three terms of one year each with mutual negotiation on terms and conditions. The performance of the selected bidder shall be reviewed yearly and the Bank reserves the right to terminate the contract at its sole discretion by giving Two (02) months’ notice based on review. Any offer falling short of the contract validity period is liable for rejection.

The selected bidder is required to enter into a Service Level Agreement (SLA), the format whereof is to be supplied by the Bank.

24. Completeness of the Project

The project will be deemed as incomplete if the desired objectives of the project as mentioned in Section “Scope of Work” of this document are not achieved.

25. Acceptance Testing

The Bank will carry out the acceptance tests as per Scope of work Part – IV supplied & implemented by the selected bidder as a part of the Project. The Vendor shall assist the Bank in all acceptance tests to be carried out by the Bank. The provisioned items will be deemed accepted only on successful acceptance of those products and the vendor would need to provision insurance of those items till successful acceptance. The Bank at its discretion may modify, add or amend the acceptance tests which then will have to be included by the vendor. The Vendor shall arrange for the tests at the relevant sites in the presence of the officials of the Bank. The Vendor should ensure that the tests will involve trouble-free operation of the complete system apart from physical verification and testing and that there shall not be any additional charges payable by the Bank for carrying out this acceptance test.

26. Order Cancellation

The Bank reserve its right to cancel the order in the event of one or more of the following situations, that are not occasioned due to reasons solely and directly attributable to the Bank alone:

Delay in commissioning / implementation / testing beyond the specified period.

Page 74: Selection of Vendor for Implementation of National

Page 74 of 168

Serious discrepancy in the quality of service expected during the implementation, rollout and subsequent maintenance process.

In case of cancellation of order, any payments made by the Bank to the Vendor would necessarily have to be returned to the Bank, further the Vendor would also be required to compensate the Bank for any direct loss suffered by the Bank due to the cancellation of the contract/purchase order and any additional expenditure to be incurred by the Bank to appoint any other Vendor. This is after repaying the original amount paid.

Vendor should be liable under this section if the contract/ purchase order has been cancelled in case sum total of penalties and deliveries equal to exceed 10% of the TCO.

27. Indemnity

The selected Bidder agrees to indemnify and keep indemnified the Bank against all losses, damages, costs, charges and expenses incurred or suffered by the Bank due to or on account of any claim for infringement of intellectual property rights.

The selected Bidder agrees to indemnify and keep indemnified the Bank against all losses, damages, costs, charges and expenses incurred or suffered by the Bank due to or on account of any breach of the terms and conditions contained in this RFP or Service Level Agreement to be executed.

The selected Bidder agrees to indemnify and keep indemnified Bank at all times against all claims, demands, actions, costs, expenses (including legal expenses), loss of reputation and suits which may arise or be brought against the Bank, by third parties on account of negligence or failure to fulfil obligations by the selected bidder or its employees/personnel.

All indemnities shall survive notwithstanding expiry or termination of Service Level Agreement and the Vendor shall continue to be liable under the indemnities.

Selected Bidder is required to furnish a separate Letter of Indemnity (Format whereof to be supplied by the Bank) in Bank’s favor in this respect before or at the time of execution of the Service Level Agreement.

28. Publicity

Any publicity by the selected bidder in which the name of the Bank is to be used should be done only with the explicit prior written permission of the Bank. The Bidder shall not make or allow making a public announcement or media release about any aspect of the Contract unless The Bank first gives the Bidder its prior written consent.

29. Privacy and Security Safeguards

The selected bidder shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the selected bidder under this contract or existing at any Bank location. The Selected bidder shall develop procedures and implementation plans to ensure that IT resources leaving the control of the assigned user (such as being reassigned, removed

Page 75: Selection of Vendor for Implementation of National

Page 75 of 168

for repair, replaced, or upgraded) are cleared of all Bank Data and sensitive application software. The Selected bidder shall also ensure that all subcontractors who are involved in providing such security safeguards or part of it shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the selected bidder under this contract or existing at any Bank location.

30. General Contract Agreement Conditions:

Neither Bank nor Bidder shall assign any rights or obligations herein without obtaining the prior consent of the other Party.

No forbearance, indulgence, relaxation or inaction by any Party [Bank or Bidder] at any time to require the performance of any provision of Agreement shall in any way affect, diminish, or prejudice the right of such Party to require the performance of that or any other provision of Agreement.

No waiver or acquiescence of any breach, or any continuing or subsequent breach of any provision of Agreement shall be construed as a waiver of any right, under or arising out of Agreement or an acquiescence to or recognition of any right and/or any position other than that expressly stipulated in the Agreement.

All remedies of either Bank or Bidder under the Agreement whether provided herein or conferred by statute, civil law, common law, custom, or trade usage, are cumulative and not alternative may be enforced successively or concurrently.

If any provision of Agreement or the application thereof to any person or Party [Bank/Bidder] is or becomes invalid or unenforceable or prohibited by law to any extent, this Agreement shall be considered divisible as to such provision, and such provision alone shall be inoperative to such extent and the remainder of the Agreement shall be valid and binding as though such provision had not been included. Further, the Parties [Bank and Bidder] shall endeavor to replace such invalid, unenforceable or illegal provision by one that is valid, enforceable, and legal and achieve substantially the same economic effect as the provision sought to be replaced.

None of the provisions of Agreement shall be deemed to constitute a partnership between the Parties [Bank and Bidder] and neither Party [Bank nor Bidder ] shall have any right or authority to bind the other as the other’s agent or representative and no Party shall be deemed to be the agent of the other in any way.

Agreement shall not be intended and shall not be construed to confer on any person other than the Parties [Bank and Bidder] hereto, any rights or remedies herein.

Agreement shall be executed in English language in 1 (one) original, the Bank receiving the duly signed original and Bidder receiving the duly attested photocopy. Contract/Service Level Agreement (SLAs) and Non-disclosure Agreement (NDA) will have to be executed with the Bank by the successful bidder.

Page 76: Selection of Vendor for Implementation of National

Page 76 of 168

31. Negligence:

In connection with the work or contravenes the provisions of General Terms, if the selected Bidder neglects to execute the work with due diligence or expedition or refuses or neglects to comply with any reasonable order given to him in writing by the Bank, in such eventuality, the Bank may after giving notice in writing to the selected Bidder calling upon him to make good the failure, neglect or contravention complained of, within such time as may be deemed reasonable and in default of the said notice, the Bank shall have the right to cancel the Contract holding the selected Bidder liable for the damages that the Bank may sustain in this behalf. Thereafter, the Bank may make good the failure at the risk and cost of the selected Bidder.

32. Guarantees

Selected bidder should guarantee that all the material as deemed suitable for the delivery and management for the RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag. All hardware and software must be supplied with their original and complete printed documentation.

33. Intellectual Property Rights:

Bidder warrants that the inputs provided shall not infringe upon any third party Intellectual property rights, including copyrights, patents and other intellectual property rights of any nature whatsoever. Bidder warrants that the deliverables shall not infringe upon any third party intellectual property rights, including copyrights, patents and other intellectual property rights of any nature whatsoever. The Bidder should ensure that the Solution supplied to the Bank shall not infringe the third party intellectual property rights, if any. The Bidder has to ensure that third party rights are not infringed even in case of equipment /software supplied on behalf of Bidder.

In the event that the Deliverables become the subject of claim of violation or infringement of a third party's intellectual property rights, Bidder shall at its choice and expense: [a] procure for the Bank the right to continue to use such deliverables; [b] replace or modify such deliverables to make them non-infringing, provided that the same function is performed by the replacement or modified deliverables as the infringing deliverables; or [c] if the rights to use cannot be procured or the deliverables cannot be replaced or modified, accept the return of the deliverables and reimburse bank for any amounts paid to Bidder for such deliverables, along with the replacement costs incurred by Bank for procuring an equivalent equipment in addition to the penalties levied by the Bank. However, the Bank shall not bear any kind of expense, charge, fees or any kind of costs in this regard. Notwithstanding the remedies contained herein, the Bidder shall be responsible for payment of penalties in case service levels are not met because of inability of the Bank to use the proposed solution.

The indemnification obligation stated in this clause apply only in the event that the indemnified party provides the indemnifying party prompt written notice of such

Page 77: Selection of Vendor for Implementation of National

Page 77 of 168

claims, grants the indemnifying party sole authority to defend, manage, negotiate or settle such claims and makes available all reasonable assistance in defending the claims [at the expenses of the indemnifying party]. Notwithstanding the foregoing, neither party is authorized to agree to any settlement or compromise or the like which would require that the indemnified party to make any payment or bear any other substantive obligation without the prior written consent of the indemnified party. The indemnification obligation stated in this clause reflects the entire liability of the parties for the matters addressed thereby.

The Bidder acknowledges that business logics, work flows delegation and decision making processes of the Bank are of business sensitive nature and shall not be disclosed/referred to other clients, agents or distributors of Software/Service.

34. Exit Option and contract Review

The Bank reserves the right to cancel the contract in the event of happening one or more of the following Conditions:

Failure of the Selected bidder to accept the contract / purchase order and furnish the Performance Guarantee within 30 days of receipt of purchase contract;

Delay in offering;

Delay in commissioning project beyond the specified period;

Delay in completing commissioning / implementation and acceptance tests / checks beyond the specified periods;

Serious discrepancy in project noticed during the testing;

Serious discrepancy in functionality to be provided or the performance levels agreed upon, which have an impact on the functioning of the Bank.

Serious discrepancy in completion of project.

Serious discrepancy in maintenance of project.

In addition to the cancellation of purchase contract, Bank reserves the right to appropriate the damages through encashment of Bid Security / Performance Guarantee given by the Selected Bidder.

The Bank will reserve a right to review the price and terms of the entire contract with the Selected Bidder at more favorable terms in case such terms are offered in the industry at that time for projects of similar and comparable size, scope and quality & the benefit has to be pass on the bank.

The Bank shall have the option of purchasing the equipment from third-party suppliers, in case such equipment is available at a lower price and the Selected Bidder’s offer does not match such lower price. Notwithstanding the foregoing, the Selected Bidder shall continue to have the same obligations as contained in this scope document in relation to such equipment procured from third-party suppliers.

As aforesaid the Bank would procure the equipment from the third party only in the event that the equipment was available at more favorable terms in the industry, and secondly,

Page 78: Selection of Vendor for Implementation of National

Page 78 of 168

The Equipment procured here from third parties is functionally similar, so that the Selected Bidder can maintain such equipment.

Notwithstanding the existence of a dispute, and/or the commencement of arbitration proceedings, the Selected Bidder will be expected to continue the services. The Bank shall have the sole and absolute discretion to decide whether proper reverse transition mechanism over a period of 6 to 12 months, has been complied with. In the event of the conflict not being resolved, the conflict will be resolved through Arbitration.

The Bank and the Selected Bidder shall together prepare the Reverse Transition Plan. However, the Bank shall have the sole decision to ascertain whether such Plan has been complied with.

Reverse Transition mechanism would typically include service and tasks that are required to be performed / rendered by the Selected Bidder to the Bank or its designee to ensure smooth handover and transitioning of Bank’s deliverables, maintenance and facility management.

35. Termination for Convenience

The Bank, by written notice sent to the vendor, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of work under the Contract is terminated and the date upon which such termination becomes effective.

Upon termination of the contract, the Bidder should abstain from further use of Bank logo/Data with immediate effect. Failure to comply with the same could invite legal proceedings.

Any pending dispute pertaining to transaction errors not resolved before the termination of Contract will be recovered from the respective Bidder’s account.

36. Subcontracting:

The vendor shall perform its obligation under this agreement as an independent contractor and may engage/avail services of third parties after taking prior approval in writing from the Bank.

37. Consequences of Termination

In the event of termination of the Contract due to any cause whatsoever, (whether consequent to the stipulated term of the Contract or otherwise), Punjab & Sind Bank shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the Service(s) which the Vendor shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow the next successor Vendor to take over the obligations of the erstwhile Vendor in relation to the execution / continued execution of the scope of the Contract.

Page 79: Selection of Vendor for Implementation of National

Page 79 of 168

In the event that the termination of the Contract is due to the expiry of the term of the Contract, a decision not to grant any (further) extension by Punjab & Sind Bank , the bidder herein shall be obliged to provide all such assistance to the next successor bidder or any other person as may be required and as Punjab & Sind Bank may specify including training, where the successor(s) is a representative/personnel of Punjab & Sind Bank to enable the successor to adequately provide the Service(s) hereunder, even where such assistance is required to be rendered for a reasonable period that may extend beyond the term/earlier termination hereof.

Nothing herein shall restrict the right of Punjab & Sind Bank to invoke the Performance Bank Guarantee and other guarantees, securities furnished, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to Punjab & Sind Bank under law or otherwise.

The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after such termination.

38. Signing of Contract

The selected bidder(s) shall be required to enter into a service level agreement (SLA) with Punjab & Sind Bank, within 30 days from the date of acceptance of the Purchase Order.

The SLA shall be based on the requirements of the Project, the terms and conditions of purchase order, the letter of acceptance and such other terms and conditions as may be determined by the Bank to be necessary for the proper performance of the work in accordance with the Bid and the acceptance thereof, with terms and conditions contained in a Memorandum of Understanding to be signed at the time of execution of the Form of Contract .The selected bidder will also sign a Non-Disclosure Agreement and Deed of Indemnity with the Bank on a format prescribed by the Bank.

39. Technical Inspection and Performance Evaluation

Punjab & Sind Bank reserves its right to carry out a technical inspection and performance evaluation (bench-marking) of the offered item(s). Bank may instruct eligible bidders to make technical presentation at bank’s Head Office, for the proposed solution / service. Bidders will have to make such presentation at their own cost.

40. Verification

Punjab & Sind Bank reserves the right to verify any or all statements made by the vendor in the Bid document and to inspect the vendor’s facilities, if necessary, to establish to its satisfaction about the vendor’s capacity to perform the job.

Page 80: Selection of Vendor for Implementation of National

Page 80 of 168

41. Termination

Punjab & Sind Bank reserves the right to cancel the work/purchase order or terminate the SLA by giving 02 months prior notice in writing and recover damages, costs and expenses etc., incurred by Bank under the following circumstances: -

The selected bidder commits a breach of any of the terms and conditions of this RFP or the SLA to be executed between the Bank and the selected Bidder.

The selected bidder goes into liquidation, voluntarily or otherwise.

The selected bidder violates the Laws, Rules, Regulations, Bye-Laws, Guidelines, and Notifications etc.

An attachment is levied or continues to be levied for a period of seven days upon effects of the bid.

The selected bidder fails to complete the assignment as per the time lines prescribed in the Work Order/SLA and the extension, if any allowed.

Deductions on account of liquidated damages exceed more than 10% of the total work order.

In case the selected bidder fails to deliver the resources as stipulated in the delivery schedule, Punjab & Sind Bank reserves the right to procure the same or similar resources from alternate sources at the risk, cost and responsibility of the selected bidder.

After award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, Punjab & Sind 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 Punjab & Sind Bank may have to incur in executing the balance contract. This clause is applicable, if the contract is cancelled for any reason, whatsoever.

Punjab & Sind 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 adjustment of pending bills and/or invoking the Performance Bank Guarantee under this contract.

The rights of the Bank enumerated above are in addition to the rights/remedies available to the Bank under the Law(s) for the time being in force.

42. Compliance With Applicable Laws of India

The selected bidder shall undertake to observe, adhere to, abide by, comply with and notify the Bank about all laws in force or as are or as made applicable in future, pertaining to or applicable to them, their business, their employees or their obligations towards them and all purposes of this tender and shall indemnify, keep indemnified, hold harmless, defend and protect the Bank and its employees/officers/staff/ personnel/representatives/agents from any failure or omission on its part to do so and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from.

Page 81: Selection of Vendor for Implementation of National

Page 81 of 168

All the employees/operator deployed by the vendor for the digitization activity must comply with government’s rules and regulations like minimum wages Act, Provident fund and ESIC facility standard. (Proof of compliance and labor license needs to be submitted along with the quotation).

This indemnification is only a remedy for the Bank. The vendor is not absolved from its responsibility of complying with the statutory obligations as specified above. Indemnity would be limited to court awarded damages and shall exclude indirect, consequential and incidental damages. However indemnity would cover damages, loss or liabilities suffered by the bank arising out of claims made by its customers and/or regulatory authorities.

