64
1 ! ! REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV CHIP DEBIT CARDS( Contact Cards & Contactless cards with RFID antennae) & CREDIT CARDS ( contact cards) AND CARD DESPATCH TRACKING & MANAGEMENT SERVICES Issued By Canara Bank Issue Section Card Division Transaction banking Wing 4 th Floor, Naveen Complex Trinity Circle, MG Road - Bangalore PIN: 560 001

REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

1

!

!

REQUEST FOR PROPOSAL [RFP]

FOR

SUPPLY, PRINTING & PERSONALIZATION OF EMV CHIP DEBIT CARDS( Contact Cards & Contactless cards with RFID antennae) & CREDIT CARDS ( contact cards) AND CARD DESPATCH TRACKING & MANAGEMENT SERVICES

Issued By Canara Bank Issue Section Card Division Transaction banking Wing 4th Floor, Naveen Complex Trinity Circle, MG Road - Bangalore PIN: 560 001

Page 2: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

2

TABLE OF CONTENTS

1. BID DETAILS

2. DISCLAIMER 3. UNDERTAKING BY BIDDER

4. CONTENTS OF AND REQUIREMENTS UNDER THE RFP ANNEXURES

i. PRE QUALIFICATION CRITERIA FOR BIDDERS i(a) CONFIRMATION TO MINIMUM PRE-QUALIFICATION CRITERIA OF

BIDDERS FOR THE RFP FOR EMV CHIP DEBIT & CREDIT CARD MANAGEMENT SERVICES

ii. BIDDER’S INFORMATION iii. COMPLIANCE STATEMENT iv. PROFORMA FOR PERFORMANCE STATEMENT v. PROFORMA FOR COMMERCIAL OFFER ( TABLE 1 TO 5)

vi. STATIONERY ITEMS &SPECIFICATIONS vii. PROCEDURE FOR PACKING OF CARDS, PINS AND OTHER ACTIVITIES

viii. TECHNICAL EVALUATION CHART FOR DEBIT & CREDIT CARD MANAGEMENT SYSTEMS

ix. TECHNICAL SPECIFICATIONS FOR DEBIT & CREDIT CARDS x. FORMAT LETTER OF CERTIFICATE FROM OTHER BANKS

xi. UNDERTAKING xii. PRE-BID QUERY FORMAT

xiii. BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT xiv. PROFORMA OF PERFORMANCE GUARANTEE xv. NON-DOSCLOSURE AGREEMENT xvi. FORMAT OF INTEGRITY PACK AGREEMENT

Page 3: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

3

1. BID DETAILS

Sl. No.

Description Details

1. RFP No. and date 1/2015 dated 16.07.2015

2. Brief Description of the RFP

Selection of vendor for supply, Printing & Personalization of EMV CHIP Debit & Credit card & EMV CHIP with RFID antennae and Card Management.

3. Bank’s Address for Communication and Submission of Tender

The Assistant General Manager, Canara Bank, Issue Section Card Division Transaction banking Wing 4th Floor, Naveen Complex MG Road, Bangalore PIN: 560 001 Phone: 080- 25129444 Email:[email protected] [email protected]

4. Date of Issue 23.07.2015

5. Last Date of Submission of Queries by Email

30.07.2015

6. Last Date of replies to queries (through E mail)

02.08.2015

7. Last date of submission of Bids 14.08.2015 (4.00 PM)

8. Contact details for Bidders

Mr K P Vasudevan (SM)

Mob:9742334093

Mr Shaik Azimuddin (AGM)

Mob:9731020323

9. Date and Time of Opening of Technical Bid - Conformity to Eligibility Criteria

14.08.2015 – 4.30 PM

10. Date and time opening of price/Commercial bid

Will be intimated at a later date.

11. Application Fees (Not Refundable)

Rs.25,000 /-(Twenty Five thousand Rupees only)

12. Earnest Money Deposit(Refundable)

Rs.250.00 lacs ( Rupees Two Hundred fifty lacs)

Page 4: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

4

2. DISCLAIMER

The information contained in this Request for Proposal (“RFP”) document or information provided subsequently to bidders or applicants whether verbally or in documentary form by or on behalf of Canara Bank (or 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 document is not an agreement and is not an offer or invitation by Canara Bank to any parties other than the applicants who are qualified to submit the bids (hereinafter individually and collectively referred to as “Bidder” or “Bidders” respectively). The purpose of this RFP is to provide the Bidders with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder require. Each Bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. Canara 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. The information contained in the RFP document is selective and is subject to updating, expansion, revision and amendment. It does not purport to contain all the information that a Bidder require. Canara Bank does not undertake to provide any Bidder with access to any additional information or to update the information in the RFP document or to correct any inaccuracies therein, which may become apparent.

Canara Bank reserves the right of discretion to change, modify, add to or alter any or all of the provisions of this RFP and/or the bidding process, without assigning any reasons whatsoever. Such change will be published on the Bank's Website and it will become part and parcel of RFP.

Canara Bank in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. Canara Bank reserves the right to reject any or all the expression of interest / proposals received in response to this RFP document at any stage without assigning any reason whatsoever. The decision of Canara Bank shall be final, conclusive and binding on all the parties. About RFP

The Bank wishes to engage vendor/s for supply, Printing & Personalization of EMV CHIP Debit & Credit card & EMV CHIP with RFID antennae and Card Management as per the Terms & Conditions, Technical Specifications and Scope of Work described elsewhere in this document. The RFP document is not a recommendation, offer or invitation to enter into a contract agreement or any other arrangement in respect of the services. The provision of the services is subject to observance of selection process and appropriate documentation being agreed between the Bank and successful bidder as identified by the Bank after completion of the selection process.

Page 5: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

5

3. Undertaking by Bidder

The Assistant General Manager, Canara Bank, Issue Section Card Division, 4th Floor, Naveen Complex MG Road, Bangalore – 560 001 Sir / Madam, Reg.: Our bid for Supply, Printing & Personalization of EMV CHIP Contact Debit & Credit Card and contactless Debit card ( with RFID antennae) and Card Management We, (name of the bidder) hereby submit our Bid Document for the RFP floated by your Bank for Supply, Printing & Personalization of EMV CHIP Contact Debit & Credit Card and contactless card with RFID antennae and Card Management. We have gone through the contents of the RFP and agree / accept that:

i. The Bank is not bound to accept the lowest or any of the bids at all, and has the full discretion to accept / reject any or all of the bids. ii. In case our Bid under the above RFP is accepted, we undertake to enter into and execute a contract in the prescribed form at our cost, when called upon to do so. Until such a formal contract is prepared and executed, this bid together with the written acceptance given by the Bank to the bidder shall constitute a binding contract between us and the Bank. iii. In case our bid is accepted, we would be responsible for due performance as per the requirement of this RFP. iv. We understand that the Bank may accept more than one bidder, or award the entire work to only one bidder as per its discretion, without assigning any reason or giving any explanation whatsoever; where “Bidder” means the bidder who is decided and declared to be the successful bidder(s), after evaluation of the Technical and Commercial bids received.

Place: Date: Yours faithfully, For and on behalf of: ____________________ Signature: ____________________ Name: ____________________ Designation: __________________

Page 6: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

6

4. CONTENTS OF AND REQUIREMENTS UNDER THE RFP

1. INTRODUCTION CANARA BANK, a body Corporate and a premier Public Sector Bank established in the Year 1906 and nationalized under the Banking Companies (Acquisition and Transfer of Undertakings) Act, 1970, having its Head office at 112, J C Road Bangalore-560002 and among others is having office at Canara Bank, Card Division, Transaction Banking Wing, 5 th Floor, No.14 Naveen Complex, M.G.Road, Bangalore -560001. Canara Bank is a leading Public Sector Bank with over 5600 branches spread across the country. Bank has introduced Debit cards, Credit Cards, Gift Cards, Pre-paid cards, Travelers Cards ,Campus Cards etc and providing access to over 1,50,000 ATMs across the country through consortium arrangements. Bank has already issued more than 26 million debit cards and 1.29 lac Credit cards to its customers. Bank is issuing more than 30000 new cards daily. The projected volume of cards to be issued in the next 3 years is 20 millions.

2. The contract is for a period of ONE year 3. Requirement of card for one year:

Sl No

Card variant Quantity

1 MasterCard (EMV CHIP) Credit Card 2,00,000 2 VISA (EMV CHIP) Credit Card 2,00,000

3 VISA EMV CHIP Credit card for VIPs (Translucent/Flavour Card with superlative plastic quality)

75,000

4 MasterCard EMV CHIP Credit Card for VIPs ((Translucent/Flavour Card with superlative plastic quality)

25,000

5 RuPay Debit EMV CHIP Card( with & without photo) for Canara bank

25,00,000

6

RuPay Debit EMV CHIP card ( without photo) for M/S Kerala Grammin bank(RRB sponsored by our bank)

2,00,000

7

RuPay Debit EMV CHIP card ( without photo) for M/S Pragathi krishna Grammin bank(RRB sponsored by our bank)

2,00,000

6 VISA EMV CHIP Debit Card( with & without photo)

14,00,000

7 VISA EMV CHIP Debit Card for VIPs(Translucent/Flavour Card with superlative plastic quality)

3,00,000

8 MasterCard EMV CHIP Debit Card ( with & without photo)

10,00,000

8 MasterCard EMV CHIP Debit Cards for VIPs(Translucent/Flavour Card with superlative plastic quality)

2,00,000

9 Dual Interface EMV CHIP VISA card with RFID antennae

1,00,000

TOTAL 64,00,000 NB: i. The requirement may vary by (+/-) 25%

ii. Above are tentative quantity of cards under different variants which may vary as per the requirements of the Bank.

iii. Cards of different variants shall be indented by Card Division as per requirement under each card variant( normally 4-8 weeks requirement). Card

Page 7: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

7

plastic of each card variant as per indent from Card Division shall be produced and shall be stocked at Bidder’s location with required security/insurance within 4 weeks of placing the indent. The cards shall be indented in lots of five thousand under each variant. Average indent of all the variants put together per occasion will be minimum 5 lacs.

4. Basic aspects:

a. The design colour and the specifications of the Cards should be got approved by Card Division HO Bangalore.

b. In case of existing Card only physical card with specific instructions for enhancement in the features if any, will be given to match the cards to be produced as per our order.

c. If the order is for a new design of Card, then the artwork will be provided with specific instructions for enhancement in features, if any.

d. Should have Hi-coercivity Magnetic stripe (HICO Cards) with all the three tracks 1/2/3 for encoding data. The cards should conform to EMV CHIP card /EMVCHIP card with RFID DI card specifications specified in the BID. The Magnetic stripe,CHIP,RFID should be of international quality and should withstand normal wear and tear.

e. The mode of delivery of Debit & Credit cards should be strictly as per guidelines of M/s VISA,MasterCard & NPCI(for RuPay Brand) duly ensuring all safety procedures.

f. It should confirm VISA/MasterCard/RuPay (NPCI) Card marks and specifications and VISA/MasterCard/ RuPay (NPCI) guidelines as provided by them.

g. Successful Bidder should take card design approval from Card Associations on each occasion of card production and take final design approval from Card Division, before proceeding to final production.

h. Further clarifications/ information related to the specifications of EMV Cards can be obtained from Issue Section, Card Division, Transaction Banking Wing, HO Bangalore, PHONE: 080 25129444.

Email: [email protected] i. The cards ordered should be procured by the Bidder as per the supply schedule

to be intimated by Card Division [excluding the actual time taken by the Card Division, after submission of proof by the supplier, to approve the pre-production/post-production proof] from the date of placement of order.

j. The time limit for execution of purchase order/delivery of the cards are as below: k. Within 4 weeks from the date of placing the PO and execution of agreement ( the

period includes the time required for completion of certification with VISA, MasterCard & NPCI)

l. Number of sample cards required to be supplied to Card Division shall be For pre-production: Five Cards

For Post-production: Eight Cards

Final production should be effected only on receipt of approval for post production proof of Cards from Card Division of Canara Bank.

m. The payment for the each consignment of card plastic will be made in Indian

Rupees on procurement of Cards on behalf of Canara bank in good condition meeting the quality specification by us. Proof of procurement & certificate of stock cards shall be submitted along with the invoice.

n. No advance payment will be made. o. The invoice to be raised on Card Division for the total cost of each consignment

of card plastic supplied but not exceeding the total quantity of cards ordered.

Page 8: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

8

p. For personalization, cost of collaterals & stationery and stuffing of cards & collaterals, the payment will be made on monthly basis within 7 days of raising invoice on Card Division of Canara Bank.

q. At a later date, if the cards supplied are found to be defective /Sub-standard/ not as per the approved specimen/or marked deviation from the requirement specified, then the supplier /vendor should arrange for replacement of supply, if any, effected at his cost/risk and responsibility. Further the supplier will be held responsible and accountable for the differential cost of purchase the Bank may incur due to the delayed/non supply of cards as per our order.

r. The vendor is responsible for any defect in Card personalization and consequent loss if any to the Bank

s. The Bank reserves the right to cancel the order placed if the pre- production

proof or post-production proofs of cards do not meet our requirements specifications/not executing the orders as per our requirements/or not within the time schedule/ for non conformity to any of the conditions intimated to you or if the company/supplier is delisted by M/S VISA/MasterCard/NPCI.

t. The Security features or any other information gathered from CANARA BANK

during this process should not be disclosed to any person/agency who does not have direct responsibility for executing this order.

u. The Bank shall not be responsible for any subsequent exchange fluctuations or

change in the rate of customs, local taxes, cost of production, all taxes up to the point of delivery at Card Division etc. The supplier is responsible for meeting all important requirements.

v. The vendor should strictly follow the delivery & despatch schedule and maintain the high quality of the cards.

w. The vendors shall not assign to any one, in whole or in part, it’s obligations to perform under the RFP/contract, except with the Bank’s prior written consent.

x. This order for supply of cards automatically stands cancelled if the same is not executed as per requirement or within the time schedule.

y. The acceptance of the order is to be conveyed to us in writing within 7 days from the date of receipt of order.

z. You may contact Card issue Section, Card Division, Canara Bank, HO Bangalore

in case any further clarification/guidance. With regard to the quality confirmation/other aspects etc the decision of our Card Division, Canara Bank HO Bangalore will be final.

aa. Canara Bank shall shortlist up to three vendors subject to the condition that the vendors so selected shall match L1 price and the work would be divided between the selected bidders in the proportion of 50:30:20, where the L1 bidder would be awarded 50% of the work, L2 bidder 30% and L3 bidder 20%.

bb. Canara Bank has discretion to alter the ratio of work distribution among the selected bidders in case of deficiency of service and/quality in cards are observed on the part of any vendor.

cc. Canara Bank reserves the right for testing the quality of cards procured by vendors through outside agency at periodic intervals as per the discretion of the Bank.In case the consignment is found to be not meeting the required standard during the testing process, entire lot of such cards shall be replaced by the vendor at their cost and Bank has the right to cancel the contract with the vendor.

dd. The selected vendor/s shall keep an additional security deposit of Rs 5.00 lacs with Canara Bank

ee. Canara Bank reserves it’s right to go for reverse auction, if necessary, & at the absolute discretion of the Bank

Page 9: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

9

ff. The Bidders shall submit an Integrity Pact Agreement on Non-Judicial Stamp paper of requisite value as per Annexure XVI of this BID Document. Any bid received without IP Agreement will not be accepted.

gg. Integrity pact would be implemented through a panel of Independent External Monitors (IEMs) appointed by Canara Bank. The IEMs would review independently and objectively whether and to what extent parties have complied with their obligations under the Pact

hh. Integrity pact of this contract would be operative from the stage of invitation of bids till final completion of the contract. Any violation of the same would entail disqualification of the bidders and exclusion from future business dealings.

4.1 Details of Card Printing / Indenting

1. Artwork as per requirements, 8 colors 2. Name of the Bank & address 3. Logo of Bank 4. Logo of VISA /MasterCard /RuPay/CoBranding 5. Card number 6. Aadhaar Number (UIDAI) / Student /Employee Number / Photo or any

other Number – if required 7. Name of customer 8. Valid from date & Expiry date 9. CVV number 10. Hologram 11. Signature Panel 12. Help Desk Number 13. Other statutory requirements (Terms & conditions)

4.3 INDICATIVE LIST OF CARD PRODUCTS IN OUR BANK & RRBs SPONSORED BY OUR BANK:

CREDIT CARD VARIANTS:

1. VISA Classic ( Individual ) - Domestic & Global 2. VISA classic Global(Individual) – Domestic & Global 3. VISA Corporate - Domestic & Global 4. VISA Gold Global 5. MasterCard Standard (Individual) - Domestic & Global 6. MasterCard Gold(Individual) - Domestic & Global 7. MasterCard Secured Credit Card - Domestic & Global 8. MasterCard Secured Gold Credit Card - Domestic & Global 9. Any other similar cards as introduced by the Bank from time to time

DEBIT CARD VARIANTS

1. MasterCard Standard (personalised)- Domestic & Global 2. MasterCard Standard ( Non-personalised) – Domestic & Global 3. MasterCard Platinum – Domestic & Global 4. MasterCard Business Debit Card(Global) 5. Visa Classic ( personalised) – Domestic & Global 6. Visa Classic ( Non-personalised) - Domestic & Global 7. Visa Platinum - Domestic & Global 8. Visa Biometric card 9. VISA Campus Card

Page 10: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

10

10. Visa Debit personalised card for Government Employees 11. Visa Debit GEN –Y /ELITE CARD 12. VISA Debit card for Welcome Kit with predetermined a/c number 13. VISA Jeevandhara Debit Card 14. RuPay Debit Card (personalised) 15. RuPay Debit Card ( Non-personalised) 16. RuPay Platinum Debit Card 17. RuPay PMJDY Debit Card 18. RuPay Junior Debit Card 19. Canara Kisan RuPay Debit Card 20. Canara Adhar based RuPay Debit Card 21. PGB Kisan Debit Card 22. PGB RuPay Debit Card 23. KGB RuPay Debit Card 24. KGB RuPay Kisan Debit Card 25. PUNGRAIN Kisan Debit Card 26. Any other similar cards as introduced by the Bank from time to time

Note: 1. Details of variants provided are indicative and number of variants may be

increased/decreased as per the business requirements of the Bank. 2. Details of annual quantity & printing lots given are indicative based

on our past experience. The actual may vary as per business requirements.

3. Two lac card each under RuPay Debit card meant for Regional Rural Banks (M/S Kerala Grammin Bank & M/S Pragathi Krishna Grammin Bank) are to be personalised separately with separate key management and MIS to be generated & separately provided to the respective RRBs.

4. Prospective bidders are advised to keep the above points in view

while submitting their commercial bids.

Page 11: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

11

4.4 ELIGIBLE BIDDER

I. This invitation to participate in this RFP is open to all concerned who: II. Have been certified for Debit & Credit card manufacture, personalisation of EMV

CHIP contact Debit & Credit cards and dual interface contactless Debit cards with EMV CHIP & RFID antennae or any other kind of Cards etc. by VISA, MasterCard and NPCI.( RuPay brand) and should have personalisation facility in India viz VISA, MasterCard & RuPay(NPCI) certified personalisation unit located in India. NB: For Credit cards only VISA & MasterCard certification is required for manufacture & personalisation of EMV CHIP Credit cards..

III. Should have successfully supplied & personalized minimum of 10 lac EMVCHIP card (Debit & Credit cards) to any Scheduled Commercial Bank in India during preceding financial year (2014-15) viz 01.04.2014 to 31.03.2015.

IV. Should have the capability to personalize and despatch a minimum of 30000 EMV CHIP Cards ( Debit & Credit Cards) & 5000 EMV CHIP card with RFID antennae ( contactless cards) per day for Canara Bank.

V. Should have their Registered Office in India and should have certified EMV CHIP card & Dual interface contactless card personalisation facility in India viz certified personalisation Unit located in India.

VI. Should be PCIDSS & PADSS compliant VII. Should be able to integrate their system with the Card Management System of

Canara Bank, Card division VIII. Vendor should have the facility (card/PIN despatch management software) to keep

the despatch & delivery details including tracking details of cards/PIN mailers despatched so as to attend the customer/branch query instatntly.

IX. Details of the pre-qualification eligibility criteria are laid down in Annexure I. X. Bidders must bid in their own capacity. Joint bids will not be entertained.

XI. The Bidders shall submit an Integrity Pact Agreement on Non-Judicial Stamp paper of requisite value as per Annexure XVI. Any bid received without IP Agreement will not be accepted.

4.5. SCOPE OF WORK

A Bidder putting in a Bid under this RFP must be capable of handling all activities related to the production / personalization / despatch / MIS of up to 35000 cards ( Debit & Credit cards) per day for our Bank. The bidder would be required to provide a two-tier Card Management System as under:

4.5.1 Personalization of EMV CHIP Card with Magstripe ( Debit & Credit Cards) and EMV CHIP card with RFID antennae & magstripe. The following activities are required to be carried out by the bidder strictly in conformity with the guidelines laid down by VISA, MasterCard and NPCI (for RuPay brand) in their premises located within India: -

a) Bidder must supply blank Debit & Credit cards as per specifications approved by the Bank. (As per Annexure IX)

b) Bidder must perform embossing/flat printing of these cards, for which Card Embossing file would be provided by the Bank in an encrypted form (including Adhar based cards).

c) Bidder must have a setup to receive the encrypted data through a secured FTP channel or any other mode to be decided by the Bank.

d) Keys for encryption/Digital Signature should be securely kept and approved processes should be followed.

Page 12: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

12

e) After personalization of cards, the bidder must have a mechanism in place to ensure that the embossing files is duly deleted immediately and send a confirmation over email to the bank accordingly.

f) Bidder must destroy rejected cards under camera surveillance and must retain the Back-up of the CCTV recording for a period of 6 months. A daily report on the rejected card should be made available to the Bank.

g) Bidder must have the capability for Scanning/Printing coloured photograph on Debit /Credit cards, as per requirement of the Bank.

h) The cards so personalized shall be duly packed with the material prescribed / stipulated by the Bank and shall be despatched to the destinations as intimated by the Bank. (Technical Specification of EMV Cards & Dual Interface EMV CHIP card with RFID antennae, as per Annexure IX)

i) Bidder should have an automated process of pasting the cards on the face of their corresponding Welcome Letter which ensures that the CVV number is not visible.

j) Bidder should have facility to print both cardholder’s address & Branch address on the envelope for despatch as per the requirement of the Bank.

k) A Small EMV CHIP card personalisation machine shall be installed in the Bank’s Card Division premises with capacity to personalise 100-200 EMV CHIP cards ( Debit & Credit Cards) per day on emergency as per the requirement of the Bank. Space & power requirement shall be provided by the Bank in the premises of Card Division. All other infrastructure including manpower support shall be provided by the Bidder.

l) Bidder should have the facility (card/PIN despatch management software) to keep the despatch & delivery details including tracking details of cards/PIN mailers despatched so as to attend the customer/branch query instantly.

m) Bidder should have a Help Desk facility with adequate infrastructure to attend Branch and customer calls regarding despatch of cards with a dedicated number.

n) SMS should be sent to the registered mobile number of the card applicant both on generation of PIN mailer & Card in the case of Credit Cards & personalised Debit cards

4.5.2 Procurement of cards & Maintenance of Card Stock on behalf of Canara Bank

The bidder should properly maintain the stock position of the Debit & Credit cards at their card center and inform the bank regarding the same in frequent intervals. The bidder should also alert the Bank in case of re-order requirements for any specific kind of plastic well in advance (at least 6 weeks) of a stock-out situation. The stock shall be kept in safe & secure environment with all the security measures in place. The stock shall be insured for full value & our Bank clause shall be incorporated in the Insurance policy.

4.5.3 Packing and Despatch of the Debit & Credit cards

a) Bidder must provide supply of stationery items required as per the specifications at

Annexure VI. b) The bidder must ensure proper supply of stationery items and maintain the stock

position of the stationery items at their card center. c) Bidder must provide facility for Packing of Cards & welcome kit along with insertions

as per procedure placed at Annexure VII. d) The Debit & Credit cards along with the required collaterals must be despatched

through Speed Post / designated Courier acceptable to & approved by Canara Bank, within 48 hours of receipt of data from the Bank.

e) The Bidder shall provide the list of cards ( Card number & name of cardholder) despatched to the branches along with the card packet.

f) Bidder must provide Despatch Reports containing details of the cards along with collaterals despatched within 24 hours of despatch.

Page 13: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

13

g) Bidder must have the capability to maintain the records of the cards personalized and despatched to various destinations / branches, including details of card serial number, postal receipt no., Proof of Delivery(POD) , card returned if any, etc. The bidder should be able to provide the Bank with the required details in any format required / specified by the Bank.

h) The Bidder will be required to put in place necessary measures for the timely despatch of the cards along with the required collaterals.

i) SMS shall be sent to the card applicant regarding despatch of card to his registered mobile number

j) Disputes regarding despatch / delivery of cards would primarily be handled and resolved by the bidder. Exclusive Help desk with adequate infrastructure matching to the volume & with dedicated phone number shall be provided to attend this disputes/queries.

k) Returned consignment should be returned to Canara Bank’s Card Division address. The bidder shall maintain a proper record of such returns with specific reasons and ensure immediate re-despatch of these cards / consignments after remedial measures are complied with in consultation with & as per the instruction of the Bank, duly recorded, without any extra charge to the Bank. In all cases where reasons of return are attributed to the bidder, postage/courier charges shall also be borne by the bidder. Required manpower & infrastructure for the above process shall be provided by the Bidder at Canara Bank - Card Division’s location.

l) The Bidder must maintain adequate inventory of raw materials to ensure that supply of cards, stationery & welcome kit to the bank is uninterrupted.

4.5.4 Packing and Despatch of the PINs Mailers

Packing and despatch of the corresponding PINs for the Debit & Credit cards despatched as per point 4.5.3 above, from Bank’s premises, to designated locations. The following activities are required to be carried out by the bidder at Bank’s premises: -

a) Bidder should interface their machines with Canara Bank Card Management Software(CMS) for PIN mailer printing & card personalisation. The PIN mailer printing through HSM only.

b) Bidder must provide supply of PIN Mailers as per specifications given by the Bank at Annexure VI.

c) Bidder must provide facility for Packing and despatch of PINs as per procedure placed at Annexure VII.

d) The bidder must ensure proper supply of stationery items and maintain the stock position of the stationery items.

e) Bidder must ensure printing & Despatch of the PIN mailers within 24 hours of receipt of embossing data file provided by the Bank (Card Division).

f) The Bidder shall provide the list of PIN mailers despatched to the branches along with the PIN Mailer packet.

f) Bidder must have the Capability to despatch a minimum of 35000 PINs per day to the designated offices of the Bank by Speed Post / reputed Courier (acceptable to & approved by Canara Bank, Card Division). Despatch destination may change to Branches/Cardholder as per the decision & instruction of the Bank.

g) The Bidder will be required to put in place necessary measures for the timely despatch of the PINs.

h) SMS shall be sent to the card applicant regarding despatch of card to his registered mobile number

i) Disputes regarding despatch / delivery of PINs would primarily be handled and resolved by the bidder. Exclusive Help desk with adequate infrastructure matching the volume and with dedicated phone number shall be provided to attend this disputes/queries.

j) Returned consignment should be returned to Canara Bank, Card Division’s Address. The bidder shall maintain a proper record of such returns with specific reasons and

Page 14: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

14

immediately re-despatch these cards / consignments after remedial measures are complied with, duly recorded, without any extra charge to the Bank. In all cases where reasons of return are attributed to the bidder, postage/courier charges shall also be borne by the bidder. Required infrastructure including manpower shall be provided by the Bidder at Canara Bank, Card Division’s location.