The selected bidder confirms to Bank that it complies with all Central, State, Municipal laws and local laws and rules and regulations and shall undertake to observe, adhere to, abide by, comply with and notify Bank about compliance with all laws in force including Information Technology Act 2000, or as are or as made applicable in future, pertaining to or applicable to them, their business, their employees or their obligations towards them and for all purposes of this Contract, and shall indemnify, keep indemnified, hold harmless, defend and protect Bank and its officers/staff/personnel/representatives/agents from any failure or omission on its part to do so and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from. The Bidder shall promptly and timely obtain all such consents, permissions, approvals, licenses, etc., as may be necessary or required for any of the purposes of this project or for the conduct of their own business under any applicable Law, Government Regulation / Guidelines and shall keep the same valid and in force during the term of the project, and in the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend, protect and fully compensate Bank and its employees/officers/staff/personnel/ representatives/agents from and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising there from and Bank will give notice of any such claim or demand of liability within reasonable time to the Bidder.

43. Termination for Insolvency

The Bank may at any time terminate the Contract by giving written notice to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

44. 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.

Page 82: Selection of Vendor for Implementation of National

Page 82 of 168

45. Dispute Resolution Mechanism & Arbitration

The Bidder and The Bank shall endeavor their best to amicably settle all disputes

arising out of or in connection with the Contract in the following manner:

a. The Party raising a dispute shall address to the other Party a notice

requesting an amicable settlement of the dispute within seven (7) days of

receipt of the notice.

b. The matter will be referred for negotiation between Assistant General

Manager of The Bank / Purchaser and the Authorized Official of the Bidder.

The matter shall then be resolved between them and the agreed course of

action documented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above, the same may be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in New Delhi and conducted in accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the two arbitrators shall jointly appoint the third or the presiding arbitrator.

The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 40 days from receipt of the notice. All notices by one party to the other in connection with the arbitration shall be in writing and be made as provided in this tender document.

The arbitrators shall hold their sittings at New Delhi. The arbitration proceedings shall be conducted in English language. Subject to the above, the courts of law at New Delhi alone shall have the jurisdiction in respect of all matters connected with the Contract/Agreement even though other Courts in India may also have similar jurisdictions. The arbitration award shall be final, conclusive and binding upon the Parties and judgment may be entered thereon, upon the application of either party to a court of competent jurisdiction. Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration, including fees and expenses of the arbitrators, shall be shared equally by the Parties unless the award otherwise provides.

Work under the Contract shall be continued in accordance with the provisions of the Contract/Agreement by the selected bidder during the arbitration proceedings unless otherwise directed in writing by the Bank unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or of the umpire, as the case may be, is obtained and save as those which are otherwise explicitly provided in the Contract, no payment due to payable by the Bank, to the Selected bidder shall be withheld on account of the on-going arbitration proceedings, if any unless it is the subject matter or one of the subject matters thereof. The venue of the arbitration shall be at New Delhi, INDIA.

Page 83: Selection of Vendor for Implementation of National

Page 83 of 168

46. Applicable Law and Jurisdiction of Court

The Contract with the Selected bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at New Delhi (with the exclusion of all other Courts).

47. Limitation of Liability

Bidder's aggregate liability under the contract shall be limited to a maximum of the contract value. This limit shall not apply to third party claims for

IP Infringement indemnity.

Bodily injury (including Death) and damage to real property and tangible property caused by Bidder/s' gross negligence. For the purpose of this section, contract value at any given point of time, means the aggregate value of the purchase orders placed by Bank on the Bidder that gave rise to claim, under this RFP.

Bidder shall be liable for any indirect, consequential, incidental or special damages under the agreement/ purchase order.

48. Information Security Clauses :

The Bidder and its personnel shall not carry any written material, layout, diagrams,

floppy diskettes, hard disk, storage tapes or any other media out of Punjab & Sind

Bank’s premise without written permission from the Punjab & Sind Bank .

No information, image, data or document related to the processing should be copied or distributed except case where same is required for processing.

After processing no data or image should be left in local PCs. In servers also same should be purged periodically & certificate of same should be provided every month.

All the systems & used for processing should be checked every month for compliance of information security standards. A certificate of compliance of all norms should be submitted every month along with invoice.

The Bidder personnel shall follow The Bank’s information security policy and instructions in this behalf.

Bidder acknowledges that The Bank’s business data and other proprietary information or materials, whether developed by The Bank or being used by Purchaser pursuant to a license agreement with a third party (the foregoing collectively referred to herein as “proprietary information”) are confidential and proprietary to Purchaser; and Bidder agrees to use reasonable care to safeguard the proprietary information and to prevent the unauthorized use or disclosure thereof, which care shall not be less than that used by Bidder to protect its own proprietary information. Bidder recognizes that the goodwill of Punjab & Sind Bank depends, among other things, upon Bidder keeping such proprietary information confidential and that unauthorized disclosure of the same by Bidder could cause damage to the Purchaser. By reason of Bidder’s duties and obligations hereunder, Bidder may come into possession of such proprietary information, even though Bidder does not take any direct part in or furnish the Services performed for the creation of said proprietary information and shall limit access thereto to employees

Page 84: Selection of Vendor for Implementation of National

Page 84 of 168

with a need to such access to perform the Services required by this Contract. Bidder shall use such information only for the purpose of performing the Services.

Bidder shall, upon termination of this Contract for any reason, or upon demand by The Bank, whichever is earliest, return any and all information provided to Bidder by The Bank, including any copies or reproductions, both hardcopy and electronic.

Bidder, shall provide certificate/assurance from application providers/OEMs that the application is free from embedded malicious / fraudulent code.”

The Bidder shall ensure that the equipment / application / software being supplied shall be free from malicious code (Viruses, Trojan, Spyware etc.) and shall be liable for any loss (information, data, equipment, theft of Intellectual Property Rights, network breach, sabotage etc.) incurred to the Bank arising due to activation of any such embedded malware / malicious code.

The Bidder shall ensure that subsequent patch, hotfixes and upgrades are also free from malicious code.

The Bidder shall abide to the Information Security Policy (ISP) and Cyber Security Policy (CSP) of the Bank (as amended from time to time), which will be shared by the Bank with the L1 Bidder on need to know basis. The L1 Bidder shall ensure that the equipment/application/software supplied under the RFP shall be complacent with the ISP and CSP at all times.

The Bidder shall make sure that the sensitive data (such as password, financial information, biometric information, personal information etc.) shared by the Bank should be kept within the geographical boundaries of India. The Bidder shall further supply a certificate to the Bank in the form Appendix -D.

49. Insurance

The Service Provider may be required to take adequate insurance cover against all kinds of risks including fidelity clause for the loss arising from acts of omission/ commission/dishonesty of its employees and/ or agents and would be required to keep the insurance policy alive at all times during the currency of the agreement. Bank will not be responsible for any loss to bidder on account of non-insurance to any equipment or services. All expenses towards insurance shall be borne by the Vendor.

Page 85: Selection of Vendor for Implementation of National

Page 85 of 168

Annexure -1 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Checklist Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

S.No. Particulars Bidder

Response

[Yes/No]

Page no.

From To

1. Tender Offer Forwarding letter

2. General Detail of the Bidder

3. Eligibility Criteria Declaration

4. Details of Offices/ Branches /Service Centers

5. Track Record of Past Experience.

6. Whether Bid Security Declaration submitted in the Section A-Conformity to Eligibility Criteria?

7. Undertaking for Non-Blacklisting

8. Undertaking to abide by all by-laws/rules/regulations

9. Undertaking for minimum wages act & labor laws

10. Undertaking Letter on the vendor’s letterhead for GST Law

11. Undertaking for Price Validity & Acceptance of all terms & conditions of RFP

12. Undertaking for No Deviation

13. Certificate from CA

14. Whether Pre Contract Integrity Pact as per Annexure-21 has been submitted

15. NON-DISCLOSUR AGREEMENT

16. Technical-Functional Specifications

17. Scope of Work Compliance

18. Masked Commercial Bid

Page 86: Selection of Vendor for Implementation of National

Page 86 of 168

19. Escalation Matrix

20. Commercial Compliance Certificate

21. Technical Bid Covering Letter

22. Compliance Statement

23. Undertaking Letter Format

24. Covering letter for Commercial Bid

25. Signed and Stamped copy of RFP

Other Documents if any

26. Whether the Bid is authenticated by authorized person? Copy of Power of Attorney or Authorization letter from the company authorizing the person to sign the bid document to be submitted in Part Conformity to Eligibility Criteria?

27. Whether all pages are authenticated with signature and seal (Full signature to be affixed and not initials). Erasures / Overwriting / Cutting / Corrections authenticated Certification / Undertaking is authenticated?

28. Whether ensured that separately sealed envelopes containing Eligibility bid, Technical bid and commercial bid

29. Whether Ensured that documents in the envelope are properly tied up/bind

30. Whether ensured Indexing of all Documents submitted with page numbers?

31. Ownership letter by the Bidder. (Undertaking letter by the Bidder taking the ownership of the project execution in case third party is also involved in project execution either fully or partially. The Bidder shall also submit the ownership certificate issued by the third party clearly mentioning the extent of ownership).

32. The Bidder to submit a Certificate that the proposed Solution for “Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX

Page 87: Selection of Vendor for Implementation of National

Page 87 of 168

Model for issuance of FASTag” offered by the Bidder to the Bank is correct, viable, technically feasible for implementation and the solution will work without any hassles in all the locations

33. Technical write up of the Project

Bidder to verify the above checklist and ensure accuracy of the same before submission of the bid. Checked for accuracy

Date: Signature with seal:

Name :

Designation :

Page 88: Selection of Vendor for Implementation of National

Page 88 of 168

Annexure-2 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Tender Offer Forwarding letter

To

Punjab & Sind Bank,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

With reference to the above RFP, having examined and understood the instructions including all Annexures, terms and conditions forming part of the Bid, we hereby enclose our offer for RFP for “Selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag”, as mentioned in the RFP document forming Technical as well as Commercial Bids being parts of the above referred Bid.

In the event of acceptance of our Technical as well as Commercial Bids by the Bank we undertake to commence RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag as per the terms & conditions of your purchase orders. In the event of our selection by the bank for undertaking of the RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag, we will submit a Performance Guarantee for a sum equivalent to 3% of the project cost for a period of 03 years, extendable for additional three terms of one year each with mutual negotiation on terms and conditions, effective from the month of execution of Service Level Agreement in favor of Punjab & Sind Bank. We agree to abide by the terms and conditions of this tender offer till 180 days from the date of commercial bid opening and our offer shall remain binding upon us which may be accepted by the Bank any time before expiry of 180 days.

We enclose a list of clients in India (giving their full addresses) where we have implemented the Solution. We accept all the Instructions, Technical Specifications, Terms and Conditions and Scope of Work of the subject RFP.

Page 89: Selection of Vendor for Implementation of National

Page 89 of 168

Until a formal contract is executed, this tender offer, together with the Bank’s written acceptance thereof and Bank’s notification of award, shall constitute a binding contract between us.

We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive. We enclose the following Demand draft(s)/Bank Guarantee: 1. DD No. Dated for Rs. 10,000+GST @ 18%(Rupees Ten Thousand + GST Only) as Cost of RFP Document &

Date:

Signature with seal:

(In the Capacity of)

Duly authorized to sign the tender offer for and on behalf of

Page 90: Selection of Vendor for Implementation of National

Page 90 of 168

Annexure 3 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

General Detail of the Bidder Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Ref: Your RFP on captioned work dated -------------

S.NO. Particulars

Details

1. Name of the Suppliers/Firm

2. Constitution

3. Registration No. and Date of establishment/Incorporation

4 Nature of Activity

5. Address Details i. Order to be placed on which Office

ii. Registered Office

iii. Corporate Office

6. Telephone No

7. E-mail Address

8. Website

9. Major change in Management in last three years

10. Financial Position of Bidder for the last three

financial years

2018-19 2019-20 2020-21

Net worth

Turnover

Page 91: Selection of Vendor for Implementation of National

Page 91 of 168

Net Profit (Profit After Tax)

N.B. Enclose copies of Audited Balance Sheets along with enclosures

11. Domestic Customer Base (Number &Details of Clients where the “Implementation of End-to-end National Electronic Toll Collection (NETC) solution for Issuer and/or Acquirer and/or Distributor On OPEX model” have been conducted in India as per Annexure-7

12. PAN number …………………….. . GST Registration Number ……………….. . Our Bank Details Bank details Account Number RTGS / NEFT Code

13. Mention Location and addresses of the Data Center and Disaster Recovery Center of the entire infrastructure for FASTag.

14. Is the company ISO certified? If yes, please provide information along with true copy of certificate.

N.B. Enclose copies of Purchase Orders as references. Place: AUTHORISED SIGNATORY:

Date: Name :

Designation :

Page 92: Selection of Vendor for Implementation of National

Page 92 of 168

Annexure 4 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Eligibility Criteria Declaration To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Ref: Your RFP on captioned work dated ___________

We have carefully gone through the contents of the above referred RFP and furnish the following information relating to Eligibility Criteria:

Sl. No

Criteria Proof of documents

to be submitted

Bidder’s Compliance (Yes/No)

Submitted supporting documents

1 Bidder should be a limited company(Public/Private) registered in India under the Companies act,1956/2013 for the last 3 years as on the date of issuance of RFP.

The bidder should not be a subsidiary of a foreign company.

Certificate of Incorporation, PAN, TAN, GSTIN Certificate and any other tax related document, if applicable.

2 The bidder should be an OEM / OSD or their authorized representative in India. In case of the OEM / OSD is participating in the

Undertaking / Power of Attorney (POA) from the OEM / OSD mentioning a clause that OEM / OSD will provide support

Page 93: Selection of Vendor for Implementation of National

Page 93 of 168

tendering process directly, authorized representative of that OEM/OSD will not be permitted to participate in the same tendering process.

services during warranty period if the bidder authorized by them fails to perform. In case of an

authorized

representative, a

letter of authorization

(MAF) / OSD

Authorization Form

from original

manufacturer /

solution developer

must be furnished in

original duly signed &

stamped (As per

Annexure – 9).

3 The bidder submitting the offer should have net profit, positive net worth for the last three financial year’s i.e. 2018-2019 & 2019-20, 2019-20.

Copy of the audited balance sheet, certificate from the Chartered Accountant (in case of Provisional Balance Sheet) of the company showing profit, net-worth and turnover of the company for the last three consecutive financial year’s i.e. 2018-2019 & 2019-20, 2019-20.

4 The bidder should have a minimum annual turnover of ₹ 5 Crore per year during the last three financial year’s i.e. 2018-2019 & 2019-20, 2019-20. This must be the individual Company’s turnover and not that of any group of Companies.

5 The bidder’s solution should be successfully implemented/ under implementation(at least UAT should have been completed) in any Public Sector Bank / Govt. Organization / Commercial Bank / RRBs

Copy of Purchase Order/Letter of Indent /Offer letter along with Certificate from the Bank clearly indicating status of implementation or Satisfactory working certificate whichever is applicable.

Page 94: Selection of Vendor for Implementation of National

Page 94 of 168

/ BFSI in India as on the date of issuance of RFP.

6 The service provider should have its presence across the country either its own office or it should have tie-up arrangement with other agencies for support & marketing.

The detailed list of the office addresses along with contact details to be submitted on company letter head. Self-declaration regarding tie-up arrangement in case the service provider is not having its presence to be submitted.

7 The hosted solution offered by the bidder should be PCI-DSS and PA-DSS certified and bidder must submit the proof of audit certificates in that respect. However, solution should have undergone third party penetration testing/ vulnerability assessment and ethical hacking test.

Necessary updated certificate in this regards should be enclosed.

8 The Bidder should own or have the software rights of the NETC solution, If not, the Bidder should have in place proper tie-ups, commercial agreements, authorized implementation partnership for deployment / resale / customization of software with the product OSD whose software products are offered.

Self-Declaration from the Bidder and an authorization letter from manufacturer (OEM) to this effect giving mandate to participate in this RFP. Self-declaration should also specify that the bidder would be solely responsible for designing, procuring and delivering the entire solution.

9 Bidder should not have been debarred / black-listed by any Bank or RBI

Self-declaration to that on company letter head.