4.5.5 Quality of Cards to be supplied: Bidders must ensure that the physical characteristics of the cards to be supplied to the Bank must conform to the international standards for physical characteristics of cards as laid down vide the guidelines issued under ISO / IEC 7810 and as per Annexure IX.

4.5.6 Test checking of Quality of Cards Supplied to the Bank: The Bank would have the discretion of carrying out a random-sample test checking (Peel Test, Bend Test, Torsion Test, Corner bend Test and any other type of test related to card quality) of the cards being supplied to ascertain their quality. Test checking of Cards by the Bank may be carried out at a premise of its choice, including the premises of the bidder, at any interval it deems fit, where the quality of the cards may be checked according to the international Test Methods specified under ISO / IEC 10373 -1.

Canara Bank reserves the right to conduct testing quality of cards through outside

agencies at intervals as per the discretion of the Bank. In case the cards procured are found to be not meeting the required standard in the above testing, concerned Vendor/s are under obligation to replace the entire lot of such cards with cards of required quality to the satisfaction of Canara Bank, at their own cost. Canara Bank has absolute discretion to cancel the contract of such erring vendors besides adjusting the security of deposit of Rs 5.00 lacs held for this purpose.

4.5.7 All hardware / software / miscellaneous items / consumables / equipments, required

licenses, ATS, AMC etc. as well as manpower required for executing the work specified under “Scope of Work” would be required to be managed by the bidder at his own cost.

4.5.8 In addition to the above, the bidder would also be required to ensure the following: a. In case any part of the work / process is required to be out-sourced by the bidder, the

bidder shall obtain prior approval from the Bank. b. The bidder must ensure and confirm due diligence / KYC / Physical verification of its

own as well as the employees of its service providers / sub-contractors and must be able to provide documentary evidence for the same if required.

c. The bidder must build adequate safeguards to ensure that the information / documents / records / assets of the Bank are maintained in a way that the same are safe and there is no co-mingling of similar information with other organizations to which it may be providing services.

d. The bidder shall ensure preservation of all documents / data in accordance with all legal / regulatory obligations.

e. The successful bidder/s shall provide the Business Continuity Plan (BCP) to the Bank or undertake to setup the same within 2 months of signing of contract.

4. 6 COST OF BIDDING

Rs 25,000/- (Rupees Twenty Five Thousand only) shall be paid by Demand Draft/banker cheque in favour of Canara Bank HO, payable at Bangalore along with the BID documents. The RFP documents can be downloaded from the Canara Bank website www.canarabank.com.

4.7 BIDDING DOCUMENT

The Bidder must examine all instructions, forms, terms and conditions and technical specifications of the RFP. Failure to furnish the information required under the RFP or submission of a bid not substantially responsive to the required Documents in every respect shall be at the Bidder’s risk and may result in the rejection of the bid without

Page 15: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

15

assigning any reason or making any reference to the bidder. Bidder should strictly submit the bid as per RFP failing which the bid will be rejected as non-responsive.

4.8. AMENDMENT OF BIDDING DOCUMENTS

I. At any time prior to the last Date and Time for submission of bids, the Bank may, for any reason, modify the Bidding Documents through amendments at the sole discretion of the Bank. All amendments shall be uploaded on the Bank’s website (www.canarabank.com) and will be binding on all who are interested in bidding.

II. In order to provide prospective Bidders a reasonable time to take the amendment if any, into account in preparing their bid, the Bank may, at its discretion, extend the deadline for submission of bids.

4.9. PERIOD OF VALIDITY Bids shall remain valid for up to six month from the date of opening of bids. A bid valid for shorter period may be rejected by the Bank.

4.10. BIDDING PROCESS (IN TWO STAGES): I. For the purpose of the present job, a two-stage bidding process will be followed. The

response to the present tender will be submitted in two parts: a) Technical bid (Part-l) b) Commercial bid (Part-ll)

II. The bidders will have to submit the technical bid along with supporting documents in physical form. Commercial bid should also be submitted physical form only.

III. The Bidders shall submit the Technical bid in separate sealed envelope, duly superscribed as “TENDER FOR SUPPLY PRINTING & PERSONALIZATION OF EMV CHIP CONTACT CARD & EMV CHIP CONTACTLESS CARD WITH RFID ANTENNAE AND CARD MANAGEMENT” that may be duly specified as the “TECHNICAL BID”. It is reiterated, that at the time of the submission, the bid should be accompanied with separate envelopes containing the Bank Guarantee/Bank draft for the prescribed amounts towards the EMD.

IV. Bank reserves it’s right to go for reverse auction, if necessary & at the absolute discretion of the Bank

4.10.1 TECHNICAL BID

a) The bidder will have to submit the Technical Bid in sealed envelopes, duly super scribing “RFP for Supply, Printing & Personalization of EMV chip Contact Card & EMV CHIP contactless card with RFID antennae and Card Management.”, “TECHNICAL BID”.

b) TECHNICAL BID will also contain all the documents mentioned in the RFP. All the Annexure should be duly signed and stamped. All the pages of the bid must be properly numbered.

c) TECHNICAL BID should NOT contain any pricing or commercial information at all. Technical bid documents with any commercial information will be rejected.

d) It is reiterated, that at the time of the submission, the bid should be accompanied with separate envelopes containing the Bank Guarantee /Bank Demand draft for the prescribed amounts towards the EMD.

e) In the first stage, only TECHNICAL BIDs will be opened and evaluated. Only those Bidders satisfying the technical requirements as determined by the Bank and accepting the terms and conditions of this document shall be short-listed.

f) The bid should not contain interlineations, erasures or over writing except as necessary to correct errors made by the Bidder, in which case such corrections shall be duly confirmed under signature of the person(s) signing the bid.

4.10.2 COMMERCIAL BID

a) The Bidder shall provide quotes as per the format at Annexure –V.(Table I,II &III)

Page 16: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

16

b) The Bidder must quote for all the Services. The bid amount should be inclusive of all taxes, statutory levies, charges etc. except service tax wherever applicable. Service Tax on actual basis shall be paid by the Bank.

c) The successful bidder(s) shall provide an undertaking that all statutory taxes etc. would be duly paid, as applicable from time to time with regard to the material and services provided to the Bank.

d) It is also clarified that any payment made by the Bank to the bidder shall be subject to TDS as applicable from time to time.

e) The bidder will have to submit the Commercial Bid in a separate sealed envelopes, duly super scribing “RFP for Supply, Printing & Personalization of EMV chip Contact Card & EMV CHIP contactless card with RFID antennae and Card Management.”, “COMMERCIAL BID”.

4.10.3 SUBMISSION OF BIDS:

a. The bid shall be typed or written in indelible ink and shall be signed by the authorized representative(s) of the Bidder who has been duly authorized to bind the Bidder to the contract. The authorization shall be indicated by a power of attorney / letter of authorization under the company seal accompanying the Bid. All pages of the Bid except un-amended printed literature shall be initialled by the person(s) signing the Bid.

b. Bidders are also required to submit the attested true copies of Technical supporting documents in physical form in sealed cover on or before the date and time of bid submission.

c. The Technical Bid & the commercial bid prepared as per clause 4.10.1 & 4.10.2 shall be submitted in a separate sealed envelope, duly super scribing “RFP for Supply, Printing & Personalization of EMV chip Contact Card & EMV CHIP contactless card with RFID antennae and Card Management.”, “TECHNICAL & COMMERCIAL BID”, should be addressed to the Bank at the following address:

The Assistant General Manager, Canara Bank, Issue Section Card Division 4th Floor, Naveen Complex MG Road, Bangalore -560 001 Phone: 080 – 25129444 Mob: 9731020323 Email: [email protected]

The completed BID in all respects as per item (c )above shall be deposited

in the Tender Box kept in the 5th Floor of Naveen Complex, MG Road, Bangalore not later than the specified date and time mentioned in the Bid Document

4.10.4 Deadline for Submission of Bids

a. Bids must be submitted not later than the specified date and time mentioned in the Bid Document along with all supporting documents.

b. In case of the specified date of submission of bids being declared a holiday for the bank, the bids will be received up to the specified time on the next working day.

c. The bank may, at its discretion, extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of the Bank and bidders, previously subject to the deadline, will thereafter be subject to the deadline extended.

Page 17: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

17

d. Any bid received by the Bank after the deadline for submission of bid will be rejected and/or returned unopened to the Bidder.

4.11. EARNEST MONEY ON THE BID:

a. All Bidders would be required to submit an amount of Rs. 2,50,00,000 (Rupees Two Hundred fifty lacs only) as Bid Earnest Money in the form of a Bank Guarantee as per the format given in Annexure XIII of this BID, valid for six month/DD favouring “CANARA BANK” payable at Bangalore from any Nationalised Bank in India. This EMD should be submitted in a separate envelope super scribed as “Earnest Money”, along with the Technical bid. EMD of all unsuccessful bidders would be refunded after completion of the selection process. EMD of the successful bidders would be refunded after submission of the Performance Guarantee.

b. However, in case a successful bidder, after being offered to perform the job, does not commence operations within the stipulated period, the amount of EMD submitted by him shall be forfeited.

4.12 LATE BIDS:

Any bid received by the Bank after the deadline for submission of bids shall not be considered. In case of such late submission of bids, the same may be returned unopened to the Bidder, if so desired.

4.13. MODIFICATION AND/OR WITHDRAWAL OF BIDS

a. Bids once submitted will be treated, as final and no modifications would be permitted. No correspondence in this regard will be entertained.

b. No Bidder shall be allowed to withdraw the bid after the deadline for submission of bids.

c. The successful Bidder will not be allowed to withdraw from or seek amendments to the bid commitments. The bid earnest money in such eventuality shall be forfeited and all interests/claims of such Service Provider shall be deemed as foreclosed.

4.14. CONTACTING THE BANK: Any effort by a Bidder to influence the Bank in evaluation of his bid, bid comparison or contract award decision would result in the rejection of the said bid. The Bank's decision in this case would be final and without prejudice and will be binding on all parties.

4.15. BANK’S RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS: The Bank reserves the right to accept or reject any bid. The Bank also reserves the right to annul the bidding process or reject any / all bids, any time prior to awarding of the contract, without incurring any liability to or without any obligation to any Bidder. Bank is not required to inform any bidder about its‟ action or assign any ground / reason for the same.

4.16. DOCUMENTS TO BE SUBMITTED:

Apart from the Cost of the RFP and the amount of EMD, the Bidder shall submit the following documents:

A. Supporting documents / copies of pre qualification criteria as per Annexure-I & I(A) required with the Technical Bid (Sealed Cover)

Page 18: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

18

S No

Eligibility Criteria

Documents Required

1 The Bidder should be a company incorporated in India and should have VISA, MasterCard & NPCI ( for RuPay Brand) certified EMV CHIP Debit card personalization Unit in India. For Credit Cards, the Bidder should have VISA & MasterCard certified EMV CHIP Credit card personalization Unit in India

Certified copy of Certificate of Incorporation in case of private limited company and Certificate of Commencement of Business in case of public limited company.

Copy of VISA, MasterCard & NPCI certification (for last three years & current certificate) for the Unit located in India and documents for Unit location.

2 Must be an existing VISA, MasterCard &NPCI(RuPay Brand) Certified for EMV CHIP Debit & Credit Card procurement & personalisation with at least three years‟ experience for Card Management Services to any scheduled commercial Bank in India. NB: For Credit card, only VISA & MasterCard certification for card procurement & Credit card personalization is sufficient

Copy of VISA, MasterCard & NPCI certification

Certificate to this effect from the Scheduled commercial Bank

3 The Bidder should be PCI-DSS Compliant

Copy of certificate to be submitted.

4 Should have successfully supplied & personalised minimum of 10 lac EMVCHIP card (Debit & Credit cards) to any Scheduled commercial Bank in India during the preceding financial year (2014-15) viz from 01.04.2014 to 31.03.2015.

Copy of work order received from the scheduled commercial Bank/s & proof of honouring the commitment are to be submitted.

5

The Bidder should have certification for procurement & personalisation of Dual interface EMV CHIP & RFID cards of VISA. Vendor should be able to obtain MasterCard & NPCI certification for Dual interface EMV CHIP & RFID cards immediately in case the Bank decides to issue such cards under MasterCard & NPCI banner.

Copy of certificate to this effect from VISA is to be submitted

Undertaking to this effect is to be submitted

Page 19: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

19

6 In case of a Multinational Company, it should have a valid license to operate in India for this activity. Documentary evidence to be furnished.

Copy of license is to be submitted

7

The Bidder should have positive net worth as per the last two audited balance sheet and annual turnover of Rs 10 Cr from the card business as per the latest audited Balance Sheet & Profit & latest audited Profit & Loss A/c Statement submitted.

Audited Balance Sheet & Profit & Loss A/c Statement for the year 2013-14 & 2014-15 are to be submitted. In case ABS for 2014-15 is not available, ABS and P&L account as on 31.03.2013 & 31.03.2014 along with Provisional Balance sheet and P&L account as on 31.03.2015 are to be submitted.

8 The bidder should be supplying EMV CHIP Debit & Credit card after personalization of the cards to at least 2 Scheduled commercial Banks in India for the last one year up to 31.03.2015.

Declaration by the bidder regarding the number of banks to whom the service has been given and provide Certificates (Annexure – X) from all the Banks (not more than three months old) to which the bidder has provided similar services, specifying the average monthly number of Debit cards & Credit Cards being supplied and personalized.

9 The bidder should have the capability to handle 30000 EMV CHIP cards (Debit & Credit Cards) & 5000 Dual interface EMV CHIP cards with RFID antennae per day for CANARA BANK.

Declaration by the bidder regarding its average daily capacity for card ( Debit card & Credit card) personalization & proof of installed capacity shall be submitted. In case the bidder is not a manufacturer of cards, a declaration from the bidder to that effect with a letter of comfort from the card manufacturer / supplier assuring uninterrupted supply of cards for the contract period.

10 The Bidder should not have been blacklisted by any Scheduled Commercial bank during the last three years and the Bidder / any of its associates, should not have been cautioned / reprimanded / blacklisted or have had its contract revoked / terminated by any concern to which it was under contract for supply of cards, or by any regulatory or statutory body or any Scheduled Commercial bank or RBI or the Indian Banks Association (IBA) etc.

Declaration to this effect is to be submitted

11 The Bidder must produce Certificate regarding satisfactory service provided from all the Banks to whom they have provided service during the last one year immediately preceding the date of

Certificate as per Annexure X is to be submitted

Page 20: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

20

submission of the bids

12 The bidder should have Disaster Recovery and Business Continuity Plan. Indicate the systems available for DR/BCP or the time frame in which they will be available. DR site must be located in India.

The bidder has to submit the audit certificate.

13 The systems offered should not violate any Intellectual Property Rights.

Declaration to this effect is to be submitted

14 Should be able to integrate their system with the Card management software of Canara Bank for PIN mailer printing through HSM and card personalisation. (Declaration shall be submitted as supporting document)

Declaration to this effect is to be submitted

15 Should have a robust ‘card despatch management software’ providing despatch details of cards & PIN mailers, delivery details including proof of delivery/tracking of delivery etc at any point of time, updating the delivery details from India Post/Courier as the case may be. Bank should be given access to this facility.

Satisfactory proof to this effect is to be submitted

16 Bidder should have a Help Desk facility with adequate manpower matching to the volume to attend Branch and customer calls regarding despatch of cards/PIN mailers with a dedicated number.

Declaration to this effect is to be submitted

17 Bidder should have facility to send SMS to the registered mobile number of the card applicant both on generation/despatch of PIN mailer & Card ( as per the requirement of the Bank)

Declaration to this effect is to be submitted

18 Must be certified to procure & personalize NPCI sponsored RuPay EMV CHIP Debit Cards (Chip & Magstripe). Bidder should obtain all necessary certification for procurement & personalization of RuPay Credit Cards at their cost as & when Bank decides to introduce this variant.

Copy of certificate is to be submitted.

B. Bidders Information as per format as per Annexure II C. Statement of Compliance as per Annexure III. D. Statement showing the performance of the bidder as per Annexure IV. E. Letter(s) of Comfort from the card manufacturer / supplier, stationery supplier and

other Sub Agents if any, showing their commitment towards successful performance of the contract between the bidder and the Bank.

Page 21: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

21

F. Acceptance of specifications / procedures laid down under Annexure VI and VII. G. Responses to Technical Specification as per the format at Annexure VIII H. Technical Specifications for Debit & Credit card – Annexure IX I. Certificate from Other Banks - Annexure X J. Undertaking - Annexure XI K.Integity Pact Agreement as per Annexure XVI in a Non-Judicial Stamp paper of

requisite value. L. Any other document that the bidder may want to enclose to be considered by the

Bank for evaluation of this RFP may be incorporated separately after Annexure XVI, as Annexure XVII.

4.17 BID OPENING AND EVALUATION:

I. The Bank will open the bids, in presence of the representatives of Bidders who choose to attend, at the time and date mentioned under Bid Details on page 3 of the Bid Document.

II. The representatives of the Bidder(s) present during the process of opening of the bids, shall sign the Bid Opening Register evidencing their attendance. In the event of the specified date of bid opening being declared a holiday for Bank, the bids shall be opened at the specified time and place on next working day.

III. In the first stage, only the TECHNICAL BIDs will be opened and evaluated. IV. Bidders who satisfy the technical requirements as determined by the Bank and

accept the terms and conditions of this document would be short-listed for the Commercial Bid.

V. The Sealed Envelopes containing the Technical Bids shall be opened in the presence of representatives of the Bidders. Intimation about the time and place for opening of Technical Bids (physical) shall be informed separately to the Bidders.

VI. Intimation about the time and place for opening of Commercial Bids shall be informed separately to the short-listed Bidders only.

VII. The Bank reserves the right to accept or reject any offer proposed by the bidder without assigning any reason thereof. Decision of the Bank in this regard shall be final and binding on the Bidders.

4.18 CLARIFICATION OF BIDS RECIEVED: To assist in the examination, evaluation and comparison of the bids received, the Bank may, at its discretion, seek clarification(s) from the Bidders. Such clarification shall be sought over e-mail by the Bank to which the response of the bidder shall be accepted over e-mail / in writing. No change / modification in the price or substance of the bid shall be sought, offered or permitted.

4.19. PRELIMINARY EXAMINATION:

I. The Bank shall examine the Bids to ascertain whether the same are complete; whether required information called for has been provided as underlined in the bid document; whether the documents have been properly signed, whether any computational errors have been made; and whether the bids are generally in order.

II. The Bank at its discretion may call upon the Bidders to make a presentation regarding its systems and procedures employed towards execution of the services required by the Bank. In case called upon to make such a presentation, Bidders shall be given a minimum of three days before they would be required to put up this presentation.

III. Arithmetical errors will be rectified as follows: a. In case of discrepancy between the unit price and the total price that has been

arrived at by multiplying the unit price with the quantity, the price quoted under „unit price‟ shall prevail and the total price shall be corrected accordingly.

b. In case of any discrepancy between words and figures, the amount specified in words will prevail.

Page 22: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

22

4.20 PROCEDURE FOR FINALISING THE SUCCESSFUL BIDDER(s): a. The final selection of the bidder(s) would be from amongst the bidders shortlisted

after the technical evaluation, as per the L1 criteria arrived at based on the commercial bids submitted by them.

b. Such selection would be based on the final cost arrived at for a bidders as per the procedure enumerated in Annexure V.

c. The Bank reserves its‟ right to select up to three vendors provided the L2 & L3 are willing to match the L1 price.

d. In case the Bank wishes to appoint three bidders as per ‘c’ above, the L2 & L3 bidders shall be required to match the prices quoted by the L1 bidder within 7 days from the date of opening of bid.

e. In case the L2 &L3 bidders does not / cannot match the prices with the L1 bidder, the bank then shall have the option to make an offer and negotiate with the L4 bidder and so on and so forth.

f. In case the bank wishes to select three bidders as above, the work would be divided amongst the selected bidders, in the proportion of 50:30:20, where the L1 bidder would be awarded 50%, L2 30% and L3 20% of the work.

g. In case only one bidder matches the L1 price, the work will be distributed among the selected bidders in the ratio 65:35, where the L1 bidder would be awarded 65% and 35% to the other bidder.

h. In case L2/L3 etc does not agree to match the prices quoted by L1, bank can place the entire order with the L1 bidder and the L1 bidder would be required to meet the entire requirement of the Bank.

i. In case of non-performance by a Service Provider & quality of cards, where the work has been awarded to more than one bidder, the Bank reserves its‟ discretion to modify the stipulated proportion of 50:30:20 with regard to subsequent work orders.

j. Bank reserves the right to go for reverse auction, if necessary, at the discretion of the Bank

4.21. INSURANCE: I. The stock of cards holding on behalf of Canara Bank shall be insured for full

value against all risks with our Bank’s clause duly incorporated. II. The Service Provider shall obtain 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.

III. The loss-payee endorsement of such insurance policies shall be in favor of the Bank and it shall be ensured that the amount of claim, if any, shall be paid by the insurance company directly to the Bank.

Cost of all the required insurance detailed above shall be borne by the Bidder.

4.22. PERFORMANCE BANK GUARANTEE:

4.22.1. The successful bidder/s has to submit Performance Bank Guarantee (PBG) to Canara Bank, Card Division, Transaction Banking Wing, HO in the following manner:

I. The PBG shall be from a Nationalised Bank in India in the format given

Annexure XIV in this Bid. II. The PBG shall be submitted upfront by the successful bidders within 30

days from the date of acceptance of work order. Performance Bank Guarantee (PBG) shall be issued for a period 12 months.

Page 23: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

23

II. The PBG shall be equivalent to 10% of the total BID amount calculated as per the final evaluated prices after negotiations. This PBG shall have the validity of 12 months from the date of issue.

4.22.2. Further, the successful bidder/s shall keep an amount of Rs 5.00 lacs( Rupees five lac only) towards security deposit with Canara Bank to ensure supply of cards maintaining the required quality. Bidder/s are under obligation to replace the cards found to be not meeting the required quality by Canara Bank/while testing at outside agency. Canara Bank has absolute discretion to cancel the contract of such erring vendors besides adjusting the security of deposit of Rs 5.00 lacs held for this purpose.

4.23. SIGNING OF CONTRACT:

I. Successful Bidder(s) shall be required to enter into a Service Level Agreement (SLA) provided by the Bank within 7 days of the award of the work or within an extended period as may be specified by the Bank. The agreement shall include systems & procedures to be adopted by the Service Provider(s) as desired by the Bank.

II. The SLA as per “ I ” above, shall be based on the requirements of this RFP, 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 Agreement.

III. The contract will be valid up to one year from the date of Service Level agreement executed by the bidder and such extended period as mutually agreed with the bank, unless terminated by the Bank before that date.

IV. The bidder will also sign a Non-Disclosure Agreement with the Bank on a format prescribed by the Bank.

4.24. RESOLUTION OF DISPUTES:

I. All disputes or differences whatsoever arising between the Bank and the Service Provider in relation to work awarded pursuant to this RFP shall be settled through arbitration as per terms and conditions under the contract and in accordance with applicable Indian Laws. The venue of the arbitration shall be Bangalore.

II. During the arbitration proceedings the successful Bidder(s) who become the Service Provider(s) shall continue to work as per the Contract unless otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or the umpire, as the case may be, is obtained. However during such a contingency, the Bank shall be entitled to make alternative arrangements to tackle the situation in any manner it deems fit, at the cost of the Service Provider, so that the business of the Bank is not disrupted.

4.25. USE OF CONTRACT DOCUMENT AND INFORMATION:

The Service Provider shall not, without the Bank's prior written consent, make use of any document or information provided by the Bank in the Bid document or otherwise except for the purpose of performing its contract.

Page 24: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

24

4.26. ASSIGNMENT: The Service Provider shall assign its obligations to perform under the contract to a third party, in whole or in part, only after obtaining prior approval from the bank about the same. However, the bidder shall be responsible to the Bank for all acts undertaken by a party to whom the bidder has assigned any work prescribed under the scope of work of this RFP.

4.27. ORDER PLACEMENT & PAYMENT TO SERVICE PROVIDER:

a. On receipt of a Work Order placed by the Bank, the bidder must submit his acceptance within 7 days.

b. In case a successful bidder does not submit his acceptances as specified under point ‘a’, within 7 days of the receipt of the same, the amount of EMD submitted by the bidder shall be forfeited.

c. Bidders would be required to initiate delivery of cards preferably within 3 weeks and maximum within 4 weeks of placement of work order

d. Bidders may raise their invoices with actual bills on a monthly basis in respect of cost of personalization, cost of card collaterals & cost of stationery items used for despatch of cards along with cost of despatch.

e. Payment shall be released by the Bank within 15 days of receipt of a bill accompanied by the complete set of documents required by the bank to process the same.

f. It is clarified that the price will be inclusive of all taxes, statutory levy, charges etc. except service tax wherever applicable. Service taxes on actual basis shall be paid by the bank on the production of relevant documents.

g. Statutory deductions such as applicable TDS shall be deducted by the Bank from the payments due to the bidder.

h. The Bidder shall be reimbursed for the actual amount of expenditure incurred towards despatch of cards / PINs etc. for which the bidder would be required to submit invoices with actual bills from speed post / Courier or any other mode agreed to be used by the Bank for despatch.

4.28. PENALTY I. The cards are to be duly prepared, packed along with the required collaterals and

despatched within 48 hours from the date of receipt of required data provided by Bank (The bidder is required to despatch all cards within 48 hours of receipt of data from the bank with a maximum of 35000 EMV CHIP cards including contactless cards per day) and PIN mailers are to be despatched within 24 hours of receipt of data from the Bank. Delay in despatch of cards & PIN mailers would attract penalty @ 5% per day of the amount of bill pertaining to the cards delayed, where the delay would be calculated on a per day basis, till the despatch of the cards. (Penalty may be deducted from bill amount payable without any prior intimation.)

II. In cases of habitual / frequent delay in supply of cards, Bank may consider invocation of

the bank guarantee or may even consider termination of contract of the bidder. III. Any financial loss / fraud taking place due to the bidder’s and/or their employees

negligence etc shall be recoverable from the bidder along with damages if any with regard to Bank’s reputation and goodwill.

IV. Delivery of goods and performance of Services shall be made by the bidder/ supplier in

accordance with the time schedule specified by purchaser. Any delay in performance of the obligation by the bidder/ supplier will result in imposition of liquidated damages and/or termination of rate contract for default.