Page 95: Selection of Vendor for Implementation of National

Page 95 of 168

or any other regulatory authority or Financial Institution in India as on date of submission of RFP.

10 Bidder should submit an Undertaking regarding compliance of all Laws, Rules, Regulations, By-Laws, Guidelines, Notifications, etc.

Documentary evidence as per Annexure14.

11 The service provider should ensure that there are no proceedings / inquiries / investigations have commenced / pending against service provider by any statutory or regulatory agencies which may result in liquidation of company / firm and / or deterrent on continuity of business.

Declaration in the letterhead of the service provider’s company to that effect.

12

The bidder should not be

from a country which

shares a land border with

India unless the bidder is

registered with the

Competent Authority (as

detailed in Office

memorandum-

F.No.6/18/2019-PPD of

Dept. of Expenditure,

Ministry of Finance).

Bidder from a country

which shares land border

with India means:

a. An entity incorporated, established or registered in such a country; or

Documents to be

submitted:

A declaration on letter

head of bidder / OEM

duly signed by

Authorized Signatory

stating “we have read

the clause regarding

restrictions on

procurement from a

bidder of a country

which shares a land

border with India; We

certify that we are not

from such a country

or; if from such a

country, have been

registered with the

Competent Authority

Page 96: Selection of Vendor for Implementation of National

Page 96 of 168

b. A subsidiary of an entity incorporated, established or registered in such a country; or

c. An entity substantially controlled through entities incorporated, established or registered in such a country; or

d. An entity whose beneficial owner is situated in such a country; or

e. An Indian (or other) agent of such an entity; or

f. A natural person who is a citizen of such a country; or

A consortium or joint venture where any member of the consortium of joint venture falls under any of the above.

(Copy attached). We

hereby certify that we

fulfil all requirements

in this regard and are

eligible to be

considered” to be

submitted.

We confirm that the information furnished above is true and correct. We also note that, if there are any inconsistencies in the information furnished above, the bid is liable for rejection.

Date: Signature with seal:

Name:

Designation:

Page 97: Selection of Vendor for Implementation of National

Page 97 of 168

Annexure-5 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Details of Offices/ Branches /Service Centers

SUB: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Ref: Your RFP on captioned work dated---------------

S.No Place Postal Address

Contact Details (including Name of In charge and his contact no. email etc.)

Service Facilities Available (Describe)

Jurisdiction

Date: Signature with seal:

Name:

Designation

Page 98: Selection of Vendor for Implementation of National

Page 98 of 168

Annexure-6 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Authorization Letter Format

[To be presented by the authorized person at the time of Bid Opening ( Part A, Part B & Part C ) on the letter head of Bidder and should be signed by an Authorised Signatory with Name and Seal of the Company] To

Punjab & Sind Bank , ADC Department, Second Floor,Plot Number 151, Sector 44, Gurugram- 122003 Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag Ref: Your RFP on captioned work dated --------------- This has reference to your above RFP. Mr. /Miss/Mrs.__________________ is hereby authorized to attend the (Section-A , Section –B, Section -C) of the bid opening of the above RFP on behalf of our organization. The specimen signature is attested below: Specimen Signature of Representative Signature of Authorizing Authority Name &Designation of Authorizing Authority NOTE: This Authorization letter is to be carried in person and shall not be placed inside any of the bid covers.

Page 99: Selection of Vendor for Implementation of National

Page 99 of 168

Annexure – 7 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Track Record of Past Experience

SUB: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Ref: Your RFP on captioned work dated ---------------- Name of the Bidder –

SI. No. Name of the Client/s where subject services has been conducted

Period during which serviced (last 5 Years)

Contact Person's Name

Telephone No.

Address

From To

Enclosed Necessary Documentary proof

Date: Signature with seal

Name:

Designation:

Page 100: Selection of Vendor for Implementation of National

Page 100 of 168

Annexure 8 Reg: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 Bid Security Declaration (To be stamped in accordance with stamp act) Date: __________ Punjab & Sind Bank

ADC Department

Second Floor, Plot no 151

Sector 44,

Gurugram-122003

Dear Sir, We, the undersigned, declare that: We , M/s.……………………………..(herein referred as bidder) understand that, according to bid clause No. 29, bids may be supported with a Bid Security Declaration , bidder render the declaration that:- Bank may proceed against us for recovery of actual direct losses as per the remedy available under an applicable law (maximum up to Rs.3,00,000/-) and In case of Execution of Bid Security Declaration, we, M/s.……………………………..may be suspend for three (3) years from being eligible to submit our bids for any contracts with the Bank if we, M/s.…………………………….. are in breach of our obligation(s) under the bid conditions, in case we, M/s.……………………………..:-

Fails to honor submitted bid; and/or

If the bidder withdraws the bid during the period of bid validity (180 days from the date of opening of bid).

If the bidder makes any statement or encloses any form which turns out to be false, incorrect and / or misleading at any time prior to signing of contract and/or conceals or suppresses material information; and / or

The selected bidder withdraws his tender before furnishing the unconditional and irrevocable Performance Bank Guarantee.

The bidder violates any of the provisions of the terms and conditions of this tender specification.

In case of the successful bidder, if the bidder fails:

To sign the contract in the form and manner to the satisfaction of Punjab & Sind Bank

To furnish Performance Bank Guarantee in the form and manner to the satisfaction of Punjab & Sind Bank either at the time of or before the execution of Service Level Agreement (SLA).

Bank may proceed against the selected bidder in the event of any evasion, avoidance, refusal or delay on the part of bidder to sign and execute the Purchase Order / Service

Page 101: Selection of Vendor for Implementation of National

Page 101 of 168

Level Agreements or any other documents, as may be required by the Bank, if the bid is accepted.

We, M/s.……………………………..understand that this declaration shall expire if we are not the successful bidder and on receipt of purchaser’s notification of the award to another bidder; or forty-five days after the validity of the bid; whichever is later. Name of signatory

Designation

Bank Common Seal

Page 102: Selection of Vendor for Implementation of National

Page 102 of 168

Annexure – 9 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

(Letter to be submitted by the Manufacturer on firm’s official letter head) Manufacturer Authorization Form (MAF)

To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

We are the OEM of the make__________________________,do hereby authorize____________________(Bidders Name with address) to submit Bid to Punjab Sind Bank, in response to their Request for Proposal for Selection of Vendor for Implementation of Nationl Electronic Toll Collection(NETC) as an issuer under OPEX Model for issuance of FASTag.

Our full support is extended to Bidder name ____with respect to Implementation of Nationl Electronic Toll Collection(NETC) as an issuer under OPEX Model for issuance of FASTag.

In case Bidder Name is not able to perform the obligations as per contract during

the period of contract, being the Original Equipment Manufacturer, either we will provide

the support services directly or through our other authorized service provider acceptable

to Punjab & Sind Bank at no extra cost to Punjab & Sind Bank.

Date: Yours faithfully

Place: Signature of Authorized Signatory

Name of Signatory:

Designation:

Seal of Company

Page 103: Selection of Vendor for Implementation of National

Page 103 of 168

Annexure – 10 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

(Letter to be submitted by the OSD on firm’s official letter head)

Original Solution / Software Developer Authorisation form (OSDF) To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

We ……………………………………………………………… (Name of the developer) who

are established and reputable developer/solution provider of

…………………………………… having factories / offices at ………,…………, ………,

…………… and …………… do hereby authorize M/s ……………………… (Name and

address of Bidder) who is the bidder submitting its bid pursuant to the Request for

Proposal issued by Punjab & Sind Bank on behalf, to submit a Bid and negotiate and

conclude a contract with you for supply of solution / software developed by us against the

Request for Proposal received from your bank by the Bidder and we have duly authorized

the Bidder for this purpose.

We hereby extend our guarantee/ warranty and ATS as per terms and conditions of the

RFP No ……………………………………and the contract for the solution / software and

services offered for supply against this RFP No…………………………………. By the

above-mentioned Bidder, and hereby undertake to perform the obligations as set out in

the RFP No…………………………. In respect of such solution / software and services.

We undertake to provide back-to-back support for modifications / customization and skill

to the bidder for subsequent transmission of the same to the Bank. We also undertake to

provide support services during warranty as well as ATS period if the above bidder

authorized by us fails to perform in terms of the RFP.

Yours Faithfully Authorized Signatory Name: Designation: Phone No & Email:

Page 104: Selection of Vendor for Implementation of National

Page 104 of 168

Annexure – 11

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Format of Performance Bank Guarantee

(Issued by any Public Sector Bank)

Tender Reference No: ______________________Date _________________

The Deputy General Manager -ADC

Punjab & Sind Bank,

HO ADC Department,

Second floor, Plot No.151,

Sector 44, Gurugram 122003.

Performance Bank Guarantee No.

Bank Guarantee Amount :

Expiry Date :

Claim Period:

Account :

Dear Sir,

GUARANTEE FOR PERFORMANCE OF CONTRACT/AGREEMENT

THIS GUARANTEE AGREEMENT executed at ________ day of_____________ Two

Thousand ___________

BY : ______________________ Bank, a body corporate constituted under

_______________, having its Registered Office/ Head Office at ______________, and

a Branch Office at_____________________________________________________

(Hereinafter referred to as “the Guarantor”, which expression shall, unless it be

repugnant to the subject, meaning or context thereof, be deemed to mean and include

its successors and assigns)

IN FAVOUR OF:

Page 105: Selection of Vendor for Implementation of National

Page 105 of 168

Punjab & Sind Bank, a body corporate, established under the Banking Companies

(Acquisition and Transfer of Undertakings) Act 1970 and having its Registered Office at

21, Rajendra Place, New Delhi 110008 (hereinafter referred to as “Bank” which

expression shall unless it be repugnant to the subject, meaning or context thereof, be

deemed to mean and include its successors and assigns),

WHEREAS Bank had called for the bids for engagement of service provider for

Implementation of National Electronic Toll Collection (NETC) as an issuer under OPEX

Model for issuance of FASTag for three years, extendable for additional three terms of

one year each with mutual negotiation on terms and conditions and for the purposes

M/s……………………… have been appointed as the Vendor (hereinafter referred to as

"Vendor") and accordingly has entered into Contract / Agreement on ………..

(Agreement) with Bank subject to the terms and conditions contained in the said

documents and the Vendor has duly confirmed the same.

1. AND WHEREAS pursuant to the Bid Documents, the Agreement, and the other related

documents (hereinafter collectively referred to as “the said documents”, the Bank has

agreed to avail from M/s……………………. and M/s……………… has agreed to provide

to the Bank, the Services /Systems Implementation of National Electronic Toll

Collection(NETC) as an Issuer under OPEX Model for issuance of FASTag extendable

for additional three terms of one year each with mutual negotiation on terms and

conditions. and other required applications, more particularly described in the

Schedule/Annexure to the said documents, subject to payment of the contract price as

stated in the said documents and also subject to the terms, conditions, covenants,

provisions and stipulations contained the said documents.

AND WHEREAS the Vendor has duly signed the said documents.

AND WHEREAS in terms of the said documents, inter alia, the Vendor is required to

procure an unconditional and irrevocable performance Bank guarantee, in favour of the

Bank, from a Bank acceptable to the Bank for a sum of Rs…………………

(Rupees……………………………………………………. Only) being 3% of the total

contract value for the faithful observance and performance by the Vendor of the terms,

conditions, covenants, stipulations, provisions of the Agreement /the said documents.

AND WHEREAS at the request of the Vendor, the Guarantor has agreed to issue the

Guarantee in favour of the Bank for a sum of Rs. …………

(Rupees………………………………………………..Only)

AND WHEREAS at the request of the Vendor, the Guarantor has agreed to guarantee

the Bank that the Vendor shall faithfully observed and performed of the terms of the said

documents.

Page 106: Selection of Vendor for Implementation of National

Page 106 of 168

NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS:

In consideration of the above premises, the Guarantor hereby unconditionally, absolutely

and irrevocably guarantees to the Bank as follows:

(1) The guarantor hereby agrees and guarantee that the Vendor shall faithfully observed

and performed all the terms and conditions stipulated in the Contract/Agreement and the

said documents.

(2) The Guarantor hereby guarantees and undertakes to pay, on demand and without

demur, reservation, contest, recourse or protest or without any reference to the Vendor,

to the Bank at its office at New Delhi forthwith, and all monies payable by the Vendor to

the extent of Rs.………………………………………. against any loss, costs, damages,

etc. suffered by the Bank on account of default of the Vendor in the faithful observance

and performance of the terms, conditions, covenants, stipulations, provisions of the

Agreement / said documents, without any demur, reservation, contest, recourse or

protest or without any reference to the Vendor. Any such demand or claim made by the

Bank, on the Guarantor shall be final, conclusive and binding notwithstanding any

difference or any dispute between the Bank and the Vendor or any dispute between the

Bank and the Vendor pending before any Court, Tribunal, Arbitrator, or any other

authority.

(3) The Guarantor agrees and undertakes not to revoke this Guarantee during the currency

of these presents, without the previous written consent of the Bank and further agrees

that the Guarantee herein contained shall continue to be enforceable until and unless it

is discharged earlier by the Bank, in writing.

(4) The Bank shall be the sole judge to decide whether the Vendor has failed to perform the

terms of the Agreement / said documents for providing the Services by the Vendor to the

Bank, and on account of the said failure what amount has become payable by the Vendor

to the Bank under this Guarantee. The decision of the Bank in this behalf shall be final,

conclusive and binding on the Guarantor and the Guarantor shall not be entitled to

demand the Bank to establish its claim under this Guarantee but shall pay the sums

demanded without any objection, whatsoever.

(5) To give effect to this guarantee, the Guarantor will be deemed to be the Principal Debtor

to the Bank.

(6) The liability of the Guarantor, under this Guarantee shall not be affected by

(a) any change in the constitution or winding up of the Vendor or any absorption,

merger or

(b) amalgamation of the Vendor with any other company, corporation or concern; or

(c) any change in the management of the Vendor or takeover of the management of

the Vendor by the Government or by any other authority; or acquisition or

rationalization of the Vendor and/or of any of its undertaking(s) pursuant to any law;

or

(a) any change in the constitution of Bank / Vendor; or

Page 107: Selection of Vendor for Implementation of National

Page 107 of 168

(b) any change in the setup of the Guarantor which may be by way of change in the

constitution,

(c) Winding up, voluntary or otherwise, absorption, merger or amalgamation or

otherwise; or the absence or deficiency of powers on the part of the Guarantor to

give Guarantees and/or Indemnities or any irregularity in the exercise of such

powers.

(7) This guarantee will remain in force up to 36 months with claim period of 1 year from the

date of signing the contract.

(8) Notwithstanding anything contained in this Guarantee, the Guarantor hereby agrees and

undertakes to extend the validity period of this guarantee for a further period as may be

requested by the Bank, from time to time.

(9) This guarantee shall be binding upon us and successors -in -interest and shall be

irrevocable.

(10) For all purposes connected with this Guarantee and in respect of all disputes and

differences under or in respect of these presents or arising there from the courts of New

Delhi where the Bank has its Head Office shall alone have jurisdiction to the exclusion of

all other courts.

(11) Notwithstanding anything contained herein above

I. Our liability under this Performance Bank Guarantee shall not exceed Rs

……………. (Rupees ……………………….. only)

II. This Performance Bank Guarantee shall be valid up to…………….

III. We are liable to pay the guaranteed amount or any part thereof under this Bank

Guarantee only and only if you serve on us a written claim or demand on or before

………………… (mention validity period + claim period)

IN WITNESS WHEREOF the Guarantor has caused these presents to be executed

on the day, month and year first herein above written as hereinafter appearing.

SIGNED SEALED AND

DELIVERED BY the

within named Guarantor

(Vendor Bank),

___________________,

by the hand of Shri. __________, its authorized official.

Page 108: Selection of Vendor for Implementation of National

Page 108 of 168

Annexure – 12

Undertaking by bidder

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Undertaking by the bidder

(To be included in Technical & Commercial Bid Envelope)

It is certified that the information furnished here in and as per the document submitted is

true and accurate and nothing has been concealed or tampered with.

We have gone through all the conditions of bid and are liable to any punitive action for

furnishing false information / documents.

Dated this _____ day of ____________________ 2020

Signature

(Company Seal)

__________________

In the capacity of

Duly authorized to sign bids for and on behalf of:

Page 109: Selection of Vendor for Implementation of National

Page 109 of 168

Annexure – 13

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Undertaking for Non-Blacklisting

To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Dear Sir(s),

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation

of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for

issuance of FASTag

a. We M/s ______________________________________, the undersigned hereby

confirm that we have read and understood the eligibility criteria and fulfil the same.

b. We further confirm that all the information as per requirement of the Bank have been

included in our bid.

c. Further we hereby undertake and agree to abide by all terms and conditions and

guidelines stipulated by the Bank. We understand that any deviation may result in

disqualification of our bid.

d. We have not been blacklisted by any Nationalized Bank/RBI/IBA or any other

Government agency/ICAI. No legal action is pending against us for any cause in any legal

jurisdiction.

e. We undertake that adequate number of resources, if required by the Bank, will be

deployed for the project to complete the assignment within stipulated time.

f. (Deviation to the above if any, the Bidder must provide details of such action(s)

1.

2.

(Signature and the capacity of the person duly authorized to sign the bid for and on

behalf of)

Place: Signature of Bidder:

Date: Name:

Business Address:

Page 110: Selection of Vendor for Implementation of National

Page 110 of 168

Annexure – 14

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Undertaking to abide by all by-laws/rules/regulations

(TO BE EXECUTED ON NON-JUDICIAL STAMP PAPER OF REQUISITE VALUE)

To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Dear Sir(s),

Sub: Declaration-Cum-Undertaking regarding compliance with all statutory requirements

RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of

National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance

of FASTag

In consideration of Punjab & Sind Bank, a body corporate, constituted under Banking

Companies (Acquisition & Transfer of Undertakings) Act, 1980 as amended from time to

time having its Head Office at 21, Rajendra Place, New Delhi – 110008, India and one of

its office at Plot No.151, Sector-44, Gurugram-122003 (hereinafter referred to as “Bank”

which expression shall include its successors and assigns), we, M/s………………….,

having its Registered Office at………………………, do hereby, having examined the RFP

including all Annexure, confirm and agree to comply with all Laws, Rules, Regulations,

By-Laws, Guidelines, Notifications etc.

We hereby undertake and agree to abide by all the terms and conditions stipulated by the

Bank in the RFP Ref No. PSB/HO ADC/RFP/01/2021-22 including all annexure,

addendum, corrigendum and amendments, if any. We certify that the services offered

shall be in conformity with the terms & conditions and Scope of Work stipulated in the

annexures of the said RFP.

We do also hereby irrevocably and unconditionally agree and undertake to save and keep

the Bank, including its respective directors, officers, and employees and keep them

harmless from and against any claim, demand, losses, liabilities or expenses of any

nature and kind whatsoever and any damage caused from and against all suits and other

Page 111: Selection of Vendor for Implementation of National

Page 111 of 168

actions that may be instituted taken or preferred against the Bank by whomsoever and all

losses, damages, costs, charges and expenses arising out of non-compliance with or

non-adherence to any statutory/regulatory requirements and/or any other law for the time

being in force.

We also confirm that payment to the engaged employees shall be made in consonance

with the Minimum Wages Act in vogue and their duty hours will also be as per applicable

labor laws of country.

Dated this _________ day of ______________, 20 ____________ .

Place:

For M/s. …………………………….

[Seal and Signature(s) of the Authorized Signatory(s)]

Page 112: Selection of Vendor for Implementation of National

Page 112 of 168

Annexure – 15

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Undertaking for minimum wages act & labor laws

Undertaking Letter on the selected bidder’s letterhead for Central Minimum

Wages Act & Labor Laws

To,

Punjab & Sind Bank ,

ADC Department,

Second Floor ,Plot Number 151,

Sector 44,

Gurugram- 122003

Sir,

Sub: Confirmation for Government Rules relating to Minimum Wages: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Further to our proposal dated ……………………….. in response to the Request for Proposal (Bank’s tender No……………………………………………………………… herein referred to as RFP)issued by Bank, we hereby covenant, warranty and confirm as follows:

In this regard we confirm that the employees engaged by our Company to carry out the services in your bank for the above said contract are paid minimum wages / salaries as stipulated in the Government (Central / State) Minimum Wages / Salaries act in force. All the employees/operator deployed by the selected bidder for the digitization activity must comply with government’s rules and regulations like minimum wages act, Provident Fund and ESIC facility standard. We also indemnify the Bank against any action / losses / damages that arise due to action initiated by Commissioner of Labor for non-compliance to the above criteria.

We further authorize the Bank to deduct from the amount payable to the Company under the contract or any other contract of the Company with the Bank if a penalty is imposed by Labor Commissioner towards non-compliance to the “Minimum Wages / Salary stipulated by government in the Act by your company.

(Proof of compliance and labor license needs to be submitted along with the quotation) Date: Yours faithfully,

Place: Authorized Signatory

Designation

Bidder’s corporate name

Page 113: Selection of Vendor for Implementation of National

Page 113 of 168

Annexure – 16

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Undertaking Letter on the vendor’s letterhead for GST Law

To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151,

Sector 44,

Gurugram- 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation

of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for

issuance of FASTag

Further to our proposal dated ………………………………, in response to the Request for

Proposal (Bank’s tender No. …………………………………. hereinafter referred to as

“RFP”) issued by Bank, we hereby covenant, warrant and confirm as follows:

We, the bidder M/s ……………………………, hereby agree to comply with all applicable

GST Laws including GST Acts, Rules, Regulations, Procedures, Circulars & Instructions

thereunder applicable in India from time to time and to ensure that such compliance is

done.

Date: Yours faithfully,

Place: For……………………………..

Designation:

(Signature and seal of authorized

person)

Bidder’s corporate name:

Page 114: Selection of Vendor for Implementation of National

Page 114 of 168

Annexure – 17

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Undertaking for Price Validity & Acceptance of all terms & conditions of RFP

To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151, Sector 44,

Gurugram- 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation

of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for

issuance of FASTag

We understand that Bank is not bound to accept the lowest or any bid received and Bank

may reject all or any bid. We shall keep the price valid for the entire contract period from

the date of issuance of the first Work order.

If our bid is accepted, we are responsible for the due performance as per the scope of

work and terms & conditions as per mentioned in RFP.

Yours faithfully,

For……………………………..

(Signature and seal of authorized person)

Place:

Date:

Page 115: Selection of Vendor for Implementation of National

Page 115 of 168

Annexure – 18

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Undertaking for No Deviation

To

Punjab & Sind Bank ,

ADC Department,

Second Floor, Plot Number 151, Sector 44,

Gurugram- 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation

of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for

issuance of FASTag

Further to our proposal dated ………………………………, in response to the Request for

Proposal (Bank’s tender No. …………………………………. hereinafter referred to as

“RFP”) issued by Bank, we hereby covenant, warrant and confirm as follows:

We hereby agree to comply with all the terms and conditions / stipulations as contained

in the RFP and the related addendums and other documents including the changes made

to the original tender documents if any, issued by the Bank. The Bank is not bound by

any other extraneous matters or deviations, even if mentioned by us elsewhere either in

our proposal or any subsequent deviations sought by us, whether orally or in writing, and

the Bank’s decision not to accept any such extraneous conditions and deviations will be

final and binding on us.

Yours faithfully,

For……………………………..

Designation:

(Signature and seal of authorized person)

Bidder’s corporate name:

Place:

Date:

Page 116: Selection of Vendor for Implementation of National

Page 116 of 168

Annexure – 19 Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Certificate from CA

Certificate from Chartered Accountant (signed & stamped) showing company’s

financial position in last 3 years (annual turnover, profit / loss, net worth etc.)

2017-18 2018-19 2019-20

Turnover

Profit / Loss

Net-worth

Place: Signature of Bidder :

Date: Name :

Business Address :

Page 117: Selection of Vendor for Implementation of National

Page 117 of 168

Annexure – 20

Undertaking for Pre-bid Queries format

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Format of Pre-Bid Queries to be submitted by the Bidder(s)

To be e-mailed in .doc format

Name of the Bidder:

Name of the Contact Person of the Bidder:

Contact Number of the Contact Person:

Email id of the Contact Person:

Sl No

RFP Page No.

RFP Clause No.

Original RFP Clause

Subject/Description

Query sought/Suggestions of the Bidder

Place: Signature of Bidder :

Date: Name :

Business Address :

Page 118: Selection of Vendor for Implementation of National

Page 118 of 168

Annexure – 21

RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

PRE CONTRACT INTEGRITY PACT

Between Punjab & Sind Bank (PSB) hereinafter referred to as "The Principal",

And

________________________________ hereinafter referred to as "The Bidder/

Contractor"

Preamble

The Principal intends to award, under laid down organizational procedures, contract/ s for

____________ ________________________. The Principal values full compliance with

all relevant laws of the land, rules, and regulations, economic use of resources and of

fairness I transparency in its relations with its Bidder(s) and I or Contractor(s).

In order to achieve these goals, the Principal has appointed Sh. Rattan Kishore Bajaj as

Independent External Monitors (IEMs) who will monitor the tender process and the

execution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and

to observe the following principles: -

a. No employee of the Principal, personally or through family members, will in

connection with the tender for, or the execution of a contract, demand, take a promise for

or accept, for self or third person, any material or immaterial benefit which the person is

not legally entitled to.

b. The Principal will, during the tender process treat all Bidder(s) with equity and

reason. The Principal will in particular, before and during the tender process, provide to

all Bidder(s) the same information and will not provide to any Bidder(s) confidential I

additional information through which the Bidder(s) could obtain an advantage in relation

to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

Page 119: Selection of Vendor for Implementation of National

Page 119 of 168

(2) If the Principal obtains information on the conduct of any of its employees which is a

criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard,

the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary

actions

Section 2 - Commitments of the Bidder(s)/ Contractor(s)

(1) The Bidder(s)/ Contractor(s) commit themselves to take all measures

necessary to prevent corruption. The Bidder(s)/ Contractor(s) commit themselves to

observe the following principles during participation in the tender process and during the

contract execution.

a. The Bidder(s)/ Contractor(s) will not, directly or through any other person or

firm, offer, promise or give to any of the Principal's employees involved in the tender

process or the execution of the contract or to any third person any material or other benefit

which he / she is not legally entitled to, in order to obtain in exchange any advantage of

an kind whatsoever during the tender process or during the execution of the contract.

b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into any

undisclosed agreement or understanding, whether formal or informal. This applies in

particular to prices, specifications, certifications, subsidiary contract submission or non-

submission of bids or any other actions to restrict competitiveness or to introduce

cartelisation in the bidding process.

c. The Bidder(s)/ Contractor(s) will not commit any offence under the relevant

IPC/PC Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of

competition or personal gain, or pass on to others, any information or document provided

by the Principal as part of the business relationship, regarding plans, technical proposals

and business details, including information contained or transmitted electronically.

d. The Bidder(s)/Contractors(s) of foreign origin shall disclose the name and

address of the Agents/representatives in India, if any, similarly the

Bidder(s)/Contractors(s) of Indian Nationality shall furnish the name and address of the

foreign principals, if any. Further details as mentioned in the "Guidelines on Indian Agents

of Foreign Suppliers" shall be disclosed by the Bidder(s)/Contractor(s).Further, as

mentioned in the Guidelines all the payments made to the Indian agent/representative

Page 120: Selection of Vendor for Implementation of National

Page 120 of 168

have to be in Indian Rupees only. Copy of the "Guidelines on Indian Agents of Foreign

Suppliers" is placed at (page nos. 6-7)

e. The Bidder(s)/ Contractor(s) will, when presenting their bid, disclose any and all

payments made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the contract.

f. Bidder(s) /Contractor(s) who have signed the Integrity Pact shall not approach

the Courts while representing the matter to IEMs and shall wait for their decision in the

matter.

(2) The Bidder(s)/ Contractor(s) will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future

contracts

If the Bidder(s)/Contractor(s), before award or during execution has committed a

transgression through a violation of Section 2, above or in any other form such as to put

their reliability or credibility in question, the Principal is entitled to disqualify the

Bidder(s)/Contractor(s) from the tender process or take action as per the procedure

mentioned in the "Guidelines on Banning of business dealings".

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award

according to Section 3, the Principal is entitled to demand and recover the damages

equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal

is entitled to terminate the contract according to Section 3, the Principal shall be entitled

to demand and recover from the Contractor liquidated damages of the Contract value or

the amount equivalent to Performance Bank Guarantee.

Section 5 - Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last three years

with any other Company in any country conforming to the anti-corruption approach or with

any Public Sector Enterprise in India that could justify his exclusion from the tender

process.

Page 121: Selection of Vendor for Implementation of National

Page 121 of 168

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from

the tender process or action can be taken as per the procedure mentioned in "Guidelines

on Banning of business dealings".

Section 6 - Equal treatment of all Bidders / Contractors / Subcontractors

(1) The Principal will enter into agreements with identical conditions as this one with all

Bidders and Contractors.

(2) The Principal will disqualify from the tender process all bidders who do not sign this

Pact or violate its provisions.

Section 7 - Criminal charges against violating Bidder(s) / Contractor(s) /

Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or

of an employee or a representative or an associate of a Bidder, Contractor or

Subcontractor which constitutes corruption, or if the Principal has substantive suspicion

in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8 - Independent External Monitor

(1) The Principal appoints competent and credible Independent External Monitor for this

Pact after approval by Central Vigilance Commission. The task of the Monitor is to review

independently and objectively, whether and to what extent the parties comply with the

obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and

performs his/her functions neutrally and independently. The Monitor would have access

to all Contract documents, whenever required. It will be obligatory for him / her to treat

the information and documents of the Bidders/Contractors as confidential. He/ she reports

to the MD & CEO of Punjab & Sind Bank.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without

restriction to all Project documentation of the Principal including that provided by the

Contractor. The Contractor will also grant the Monitor, upon his/her request and

demonstration of a valid interest, unrestricted and unconditional access to their project

documentation.

(4) The Monitor is under contractual obligation to treat the information and documents of

the Bidder(s)/ Contractor(s) with confidentiality. The Monitor has also signed declarations

Page 122: Selection of Vendor for Implementation of National

Page 122 of 168

on 'Non-Disclosure of Confidential Information' and of 'Absence of Conflict of Interest'. In

case of any conflict of interest arising at a later date, the IEM shall inform MD & CEO of

Punjab & Sind Bank and recuse himself / herself from that case.

(5) The Principal will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact on

the contractual relations between the Principal and the Contractor. The parties offer to

the Monitor the option to participate in such meetings.

(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement,

he/she will so inform the Management of the Principal and request the Management to

discontinue or take corrective action, or to take other relevant action. The monitor can in

this regard submit non-binding recommendations. Beyond this, the Monitor has no right

to demand from the parties that they act in a specific manner, refrain from action or

tolerate action.

(7) The Monitor will submit a written report to the MD & CEO of Punjab & Sind Bank,

within 8 to 10 weeks from the date of reference or intimation to him by the Principal and,

should the occasion arise, submit proposals for correcting problematic situations.

(8) If the Monitor has reported to the MD & CEO of Punjab & Sind Bank, a substantiated

suspicion of an offence under relevant IPC/ PC Act, and the MD & CEO of Punjab & Sind

Bank has not, within the reasonable time taken visible action to proceed against such

offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this

information directly to the Central Vigilance Commissioner.

(9) The word 'Monitor' would include both singular and plural

Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12

months after the last payment under the contract, and for all other Bidders 6 months after

the contract has been awarded. Any violation of the same would entail disqualification of

the bidders and exclusion from future business dealings.

If any claim is made / lodged during this time, the same shall be binding and continue to

be valid despite the lapse of this pact as specified above, unless it is discharged /

determined by MD & CEO of Punjab & Sind Bank.

Page 123: Selection of Vendor for Implementation of National

Page 123 of 168

Section 10 - Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in writing.

Side agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by

all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder

of this agreement remains valid. In this case, the parties will strive to come to an

agreement to their original intentions.

(5) Issues like Warranty / Guarantee etc. shall be outside the purview of IEMs.

(6) In the event of any contradiction between the Integrity Pact and its Annexure, the

Clause in the Integrity Pact will prevail.