Page 25: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

25

V. If at any point of time, during a check audit or in case of a complaint regarding the quality of cards being supplied is substantiated, the Bank reserves the right to cancel the contract with immediate effect, withhold any payments due and encash the amount of Bank Guarantee and Performance Guarantee in force.

VI. Canara Bank has the right to conduct the test checking of quality of cards procured by the vendor/s through an outside agency and in case the quality of cards is found to be not meeting the required quality, the concerned vendor/s are under obligation to replace such cards with cards of required quality to the satisfaction of Canara Bank. Canara Bank has absolute discretion to cancel the contract of such erring vendors besides adjusting the security of deposit of Rs 5.00 lacs held for this purpose.

4.29 Exceptions to Penalty: Force Majeure

I. However, the Bidder shall not be responsible for delays or non-performance of any or all contractual obligations, caused by war, revolution, insurrection, civil commotion, riots, mobilizations, strikes, blockade, Acts of God, Plague or other epidemics, fire , flood, obstructions of navigations by ice at port of despatch, acts of government or public enemy or any other event beyond the control of either party, which directly, materially & adversely affect the performance of any or all such contractual obligations.

II. Provided that the bidder shall notify the Bank in writing of such causes within ten days from the occurrence of such a clause. Unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its' obligations under the contract as far as possible, and shall seek all means for performance of all the obligations, not prevented by the Force Majeure event.

4.30. Inspection & Audit of the Services

I. The bidder shall provide unrestricted access to its premises and records being maintained with regard to the job being performed as per its contract with the Bank, to the authorized personnel of the Bank / its auditors (internal and external)/ any statutory / regulatory authority / authorized personnel from RBI to carry out any kind of process of audit including that of its operations and records related to Bank’s Card Management Services, as per its own satisfaction at the card processing bureau of the bidder, in the presence of representatives of the bidder, at any point of time by giving advance notice.

II. All the clauses specified under point ‘I’ above shall be applicable and extended to any entity to which the bidder has outsourced any part of the prescribed activity under Bank’s Card Management Services. It shall be the responsibility of the bidder to ensure unrestricted access to the authorities/officials as mentioned above to the places where such services are outsourced, for inspection and verification.

4.31. LIQUIDATED DAMAGES:

I. The service start-up time from the date of agreement shall be 4 weeks. If the bidder fails to initiate the services within this stipulated time schedule, the Bank shall be at liberty to cancel the order. Under such circumstances, the bidder shall forfeit the amount held by the bank under the EMD.

II. Any loss caused to the bank owing to non-performance of the service provider as per the SLA, or non-compliance of regulatory guidelines, will attract liquidated damages to the extent that the claim is made against the bank. The Bank reserves the right to recover this amount from any dues payable or to accrue to the Service Provider in future in any form.

Page 26: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

26

4.32. TENURE OF CONTRACT: The contract will be valid for a period of ONE year, which may be extended for a further

period up to a maximum of an additional ONE year, on mutual consent on the same terms and conditions/mutually agreed terms & conditions.

4.33. TERMINATION OF CONTRACT:

I. Bank reserves the right to terminate the Contract / Agreement after giving one-month due notice to the Service Provider during the tenure of the Contract for unsatisfactory services provided or violation of statutory guidelines by the Service Provider and may place the order to any other empanelled Service Provider.

II. In case of unsatisfactory services, the Service Provider shall be first served with a written warning with an advice to improve his services within a period 15 days. In case after this period of 15 days, the services continue to remain unsatisfactory, a termination notice may be served.

III. Additionally, in case if at any point of time the quality of cards being supplied by the bidder is found to be unsatisfactory, the Bank reserves the right to terminate the contract with immediate effect.

IV. The Service Provider must necessarily provide the requisite service during the period of transition of services to the alternate Service Provider.

V. Any violation of the terms of the Integrity pact Agreement (to be submitted as per Annexure XVI) would entail disqualification of the vendor and exclusion from future business dealings.

4.34. The selected bidder should also sign a Non-Disclosure Agreement as per the format given in Annexure XV of this document.

Page 27: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

27

ANNEXURE- I PRE QUALIFICATION CRITERIA OF BIDDERS

The Minimum Pre Qualification Criteria of Bidders for the RFP for Debit & Credit card Management Services are as under: -

1. Must be PCIDSS and PADSS compliant 2. Must be an existing VISA, MasterCard &NPCI(RuPay Brand) Certified for EMV

CHIP card procurement & personalisation for Debit cards with at least three years experience for Card Management Services to any scheduled commercial Bank in India. For Credit Cards, must be an existing VISA & MasterCard Certified for EMV CHIP card procurement & personalisation for Debit cards with at least three years experience for Card Management Services to any scheduled commercial Bank in India

3. Should have successfully supplied & personalized minimum of 10 lac EMVCHIP card (Debit & Credit Cards) to any Scheduled commercial Bank in India during the preceding financial year (2014-15) viz from 01.04.2014 to 31.03.2015.

4. Should have the required infrastructure for Debit & Credit card Personalization (EMV CHIP, Magstripe & RFID) conforming to all guidelines prescribed by VISA, MasterCard & NPCI. Bidder should have the VISA, MasterCard & NPCI certified personalisation facility in India for Debit Cards viz minimum one VISA, MasterCard and NPCI certified personalisation Unit located in India. For Credit Cards, the Bidder should have the VISA & MasterCard certified personalisation facility in India. The certification for both Debit & Credit cards must be valid for 6 month from the date of bid submission. Bidder should have facility to personalise Adhar based cards also.

5. Bidder must be certified to procure & personalise RuPay Debit cards of NPCI (CHIP & Magstripe). Documentary evidence should be provided for the purpose.

6. The Bidder should have certification for procurement & personalisation of Dual interface EMV CHIP & RFID cards of VISA. The vendor should be able to complete the certification from MasterCard & NPCI for EMV CHIP & RFID cards in case Bank decides to issue the same under MasterCard & NPCI banner, at bidders cost.

7. Should be able to integrate their system with the Card management software of Canara Bank for PIN mailer printing through HSM and card personalisation.

8. Should have a robust ‘card despatch management software’ providing despatch details of cards & PIN mailers, delivery details including proof of delivery/tracking of delivery etc at any point of time, updating the delivery details from India Post/Courier as the case may be. Bank should be given access to this facility.

9. Bidder should have a Help Desk facility adequate to attend Branch and customer calls matching to the volume of cards, regarding despatch of cards/PIN mailers with a dedicated number.

10. Bidder should have facility to send SMS to the registered mobile number of the card applicant both on generation/despatch of PIN mailer & Card for Credit Cards & Personalised Debit cards.

11. The company should be registered in India and should have VISA, MasterCard & NPCI certified EMV CHIP Debit card personalisation Unit in India. For Credit Cards, company should have VISA & MasterCard personalisation Unit in India. Documentary evidence to be furnished.

12. In case of a Multinational Company, it should have a valid license to operate in India for this activity. Documentary evidence to be furnished.

13. The Bidder should have positive net worth and minimum annual turnover of Rs 10 Crore from the card business as per the last audited balance sheet (This must be individual company’s turnover and not that of any group of companies).

Page 28: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

28

14. The bidder should be supplying EMV CHIP Debit & Credit card after personalization to at least 2 Scheduled Commercial Banks in India during the last one year up to 31.03.2015.

15. The bidder should have the capability to handle 30000 EMV CHIP cards(Debit & Credit Cards) & 5000 Dual interface EMV CHIP Debit cards with RFID antennae per day for CANARA BANK.

16. The Bidder should not have been blacklisted by any Scheduled Commercial bank during the last three years and the Bidder / any of its associates, should not have been cautioned / reprimanded / blacklisted or have had its contract revoked / terminated by any concern to which it was under contract for supply of cards, or by any regulatory or statutory body or any Scheduled Commercial Bank or RBI or the Indian Banks Association (IBA) etc.

17. The Bidder must produce Certificate regarding satisfactory service provided from all the Banks to whom they have provided service during the last one year immediately preceding the date of submission of the bids.

18. The bidder should have Disaster Recovery and Business Continuity Plan. Indicate the systems available for DR/BCP or the time frame in which they will be available. DR site must be located in India.

19. The systems offered should not violate any Intellectual Property Rights. 20. Should submit Integrity Pact Agreement in Non-Judicial Stamp paper of

requisite value as per Annexure XVI of this BID Document, along with the BID.

Page 29: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

29

ANNEXURE-I(A) Confirmation to the minimum Pre Qualification Criteria of Bidders for the RFP for EMV CHIP Debit & Credit card Management Services

Sr. No. Pre-Qualification Criteria of Bidders Yes/No - Details of

Supporting document

1. Must be an existing VISA, MasterCard &NPCI(RuPay Brand) Certified for EMV CHIP card procurement & personalisation for Debit cards with at least three years experience for Card Management Services to any scheduled commercial Bank in India. For Credit Cards, must be an existing VISA & MasterCard Certified for EMV CHIP card procurement & personalisation for CREDIT cards with at least three years‟ experience for Card Management Services to any scheduled commercial Bank in India

2 The Bidder should have successfully supplied & personalized minimum of 10 lac EMVCHIP card (Debit & Credit Cards) to any Scheduled commercial Bank in India during the preceding financial year (2014-15) viz from 01.04.2014 to 31.03.2015.

3. Must be certified to procure & personalize NPCI sponsored RuPay EMV CHIP Debit Cards (Chip & Magstripe). Documentary evidence be provided for the purpose.

4 The Bidder should have certification for procurement & personalisation of Dual interface EMV CHIP & RFID cards of VISA. Vendor should be able to obtain MasterCard & NPCIcertification for Dual interface EMV CHIP & RFID cards immediately in case the Bank decides to issue such cards under MasterCard & NPCI banner.

5. The company should be registered in India & should have VISA, MasterCard &NPCI certified EMV CHIP Debit card personalization Unit located in India. For Credit Cards, the bidder should have VISA & MasterCard certified credit card personalization Unit located in India. Documentary evidence to be furnished.

6. In case of a Multinational Company, it should have a valid license to operate in India for this activity. Documentary evidence to be furnished.

7. The Bidder should have positive net worth as per the last two audited balance sheet and annual turnover of Rs 10 Cr from the card business as per the latestaudited Balance Sheet & Profit & latest audited Profit & Loss A/c Statement submitted.

8. The bidder should be supplying EMV CHIP Debit &

Page 30: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

30

Credit card after personalization of the cards to at least 2 Scheduled commercial banks in India for the last one year up to 31.03.2015.

9. The bidder should have the capability to handle 30000 EMV CHIP Debit & Credit cards & 5000 Dual interface EMV CHIP cards with RFID antennae per day for CANARA BANK.

10. The Bidder should not have been blacklisted by any Scheduled Commercial Bank during the last three years and the Bidder / any of its associates, should not have been cautioned / reprimanded / blacklisted or have had its contract revoked / terminated by any concern to which it was under contract for supply of cards, or by any regulatory or statutory body or any Scheduled Commercial bank or RBI or the Indian Banks Association (IBA) etc.

11. The Bidder must produce Certificate regarding satisfactory service provided from all the Banks to whom they have provided service during the last one year immediately preceding the date of submission of the bids

12. The bidder should have Disaster Recovery and Business Continuity Plan. Indicate the systems available for DR/BCP or the time frame in which they will be available. DR site must be located in India.

13. The systems offered should not violate any Intellectual Property Rights.

14 Should be PCIDSS and PADSS compliant

15 Should be able to integrate their system with the Card management software of Canara Bank for PIN mailer printing through HSM and card personalisation. (Declaration shall be submitted as supporting document)

16 Should have a robust ‘card despatch management software’ providing despatch details of cards & PIN mailers, delivery details including proof of delivery/tracking of delivery etc at any point of time, updating the delivery details from India Post/Courier as the case may be.

17 Bidder should have a Help Desk facility adequate to attend Branch and customer calls matching to the volume of cards, regarding despatch of cards/PIN mailers with a dedicated number.

18 Bidder should have facility to send SMS to the registered mobile number of the card applicant both on generation/despatch of PIN mailer & Card

19 Should submit Integrity Pact Agreement in Non-

Page 31: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

31

Judicial Stamp paper of requisite value as per Annexure XVI of this BID Document, along with the BID.

NB: Only those vendors who qualify for all the above Terms & conditions will be eligible for considering commercial Bid.

Page 32: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

32

ANNEXURE-II BIDDER’s INFORMATION Information about the Company (Attach separate sheets if required): - S. No.

Information Particulars / Response

1. Name of the Company

Constitution

2. Date of Incorporation

3. Head Office / Registered Office of the Company with complete postal address(es) Contact Person(s) Phone Fax E-mail Website, if any

4. Please mention turnover of the company for last financial year with documentary evidence.

As per the last audited Balance sheet Rs. (lacs)

5. No. of MasterCard & Visa based EMV CHIP cards supplied to Scheduled commercial Banks in India during the last two years (Calendar Year) with documentary evidence.

Year No. of Cards (lacs)

EMV CHIP Debit Cards 2013-14 2014-15

EMV CHIP Credit Cards 2013-14 2014-15

6. Details of Production & personalization of RuPay Cards of NPCI

7

Details of Production & personalization of EMV CHIP cards with RFID antennae(contactless cards) of VISA, MasterCard &NPCI, if any

7. Location with complete postal address of Primary Card Personalization Center from which cards for CANARA BANK would be personalized. Contact Person(s) -- Contact details --

8. Whether the location as per point no. 7 above is owned by the bidder or is on lease / rent? Please provide documents.

9. Whether the bureau as per point no. 7 above is equipped with Biometric Access system?

10. Whether in the premises as per point no. 7 above, a demarcated area and identified personnel can be provided to meet the requirements of Canara Bank.