__________________________ _______________________________

(For & On behalf of the Principal) (For & On behalf of Bidder / Contractor)

(Office Seal) (Office Seal)

Place -------------- Witness 1 Witness 2

Date -------------- (Name & Address) (Name & Address)

Page 124: Selection of Vendor for Implementation of National

Page 124 of 168

Annexure – 22

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

NON-DISCLOSUR AGREEMENT

(Non-Judicial Stamp Paper of appropriate value)

This Non-Disclosure Agreement made and entered into at…………………. This

…………………..day of…………..20 BY AND BETWEEN …………………………………

…………………….., a company incorporated under the Companies Act, 1956 having its

registered office at ….………. (Hereinafter referred to as the Vendor which expression

unless repugnant to the context or meaning thereof be deemed to include its permitted

successors) of the ONE PART;

AND

Punjab & Sind Bank, a body corporate, established under the Banking Companies

(Acquisition and Transfer of Undertakings) Act 1980 and having its Head Office at having

its Head Office at 21, Rajendra Place, New Delhi – 110008, India and one of its office at

Plot No.151, Sector-44, Gurugram-122003 (hereinafter referred to as “Bank” which

expression shall unless it be repugnant to the subject, meaning or context thereof, be

deemed to mean and include its successors and assigns) of the OTHER PART.

The Vendor and Punjab & Sind Bank are hereinafter collectively referred to as “the

Parties” and individually as “the Party”

WHEREAS:

2. Punjab & Sind Bank is engaged in the business of providing financial services to its

customers and intends to engage service provider for Implementation of National

Electronic Toll Collection(NETC) as an Issuer under OPEX Model for issuance of

FASTag extendable for additional three terms of one year each with mutual

negotiation on terms and conditions.

3. In the course of such assignment, it is anticipated that Punjab & Sind Bank or any of

its officers, employees, officials, representatives or agents may disclose, or deliver,

to the Vendor some Confidential Information (as hereinafter defined), to enable the

Vendor to carry out the aforesaid Implementation assignment ( hereinafter referred

to as " the Purpose").

4. The Vendor is aware and confirms that all information, data and other documents

made available in the RFP/Bid Documents/Agreement /Contract or in connection with

the Services rendered by the Vendor are confidential information and are privileged

and strictly confidential and or proprietary of Punjab & Sind Bank. The Vendor

Page 125: Selection of Vendor for Implementation of National

Page 125 of 168

undertakes to safeguard and protect such confidential information as may be

received from Punjab & Sind Bank.

NOW, THEREFORE THIS AGREEMENT WITNESSED THAT in consideration of the

above premises and the Punjab & Sind Bank granting the Vendor and or his agents,

representatives to have specific access to Punjab & Sind Bank property / information and

other data it is hereby agreed by and between the parties hereto as follows:

1. Confidential Information:

(i) “Confidential Information” means all information disclosed/furnished by Punjab &

Sind Bank to the Vendor whether orally, in writing or in electronic, magnetic or other form

for the limited purpose of enabling the Vendor to carry out the proposed Implementation

assignment, and shall mean and include data, documents and information or any copy,

abstract, extract, sample, note or module thereof, explicitly designated as "Confidential";

Provided the oral information is set forth in writing and marked "Confidential" within seven

(7) days of such oral disclosure.

(ii) The Vendor may use the Confidential Information solely for and in connection with

the Purpose and shall not use the Confidential Information or any part thereof for any

reason other than the Purpose stated above.

Confidential Information in oral form must be identified as confidential at the time of

disclosure and confirmed as such in writing within seven (7) days of such disclosure.

Confidential Information does not include information which:

(a) is or subsequently becomes legally and publicly available without breach of this

Agreement by either party,

(b) was rightfully in the possession of the Vendor without any obligation of confidentiality

prior to receiving it from Punjab & Sind Bank,

(c) was rightfully obtained by the Vendor from a source other than Punjab & Sind Bank

without any obligation of confidentiality,

(d) was developed by for the Vendor independently and without reference to any

Confidential Information and such independent development can be shown by

documentary evidence, or is/was disclosed pursuant to an order of a court or

governmental agency as so required by such order, provided that the Vendor shall,

unless prohibited by law or regulation, promptly notify Punjab & Sind Bank of such

order and afford Punjab & Sind Bank the opportunity to seek appropriate protective

order relating to such disclosure.

(e) the recipient knew or had in its possession, prior to disclosure, without limitation on

its confidentiality;

(f) is released from confidentiality with the prior written consent of the other party.

The recipient shall have the burden of proving hereinabove are applicable to the

information in the possession of the recipient. Confidential Information shall at all times

remain the sole and exclusive property of the disclosing party. Upon termination of this

Page 126: Selection of Vendor for Implementation of National

Page 126 of 168

Agreement, Confidential Information shall be returned to the disclosing party or destroyed,

if incapable of return. The destruction shall be witnessed and so recorded, in writing, by

an authorized representative of each of the parties.

Nothing contained herein shall in any manner impair or affect rights of Punjab & Sind

Bank in respect of the Confidential Information.

In the event that any of the Parties hereto becomes legally compelled to disclose any

Confidential Information, such Party shall give sufficient notice to the other party to enable

the other Party to prevent or minimize to the extent possible, such disclosure. Neither

party shall disclose to a third party any Confidential Information or the contents of this

Agreement without the prior written consent of the other party. The obligations of this

Clause shall be satisfied by handling Confidential Information with the same degree of

care, which the receiving party applies to its own similar confidential information but in no

event less than reasonable care.

The obligations of this clause shall survive the expiration, cancellation or termination of

this Agreement

2. Non-disclosure: The Vendor shall not commercially use or disclose any Confidential

Information or any materials derived there from to any other person or entity other than

persons in the direct employment of the Vendor who have a need to have access to and

knowledge of the Confidential Information solely for the Purpose authorized above. The

Vendor shall take appropriate measures by instruction and written agreement prior to

disclosure to such employees to assure against unauthorized use or disclosure. The

Vendor may disclose Confidential Information to others only if the Vendor has executed a

Non-Disclosure Agreement with the other party to whom it is disclosed that contains terms

and conditions that are no less restrictive than these presents and the Vendor agrees to

notify Punjab & Sind Bank immediately if it learns of any use or disclosure of the

Confidential Information in violation of terms of this Agreement.

Notwithstanding the marking and identification requirements above, the following

categories of information shall be treated as Confidential Information under this

Agreement irrespective of whether it is marked or identified as confidential:

a) Information regarding Punjab & Sind Bank and any of its Affiliates, customers and their

accounts (“Customer Information”). For purposes of this Agreement, Affiliate means a

business entity now or hereafter controlled by, controlling or under common control.

Control exists when an entity owns or controls more than 10% of the outstanding shares

or securities representing the right to vote for the election of directors or other managing

authority of another entity; or

b) any aspect of Punjab & Sind Bank's business that is protected by patent, copyright,

trademark, trade secret or other similar intellectual property right; or

Page 127: Selection of Vendor for Implementation of National

Page 127 of 168

c) business processes and procedures; or

d) current and future business plans; or

e) personnel information; or

f) Financial information.

3. Publications: The Vendor shall not make news releases, public announcements,

give interviews, issue or publish advertisements or publicize in any other manner

whatsoever in connection with this Agreement, the contents / provisions thereof, other

information relating to this Agreement, the Purpose, the Confidential Information or other

matter of this Agreement, without the prior written approval of Punjab & Sind Bank.

4. Term: This Agreement shall be effective from the date hereof and shall continue

till expiration of the Purpose or termination of this Agreement by Punjab & Sind Bank,

whichever is earlier. The Vendor hereby agrees and undertakes to Punjab & Sind Bank

that immediately on termination of this Agreement it would forthwith cease using the

Confidential Information and further promptly return or destroy, under information to

Punjab & Sind Bank, all information received by it from Punjab & Sind Bank for the

Purpose, whether marked Confidential or otherwise, and whether in written, graphic or

other tangible form and all copies, abstracts, extracts, samples, notes or modules thereof.

The Vendor further agree and undertake to Punjab & Sind Bank to certify in writing upon

request of Punjab & Sind Bank that the obligations set forth in this Agreement have been

complied with.

Any provisions of this Agreement which by their nature extend beyond its termination shall

continue to be binding and applicable without limit in point in time except and until such

information enters the public domain

5. Title and Proprietary Rights: Notwithstanding the disclosure of any Confidential

Information by Punjab & Sind Bank to the Vendor, the title and all intellectual property

and proprietary rights in the Confidential Information shall remain with Punjab & Sind

Bank.

6. Remedies: The Vendor acknowledges the confidential nature of Confidential

Information and that damage could result to Punjab & Sind Bank if the Vendor breaches

any provision of this Agreement and agrees that, if it or any of its directors, officers or

employees should engage or cause or permit any other person to engage in any act in

violation of any provision hereof, Punjab & Sind Bank may suffer immediate irreparable

loss for which monetary compensation may not be adequate. Punjab & Sind Bank shall

be entitled, in addition to other remedies for damages & relief as may be available to it,

to an injunction or similar relief prohibiting the

Vendor, its directors, officers etc. from engaging in any such act which constitutes or

results in breach of any of the covenants of this Agreement.

Any claim for relief to Punjab & Sind Bank shall include Punjab & Sind Bank's costs and

expenses of enforcement (including the attorney's fees).

7. Entire Agreement, Amendment and Assignment: This Agreement constitutes the

entire agreement between the Parties relating to the matters discussed herein and

supersedes any and all prior oral discussions and / or written correspondence or

Page 128: Selection of Vendor for Implementation of National

Page 128 of 168

agreements between the Parties. This Agreement may be amended or modified only with

the mutual written consent of the Parties. Neither this Agreement nor any right granted

hereunder shall be assignable or otherwise transferable.

8. Dispute Resolution: Disputes, if any, arising out of this Agreement remaining

unresolved by mutual discussions shall be referred to a sole Arbitrator for Arbitration and

the provisions of Arbitration & Conciliation Act, 1996, shall accordingly apply. The venue

for such Arbitration shall be New Delhi. The language of the Arbitration shall be English.

9. Governing Law: The provisions of this Agreement shall be governed by the laws

of India and the competent court at Delhi shall have exclusive jurisdiction in relation

thereto even though other Courts in India may also have similar jurisdictions.

10. Indemnity: The Vendor shall defend, indemnify and hold harmless Punjab & Sind

Bank, its affiliates, subsidiaries, successors, assigns, and their respective officers,

directors and employees, at all times, from and against any and all claims, demands,

damages, assertions of liability whether civil, criminal, tortuous or of any nature

whatsoever, arising out of or pertaining to or resulting from any breach of representations

and warranties made by the Vendor. and/or breach of any provisions of this Agreement,

including but not limited to any claim from third party pursuant to any act or omission of

the Vendor, in the course of discharge of its obligations under this Agreement.

11. General: The Vendor shall not reverse - engineer, decompile, disassemble or

otherwise interfere with any software disclosed hereunder.

All Confidential Information is provided “as is”. In no event shall the Punjab & Sind Bank

be liable for the inaccuracy or incompleteness of the Confidential Information. None of

the Confidential Information disclosed by Punjab & Sind Bank constitutes any

representation, warranty, assurance, guarantee or inducement with respect to the fitness

of such Confidential Information for any particular purpose.

Punjab & Sind Bank discloses the Confidential Information without any representation or

warranty, whether express, implied or otherwise, on truthfulness, accuracy,

completeness, lawfulness, merchant ability, fitness for a particular purpose, title, non-

infringement, or anything else.

12. Waiver: A waiver (whether express or implied) by Punjab & Sind Bank of any of

the provisions of this Agreement, or of any breach or default by the Vendor in performing

any of the provisions hereof, shall not constitute a continuing waiver and such waiver

shall not prevent Punjab & Sind Bank from subsequently enforcing any of the subsequent

breach or default by the Vendor under any of the provisions of this Agreement.

In witness whereof, the Parties hereto have executed these presents the day, month and

year first herein above written.

For and on behalf of ------------- Ltd. For and on behalf of Punjab & Sind Bank

(Designation) (Designation)

Page 129: Selection of Vendor for Implementation of National

Page 129 of 168

Annexure – 23(i)

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Technical-Functional Specifications

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Technical-Functional Specifications Compliance

All the solutions sought in technical specification must be provided as end-to–end solution. The participating bidder should provide its compliance (S/C) for each of the below mentioned line items of this RFP to be eligible for evaluation of Commercial Bids.

Technical‐Functional Specifications for Compliance by the Bidders for NETC

Solution Issuer on OPEX Model

Sl.

No.

Techno-Functional Specification Bidders Response

(S/C Only*)

1. Selected bidder should possess relevant infrastructure for

issuance of the NETC Tags

2. NETC Issuing solution should integrate with various

channels of the Bank such as CBS Business

Correspondents (BCs),Internet Banking, UPI , Mobile

Banking, ATMs, Cash Recyclers, KIOSKs, OMNI channel,

Bank’s website and other channels as required in future

3. The application software to have the provision of providing

the top‐up (for prepaid link account) facility through

Mobile/Internet Banking/ATM/UPI/IMPS/Credit cards/Cash

etc.

4. The solution should offer a wallet facility to the vehicle

owners for top up recharge.

5. The selected bidder to have inventory management of

NETC tags.

6. The selected bidder’s application to be capable for

integration with NETC system of NPCI.

7. Registration of tag holder to NETC mapper.

Page 130: Selection of Vendor for Implementation of National

Page 130 of 168

8. Provision of Back-up system for all the information i.e.

Vehicle details including its category as per Toll Gazette of

Government, of India, Customer details, etc. ,Payment

History, Toll Passage History, Rejection History, Failed

Transaction History etc.

9. Automatic recharge of FASTag by debiting linked Bank

account (Optional or as decided by Bank), once money in

the FASTag account falls below minimum prescribed level.

10. Mobile and Web portal for managing the following:

a. To manage issuance of FASTags from locations

/designated bank branches or by customer.

b. To develop a seat service portal for management of

account details for bulk customer uploads.

c. To develop issuance client for bank branches integrating

to e-portal & through middle man validating an existing

Bank customer. This is done to avoid KYC process of

customer again.

The solution should provide automated reconciliation

solution for day to day reconciliation activities.

To develop/integrating KYC of new customers which are

not bank customers, with the existing e-KYC services of

the Bank

To reconcile the account on daily basis-twice a day.

f. Should provide an approval module to ensure all valid

transactions before pasting in the bank server.

g. To host issuer framework/solution in the bidder’s

premises.

h. Bank may decide to host e-Portal in its own premises or

outsource to the successful vendor; which will be

discussed & addressed separately after award of contract.

11. To manage the various exception list defined in the NETC

mapper.

12. Application software should process online transactions

request received from NETC system.

13. Fraud Monitoring Solution

14. Online Dispute Resolution System

Page 131: Selection of Vendor for Implementation of National

Page 131 of 168

15. To reimburse the acquirer for NETC payment transactions,

a EOD report to be shared to Bank after reconciliation.

16. To securely transmit to any other parties (tag vendor) the

necessary cryptographic keys needed for the correct

operation of the system.

17. To assist/settle the disputes raised by tag holder

18. Necessary fraud monitoring to be in place for verification of

the transaction data.

19. Marketing (if required) & issuance of FASTags. (The

selected bidder to be equipped with relevant infrastructure

& organized team for issuance & marketing of FASTags

supplied by Bank/Tag Manufacturer)

20. Product Management:

(a) Parameterization & Product customization as per

requirements from time to time

21. Easy On‐boarding process

(a) Customer category wise on‐boarding & Single/bulk

uploading of customer details Facility

22. Discounts

(a) Discount categories and types & Auto discount

calculation and notification as per the toll plazas, customer

category, etc.

23. Toll plaza pass schemes supported

(a) Plaza wise schemes availability and updation & Type of

exemptions i.e. customer type, local

24. Top up and payments

(a) Type(s) of top up channels, Accuracy, Channels which

are available offline & Online

25. NETC issuing solution should comply with Technical Specification for Online & Offline System

26. FASTag holder portal

1. User Interface of the app

2. Availability on mobile, web, app etc.

3. uninterrupted 24x7 availability on different OS

4. Complaint Management and resolution through portal.

27. Security

(a) Type of validations (first factor, second factor

etc.)/Password management/History management

Page 132: Selection of Vendor for Implementation of National

Page 132 of 168

28. Service Provider should send the transaction alert(SMS

and E-Mail) to the FASTag holder regarding Activation, De-

activation, Inactive tag low balance in wallet, Blacklisting

and Hot listing of the Tag, etc. and post transaction

processing alert containing details of Toll Plaza, Toll Fare

Amount and Date and Time, Balance left in the FASTag

etc. within TAT

29. Chargeback Processing for Dispute Management &

Reconciliation of Transaction

30. The Service Provider shall honor all the NETC transactions

which are received from ETC System within:

a. Fifteen minutes for online transaction processing

b. Eight hours for debit adjustments raised by acquirer

31. 100% DR replica of the Hosting Solution should be present

within India

32. Facility of Disaster Recovery Site

33. Provisioning of requisite hardware, setup and installation

34. Provisioning of requisite software licenses, Business

application license and other required monitoring software,

tools for IT setup at the site for day to day operations.