11. Whether the bidder has an ISO Certification or any other equivalent certification. If yes, please enclose copy of current certification.

12. Whether the bidder has dedicated help desk to make available specific information regarding status of card personalization/ despatch status for both Cards & PINs?

13. Location with complete postal address of DR Site (if any) Contact Person(s)

Page 33: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

33

Contact Details

14. Whether for the process of Management Services of ATM/Debit & Credit cards, the Bidder / any of its associates, have ever been cautioned / reprimanded / blacklisted or have had its contract revoked / terminated by any concern to which it was under contract for supply of cards, or by any regulatory or statutory body or RBI or the Indian Banks Association (IBA) etc.

No / Yes. If yes, furnish details.

Note: If at any point of time it is found that any of the information provided above is wrong / incorrect, the Bank reserves the right to terminate the contract immediately and also appropriate the amount under the EMD provided by the bidder.

Accepted

Signature and Seal of Bidder

Page 34: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

34

ANNEXURE-III COMPLIANCE STATEMENT

DECLARATION We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in the RFP including all annexure(s), addendum(s) and corrigendum(s) Signature and Seal of Bidder We certify that the systems/services offered by us for tender conforms to the Technical specifications stipulated by you with the following deviations List of deviations 1) 2) 3) 4) (If left blank it will be construed that there is no deviation from the specifications given above) Accepted Signature and Seal of Bidder

Page 35: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

35

ANNEXURE-IV PROFORMA FOR PERFORMANCE STATEMENT ( Separate statement for Credit Cards & Debits are to be submitted)

(FOR A PERIOD OF LAST 2 YEARS)

Sl No.

Name of Bidder

Name of Bank (Full Address)

Order Nos. with Dates

Period of Contract

Quantity of EMV CHIP Debit Cards Supplied

Total Value of Works executed

Remarks/ Reason for late delivery/poor performance, if any

Note – Bidder should provide the contact details of the Banks and supporting document for the work done as per the above chart. Accepted Signature and Seal of Bidder

Page 36: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

36

ANNEXURE V -PROFORMA FOR COMMERCIAL OFFER Table I For MasterCard Credit Card Variants ( EMV CHIP ordinary cards, EMV CHIP special cards(translucent/flavour cards) and EMV CHIP card with RFID antennae- DI cards)

Table – 1  

      Master Card  Credit Card( Card Quantity in lacs) 

            

  

S. No.   Particulars 

Normal Card ‐ without photo (a) 

Normal Card ‐ with photo 

(a1) Special Cards (b) 

Dual Interface  (c) 

   Qty  1.50  0.50  0.25  0 

     Rate in Rs. Per kit 

Rate in Rs. Per kit 

Rate in Rs. Per kit 

Rate in Rs. Per kit 

1  Blank Card             

2  Personalization (Embossing/Flat printing) of Card     X       

3  Personalization (Embossing/Flat printing) of Card with scanning and printing of photo on card  X          

4  Personalization of Welcome letter and Automated pasting of Cards on the welcome letter.             

5  Cost of Stationary for card KIT i.e. (viz. Welcome letter, Pouch, User Guide, Window Envelope, Plastic Envelope etc.)             

6  Stationary for Blank PIN Mailer, PIN printing and envelope             

7  Packing and despatch of Card along with collaterals              

8  Packing & despatch of PIN mailer

9  Other Ancillary Services (Maintenance of record, Providing MIS as per requirement of Bank, handling returned Cards/ PINs, address label printing, report printing etc)

10  Total  (a)   (a1)   (b)   …. 

11 Grand Total   1.50 lac  x a   0.50 lac x a1

 0.25 lac x b   ‐‐‐‐‐‐‐‐‐  TOTAL =D 

 

Page 37: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

37

Annexure V (contd) – Table II For MasterCard Debit Card Variants ( EMV CHIP ordinary cards, EMV CHIP special cards(translucent/flavour cards) and EMV CHIP card with RFID antennae- DI cards)

Table – 2  

      Master Card  Debit Card( Card Quantity in lacs)  Total 

S. No.   Particulars 

Normal Card – without photo (e) 

Normal Card – with 

photo (e1) Special Cards (f) 

Dual Interface  (g) 

a + a1 + b + c = (d) 

   Qty  9.00  1.00  2.00  0  12.00 

     Rate in Rs. Per kit 

Rate in Rs. Per kit 

Rate in Rs. Per kit 

Rate in Rs. Per kit    

1  Blank Card                

Personalization (Embossing/Flat printing) of Card     X          

Personalization (Embossing/Flat printing) of Card with scanning and printing of photo on card  X             

Personalization of Welcome letter and Automated pasting of Cards on the welcome letter.                

Cost of Stationary for card KIT i.e. (viz. Welcome letter, Pouch, Window Envelope, Plastic Envelope etc.)                

6 Stationary for Blank PIN Mailer, PIN printing & envelope                

 7 Packing and despatch of single Card along with collaterals                

Packing and despatch of up to 100 cards & related collaterals in single envelope/bag to branches

9 Packing & dispatch of PIN mailer

10 

Other Ancillary Services (Maintenance of record, Providing MIS as per requirement of Bank, handling returned Cards/ PINs, address label printing, report printing etc)

11  Total e  e1  f  …. 

 12  Grand Total   9 lac x e   1 lac x e1   2 lac x f   ……  TOTAL =H 

Page 38: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

38

Annexure V (contd) - Table III For VISA Credit card variants (EMV CHIP ordinary cards, EMV CHIP special cards(translucent/flavour cards) and EMV CHIP card with RFID antennae- DI cards)

Table ‐ 3 

      VISA Credit Cards(Quantity in lacs)  Total 

S. No.   Particulars 

Normal Card ‐ without photo (i) 

Normal Card ‐ with photo  (i1)  Special Cards (j) 

Dual Interface  

(k) 

              

  

   Qty  1.50  0.50  0.75 

     Rate in Rs. Per kit 

Rate in Rs. Per kit  Rate in Rs. Per kit 

Rate in Rs. Per kit

1  Blank Card             

Personalization (Embossing/Flat printing) of Card     X       

Personalization (Embossing/Flat printing) of Card with scanning and printing of photo on card  X          

Personalization of Welcome letter and Automated pasting of Cards on the welcome letter.             

Cost of Stationary for card KIT i.e. (viz. Welcome letter, Pouch, User Guide, Window Envelope, Plastic Envelope etc.)             

Stationary for Blank PIN Mailer, PIN printing & envelope             

7  Packing and despatch of Card along with collaterals              

8 Packing & despatch of PIN mailer

Other Ancillary Services (Maintenance of record, Providing MIS as per requirement of Bank, handling returned Cards/ PINs, address label printing, report printing etc)

10  Total i  i1  j 

 11  Grand Total   1.50 lac x i   0.50 lac x i1   0.75 lac  x j   …….  TOTAL=L 

Page 39: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

39

Annexure V (contd) - Table IV For VISA Debit card variants (EMV CHIP ordinary cards, EMV CHIP special cards (translucent/flavour cards) and EMV CHIP card with RFID antennae- DI cards)

Table – 4  

      VISA Debit Cards(Card Quantity in lacs)  Total 

S. No.   Particulars 

Normal Card ‐ without photo (m) 

Normal Card ‐ with photo  (m1)  Special Cards (n) 

Dual Interface  

(z) 

   Qty  13.00  1.00  3.00  1.00 

              

  

     Rate in Rs. Per kit 

Rate in Rs. Per kit  Rate in Rs. Per kit 

Rate in Rs. Per kit

1  Blank Card             

Personalization (Embossing/Flat printing) of Card     X       

Personalization (Embossing/Flat printing) of Card with scanning and printing of photo on card  X          

Personalization of Welcome letter and Automated pasting of Cards on the welcome letter.             

Cost of Stationary for card KIT i.e. (viz. Welcome letter, Pouch, Window Envelope, Plastic Envelope etc.)             

Stationary for Blank PIN Mailer, PIN printing & envelope             

7  

Packing and despatch of single Card along with collaterals             

Packing and despatch of up to 100 cards & related collaterals in single envelope/bag to branches

9 Packing & despatch of PIN mailer

10 

Other Ancillary Services (Maintenance of record, Providing MIS as per requirement of Bank, handling returned Cards/ PINs, address label printing, report printing etc)

11  Total m  m1  n  z 

 11  Grand Total   13 lacs x m   1 lac x m1   3 lacsn x n   1 lac x z  TOTAL=P 

Page 40: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

40

Annexure V (contd) - Table V For RuPay Debit Card variants - Table VI ( EMV CHIP ordinary cards, EMV CHIP special cards(translucent/flavour cards) and EMV CHIP card with RFID antennae- DI cards)

Table ‐ 5 

      RuPay Debit cards (Card Quantity in lacs) 

S. No.   Particulars 

Normal Card ‐ without photo (q) 

Normal Card ‐ with photo  

(q1) Special Cards (r) 

Dual Interface  (s) 

              

  

   Qty  28  1.00  0  0 

     Rate in Rs. Per kit 

Rate in Rs. Per kit 

Rate in Rs. Per kit 

Rate in Rs. Per kit 

1  Blank Card             

Personalization (Embossing/Flat printing) of Card     X       

Personalization (Embossing/Flat printing) of Card with scanning and printing of photo on card  X          

Personalization of Welcome letter and Automated pasting of Cards on the welcome letter.             

Cost of Stationary for card KIT i.e. (viz. Welcome letter, Pouch, Window Envelope, Plastic Envelope etc.)             

6 Stationary for Blank PIN Mailer , PIN printing & envelope             

7  Packing and dispatch of single Card along with collaterals             

Packing and dispatch of up to 100 cards & related collaterals in single envelope/bag to branches

9 Packing & dispatch of PIN mailer

10 

Other Ancillary Services (Maintenance of record, Providing MIS as per requirement of Bank, handling returned Cards/ PINs, address label printing, report printing etc)

11  q  q 1  …  ….. 

12   Grand Total   28 lacs x q   1 lac x q 1   …   …  Total =T 

L1 = D + H + L +P+T Note

a. Above are tentative quantity of cards under different variants which may vary as per the requirements of the Bank.

Page 41: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

41

b. Wherever PIN mailer generation is waived with Green PIN methodology as per Bank’s policy, cost connected with PIN mailer will not be applicable in such cases.

c. In addition to the specified insertions for Debit & Credit card Kit in the RFP, additional three insertions would not be chargeable.

d. User guide will be provided by Card Division for stuffing in the Debit card kit. e. The Bank may also call for a supply of Bilingual cards which would not be

additionally chargeable. f. The cost of manpower for all the activities specified may be taken into account

while quoting for the same. No separate payment shall be made towards cost of manpower.

g. Cost of all items shall be inclusive of all taxes. However, wherever applicable, Service Tax shall be paid by the Bank.

h. Cost of despatch / postage shall be reimbursed by the bank as per actual. i. The above mentioned rates can be negotiated on a case to case basis where

the number of card to be supplied for a particular variety is less than 5000. j. The Bidder shall be responsible for all rate fluctuations in tax & bear the extra

costs, if any. (except service tax, which will be paid on actual basis) k. Two lac card each under RuPay Debit card meant for Regional Rural Banks

(M/S Kerala Grammin Bank & M/S Pragathi Krishna Grammin Bank) are to be personalised separately with separate key management and MIS to be generated & separately provided to the respective RRBs.

Page 42: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

42

ANNEXURE VI STATIONERY ITEMS & SPECIFICATIONS : Common for All Types of Cards

Item No Description Specification

S1 Welcome Letter Size 9 inch * 11.5 inches of 80 GSM Maplitho duly four colored printed on both sides. The letter shall be printed in bilingual.

S2 Pouch Size 6*9 cm. Both sides 4 color printing on 110 Art Gloss Paper,Laminated.

S3 User Guide User Guide for Debit Cards shall be provided by Card Division. MITC & User Guide for Credit cards shall be printed as per the Art work provided by Card Division. MITC is 20 pages (21cm X9.5 cm) and User Guide is 12 pages(21cm X 9.5 cm).

S5 Large Window Envelopes

Envelopes size 10*4.5 inches having window of 2*4 inches with gumming, made out of 90 GSM HB Maplitho paper, inside fully laminated (including window) with about 15 micron or better transparent sheet. Envelope shall be duly printed (Front & Back) in four colors as per design approved by Bank.

S5a Envelope for special VIP cards(Translucent/ Flavour cards)

130 GSM Art Paper with Lamination 4 colour printing (front & back)

S6a Plastic Envelopes Envelopes manufactured of 200 GSM LDP, size 10 * 4.5 inches with two color printing with gumming

S7 Plastic Bags Plastic Bag manufactured with 250 GSM thickness, HM quality, size 19.5 * 17 inches and size 15.5 * 12 inches, Pre Printed in two colours with gumming.

S8 Gunny Bags Pre Printed Gunny Bags having size 35 * 24 inches of good quality.

S9a Small Window Envelopes

Envelopes manufactured of 95 GSM HB Maplitho size 7.5*4.5 inches having window of 2*4 inches duly printed (front & back) in single color with gumming for PIN mailer

S9b Business Reply envelope

Envelopes manufactured of 95 GSM HB Maplitho size 7.5*4.5 inches duly printed (front & back) in single color with gumming.For PIN mailer

S10a Tape Pre-printed cello tape 1.5 inch wide (transparent)

S10b Brown Tape Brown Cello Tape 2 inch wide.

Page 43: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

43

S11 A4 Paper Required for printing of Card and PIN Despatch Reports. Should be of good quality

S12 PIN Mailer 4*7 inches in triplicate in continuous format with pocket holes on both sides and perforated Cream Wove paper of A Grade mill is to be used & shrink packing of 1000 each and three packets in one corrugated box. Printing specifications of PIN Mailer: Leaf Front

Printing Back Printing

Paper Remarks

First Leaf Single color Black Carbon Ink

50 gsm Clipped with 2nd and 3rd leaf

Second Leaf

3 color Black Carbon Ink

60gsm Sealed & Glued from all side with 3rd leaf

Third Leaf Single Color 3 color 80 gsm Sealed & Glued from all side with 2nd leaf

Note – (1) The above stationery items need to be duly pre-approved by the Bank. (2) Specification of the stationary items may be modified only by the bank at its

discretion. In that case such modification would be communicated to the bidder in writing.

Accepted Signature & Seal of the Bidder

Page 44: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

44

ANNEXURE VII PROCEDURE FOR PACKING OF CARDS, PINS & OTHER ACTIVITIES

(A) Process and Steps to be undertaken for Packing of Cards (to be carried out at bidder’s premises)

To ensure their safety, the cards are first required to be packed in a Window envelope, which should then be sealed in a transparent plastic envelope. The process of despatch of cards along with its insertions is as under:

1. Folding of the designated Welcome Letter for that card, on which the card has already been pasted through an automated process.

2. Stuffing of the folded Welcome Letter with Card, Pouch(S2) , User Guide(S3) and any other material provided / designated by the Bank in the window envelope S5).

3. Sealing the envelope (S5) prepared under Step 2 with a plastic tape (S10a) and further stuffing of this envelope in a covering plastic envelope (S6a) and sealing of the same with plastic tape.

4. Printing Branch-wise Card Reports (S11) in duplicate. 5. Packing the envelopes prepared as per Step 3 in large plastic bags (S7)along

with card reports as per bank‟s requirement / specification. Normally up to 100 cards would be packed in such large plastic bags.

6. In case where a larger no. of Cards, are required to be packed together, the packets prepared under Step 3 / 5 would be further packed in gunny bags (S8) for final despatch.

(Despatch of cards along with collaterals shall be despatched to the personal address of the cardholder/to the branch as per the instruction of the Card Division of the Bank depending on the policy decision of the Bank)

(B) Steps for Printing & Packing of PINs (to be carried out at Bank’s premises) 1. Printing of PIN Mailer as per the data file provided by Card Division

(machinery, consumables, manpower & stationery for the same shall be provided by the bidder.

2. Stuffing PIN mailer & other collaterals ( as instructed by the Bank) in the envelope(S9a)

3. Printing of Branch-wise PIN Despatch Reports(S11) in duplicate showing card numbers and other details.

4. Packing the PIN mailers in large plastic bags / paper envelopes along with PIN Despatch Reports.

Despatch destination of PIN mailers/cards may change from Branches to Cardholders and vice versa as per the policy decision of the Bank and Bidder should abide by the instruction of the Card Division of Canara Bank regarding despatch of PIN mailers & cards.

Accepted Signature & Seal of the Bidder

Page 45: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

45

Annexure VIII Technical Evaluation Chart for Debit & Credit card Management System Sl. No.

Parameters Response of Bidder Whether supporting Documents attached

1 Whether the Card Bureau is equipped with a biometric access system and other security system line CCTV camera etc. and their back up is being retained.

Yes / No Yes / No

2 Whether Bidder has a VISA, MasterCard & NPCI certified EMV CHIP card personalization Unit located in India for Debit Card and VISA & MasterCard certified EMV CHIP card personalization Unit located in India for Credit cards.

3 Whether successfully supplied & personalized minimum of 10 lac EMV CHIP cards ( both Debit & Credit Cards) to any commercial bank in India during the preceeding financial year(2014-15) viz from 01.04.2014 to 31.03.2015

4 Whether the Bidder is a company Registered in India

5 Whether Bidder have positive Net Worth as per the last two ABS and annual Rurn over of Rs 10 Cr from Card business as per the latest ABS( as on 31.03.2015/31.03.2014 as the case may be)

6 Whether Bidder is supplying EMV CHIP

Page 46: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

46

Debit & Credit Cards after personalization of the cards to atleast 2 Banks in India for the last one year up to 31.03.2015

7 Whether Bidder have the capability to handle 30,000 EMV CHIP cards & 5000 Dual Interface contactless cards per day for Canara Bank

8 Whether Bidder has certification from VISA for procurement & personalization of Dual Interface EMV CHIP & RFID cards

9 Whether the bidder has an ISO Certification for card personalization activity or any other equivalent certification. If yes, please enclose copy of current certification.

Yes / No Yes / No

10 Whether the Bidder has a Disaster Recovery site. If yes, please provide details.

Yes / No Yes / No

11 Whether the bidder would provide a dedicated help desk to make available specific information regarding status of card personalization/ despatch status for both Cards & PINs.

Yes / No Yes / No

12 Whether the bidder has an automated process of pasting the cards on the face of their corresponding Welcome Letter which ensures that the CVV number is not visible

Yes / No Yes / No

13 Whether periodic process audit is being carried out by independent external

Yes / No Yes / No

Page 47: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

47

agency other than MasterCard, Visa & NPCI.

14 Whether the bureau has the facility of automated deletion of embossing file after personalization of the cards and the facility of automated email to the Bank in this regard.

Yes / No Yes / No

15 Whether test checking of the despatch of cards is being done on daily basis to ensure proper delivery of cards.

Yes / No Yes / No

16 Whether the bidder can provide a separate / demarcated area and identified personnel to meet the requirements of our Bank.

Yes / No Yes / No

17 Whether the Bidder is capable of providing a Small EMV CHIP card personalisation machine in the Bank’s Card Division premises with capacity to personalise 100-200 EMV CHIP cards ( Debit & Credit Cards) per day on emergency as per the requirement of the Bank. Space & power requirement shall be provided by the Bank in the premises of Card Division. All other infrastructure including manpower support shall be provided by the Bidder.

18 Whether PCIDSS & PADSS compliant

19 Whether Bidder has the facility to send SMS while generation / despatch of cards & PIN mailers

Page 48: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

48

20 Whether Bidder has a robust card despatch management system providing the despatch details including proof of delivery/tracking of delivery etc at any point of time updating the details from India Post/Courier.

21 Comments of Bank‟s officials after site visit to the bidder’s facilities

Note: Commercial Bids of only those bidders who are found to be eligible under the Technical Evaluation shall be opened. Note: If at any point of time it is found that the information provided under any part of the RFP is wrong / incorrect, the Bank reserves the right to terminate the contract immediately and also appropriate the amount under the EMD provided by the bidder. Accepted Signature & Seal of the Bidder

Page 49: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

49

Annexure IX Technical Specifications for Debit & Credit cards. 1. Magnetic Stripe i) HICO : 2750 Oersted ii) ISO Standard for Encoding & location of Track1, 2, 3

HICO Cards meeting ISO Standards (Quality should be one of the best in the Card industry).

The Card should meet latest Security features/quality/specifications

prescribed by M/S VISA, MasterCard &NPCI (for RuPay Brand) such as dimensions, thickness, positioning micro printing ultra violet printing Magnetic stripe (HICO) Hologram etc.

The Pre-production proof as well as post- production proof should be got

approved by our Card Division and from M/s VISA/MasterCard/NPCI(for RuPay Brand) as the case may be.

The quality of the card that is thickness, position of magnetic stripe

hologram etc. as per the specimen approved by CARD DIVISION should be maintained through out the entire cycle of production.

2. Specifications for EMV CHIP

i. Compliant to ISO/IEC 7816 Standards ii. Physical Card ID1 Format iii. Card - PVC Material with 800 micron thickness iv. Microprocessor based IC Card Minimum 16 KB JAVA DDA EEPROM (Palladium 6 contacts) v. Minimum 8 bit CPU vi. RAM 6 KB vii. Secure Hardware Crypto Coprocessor viii. RSA /ECC, 3DES (with 2 unique keys)/3KTDES, AES ix. Common Criteria (EAL): EAL 5+ (hardware) x. Memory secure encryption for RAM, ROM and EEPROM. xi. Counter Measures against side channel attacks (SPA & DPA) xii. Write Endurance 300 000 cycles xiii. Data Retention >10 years xiv. Unique ID for each chip xv. OS should be hardmasked on ROM xvi. Java 2.2.x or higher xvii. Global Platform 2.1.x or higher version xviii. EMV Authentications Methods Supported - DDA/ CDA xix. Support for EMV financial applications using Chip and PIN xx Other EMV CHIP card specifications of VISA,MasterCard & NPCI.

3.Specifications of Contactless (RFID) cards:

1. CHIP produced in India or Imported 2. Compliant to ISO/IEC 7816 Standards

Page 50: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

50

3. Microprocessor based IC card minimum 8 KB EEPROM or higher 4. Minimum 8 bit CPU 5. RAM 6 KB 6. Secure Hardware Crypto Coprocessor RSA/ECC,3DES/3KTDES,AES 7. Common criteria(EAL):EMVCo and CC(EAL5+) 8. Memory secure encryption for RAM,ROM and EEPROM 9. Counter measures against side channel attacks(SPA &DPA) 10. Write endurance: 300000 cycles or more 11. Data retention: greater than 10 years 12. Unique ID for each CHIP 13. Operating system should be hard masked on ROM 14. Operating system should be Java 2.2.x or higher 15. Platform should be Global Platform 2.1.x or higher version 16. EMV authentications Method supported- DDA 17. Support for EMV financial applications using CHIP & PIN. VISA VSDC 2.8.1 or

above along with Paywave for VISA cards and M/CHIP 4 select 1.1 and paypass for MasterCards

18. Milling and embedding the CHIP on the card as per VISA standards for VISA cards, MasterCard standards for MasterCard and RuPay standards for RuPay cards

19. Provide the keys as per VISA,MasterCard & NPCI(RuPay Brand) requirements and assist the Bank in the key exchange process and bear all relevant cost for the same.

4. Specification of Special Cards Size: 85x54 mm Micron: 800 Colour front: 4 CMYK+2+ invisible ink Colour Back: 4 CMYK+2 Finishing: 16K DDA CHIP, signature panel & Black Hico magstripe 5. Capability to provide RuPaY CHIP Cards as per RuPay specifications released by

NPCI. 1. All the technical specifications set forth for contactless cards ( EMV CHIP with RFID

antennae Note: Both EMV CHIP contact cards & Dual interface EMV CHIP contactless cards with RFID antennae , magstripe as per specifications should be available. Accepted Signature and Seal of Bidder

Page 51: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

51

Annexure - X Format letter of certificate from other Banks Date: TO WHOM SO EVER IT MAY CONCERN (Certificate from each bank on its letter head) This is to certify that <company‟s name> has supplied various types of Debit & Credit cards as per below: S. No

Name of Bank

Monthly Average of No. of EMV CHIP Debit Cards supplied

Monthly Average of No. of EMV CHIP Creditt Cards supplied

Year Total Quantity of EMV Debit & Credit Cards Supplied in the year

Remarks/ Reason for late delivery/poor performance, if any

The services provided by the <company name> to the Bank during the last one year immediately preceding the date of submission of the bids have been satisfactory/not satisfactory. Regards Name: Designation Bank (Seal/ Stamp)

Page 52: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

52

Annexure-XI Undertaking The Assistant General Manager, Canara Bank, Issue Section Card Division Naveen Complex MG Road, Bangalore - 560 001 Sir, Reg: Our bid for Supply, Printing & Personalization of EMV CHIP Contact Card ( both

Debit cards & Credit Cards) & EMV CHIP contactless Debit card with RFID antennae and Card Management

With reference to the bid being quoted by us vide this tender.

a. We hereby undertake to provide the total support for complete system as per the scope of work mentioned in clause no.4.5

b. We hereby undertake that, we or any of its associates have not been blacklisted by any Scheduled Commercial bank during the last three years and we have not been cautioned / reprimanded / blacklisted or have our contract revoked / terminated by any concern under contract for supply of cards, or by any regulatory or statutory body or any Scheduled Commercial bank or RBI or the Indian Banks Association (IBA) etc.

c. We hereby undertake that, we are not under a declaration of ineligibility for corrupt and fraudulent practices/ blacklist issued by the Govt. of India / State Governments / Regulatory Agencies.

Date: ________ Place: Yours faithfully, Signature of Authorised Signatory Designation Seal of Company

Page 53: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

53

Annexure – XII PRE- BID QUERY FORMAT

Sr. No

Page No. Clause No. Clause Query Bank’s Response

Page 54: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

54

ANNEXURE-XIII

Bank Guarantee Format for Earnest Money Deposit

To

…………………………….………………

…………………………………………...

…………………………………………...

WHEREAS ______________________________(Name of Tenderer) (hereinafter called "the Tenderer" has submitted its tender dated _______________________ (Date) for the execution of (Name of Contract)_____________ _______(hereinafter called "the Tender") in favour of ______________________hereinafter called the "Beneficiary";

KNOW ALL MEN by these presents that we, _________(name of the issuing Bank), a body corporate constituted under the _______________________having its Head Office at __________________amongst others a branch/office at ________________ (hereinafter called "the Bank" are bound unto the Beneficiary for the sum of Rs_______________(Rupees________________________________________only) for which payment well and truly to be made to the said Beneficiary, the Bank binds itself, its successors and assigns by these presents;

THE CONDITIONS of this obligation are: (a) If the Tenderer withdraws its Tender during the period of Tender validity

specified in the Tender; or

(b) If the Tenderer having been notified of the acceptance of his Tender by the Beneficiary during the period of Tender validity;

(i) fails or refuses to execute the Agreement, if required; or

(ii) fails or refuses to furnish the performance security, in accordance with clause ___________ of conditions of Contract.

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

Notwithstanding anything contained herein

i) Our liability under this Bank Guarantee shall not exceed Rs.__________ (Rupees ________________________________only)

Page 55: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

55

ii) This Bank Guarantee is valid up to ________________ and

iii) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before ______________________ (mention period of guarantee as found under clause (ii) above plus claim period)

Dated _________________day of ________________________2014.

SIGNATURE & SEAL OF THE BANK

Page 56: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

56

ANNEXURE - XIV

Proforma of Performance Bank Guarantee

(To be submitted on Non-Judicial stamp paper of appropriate value Purchased in the name of the issuing Bank)

To :

The Deputy General Manager

Canara Bank

Card Division

T B Wing, Ho (Annex),

No.14, Naveen Complex,

M G Road, Bangalore

WHEREAS (Name and address of M/s XXXX Ltd (hereinafter referred to as “the CONTRACTOR”) has undertaken to procure Debit & Credit EMV CHIP cards and EMV CHIP contactless debit cards including PIN mailer, card collaterals, stock, personalize, despatch and provide card despatch management service as per RFP FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV CHIP DEBIT CARDS( Contact Cards & Contactless cards with RFID antennae) & CREDIT CARDS ( contact cards) AND CARD DESPATCH TRACKING & MANAGEMENT SERVICES and as per their Service Level Contract Agreement (SLA) dated _______________with you (hereinafter referred to as “the CONTRACT” )

AND WHEREAS in terms of the Conditions as stipulated in the Contract, the CONTRACTOR is required to furnish, a Bank Guarantee by way of Performance Guarantee, issued by a Nationalised Bank in India, in your favour, as per Clause ______ of the CONTRACT, to secure due and satisfactory compliance of the obligations by the CONTRACTOR on their part, in accordance with the CONTRACT, (which guarantee is hereinafter called as “the PERFORMANCE GUARANTEE)”

AND WHEREAS the CONTRACTOR has approached us, (Name of the issuing Bank) for providing the PERFORMANCE GUARANTEE,

AND WHEREAS in consideration of the fact that the CONTRACTOR is our valued constituent and the fact that he has entered into the CONTRACT with you, WE (Name of the Bank) having our Registered Office at, ______________and local office at __________,India have agreed to issue the PERFORMANCE GUARANTEE,

THEREFORE WE (Name of the issuing Bank) through our local office at _________ India furnish you the PERFORMANCE GUARANTEE in manner hereinafter contained and agree with you as follows:

Page 57: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

57

We (Name of the issuing Bank), undertake to indemnify you and keep you indemnified from time to time to the extent of Rs__________ (Rupees___________) an amount equivalent to 10% of the Contract Price against any loss or damage caused to or suffered by or that may be caused to or suffered by you on account of any breach or breaches on the part of the CONTRACTOR of any of the terms and conditions contained in the Contract and in the event of the CONTRACTOR default or defaults in carrying out any of the work or discharging any obligation in relation thereto under the CONTRACT or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding the sum of Rs__________ (Rupees____________________) may be claimed by you on account of breach on the part of the CONTRACTOR of their obligations in terms of the CONTRACT.

Notwithstanding anything to the contrary we agree that your decision as to whether the CONTRACTOR has made any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish your claim or claims under Performance Guarantee but will pay the same forthwith on your demand without any protest or demur.

This Performance Guarantee shall continue and hold good until it is released by you on the application by the CONTRACTOR after expiry of the relative guarantee period of the Contract and after the CONTRACTOR had discharged all his obligations under the Contract and produced a certificate of due completion of the work under the Contract and submitted a “No Demand Certificate” provided always that the guarantee shall in no event remain in force after the day of___________ without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of three months from the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date.

Should it be necessary to extend Performance Guarantee on account of any reason whatsoever, we undertake to extend the period of Performance Guarantee on your request under intimation to the CONTRACTOR till such time as may be required by you. Your decision in this respect shall be final and binding on us.

You will have the fullest liberty without affecting Performance Guarantee from time to time to vary any of the terms and conditions of the Contract or extend the time of performance of the Contract or to postpone any time or from time to time any of your rights or powers against the CONTRACTOR and either to enforce or forbear to enforce any of the terms and conditions of the Contract and we shall not be released from our liability under Performance Guarantee by the exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the CONTRACTOR or any other forbearance, act, or omission on your part of or any indulgence by you to the CONTRACTOR or by any variation or modification of the Contract or any other act, matter or things whatsoever which under law relating to sureties, would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of Rs_________ (Rupees______________) as aforesaid or extend the

Page 58: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

58

period of the guarantee beyond the said day of __________ unless expressly agreed to by us in writing.

The Performance Guarantee shall not in any way be affected by your taking or giving up any securities from the CONTRACTOR or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be of the CONTRACTOR.

In order to give full effect to the guarantee herein contained, you shall be entitled to act as if we were your principal debtors in respect of all your claims against the CONTRACTOR hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship and other rights, if any, which are in any way inconsistent with any of the provisions of Performance Guarantee.

Subject to the maximum limit of our liability as aforesaid, Performance Guarantee will cover all your claim or claims against the CONTRACTOR from time to time arising out of or in relation to the Contract and in respect of which your claim in writing is lodged on us before expiry of three months from the date of expiry of Performance Guarantee.

Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or registered post to our local address as aforesaid and if sent by post it shall be deemed to have been given when the same has been posted.

The Performance Guarantee and the powers and provisions herein contained are in addition to and not by way of limitation of or substitution for any other guarantee or guarantees heretofore given to you by us (whether jointly with others or alone) and now existing un-cancelled and that Performance Guarantee is not intended to and shall not revoke or limit such guarantee or guarantees.

The Performance Guarantee shall not be affected by any change in the constitution of the CONTRACTOR or us nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will endure to the benefit of and be available to and be enforceable by the absorbing or amalgamated company or concern.

The Performance Guarantee shall come into force from the date of its execution and shall not be revoked by us any time during its currency without your previous consent in writing.

We further agree and undertake to pay you the amount demanded by you in writing irrespective of any dispute or controversy between you and the CONTRACTOR.

Notwithstanding anything contained herein

i. Our liability under this guarantee shall not exceed Rs.____________ (Rupees______________________only)

ii. This guarantee shall be valid upto __________ and ;

Page 59: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

59

iii. We are liable to pay the guaranteed amount or any part thereof under this guarantee only and only if you serve upon us a written claim or demand at Bangalore on or before ________________ (mention period of the guarantee as found under clause ii. above plus claim period).

We have the power to issue Performance Guarantee in your favour by statute and the undersigned has full power to execute Performance Guarantee under the Power of Attorney to him by the Bank.

Dated this ________________ day of ___________________ 2014.

For and on behalf of

___________________ BRANCH MANAGER SEAL ADDRESS PLACE

Page 60: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

60

ANNEXURE-XV

Non-Disclosure Agreement (To be given on the Company’s Letter Head)

WHEREAS, we, _______________________________________________________________, having Registered Office at __________________________________, hereinafter referred to as the Bidder, are agreeable to provide card supply, personalization & card management services to Canara Bank, having its registered office at 112,J C Road, Bangalore-2 hereinafter referred to as the BANK and, WHEREAS, the Bidder understands that the information regarding the Bank’s card business shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and

WHEREAS, the Bidder understands that in the course of submission of the offer for End To End Management Of Canara Loyalty Program For Debit & Credit Card Holders and/or in the aftermath thereof, it may be necessary that the Bidder may perform certain jobs/duties on the Banks properties and/or have access to certain plans, documents, approvals or information of the BANK; NOW THEREFORE, in consideration of the foregoing, the Bidder agrees to all of the following conditions, in order to induce the BANK to grant the Bidder specific access to the BANK’s property/information. The Bidder will not publish or disclose to others, nor, use in any services that the Bidder performs for others, any confidential or proprietary information belonging to the BANK, unless the Bidder has first obtained the BANK’s written authorization to do so.

The Bidder agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the Bidder for the purpose of submitting the offer to the BANK for the said solution, will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK.

The Bidder shall not, without the BANKs written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the Bidder for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance.

Date Signature with Seal :

Name :

Designation :

Page 61: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

61

ANNEXURE XVI FORMAT OF INTEGRITY PACK AGREEMENT

INTEGRITY PACT

Between Canara Bank a body corporate constituted under the Banking Companies ( Acquisition and Transfer of undertakings Act, 1970, having its Head office, 112, J C Road, Bangalore) hereinafter referred to as “The Principal”, which expression unless repugnant to the context or meaning hereof shall include its successors or assigns of the ONE PART

and

______________________________________________________________, (description of the party along with address), hereinafter referred to as “The Bidder/ Contractor” which expression unless repugnant to the context or meaning hereof shall include its successors or assigns of the OTHER PART

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, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder(s)/ Contractor(s).

In order to achieve these goals, the Principal will appoint Independent External Monitor(s), who will monitor the Tender/RFP process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal 1.1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:- 1.1.1 No employee of the Principal, personally or through family members, will in connection with the Tender/RFP for, 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. 1.1.2 The Principal will, during the Tender/RFP process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the Tender/RFP process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender/RFP process or the contract execution. 1.1.3 The Principal will exclude from the process all known prejudiced persons. 1.2 If the Principal obtains information on the conduct of any of its employees which is a penal offence under the Indian Penal Code 1860 and Prevention of Corruption Act 1988 or any other statutory penal enactment, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions. Section 2 – Commitments of the Bidder(s)/ Contractor(s) 2.1 The Bidder(s)/ Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender/RFP process and during the contract execution.

Page 62: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

62

2.1.1 The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm, offer, promise or give to the Principal or to any of the Principal‟s employees involved in the Tender/RFP process or the execution of the contract or to any third person any material, immaterial or any other benefit which he / she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender/RFP process or during the execution of the contract. The Bidder(s)/ Contractor(s) will not enter with other Bidder(s) into any illegal or undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process. 2.1.2 The Bidder(s)/ Contractor(s) will not commit any penal 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. 2.1.3 The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose any and all payments he has made, and is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. 2.2 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/RFP 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 acts in any other manner such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidders(s)/ Contractor(s) from the Tender/RFP process or take action as per the separate “Guidelines for Suspension of Business Dealings with Suppliers/ Contractors” framed by the Principal.

Section 4 – Compensation for Damages 4.1 If the Principal has disqualified the Bidder(s) from the Tender/RFP process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit. 4.2 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 equivalent to 5% of the contract value or the amount equivalent to Security Deposit/Performance Bank Guarantee, whichever is higher. Section 5 – Previous Transgression 5.1 The Bidder declares that no previous transgressions occurred in the last 3 years with any other company in any country conforming to the anti-corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the Tender/RFP process. 5.2 If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender/RFP process or the contract, if already awarded, can be terminated for such reason. Section 6 – Equal treatment of all Bidders/ Contractors/ Sub-contractors 6.1 The Bidder(s)/ Contractor(s) undertake(s) to demand from his sub-contractors a commitment consistent with this Integrity Pact. This commitment shall be taken only from those sub-contractors whose contract value is more than 20% of Bidder‟s/ Contractor‟s contract value with the Principal. 6.2 The Principal will enter into agreements with identical conditions as this one with all Bidders and Contractors.

Page 63: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

63

6.3 The Principal will disqualify from the Tender/RFP process all bidders who do not sign this pact or violate its provisions.

Section 7 – Criminal Charges against violating Bidders/ Contractors /Subcontractors 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 Vigilance Office. Section 8 –Independent External Monitor(s) 8.1 The Principal appoints competent and credible Independent External Monitor for this Pact. 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. 8.2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the MD&CEO, CANARA BANK. 8.3 The Bidder(s)/ Contractor(s) accepts that the Monitor has the right to access without restriction to all contract documentation of the Principal including that provided by the Bidder(s)/ Contractor(s). The Bidder(s)/ Contractor(s) will grant the monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his contract documentation. The same is applicable to Sub-contractor(s). The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s) / Sub-contractor(s) with confidentiality. 8.4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the contract 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. 8.5 As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or heal the situation, 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. 8.6 The Monitor will submit a written report to the MD&CEO, CANARA 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. 8.7 The MD&CEO, CANARA BANK shall decide the compensation to be paid to the Monitor and its terms and conditions. 8.8 If the Monitor has reported to the MD&CEO, CANARA BANK, a substantiated suspicion of an offence under relevant IPC / PC Act, and the MD&CEO, CANARA BANK has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. 8.9 The number of Independent External Monitor(s) shall be decided by the MD&CEO, CANARA BANK. 8.10 The word „Monitor‟ would include both singular and plural. Section 9 – Pact Duration 9.1 This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded. 9.2 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 as above, unless it is discharged/ determined by the MD&CEO, CANARA BANK.

Page 64: REQUEST FOR PROPOSAL [RFP] - Canara Bankcanarabank.com/Upload/English/Tenders/RFP FOR PROCUREMENT O… · REQUEST FOR PROPOSAL [RFP] FOR SUPPLY, PRINTING & PERSONALIZATION OF EMV

64

Section 10 – Other Provisions 10.1 This agreement is subject to Indian Laws and jurisdiction shall be registered office of the Principal, i.e. Bangalore. 10.2 Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. 10.3 If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members. 10.4 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. 10.5 Only those bidders/ contractors who have entered into this agreement with the Principal would be competent to participate in the bidding. In other words, entering into this agreement would be a preliminary qualification. For & On behalf of the Principal For & On behalf of the Bidder/ Contractor (Office Seal) (Office Seal) Place---------------------- Date------------ Witness: ____________________ Witness: ________________

(Name & Address) ____________ (Name & Address)________