35. Marketing and Issuance of FASTag

36. Data Centre Marks

Own Primary and DR Centre 3

Own Primary and Outsourced DR

2

Outsourced Primary/DR site 1

37.

Particulars Marks

FASTag Solution

successfully implemented in

any Public Sector Bank /

Govt. Organization /

Commercial Bank / RRBs /

BFSI

10

FASTag Solution is under

implementation in any Public

Sector Bank / Govt.

Organization / Commercial

Bank / RRBs / BFSI

5

Page 133: Selection of Vendor for Implementation of National

Page 133 of 168

* Please note that bidders have to fill S, C only based on the features being mentioned available in their offered solution.

The Bidder has to submit relevant supporting documents for the above information.

Note: The customization should be completed within 6 weeks of Purchase Order. Place: Signature of Bidder: __________________

Date: Name :___________________

Business Address :___________________

Scale Description Marks

S Standard: Required features readily available and to be provided by the bidder.

10

C Customization Required: The bidder will provide the customization within the time schedule of the Implementation of the solution at no extra cost to the Bank.

5

Page 134: Selection of Vendor for Implementation of National

Page 134 of 168

Annexure – 23: (ii)

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Scope of Work Compliance

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Functional Requirements Key Capabilities required to be fulfilled by the selected bidders’ application software for Issuance part on behalf of Punjab & Sind Bank as an Issuer Bank:

Sl. No.

Details

Bidder’s Compliance (Yes/No)

1 The selected bidder to provide NETC Issuer Host Solution to Bank on OPEX model, to process transactions request received from NETC System

2 The selected bidder to develop & host issuer framework in secured infrastructure as per the standard set by the NPCI & other regulatory bodies in time to time.

3 The selected bidder to provide the FASTag Issuing solution for the registration (To register the tag holder onto the ETC Mapper), reloading and refund of FASTag with Centralized NETC System operated by NPCI.

4 The whole solution should be hosted with proper high availability (24x7 availability with 99.99% precision) and 100% DR replica. Highly scalable application should be capable of handling very high volume plazas transactions.

5 The FASTag Issuing solution should integrate with various channels like CBS, Internet Banking, Mobile Banking, UPI, ATMs, POS/Kiosks, OMNI channel, Bank’s website, Punjab & Sind Bank wallet and other alternative delivery channels as required in future by Govt., RBI, NPCI, NHAI or any other governing bodies without additional cost to Bank. Selected Bidder will provide API required for

implementation, issuance and integration of

FASTag without any cost to bank.

6 FASTag Inventory maintenance is to be bidder’s responsibility; therefore the selected

Page 135: Selection of Vendor for Implementation of National

Page 135 of 168

bidder should maintain sufficient stocks/inventory of FASTag. Life cycle management of FASTag is also a part of the selected bidder’s responsibility. The selected bidder needs to tie-up with NPCI empanelled tag manufacturers only for personalization of the FASTag.

7 Delivery of the FASTag at specific location based on the requirement will also be selected bidder’s responsibility. However, the requirement of number of FASTag may increase / decrease solely based on the demand from various point of sale / branches.

8 Selected bidder will maintain the FASTag rate as provided in response to the RFP for next 3 years which will be extendable for additional three terms of one year each. However, Bank reserves the right to re-negotiate the rate on time to time basis based on the market rate. Also Bank reserves right to procure the FASTag from any other vendor and in that case the selected bidder will manage the inventory and other activities as per the scope of this RFP.

9 Specification & physical quality of the FASTag may be verified on time to time basis. If any variance found between the specification approved or standard specification and the FASTag supplied, Bank reserves the right to ask for recertification and vendor will be baring the cost for any re-certification.

10 Any changes required to comply with the directives of Govt., RBI, NPCI, NHAI or any other governing bodies should be done by the selected bidder on free of cost basis.

11 The RBI or Bank or any authorized representatives should be allowed to audit the service provided by the selected bidder during the tenure of the agreement subject to prior intimation of 5 working days. Any audit observation should comply by the selected bidder without any additional cost to Bank.

12 Creating and providing an efficient issuing/top up infrastructure for FASTags viz. Cash, bank Account, Credit card, debit card, internet banking, mobile banking, Punjab & Sind Bank

Page 136: Selection of Vendor for Implementation of National

Page 136 of 168

wallet /UPI/IMPS and any other mode as decided by the Bank/NPCI time to time.

13 Create and provide a system to back up all the information i.e. FASTag registration details including vehicle category as per Toll Gazette of Government of India, Customer details etc. The data backup should be provided to bank on time to time basis as or when required.

14 Updating the customer pass and toll exemption details in the customer profile and central NETC portal as per the respective toll plaza guidelines.

15 Blacklist, grey-list and hotlist Management and in case, the money in the FASTag account goes below the minimum prescribed level. It could be an optional item that the FASTag account may be recharged automatically by debiting linked Bank account.

16 Complete FASTag solution for day to day reconciliation of transactions, loading, refund and other financial adjustments. EOD report in Bank’s prescribed format need to be submitted to Bank on daily basis for posting of funds.

17 Chargeback Processing: Chargeback is used for Dispute Management. The user can raise a query regarding inappropriate balance deduction for transactions. So, the transaction gets re-audited and appropriate balance resulting after re-audit is either credited or debited to the user wallet.

18 Help Desk (Setting of Centralized Call Centre) functionality to be provided to Bank for support of FASTag users/ customers.

a. Selected bidder to provide toll free no. which should be printed in Tag on which customer will give call for support.

b. It includes assisting the customers for raising transaction disputes by Tag holders.

c. Customer queries can come through email, website or telephone calls.

d. Answering of the customer queries addressing their concerns, complaints, escalations and working towards resolutions of the same.

Page 137: Selection of Vendor for Implementation of National

Page 137 of 168

e. All type of complaints/ queries must be logged and need to be closed within stipulated time.

f. Daily/monthly/yearly report of the complaint must be forwarded to Bank’s team based on time to time.

19 Selected bidder has to securely transmit data to any other parties through the necessary cryptographic keys as needed for the correct operation of the system.

20 The selected bidder to perform fraud monitoring by verification of the transaction data.

21 The selected bidder should provide daily/monthly/yearly reports for reporting on issuance, topping-up, refunds and various transaction reports etc. as or when required.

22 Web portal for FASTag end to end issuance module management inclusive but not limited to the following functionalities under OPEX model -

a. To manage issuance of TAGS from POS locations designated bank branches (if opted)/ Kiosks, bulk consumer issuance interface.

b. To develop a service portal for management of account details for bulk customer.

c. To develop issuance client for bank branches integrating to CBS for validating an existing Punjab & Sind Bank customer. This is done to avoid KYC process of customer again.

d. To develop/integrating KYC of new customers which are not Punjab & Sind Bank customers, with the existing e-KYC services.

e. Inventory Management facilities.

f. MIS & Reports.

g. To view financial postings at switch level and account adjustment functionalities.

h. Bank’s administration functionalities.

i. 24x7 Call center/ help-desk functionality including dispute management.

j. EOD report for reconciliation.

k. Other operations related functionalities as a card management system.

l. Rejection History: Status of all rejected transactions should be shown as part of the

Page 138: Selection of Vendor for Implementation of National

Page 138 of 168

violation history. Application should be capable in retrieving present and historical details of the transactions.

m. Payment History: Payment, Top up details and Top up history of all accounts/wallets including payment mode displayed using this form.

n. Passage History: Toll Transaction details of the account/Wallet are shown on this page. Following transaction related information should be shown in passage History - 1. Transaction Date Time 2. Transaction Upload Date Time 3. Reconciliation Status 4. Amount 5. Vehicle Details 6. Toll Plaza Details 7. Transaction Status – Discrepancy or Normal Transaction 8. Failed transactions history

23. Web portal and Mobile Application for FASTag customers should be inclusive but not limited to the following functionalities under OPEX model -

a. Customer can do first time registration using the FASTag details.

b. Tag recharge/ top-up functionality through various modes like Debit/Credit Card, Internet Banking, UPI and any other mode in future.

c. User should have all FASTag related information in view.

d. User should be able to check transactions history.

e. Transaction’s particular can also be viewed.

f. Temporary blocking/ unblocking of FASTag.

g. Raise dispute for a transaction.

h. Update details like email id, mobile no etc. can be modified.

24 Notifications

Notification system should be easy to configure

Supports notifications for all major events

Page 139: Selection of Vendor for Implementation of National

Page 139 of 168

Notification can be configured in following types

1. SMS 2. E-Mail 3. SMS and E-Mail

25. There should also be facility for customer to apply a FASTag through online process / mobile app / e-mail. Facility to upload the relevant document for KYC compliance by the customer should be present.

26 Exception List maintaining is selected bidder’s responsibility. The selected bidder should update various exception lists on NETC Mapper of NPCI. The exception list will consist of:-

a. Blacklist: A blacklist is a list of tag ID which will not be accepted at toll plaza. The government authorities can request the selected bidder or acquirer to add/remove the tag ID in the blacklist.

b.Low Balance List/Grey list: If the balance in the customer’s account linked to the tag comes below a threshold limit, that Tag ID will be added to this list and the notification is sent to the customer for low balance. This list will be provided by the selected bidder.

c. Exempted Vehicle Class List: Unless otherwise stipulated, no toll fare will be charged for the vehicles that come under this category as defined by the respective authorities from time to time. Few examples can be, as mentioned below: - 1) VVIP convoy 2) Ambulance 3) Fire brigade 4) Police Vehicle 5) Other as per NHAI guidelines

27. There should be provision to implement fee structure, minimum balance etc. in the given solution which must be parameterized mentioned as below.

a. Various Charges like Issuance Charges and Reissuance Fees b. Minimum balance restriction should be available

Page 140: Selection of Vendor for Implementation of National

Page 140 of 168

c. Primary features: FASTag Validity, Min Top up Amount, Notification Charges d. Non-Financial Requests: Charges for Closure, Blocking-Unblocking and Account Level Charges

28 Discounts module for FASTag should be a part of the solution.

a. Configurable (Parameterized) discount management system. b. Product can be configured in 2 modes.

Product Base Discounts

Local Discounts c. Supports automatic calculation of discount as per configuration d. Discount application and expiry can be configured for product and Local based types. e. Any other discount prescribed by the Bank from time to time.

a. Local Discounts: a) Supports creation of configurable (parameterized) Discount Rules. b) Can be applied to specific concessionaire or group of concessionaires c) Should be supporting the following types of Discounts configuration. d) Amount Based Discount e) Percentage Based Discount f) Time Based discounts

29. Complaint Management: The selected bidder has to provide the complaint management solution for addressing the grievances of the customer as well as Branches of our Bank to assist the disputes raised by Tag holder. The service provider is also responsible for the debit adjustment raised by acquirer as per the applicable TAT. The complaint management, Dash Board & other portal access should be provided to all branches of the Bank

30 Marketing & Branding: (This is an optional item therefore it should not be a calculating index to select the L1 bidder). This service is optional. Bank reserves the right to avail the said service as per its requirement. Decisions of the Bank in this regards is final and bind on the selected bidder. Bank may allow selected bidder to do

Page 141: Selection of Vendor for Implementation of National

Page 141 of 168

the necessary marketing preferably by using technology based methods like mobile applications etc. ETC Marks includes the NPCI Logo, Brand Name, Slogan and other ancillary marks. The service provider shall accept NPCI‟s ownership of ETC marks. The service provider agrees that it will not object or challenge or do anything adverse, either legally or publicly against the ETC marks. The service provider will not modify, adopt, register or attempt to modify, adopt or register, any names, trademarks, service marks, trade names, logos, or any word or symbol that is remotely similar to or bears any resemblance to NPCI marks, as a part of the member’s trade name, company name, product names, marks, copyright or otherwise. All the participants/service provider of ETC payment network must take prior approval from NPCI for printing the NPCI/IHMCL/NHAI logos on all the marketing material. The selected bidder has to market FASTag on behalf of Bank by following the below requirements -

a. The selected bidder to set up, solution for Point of Sales (POS) kiosks at various locations such as Toll plazas, Fuel stations, State entry check posts, Automobile shops, Roadside amenities, etc.

b. For issuance of FASTag to commercial and private vehicle owners the selected bidder should have the solution to issuance of the tags making it ubiquitous - anywhere, anytime, also image capturing of the vehicles, physical verification of vehicle, properly affixing of the tags to the appropriate vehicle should be ensured by the service provider in any condition.

c. Distribution of FASTag to the proposed commercial, private vehicle users, verification of requisite documents i.e., KYC of the customer, vehicle details etc. and keeping a copy of the document. These KYC documents are to be provided to the Bank by the bidder (Bank will inform the location based on its feasibility it may be either centralized or decentralized).

Page 142: Selection of Vendor for Implementation of National

Page 142 of 168

d. Providing facilities for recharge/ topping up of FASTag accounts of the vehicle User at POS kiosks. Creating and providing an efficient issuing/top up infrastructure for FASTag viz. Cash, bank Account, Credit card, debit card, internet banking, mobile banking, Punjab & Sind Bank wallet using Punjab & Sind Bank.

e. Satisfying with all the compliances of the vehicle and its owner details, register the user and submit all the data on the central NETC portal operated by NPCI and issuer framework solution hosted by the bank.

f. On the successful registration of the customer, capture fixing up the FASTag on the exact place of the vehicle as prescribed by IHMCL (Indian highway Management Company Ltd).

g. Capture the responsibility of affixing the appropriate FASTag as per the vehicle type/class. All tags shall be stored along with vehicle class in the centralized business rule engine for computation.

h. Development of Point of Sale Terminal. Point-of-Sale (POS) portal shall be used for all Tag issuance and related activities etc. The portal facility may be provided at Punjab & Sind Bank branches/Offices also. It should be an easy to use portal and as per the NPCI/Bank specifications, which will be used by POS user to perform following activities: Issuance 1. Retail 2. Corporate 3. Recharge 4. Account operations 5. Service Request Management

a. Retail User Issuance: - A new customer on-boarding shall be done by using Issuance functionality. Onboarding of a customer is a multi-step activity. Selected bidder’s application provides an easy to use solution for on-boarding process. Application will require user, vehicle, and bank ac-count details as well as supporting documents for on-boarding.

b. Corporate User Issuance:-

Page 143: Selection of Vendor for Implementation of National

Page 143 of 168

i) Fleet Management: System have an efficient and easy to use fleet management module which consists of – Fleet Onboarding: Fleet Onboarding is multi-step operations and the system has tabular view for ease of access to the user. The following details are captured while on boarding of fleet customer:

Group Master

Company Master

Division Master (Optional)

Document

Wallet Verification

c. Wallets of corporate: Fleet to be automatically created when above steps are successfully completed.

d. Authorization: Authorization/rejection of uploaded data can be done by using this functionality.

31. Integration with Online Dispute Resolution System(ODR) and other channels of Bank or instructed by Govt.authorities/NPCI/RBI

32. Geo tagging of transactions.

33. The selected bidder should undertake to comply with following NPCI/NETC guidelines :

NETC procedural Guidelines

NETC operation Circulars

NETC Technical Specification for Online & Offline System

NETC Tag and Marks Specification

NETC Security Guidelines

NETC Brand Guidelines

Date: Authorized Signatory:

Place: Name & Designation:

Company Seal

Page 144: Selection of Vendor for Implementation of National

Page 144 of 168

Annexure –24

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Masked Commercial Bid

(To be submitted with technical Bid)

Table-(A)

Sl. No. Description Unit Price (In Rs.)

1 One time development and project management

fee for end to end NETC Issuing module

management system & Customization and

integration Cost if any (to meet the scope of the

RFP) (in Figures)

XXXX

Table-(B)

Sl. No.

Description Unit Price (i)

Total Cost, (ii)=(i)*1,50,000 FASTags@

1 Per Tag Procurement Cost XXXX XXXX

2 Total XXXX

@Quantity mentioned for the total contract period of 3 years and is indicative only for arriving L1 vendor. Payment will be made based on the actual FASTags purchased by the Bank in a month. No minimum commitment charge.

Page 145: Selection of Vendor for Implementation of National

Page 145 of 168

Table-(C)

Sl. No.

Description Bank’s Revenue share out of Total Interchange earning received on per transaction (i) (in percentage)

Vendor’s Revenue share out of Total Interchange earning received on per transaction (ii) (in percentage)

Vendor’s Revenue share in Rupees (iii)=(ii)*1,08,00,000/-@

1. Revenue Sharing on the Interchange earning#

XX% XX% XXXX

# Interchange Charges for Issuer Bank is 1.50% as on date, the same is subject to change in future. @ Interchange earning have been arrived at the assumption of 50,000 RFID Tags per year, 2 transactions per month of value Rs. 100/- (Rupees One Hundred only). Payment will be made based on the actual value of the transactions on FASTags in a month. No minimum commitment charge.

Table D – Consolidation

Sl. No. Details Price (in Rs.)

1. Total Cost of Table (A) XXXX

2. Total Cost of Table (B) XXXX

3. Vendor’s share in Rupees(iii) out of Table (C)

XXXX

4. Grand Total, (D) (in figures) =(A)+(B)+{C(iii)}

XXXX

Grand Total, (D) (in Words)

Table-E

Sl. No. Description Price (in Rs.)

1. Marketing & Branding per tag basis

Note: This will not be considered for calculating the total cost of ownership (TCO). In future, if Bank required this, through the selected bidder, then the mentioned price for the marketing & branding will be negotiated.

Page 146: Selection of Vendor for Implementation of National

Page 146 of 168

The above commercials are subject to the following considerations:-

The calculation for arriving at TCO is properly mentioned in the appropriate columns. In case of any anomalies in the calculation for arriving at TCO the Bank will have the right to correct the same and it will be binding upon the selected bidder. TCO will be calculated based on Table – D. Further table-E is nowhere in consideration for TCO purpose. Hence, for arriving at L1 bidder, TCO will be taken excluding GST, i.e. Table – D only.

If the cost for any line item is indicated as zero or blank then Bank may assume that the said item is provided to the bank without any cost. All cost is quoted in INR only.

In case of any discrepancy between figures & words, the amount in words shall prevail.

Bank has discretion to keep any of the line item mentioned above as optional as per Bank’s requirement.

We have ensured that the price information filled in the Commercial Offer at appropriate column is without any typographical or arithmetic errors. All fields have been filled in correctly.

Lowest Bidder (L1) will be determined based on the Table – D, i.e. Total Cost of Ownership, i.e. TCO.

We have not added or modified any clauses/ statements/ recordings/ declarations in the commercial offer, which is conditional and /or which contain any deviation in terms & conditions or any specification and/or qualified or subjected to suggestions.

We have understood that in case of non-adherence to any of the above, our offer will be summarily rejected.

Please note that any Commercial Offer which is conditional and/ or qualified or subjected to suggestions will also be summarily rejected. This offer shall not contain any deviation in terms & condition or any specifications, if so such offer will be summarily rejected.

We hereby agree to abide by all the terms and conditions mentioned in the Bank’s RFP dated 01.07.2021 and subsequent pre-bid and amendments.

Date: Authorized Signatory:

Place: Name & Designation:

Company Seal

Page 147: Selection of Vendor for Implementation of National

Page 147 of 168

Annexure - 25 Commercial Bid

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

(Amount in Rupees)

Table-(A)

Sl. No. Description Unit Price (In Rs.) (a)

1 One time development and project management fee for

end to end NETC Issuing module management system

& Customization and integration Cost if any (to meet

the scope of the RFP) (in Figures)

XXXX

Total XXXX

(Amount in Rupees)

Table-(B)

Sl. No.

Description Unit Price (i)

Total Cost, (ii)=(i)*1,50,000 FASTags@

1 Per Tag Procurement Cost XXXX XXXX

2 Total XXXX

@Quantity mentioned for the total contract period of 3 years and is indicative only for arriving L1 vendor payment will be made based on the actual FASTags purchased by the Bank during contract period. No minimum commitment charge.

Page 148: Selection of Vendor for Implementation of National

Page 148 of 168

(Amount in Rupees)

Table-(C)

Sl. No.

Description Bank’s Revenue share out of Total Interchange earning received on per transaction (i) (in percentage)

Vendor’s Revenue share out of Total Interchange earning received on per transaction (ii) (in percentage)

Vendor’s Revenue share in Rupees (iii)=(ii)*1,08,00,000/-@

1. Revenue Sharing on the Interchange earning#

XX% XX% XXXX

# Interchange Charges for Issuer Bank is 1.50% as on date, the same is subject to change in future.

@ Interchange earning have been arrived at the assumption of 50,000 RFID Tags per year, 2 transactions per month of value Rs. 100/- (Rupees One Hundred only) during the contract period of 3 years. Payment will be made based on the actual value of the transactions on FASTags in a month. No minimum commitment charge.

Table (D) – Consolidation

Sl. No. Details Price (in Rs.)

1. Total Cost of Table (A) XXXX

2. Total Cost of Table (B) XXXX

3. Vendor’s share in Rupees(iii) out of Table (C)

XXXX

4. Grand Total, (D) (in figures) =(A)+(B)+{C(iii)}

XXXX

Grand Total, (D) (in Words)

Table-E

Sl. No. Description Price (in Rs.)

1. Marketing & Branding per tag basis

Note: This will not be considered for calculating the total cost of ownership (TCO). In future, if Bank required this, through the selected bidder, then the mentioned price for the marketing & branding will be negotiated.

Page 149: Selection of Vendor for Implementation of National

Page 149 of 168

The above commercials are subject to the following considerations:-

The calculation for arriving at TCO is properly mentioned in the appropriate columns. In case of any anomalies in the calculation for arriving at TCO the Bank will have the right to correct the same and it will be binding upon the selected bidder. TCO will be calculated based on Table – D. Further Table -E is nowhere in consideration for TCO purpose. Hence, for arriving at L1 bidder, TCO will be taken excluding GST, i.e. Table – D only.

If the cost for any line item is indicated as zero or blank then Bank may assume that the said item is provided to the bank without any cost. All cost is quoted in INR only.

In case of any discrepancy between figures & words, the amount in words shall prevail.

Bank has discretion to keep any of the line item mentioned above as optional as per Bank’s requirement.

We have ensured that the price information filled in the Commercial Offer at appropriate column is without any typographical or arithmetic errors. All fields have been filled in correctly.

Lowest Bidder (L1) will be determined based on the Table – D, i.e. Total Cost of Ownership, i.e. TCO.

We have not added or modified any clauses/ statements/ recordings/ declarations in the commercial offer, which is conditional and /or which contain any deviation in terms & conditions or any specification and/or qualified or subjected to suggestions.

We have understood that in case of non-adherence to any of the above, our offer will be summarily rejected.

Please note that any Commercial Offer which is conditional and/ or qualified or subjected to suggestions will also be summarily rejected. This offer shall not contain any deviation in terms & condition or any specifications, if so such offer will be summarily rejected.

We hereby agree to abide by all the terms and conditions mentioned in the Bank’s RFP dated 01.07.2021 and subsequent pre-bid and amendments.

Company Seal Authorized Signatory

Date: Name & Designation:

Page 150: Selection of Vendor for Implementation of National

Page 150 of 168

Annexure – 26

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

PROFORMA FOR DEED OF INDEMNITY (To be stamped as per the Stamp Law of the Respective State) This Deed of Indemnity executed at ………….. On the ______ day of _______ by M/s _______________ (hereinafter referred to as “the Obligor” which expression shall unless it be repugnant to the context, subject or meaning thereof, shall be deemed to mean and include successors and permitted assigns); IN FAVOUR OF Punjab & Sind Bank a body corporate constituted under the Banking Companies (Acquisition and transfer of undertakings) Act, 1980, having its Head Office at 21, Rajendra Place, New Delhi – 110008, India and one of its office at Plot No.151, Sector-44, Gurugram-122003 (hereinafter referred to as “Punjab & Sind Bank”, which expression unless expressly excluded or repugnant to the context shall also include its successor, assigns, attorneys, agents, representatives, authorized officer and all and any such officer having the power and authority to represent the Bank). WHEREAS 1. The Obligor has A. offered to provide solution for the RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag with the specifications as prescribed in the Agreement / Contract dated _________ during the period of Five years from the date of acceptance of the purchase orders issued by the Bank from time to time. The Supply of solution by the obligor is herein after referred to as “Supply”.

B. Agreed to install and provide comprehensive maintenance for the Equipments, material used and workmanship by them in terms of the Agreement / Contract dated _________ and respective Purchase Orders issued from time to time during the warranty period of 60 months and also during the post warranty period if required at the discretion of Punjab & Sind Bank (The installation and maintenance are herein after collectively referred to as “Service/s”).

C. Represented and warranted that they have all permissions, consents, approvals from all authorities, both regulatory and non-regulatory, for providing solution for the RFP for selection of vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX model for issuance of FASTag. a. Represented and warranted that the aforesaid supply/services offered to Punjab & Sind Bank do not violate any provisions of the applicable laws, regulations or guidelines including legal and environmental. In case there is any violation of any law, rules or regulation, which is capable of being remedied, the same will be got remedied

Page 151: Selection of Vendor for Implementation of National

Page 151 of 168

immediately during the installation, maintenance and contract period to the satisfaction of Punjab & Sind Bank. b. Represented and warranted that they are authorized and legally eligible and otherwise entitled and competent to enter into such Contract/ Agreement with Punjab & Sind Bank. 2. One of the conditions of the aforesaid Agreement is that the Obligor is required to furnish an indemnity in favor of Punjab & Sind Bank indemnifying the latter against any claims, losses, costs, actions, suits, damages and / or otherwise arising due to or on account of Obligor’s violations of any trademarks, patents, copyrights and licenses, the applicable laws, regulations, guidelines during the Supply / Services to Punjab & Sind Bank as also for breach committed by the Obligor on account of misconduct, omission and negligence by the Obligor.

3. In pursuance thereof, the Obligor has agreed to furnish an indemnity in the form and manner and to the satisfaction of Punjab & Sind Bank as hereinafter appearing; NOW THIS DEED WITNESSETH AS UNDER:- In consideration of Punjab & Sind Bank having agreed to award the aforesaid contract to the Obligor, more particularly described and stated in the aforesaid Agreement/Contract, the Obligor do hereby agree and undertake that:- (1) The Obligor shall, at all times hereinafter, save and keep harmless and indemnified Punjab & Sind Bank, including its respective directors, officers, and employees and keep them indemnified from and against any claim, demand, losses, liabilities or expenses of any nature and kind whatsoever and by whomsoever made in respect of the said contract and any damage caused from and against all suits and other actions that may be instituted taken or preferred against Punjab & Sind Bank by whomsoever and all losses, damages, costs, charges and expenses that Punjab & Sind Bank may incur by reason of any claim made by any claimant for any reason whatsoever or by anybody claiming under them or otherwise for any losses, damages or claims arising out of all kinds of accidents, destruction, deliberate or otherwise, direct or indirect, from those arising out of violation of applicable laws, regulations, guidelines and also from the environmental damages, if any, which may occur during the contract period.

(2) The Obligor further agrees and undertakes that the Obligor shall, during the contract period, ensure that all the permissions, authorizations, consents are obtained from the local and/or municipal and/or governmental authorities, as may be required under the applicable laws, regulations, guidelines, orders framed or issued by any appropriate authorities.

(3) The Obligor further agrees to provide complete documentation of all Equipments/accessories/and other software, they are having. The Obligor shall also indemnify and keep indemnified Punjab & Sind Bank against any levies/penalties/claims/demands, litigations, suits, actions, judgments, in this regard. (4) If any additional approval, consent or permission is required by the Obligor to execute and perform the contract during the currency of the contract, they shall procure the same and/or comply with the conditions stipulated by the concerned authorities without any delay.

Page 152: Selection of Vendor for Implementation of National

Page 152 of 168

(5) The obligations of the Obligor herein are irrevocable, absolute and unconditional, in each case irrespective of the value, genuineness, validity, regularity or enforceability of the aforesaid Agreement/Contract or the insolvency, bankruptcy, reorganization, dissolution, liquidation or change in ownership of Punjab & Sind Bank or Obligor or any other circumstance whatsoever which might otherwise constitute a discharge or defense of an indemnifier.

(6) The obligations of the Obligor under this deed shall not be affected by any act, omission, matter or thing which, would reduce, release or prejudice the Obligor from any of the indemnified obligations under this indemnity or prejudice or diminish the indemnified obligations in whole or in part, including in law, equity or contract (whether or not known to it, or to Punjab & Sind Bank).

(7) This indemnity shall survive the aforesaid Agreement.

(8) Any notice, request or other communication to be given or made under this indemnity shall be in writing addressed to either party at the address stated in the aforesaid Agreement and or as stated above.

(9) This indemnity shall be governed by, and construed in accordance with, the laws of India. The Obligor irrevocably agrees that any legal action, suit or proceedings arising out of or relating to this indemnity may be brought in the Courts/Tribunals at New Delhi. Final judgment against the Obligor in any such action, suit or proceeding shall be conclusive and may be enforced in any other jurisdiction, by suit on the judgment, a certified copy of which shall be conclusive evidence of the judgment, or in any other manner provided by law. By the execution of this indemnity, the Obligor irrevocably submits to the exclusive jurisdiction of such Court/Tribunal in any such action, suit or proceeding.

(10) Punjab & Sind Bank may assign or transfer all or any part of its interest herein to any other person. Obligor shall not assign or transfer any of its rights or obligations under this indemnity, except with the prior written consent of Punjab & Sind Bank IN WITNESS WHEREOF the Obligor has signed these presents on the day, month and year first above written. Signed and Delivered on behalf of (_______________________________) By the hand of (_______________________________) the authorized official of the Obligor)

Page 153: Selection of Vendor for Implementation of National

Page 153 of 168

Annexure – 27 Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Escalation Matrix (Format of Supporting Centre’s Details)

Sl. No.

Name

Role

Designation

Full Office Address

Contact Details

Email Address

First Level contact

Second level contact (if response not received within 3 hours)

Regional / Zonal Head (If response not received in 12 Hours)

Country Head (If response not received in 24 Hours)

Note: Any change in designation, substitution will be informed to us immediately. For……………………………..

Designation:

(Signature and seal of authorized person)

Bidder’s corporate name:

Place:

Date:

Page 154: Selection of Vendor for Implementation of National

Page 154 of 168

Annexure-28

RFP No: PSB/HOADC/RFP/01/2021-22 Date: 01.07.2021

Compliance for Reverse Auction

To

Punjab & Sind Bank

ADC Department

Second Floor, Plot Number 151,

Sector 44,

Gurugram, 122003

Dear Sir, Ref: - RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

We ______________________ (name of the company) hereby confirm having submitted

our bid for participating in Bank’s RFP dated _________ for _______________.

1. We also confirm having read the terms of RFP as well as the Business Rules relating

to the Reverse Auction for this RFP process.

2. We hereby undertake and agree to abide by all the terms and conditions stipulated by

Punjab & Sind Bank in the RFP document including all annexures and the Business Rules

for Reverse Auction.

3. We shall participate in the on-line auction conducted by M/s C1 India Private Limited

(Auctioneer Company) and submit our commercial bid. We shall also abide by the

procedures prescribed for online auction by the auctioneer company.

4. We, hereby confirm that we will honor the Bids placed by us during the auction process,

failing which we shall forfeit the Earnest Money Deposit. We also understand that the

bank may debar us from participating in future tenders.

5. We confirm having nominated Mr. ________________, designated as

______________ of our company to participate in the Reverse Auction on behalf of the

company. We undertake that the company shall be bound by the bids made by him in

Reverse Auction.

Page 155: Selection of Vendor for Implementation of National

Page 155 of 168

6. We accordingly authorize Bank and/ or the reverse auction company to issue user ID

and password to the above named official of the company.

7. Both Bank and the auction company shall contact the above named official for any and

all matters relating to the Reverse Auction.

8. We, hereby confirm that we will honor the Bids placed by Mr. __________ on behalf of

the company in the auction process, failing which we will forfeit the EMD. We agree and

understand that the bank may debar us from participating in future tenders for any such

failure on our part.

9. We undertake to submit the confirmation of last bid price by us to the auction

company/Bank within 48 working hours of the completion of event. We also undertake to

submit the Bill of Materials for the TCO (Total Cost of Ownership) in terms of RFP.

(Signature)

(Name of Authorized Signatory)

(Designation)

(Date)

Place:

(Name and address of the bidder)

(Company Seal)

Page 156: Selection of Vendor for Implementation of National

Page 156 of 168

Annexure-29 RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Letter of Authority for Participating in Reverse Auction

To Punjab & Sind Bank

ADC Department

Second Floor, Plot Number 151,

Sector 44,

Gurugram, 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag 1. We _____________________ (name of the Company) have submitted our bid for participating in Bank’s RFP dated _________________ for procurement of _______________

2. We also confirm having read and understood the terms of the RFP as well as the business rules relating to the Reverse Auction for this RFP process.

3. As per the terms of RFP and Business Rules, we nominate Mr. __________________, designated as ______________________ of our company to participate in the Reverse Auction.

4. We accordingly authorize Bank and/ or the Auction Company to issue user ID and password to the above names official of the company.

5. Both Bank and the auction company shall contact the above names official for any and all matters relating to the Reverse Auction.

6. We, hereby confirm that we will honor the Bids placed by Mr. __________________ on behalf of the company in the auction process, failing which we will forfeit the EMD. We agree and understand that the Bank may debar us from participating in future tenders for any such failure on our part. (Signature)

(Name of Authorized Signatory)

(Designation)

(Date)

Place:

(Name and address of the bidder)

(Company Seal)

Page 157: Selection of Vendor for Implementation of National

Page 157 of 168

Annexure: 30

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Commercial Compliance Certificate

To

Punjab & Sind Bank

ADC Department

Second Floor, Plot Number 151,

Sector 44,

Gurugram, 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for

Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX

Model for issuance of FASTag

Having examined the Bidding Documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and work as vendors as mentioned in the RFP document & in conformity with the said bidding documents for the same. I / We undertake that the prices are in conformity with the specifications prescribed. I / We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain binding upon us and may be accepted by the Bank, any time before the expiry of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. I / We understand that you are not bound to accept the lowest or any bid you may receive. I / We agree to the terms & conditions mentioned in the Tender document. Terms & Conditions: The fee quoted shall cover components and services on a fixed price basis inclusive of all applicable taxes under the Indian law like customs duty, freight, forwarding, insurance, delivery, etc. but exclusive of only applicable GST, which shall be paid / reimbursed on actual basis on production of bills with GSTIN. Any increase in GST will be paid in actuals by the bank or any new tax introduced by the government will also be paid by the bank The entire benefits / advantages, arising out of fall in prices, taxes, duties or any other reason, must be passed on to Bank. The price quoted by the bidder should not change due to exchange rate fluctuations, inflation, market conditions, and increase in custom duty. The bank will not pay any out of pocket expense.

Date: Signature

Place: Name of Authorized Signatory

Designation

Name & address of the bidder

Company Seal

**Note: Vendor will work as per the timings of the Bank

Page 158: Selection of Vendor for Implementation of National

Page 158 of 168

Annexue-31

RFP No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

Technical Bid Covering Letter

To

Punjab & Sind Bank

ADC Department

Second Floor, Plot Number 151,

Sector 44,

Gurugram, 122003

Dear Sir, Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

We have carefully gone through the contents of the above referred RFP and furnish the

following information relating to Technical Bid/Specification.

SI. No.

Particulars Details to be furnished by the Bidder

a Name of the Bidder

b E-mail address of contact persons Details of:

c Description of business and business background Service profile &Client profile

d Approach and methodology for the proposed scope of work along with illustrative deliverables. Details of similar assignments executed by the Bidder during the last three years in India (Opex Model). (Name of the Bank, time taken for execution of

the assignments and documentary proof from

the Bank are to be furnished)

Page 159: Selection of Vendor for Implementation of National

Page 159 of 168

e Core Business of Bidder Details of inputs/requirements required by the Bidder to execute this assignment.

f Conformity to the obtaining of various certificates/bench mark testing standards for the items quoted to meet the intent of the RFP

g Conformity regarding back to back arrangements with third party hardware/ software for providing continuous and un-interrupted support to meet SLA obligations as per RFP Terms.

Declaration: a. We confirm that we will abide by all the terms and conditions contained in the RFP. b. We hereby unconditionally accept that Bank can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short-listing of Bidders. c. All the details mentioned by us are true and correct and if Bank observes any misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process. d. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations Date:

Signature with seal

Name:

Designation:

Page 160: Selection of Vendor for Implementation of National

Page 160 of 168

Annexure-32

Compliance Statement

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

DECLARATION We understand that any deviations mentioned elsewhere in the bid will not be considered

and evaluated by the Bank. We also agree that the Bank reserves its right to reject the

bid, if the bid is not submitted in proper format as per subject RFP

Compliance

Description

Compliance

(Y / N) Remarks /

Deviations

Terms and

Conditions We hereby undertake and

agree to abide by all the terms

and conditions including all

ANNEXUREs, corrigendum

etc. stipulated by the Bank in

this RFP. (Any deviation may

result in disqualification of

bids)

Scope of

Work We certify that the

Systems/services offered by

us for tender confirms to all

the Scope of Work stipulated

by you under Clause 7,Part-iv

and Annexure-23(ii) and

Technical Evaluation Matrix

as per Annexure-11 of RFP

Document without, any

deviation.

Technical

Evaluation Matrix

(If any deviation, the same needs to be attached in a separate sheet in the Bidder’s Letter

Head)

Date Signature with Seal :

Name :

Designation :

Seal of the Company :

Page 161: Selection of Vendor for Implementation of National

Page 161 of 168

ANNEXURE-33 Undertaking Letter Format

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag Ref: Your RFP on captioned work dated -------------- 1. We understand that Bank shall be placing Order to the Selected Bidder exclusive of taxes only.

2. We also confirm that we have quoted the solution with GST only.

3. We are agreeable to the payment schedule as per "Payment Terms” of the RFP.

4. We here by confirm to undertake the ownership of the subject RFP.

5. We hereby undertake to provide necessary hardware with latest product and software with latest version and any third party licenses with latest version from respective OEM(s) for the implementation of the Services.

6. The charges for the above have been factored in Bill of Material (BOM) or otherwise the Bid is liable for rejection.

7. We hereby extend our full guarantee and warranty as per terms and conditions of the tender and contract for the Solution and Services offered against this invitation for tender offer and will extend all the support and updates for the entire contact period, h. We also confirm that we have not changed the format of BOM. Date: Signature with seal :

Name :

Designation :

Page 162: Selection of Vendor for Implementation of National

Page 162 of 168

ANNEXURE-34

Covering letter for Commercial Bid [Note: This Covering letter should be on the letter head of Bidder and should be signed by an Authorized Signatory with Name and Seal of the Company] Reference No: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021

To

Punjab & Sind Bank

ADC Department

Second Floor, Plot Number 151,

Sector 44.Gurugram, 122003

Dear Sir,

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 for Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Ref: Your RFP on captioned work dated -------------

We thank you for providing us an opportunity to participate in the subject RFP. Please find

our commercial offer as per Annexure-25 - Bill of Material for the subject RFP along with this

covering letter.

We confirm to the terms & conditions stipulated in the RFP document, subsequent

Amendments, if any and reply to the Pre-Bid Queries. We also confirm that we are agreeable

to the payment schedule mentioned in the subject RFP.

Date Signature with seal Name: Designation :

Page 163: Selection of Vendor for Implementation of National

Page 163 of 168

Appendix-A

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Instructions for Part-A Conformity to Eligibility Criteria

Instructions to be noted while preparing/submitting Part A- Conformity to Eligibility

Criteria .The Proposal should be made in an organized, structured, and neat manner.

Brochures / leaflets etc. should not be submitted in loose form. All the pages of the

submitted bids should be filed and paginated (serially numbered) with seal and signature

of the authorized signatory.

1. Index of all the document(s) submitted with page numbers.

2. Bid Security Declaration as per Annexure -8.

3. Power of Attorney / Authorization letter signed by the Competent Authority with the

seal of the Bidder's Company / Firm in the Name of the person signing the tender

documents.

4. Checklist as per Annexure-1.

5. Bid Covering letter as per Annexure-2.

6. Eligibility Criteria declaration with supporting Document(s) as proof for each item in

Eligibility Criteria as per Annexure-4.

7. Profile of the Company / Firm as per Annexure-3.

8. Details of Offices/Branches/Service Centers as per Annexure-5.

9. Track Record of Past Experience of Implementation and Operation of "National

Electronic Toll Collection (NETC) Solution for ISSUER Bank OF FASTAGS ON OPEX

Model" covering Name and address of major clients and email ids, telephone

numbers (landline and mobile no), fax numbers of their Executives etc as per

Annexure-7.

10. Non-Disclosure Agreement as per Annexure-22.

11. Pre Contract Integrity Agreement as per Annexure 21

12. Write up on the Work Experience / Expertise in Implementation of National Electronic

Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

13. Further all these three envelopes should be placed in single larger envelopes and

submitted with heading “Submission of Bidder for Implementation of National

Electronic Toll Collection (NETC) Solution for Issuer of FASTag on OPEX model” with

clearly ticking by right sign on the part for which bid is being submitted.

Page 164: Selection of Vendor for Implementation of National

Page 164 of 168

Appendix-B

Sub: RFP no. PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Instructions to be noted while preparing/submitting Part B-Technical Proposal

The Technical Proposal should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be filed and paginated (serially numbered) with seal and signature of the authorized signatory. Technical Offer for this RFP shall be made as under: 1) Index of all the document(s) submitted with page numbers.

2) Compliance to the Detailed Scope of Work - Annexure-23(ii)

3) Bidder's Response for Detailed Technical Evaluation Matrix - Annexure-23(i)

4) Technical Bid Covering Letter as per Annexure-31.

5) Compliance Statement as per Annexure-32.

6) Undertaking Letter as per Annexure-33.

7) Escalation Matrix as per Annexure-27.

8) Ownership letter by the Bidder. (Undertaking letter by the Bidder taking the ownership of the project execution in case third party is also involved in project execution either fully or partially. The Bidder shall also submit the ownership certificate issued by the third party clearly mentioning the extent of ownership).

9) The Bidder to submit a Certificate that the proposed Solution for “Selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag” offered by the Bidder to the Bank is correct, viable, technically feasible for implementation and the solution will work without any hassles in all the locations.

11) Technical Documentation (Product Brochures, leaflets, manuals, drawings).

12) A detailed list of the other Infrastructure required and any other precautions to be undertaken should be given in detail along with the Technical Proposal.

13) Further all these three envelopes should be placed in single larger envelopes and submitted with heading “Submission of Technical Bid for Implementation of National Electronic Toll Collection (NETC) Solution for Issuer of FASTags on Opex model” with clearly ticking by right sign on the part for which bid is being submitted.

Page 165: Selection of Vendor for Implementation of National

Page 165 of 168

Appendix-C

Sub: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Instruction to be noted while preparing/submitting Part C-Commercial Bid

The commercial Bid should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be filed and paginated (serially numbered) with seal and signature of the authorized signatory. The suggested format for submission of commercial Offer for this RFP is as follows: a) Bill of Material as per Annexure-25. b) Covering Letter for Commercial Bid per Annexure-34. c) Further all these three envelopes should be placed in single larger envelope and submitted with heading “Submission of Commercial Bid for Implementation and Operation of National Electronic Toll Collection (NETC) Solution for Issuer of FASTags on OPEX model” with clearly ticking by right sign on the part for which bid is being submitted.

Page 166: Selection of Vendor for Implementation of National

Page 166 of 168

Appendix-D

Sub: PSB/HO ADC/RFP/01/2021-22 Date: 01.07.2021 for selection of Vendor for Implementation of National Electronic Toll Collection (NETC) as an Issuer under OPEX Model for issuance of FASTag

Information Security Certificate

(This certificate is to be rendered on Letterhead of the bidder)

This is to certify that–

1. Hardware and the software/future upgrades being offered do not contain any kind of

malicious code such as Viruses, Trojan, and Spyware that would:-

(a) Obstruct the desired and the designed function of hardware.

(b) Cause physical damage to the user or their equipment during the usage of the

equipment.

(c) Tap the information regarding network, users and information stored on the network

of the Bank or in its CBS Platform or otherwise.

(d) Culminate into software attack, theft of intellectual property rights, identity theft, and

theft of equipment or information, sabotage & information extortion;

2. We undertake to be liable in case of any loss that may be caused to the Purchaser due

to the breach of any of the aforesaid assurances & representations and also for any

physical damage, loss of information, loss of reputation and those relating to copyright

and Intellectual Property Rights (IPRs), caused due to activation of any such malicious

code in the hardware / software supplied.

3. We shall make sure that the sensitive data (such as password, financial information,

biometric information, personal information, customer data, images for data entry shared

by the Bank etc.) shared by the Bank will be kept within the geographical boundaries of

India. These information/ data/ images will never travel to any network or system outside

geographical boundaries of India.

Date: (Signature of Authorized Signatory)

Place: Name and designation

Company Seal:

Page 167: Selection of Vendor for Implementation of National

Page 167 of 168

Appendix –D1 Contract Form

THIS AGREEMENT made at………………… the ………day of ……………………. 2021 between Punjab & Sind Bank, a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act, 1980 and also an existing company within the meaning and scope of the Companies Act, 1956/2013 and having its Head Office at 21, Rajendra Place, New Delhi – 110008, India and one of its office at Plot No.151, Sector-44, Gurugram-122003,India (hereinafter referred to as the Bank/Purchaser, which expression shall unless it be repugnant to the meaning thereof mean and include its successors and assigns) of the ONE PART And ……………. (Name of Successful Bidder) of …………………… (Please specify the registered office of the Successful Bidder) (Hereinafter called “the Vendor/ Service Provider” which expression shall unless it be repugnant to the subject, context or meaning thereof shall be deemed to mean and include its successors) of the OTHER PART; (A) Whereas the Bank floated a Requested for Proposal dated ------------------------ (RFP) inviting bids from eligible bidders for availing following services viz. RFP for Issuer Bank Solution on Opex Model meaning Vendor for Supply, Personalization and Delivery of RFID FASTag for NETC project of the Bank and end to end Technology Service Provider (TSP) for NETC issuing Module Management system under OPEX model as mentioned in detailed scope in Annexure 23(i); (B)Whereas the Service provider emerged as successful bidder for rendering of the Services for the sum of Rs.……………………… (Contract Price in Words and Figures) (Hereinafter called “the Contract Price”). NOW THIS AGREEEMENT WITNESSETH AND IT IS HEREBY AGREED BY AND

BETWEEN THE PARTIES HERETO AS FOLLOWS:

1) In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the RFP/Conditions of Contract/ Corrigendum/Addendum/Scope of work referred to with respect to Part of Service Provider selected for providing along with the all other general terms and conditions mentioned in the RFP.

2) The signed original copy of the RFP no. PSB/HOADC/RFP/01/2021-22, dated __________submitted by the contractor with the purchaser shall form an integral part of this contract form.

a. The parties hereto by way of abundant precaution do hereby agree, admit & declare that all the vendor's representations, warranties & undertakings recorded in the RFP shall

Page 168: Selection of Vendor for Implementation of National

Page 168 of 168

be deemed to be incorporated and adopted herein by reference to constitute and form an integral part of this contract form.

b. Each of the representations, warranties and undertakings of the Vendor contained in the RFP shall be deemed to have been made as of the date hereof. In consideration of the payments to be made by the Purchaser to the Vendor as hereinafter mentioned, the Vendor hereby agrees and covenants with the Purchaser to provide/render the Services and to remedy defects, if any therein, strictly in conformity in all respects with the provisions of the Contract.

3) The Purchaser hereby agrees and covenants to pay the Vendor in consideration of the rendering of the Services, furnish necessary undertakings, guarantees and also to remedy defects, if any therein, the Contract price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed on the day, month and year first above written. Signed and Delivered by the within named Signature: Name : Date : Signed and Delivered by................................. The within named M/s. ................................. Date: