45
Request for Proposal (RFP) for AUTOMATED CHEQUE PROCESSING CENTRE for Bank of Baroda RFP Ref No : BCC:PO:CBO:102/019 Bank of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai - 400 051. Date : 28/01/2010

Request for Proposal (RFP) - bankofbaroda.com · Cost of RFP Document ... The RFP document is not a recommendation, offer or ... The bidder withdraws his tender after processing but

  • Upload
    lamthu

  • View
    219

  • Download
    0

Embed Size (px)

Citation preview

Request for Proposal (RFP)

for

AUTOMATED CHEQUE PROCESSING CENTRE

for

Bank of Baroda

RFP Ref No : BCC:PO:CBO:102/019

Bank of Baroda,

Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex

Bandra (East), Mumbai - 400 051.

Date : 28/01/2010

[A] Important Dates :

1. Issuance of RFP Document by Bank from

28/01/2010

2. Last Date of Submission of Response by the Bidder

18/02/2010 by 03.00 P.M

[B] Important Clarifications :

Following terms are used in the document interchangeably to mean:

1. Bank, BOB means “Bank of Baroda”.

2. BCC means “Baroda Corporate Centre”

3. Recipient, Respondent and Bidder means “Respondent to the RFP document”.

4. RFP means this “RFP document”

5. Tender means RFP response documents prepared by the bidder and submitted to

Bank of Baroda

6. ACPC means “Automated Cheque Processing Centre”

7. OEM means “Original Equipment Manufacturer” 8. CTS means “Cheque Truncation System”

Confidentiality

This document is meant for the specific use by the Company / person/s interested to participate in the current tendering process. This document in its entirety is subject to Copyright laws. Bank expects the bidders or any person (s) acting on behalf of the bidders to strictly adhere to the instructions given in the document and maintain confidentiality of information. The bidders will be held responsible for any misuse of the information contained in the document and liable to be prosecuted by Bank in the event of such a circumstance being brought to the notice of the Bank. By downloading the document, the interested party is subject to confidentiality clauses.

TABLE OF CONTENTS Section – I .............................................................................................................................................. 5

1. Introduction ................................................................................................................. 5

1.1. Bank of Baroda (The Bank) .................................................................................................... 5

1.2. Project & Objective .................................................................................................................. 5

2. Scope of work & delivery of service ......................................................................... 5

3. Information Provided ................................................................................................. 6

4. Eligible Products and services .................................................................................. 6

5. Language of Tender .................................................................................................... 7

6. Confidentiality ............................................................................................................. 7

7. Disclaimer .................................................................................................................... 7

8. Costs Borne by Respondents ..................................................................................... 7

8.1. Cost of RFP Document ............................................................................................... 7

8.2. Earnest Money Deposit (EMD) ................................................................................. 8

9. Formats of Bids: ........................................................................................................... 8

10. Compliance to bank‟s all terms and conditions: .................................................... 8

11. No Legal Relationship ................................................................................................ 9

12. Recipient Obligation to Inform Itself ....................................................................... 9

13. Bid Guidelines ............................................................................................................. 9

14. Lodgment of RFP Response..................................................................................... 11

14.1 RFP Submission & Closing Date ................................................................................ 11

14.2 Registration of RFP ...................................................................................................... 11

14.3 Late RFP Policy ............................................................................................................. 12

14.4 RFP Validity Period ..................................................................................................... 12

14.5 Requests for Information ............................................................................................. 12

15. Evaluation of Offers .................................................................................................. 13

15.1. Technical Bid Evaluation Criteria ....................................................................... 13

15.2. Evaluation of Commercial quotes ...................................................................... 14

16. Demonstration ........................................................................................................... 15

17. Transportation and Insurance: ................................................................................ 15

18. Pre-shipment Inspections ........................................................................................ 15

19. Delivery ...................................................................................................................... 16

21. Documentation: ......................................................................................................... 16

22. Training: ..................................................................................................................... 17

24. Warranty..................................................................................................................... 17

25. Payment Terms: - ...................................................................................................... 17

26. Annual Maintenance Contract (AMC) after expiry of warranty period ........... 18

27. Maintenance ............................................................................................................... 18

28. Performance Bank Guarantee: ................................................................................ 18

29. Validity of Rate Contract under the RFP: .............................................................. 18

30. Errors and Omissions ............................................................................................... 18

31. Notification ................................................................................................................ 19

32. Disqualification ......................................................................................................... 19

33. Place of Order ............................................................................................................ 19

34. Repeat Orders ............................................................................................................ 19

35. Assignment ................................................................................................................ 19

36. Single point of contact for Support ......................................................................... 19

37. Subcontracting ........................................................................................................... 20

38. Authorised signatory ................................................................................................ 20

39. Bank‟s Rights ............................................................................................................. 20

40. Cancellation of contract and compensation .......................................................... 20

41. Force Majeure ............................................................................................................ 21

42. Arbitration .................................................................................................................. 21

43. Indemnity ................................................................................................................... 21

44. Publicity ...................................................................................................................... 22

45. Variation ..................................................................................................................... 22

46. Applicable Law and Jurisdiction of Court ............................................................ 22

47. Timeframe .................................................................................................................. 22

Section - II ............................................................................................................................................ 23

Technical and Functional Specifications ............................................................................ 23

RESPONSE TEMPLATE - A ................................................................................................ 32

RESPONSE TEMPLATE B - Bidder Eligibility ............................................................................. 34

RESPONSE TEMPLATE C ................................................................................................................ 38

RESPONSE TEMPLATE D ............................................................................................................... 39

RESPONSE TEMPLATE E ................................................................................................................ 40

RESPONSE TEMPLATE F ................................................................................................................ 41

RESPONSE TEMPLATE G ............................................................................................................... 43

RESPONSE TEMPLATE H .............................................................................................................. 44

Section – I

1. Introduction

This Request for Proposal document (“RFP”) has been prepared solely to enable Bank of Baroda (“Bank”) in the selection of a suitable vendor to provide an Automated Cheque Processing Centre at Bank‟s Service Branch in Mumbai . Bank of Baroda invites sealed Technical and Commercial Bids compliant to the Bank‟s tender-based purchase mechanism from reputed vendors to provide an AUTOMATED CHEQUE PROCESSING CENTRE at Bank‟s Service Branch in Mumbai and to be extended to other centers as and when required. The objective of the solution is primarily to reduce process turnaround time at the Service Branch and improve operational efficiency to handle increased cheque volumes in future.

1.1. Bank of Baroda (The Bank)

Bank of Baroda is one of the largest public sector banks in India with a branch network of over 3000+branches in India and 74 branches/offices overseas including branches of our subsidiaries, distributed in 25 countries Bank has 115 branches in Mumbai. All these branches are networked and are on Core Banking Solution (CBS) Finacle from M/s Infosys Technologies Ltd. Bank of Baroda desires to implement AUTOMATED CHEQUE PROCESSING CENTRE at Bank‟s Service Branch in Mumbai and to be extended to other centers as and when required.

1.2. Project & Objective

The Bank proposes to acquire suitable hardware and software to meet its objective of centralizing the inward and outward cheque clearing activities of its branches at Mumbai Service Branch by setting up Automated Cheque Processing Centre (ACPC). The vendors have to provide an integrated comprehensive, solution including both the hardware and software capable of handling 1,00,000 instruments per day (including outward(50,000), inward clearing(50,000) and their return). The number of instruments may go up to 1,50,000 in the peak period of clearing.

2. Scope of work & delivery of service

A description of the envisaged scope is enumerated as under. However, the Bank reserves its right to change the scope of the RFP considering the size and variety of the requirements and the changing business conditions. The scope of work is detailed as below:

Supply of MICR cheque processing machines (Reader-Sorters) of 300 DPM reading and imaging as well as 300 DPM encoding capability and related application software compatible for Service Branch work flow.

Customization as per Bank requirements

Installation & Operationalisation

Successful testing of the application

Training & handholding during and after implementation till the solution is accepted.

Acceptance of the Solution.

Maintenance services during warranty period and subsequently under AMC The Bank expressly stipulates that the vendor‟s selection process under this RFP is on the understanding that this RFP contains only the principal provisions for the entire assignment and that delivery of the deliverables and the services in connection therewith are only a part of the assignment. The vendor shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required for the successful completion of the entire assignment at no additional cost to the Bank.

3. Information Provided

The RFP document contains statements derived from information that is believed to be reliable at the date obtained but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with Bank in relation to the provision of services. Neither Bank nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied as to the accuracy or completeness of any information or statement given or made in this RFP document. Neither Bank nor any of its employees, agents, contractors, or advisers has carried out or will carry out an independent audit or verification or due diligence exercise in relation to the contents of any part of the RFP document. The RFP document is intended solely for the information of the party to whom it is issued (“the Recipient” or “the Respondent”) and no other person or organisation.

4. Eligible Products and services

All systems and related services to be supplied under the Contract shall have their origin in countries allowed as per the prevailing Import Trade Control Regulations in India. For purposes of this clause, “origin” means the place where the products are produced, or the place from which the related services are supplied. Products are produced when a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its‟ components. The origin of products and services is distinct from the nationality of the Bidder.

5. Language of Tender

The Tender prepared by the Bidder, as well as all correspondence and documents relating to this RFP and the letters exchanged by the Bidder and the Bank and supporting documents and printed literature shall be in English language only.

6. Confidentiality

The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any other party. The RFP document is provided to the Recipient on the basis of the undertaking of confidentiality given by the Recipient to Bank. Bank may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document is received subject to the same terms and conditions as this original and subject to the same confidentiality undertaking. The Recipient will not disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent, or other person associated or affiliated in any way with Bank or any of its customers, suppliers, or agents without the prior written consent of Bank.

7. Disclaimer

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 any successful Bidder as identified by the Bank after completion of the selection process.

Subject to any law to the contrary, and to the maximum extent permitted by law, Bank and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information, including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of Bank or any of its officers, employees, contractors, agents, or advisers.

8. Costs Borne by Respondents

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

8.1. Cost of RFP Document

Vendor has to submit demand draft for Rs. 10,000/- (Rupees Twenty Thousand Only) issued in favour of the Bank by a scheduled commercial bank in India, payable at Mumbai towards cost of the RFP document. The same has to be submitted along with the Technical bid. This is non-refundable. The bid not accompanying with this amount is liable to be rejected.

8.2. Earnest Money Deposit (EMD)

Earnest Money Deposit of Rs. 5,00,000/- (Rupees Five Lacs only) has to be submitted by way of Demand Draft / Banker's Cheque / Pay Order drawn in favour of "Bank Of Baroda" payable at Mumbai. Bank guarantee in lieu of Security is not acceptable. Earnest Money

Deposit will not carry any interest. The Demand Draft / Banker's Cheque / Pay Order towards Earnest Money Deposit should be kept it a separate sealed envelope and delivered along with the Technical Bid. The bid not accompanying Earnest Money Deposit is liable to be rejected. The Earnest Money Deposit will be forfeited if:

1. The bidder withdraws his tender before processing of the same. 2. The bidder withdraws his tender after processing but before acceptance of “Letter of

appointment” to be issued by the Bank. 3. The selected bidder withdraws his tender before furnishing Bank Guarantee/

Security Deposit as required under this RFP. 4. The bidder violates any of the provisions of the terms and conditions of this RFP

specification. Earnest Money Deposit will be refunded for the unsuccessful bidders with in two weeks from the date of the finalization of purchase order and its issuance to the successful bidder. The EMD amount deposited by the successful bidder will be converted as security deposit. Excess amount of EMD, if any, (i.e. EMD - 5% of the contract value) of successful bidder will be refunded by the Bank within two weeks from the date of acceptance of contract, however if the EMD amount is less than the amount equivalent to 5 % of the contract value then the successful Bidder has to deposit the difference amount (i.e. 5% of the contract value – EMD amount) by way of Demand Draft / Banker‟s Cheque / Pay order drawn in favour of “Bank of Baroda” payable at Mumbai, within one week from the date of awarding the contract. The security deposit will be refunded by the Bank after the expiry of warranty period.

9. Formats of Bids:

The Bidders should use the formats prescribed by the Bank in the RFP for submitting both technical and commercial bids. The Bank reserves the right to ascertain information from other banks and institutions to which the bidders have rendered their services for execution of similar projects. 10. Compliance to Bank’s all terms and conditions: A Recipient will, by responding to the Bank‟s RFP document, be deemed to have accepted the terms as stated in this RFP document. Bidder has to submit a letter of undertaking along with the Tender that they will abide by all the terms and conditions stated in RFP

The Original Equipment Manufacturer(OEM) will also have the responsibility of the equipment‟s supplied through the partner and should take the responsibility in case of any sales / service support issue arises at any point of time for which separate undertaking is to be obtained from the OEM and enclosed with technical tender document. The Bank will have the right to decide on the configuration and the quantity thereof to be ordered.

11. No Legal Relationship

No binding legal relationship will exist between any of the Recipients / Respondents and Bank until execution of a contractual agreement.

12. Recipient Obligation to Inform Itself

The Recipient must conduct its own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

13. Bid Guidelines

13.1. Contents of the Bids The bids shall be in two parts viz. Technical Proposal and Commercial Proposal. Two set of paper copies of both Technical and Commercial Proposals shall be submitted in separate sealed envelopes super-scribing “TECHNICAL PROPOSAL FOR IMPLEMENTION OF AUTOMATED CHEQUE PROCESSING CENTRE AT BANK’S SERVICE BRANCH IN MUMBAI” on top of the envelope containing the technical bid and “COMMERCIAL PROPOSAL FOR IMPLEMENTION OF AUTOMATED CHEQUE PROCESSING CENTRE AT BANK’S SERVICE BRANCH IN MUMBAI.” on top of the envelope containing commercial bid. The CD containing electronic copy (Microsoft XP Word and Excel) of the TECHNICAL BID shall be submitted in separate sealed envelope super-scribing “ELECTRONIC COPY OF TECHNICAL PROPOSAL FOR IMPLEMENTION OF AUTOMATED CHEQUE PROCESSING CENTRE AT BANK’S SERVICE BRANCH IN MUMBAI”. These three sealed envelopes should be put together in the sealed master envelope superscribing “PROPOSAL FOR IMPLEMENTION OF AUTOMATED CHEQUE PROCESSING CENTRE AT BANK’S SERVICE BRANCH IN MUMBAI “. The Technical Proposal of only eligible vendors will be evaluated first for technical suitability. Commercial Proposal shall be opened only for the short-listed Bidders who have qualified in the Technical Proposal evaluation. The Bidder shall submit the Proposals properly filed so that the papers are not loose. The Bidder shall submit the proposal in suitable capacity of the file such that the papers do not bulge out and tear during scrutiny. Please note that all the documents requested should be arranged in the same order as mentioned in the Checklist. The Technical as well as Commercial Bids are to be submitted as per response templates attached with this document.

13.2 Contents of Technical Bid All the Bids for the implementation of Automated Cheque Processing Centre must contain the following information. Any other information in this regard may also be furnished in clear, precise and specific terms, which, in Bidder‟s opinion, is required.

a) Documents to prove eligibility of the Bidder as mentioned in Section -III b) The technical details of hardware and software offered under the Total solution as per

response templates. c) Complete summary of technical details for the solution offered must be furnished. d) All documentation, manuals and the required literature relating to the system hardware,

system software and customized application software of the solution, data flow diagrams, process flow chart etc must be furnished.

e) All the hardware, accessories, application software products, required for providing the system as envisaged in the RFP Document at the location/(s) shall be specified.

f) The vendor shall furnish the list of consumables and sources of supply. g) List of all components of hardware and software and materials to be procured as bought

out items. h) Description of the vendor‟s manufacturing facilities, testing facilities and quality control

and support capabilities. i) Details of physical/ environmental/ electrical requirements for smooth/ satisfactory

installation/ operationalisation of the solution must be furnished. The above details must also include the floor space requirements for the equipments, air-conditioning requirements, the ideal temperature together with the permissible range of fluctuation, level of humidity, power supply etc.

j) The preventive maintenance schedule should be enclosed in the technical bid. k) The training schedule for IT Managers, system Administrators, Supervisors and

Operators should be enclosed in the technical bid. l) Solution proposed i.e. both hardware and software, should comply with Cheque

Truncation System CTS specification provided by RBI.

13.3 Contents of commercial Bid a) The prices offered to the Bank must be in Indian rupees, b) Rate quoted should be inclusive of all taxes except Octroi, sales tax, entry tax etc. which

shall be reimbursed as per actual by Bank. c) No price increase on account of change in tax structure, duties, levies, charges etc shall

be permitted. d) No price increase on account of exchange rate fluctuations. e) Rate quoted should be inclusive of 1 years warranty, f) AMC rate for a period of FOUR years after expiry of warranty to be quoted separately. g) A Bid submitted with an adjustable price quotation will be treated as non-responsive

and will be rejected. h) Commercial quote should be submitted as per format of response templates with sealed

envelope. Arithmetical errors will be rectified on the following basis.

Any discrepancy between words and figures, the amount in words will prevail. Any discrepancy observed between the unit price and the total price that is obtained by multiplying the unit price and quantity then the unit price shall prevail, and the total price shall be corrected accordingly. If the Successful Bidder does not accept the correction of the errors, its Bid will be rejected, and its Bid security may be forfeited.

14. Lodgment of RFP Response

14.1. RFP Submission & Closing Date

RFP Response may be received by the officials indicated below not later than 15.00 p.m. IST on 18/02/2010 Two (2) sets of both Technical and Commercial proposals and one (1) electronic copy (Microsoft XP Word and Excel, on CD ROM) of Technical Proposal must be supplied to Bank RFP Evaluation Team and addressed to “Bank – RFP Evaluation Team” at :

The General Manager (Projects & IT operations) Bank of Baroda Baroda Corporate Office C-26, G Block, Bandra Kurla Complex, Bandra (East) Mumbai 400 051.

Submission will be valid if:

Copies of the RFP are submitted, subject to clause 14.3, before the aforementioned closing date specified in clause 14.1.

Submission is not by Fax transmission or email.

Response is submitted in two separate sealed envelopes with separate marking “Technical Proposal” & “Commercial Proposal” as more elaborately mentioned in 13.1 above.

All separate copies of RFP and attachments must be provided in a sealed envelope or sachet “.

Submitted in ORGINAL

Only One Submission Permitted Only one submission of response to RFP by each Vendor / OEM Service Provider will be permitted. In case of partnerships / consortium, only one submission is permitted through the lead vendor / service provider.

14.2. Registration of RFP

Registration will be effected upon Bank receiving the RFP response in the above manner . The submission must contain all documents, information, and details required by this RFP.

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

14.3. Late RFP Policy

RFPs lodged after the deadline for lodgment of RFPs may be registered by Bank and may be considered and evaluated by the evaluation team at the absolute discretion of Bank. Respondents are to provide evidence to substantiate the reasons for a late RFP submission. It should be clearly noted that Bank has no obligation to accept or act on any reason for a late submitted response to RFP.

Bank has no liability to any person who lodges a late RFP for any reason whatsoever, including RFPs taken to be late only because of another condition of responding.

14.4. RFP Validity Period

RFPs will remain valid and open for evaluation according to their terms for a period of at least six (6) months from the RFP closing date.

14.5. Requests for Information

Recipients are required to direct all communications related to this RFP, including notification of late RFP submission, through the Nominated Point of Contact person i.e. General Manager (Projects & IT Operations). All questions relating to the RFP, technical or otherwise, must be in writing only to the Nominated Point of Contact. Bank will not answer any communication initiated by Respondents later than five business days prior to the due date for lodgment of RFPs. However, Bank may in its absolute discretion seek, but under no obligation to seek, additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondents‟ response. Respondents should invariably provide details of their email address(es) as responses to queries will only be provided to the Respondents via email. If Bank in its absolute discretion deems that the originator of the question will gain an advantage by a response to a question, then Bank reserves the right to communicate such response to all Respondents.

Bank may, in order to improve or clarify any response, in its absolute discretion engage in discussion or negotiation with any Respondent (or simultaneously with more than one Respondent) after the RFP closes.

15. Evaluation of Offers

Each Recipient acknowledges and accepts that Bank may, in its absolute discretion, apply whatever criteria it deems appropriate in the selection of organisations, not limited to those selection criteria set out in this RFP document. The RFP document will not be construed as any contract or arrangement as a result of the issue of this RFP document or any investigation or review carried out by a Recipient. The Recipient acknowledges by submitting its response to this RFP document that it has not relied on any information, representation, or warranty given in this RFP document. 15.1. Technical Bid Evaluation Criteria

The technical evaluation will be based on a combination of the following factors:

Evaluation Parameters Max Marks

Scoring Methodology

Compliance to the requirements mentioned in Section - V

30

-One mark for each compliance mentioned (Max Marks 100). -Then 30 % of total Marks obtained.

Vendor has reference SBA site for leading PSU/ Private Banks/ MNC banks in India, with similar equipment and in operation for more than ONE year (300 dpm reader and encoder)

15

- 5 marks per reference site; maximum of 3 reference sites to be considered

- Nil for no installation or installation with less than ONE year of operation

Demonstration of in-depth understanding of the Bank‟s project requirements through the technical proposal and presentation

30 Subjective Evaluation

Demonstration of machine 25 Subjective evaluation

Total Marks 100

Only bidders with an aggregate technical score of 80% will be eligible for commercial price bid opening. Note: (i) The vendor is required to provide documentary evidence for each of the above criteria and the same would be required on the client‟s letter head in case of credentials.

(ii) During evaluation of the Tenders, the Bank, at its discretion, may ask the Bidder for clarification in respect of its tender. The request for clarification and the response shall be in writing, and no change in the substance of the tender shall be sought, offered, or permitted. (iii) The Bank may, at its discretion, waive any minor infirmity, non-conformity, or irregularities in Bid, which does not constitute a material deviation.

(iv) The Bank reserves the right to accept or reject any tender in whole or in parts without assigning any reason thereof. (v) The Bank may use the services of external consultants for bid evaluation. (vi) The Bank‟s decision will be final and the Bank will not entertain any correspondence in this regard. 15.2. Evaluation of Commercial quotes It may be noted that commercial bids will be subjected to following evaluation process. Based on the technical evaluation criteria, each Bidder will be given certain marks. Only those Bidders scoring 80% (80 marks out of 100) or above in the technical evaluation will be short-listed for commercial evaluation. If only one Bidder qualifies, then the Bank may, at its discretion, also consider the next highest technical score. In case none of the participant Bidders score 80% or more marks in the Technical Evaluation, the commercial bid of only top 2 Bidders on the basis of technical evaluation will be opened and the one having the “least price” will be invited for further negotiation of the contract.

Cost mentioned against Part-I and Part-II under response template-F will be taken into consideration for calculation of nominal quote Nominal quote provided by the Bidder will be discounted as per the formula given below. A comprehensive “Score (S)” will be arrived at after considering the nominal commercial quote and the marks obtained in technical evaluation with relative weights of 45% for commercials and 55% for technicals. The Bidder with the highest score will be declared successful:

Computation Methodology for arriving at “Least Price / Least Quote”

1. Cut - Off score for technical bid will be 80 marks (or the top score in case none of the

bidders reaches the cut-off) 2. In case there is only one Bidder having technical score of 80 or more, the next highest

technical scorer will be considered. In case, no Bidder is having score of 80, Bank may, at its discretion, take up 2 top scoring bidders, on technical evaluation and compute the “Score” as per the table below

Bank will give 55% weightage to technical score while comparing the commercial quote. The procedure is as under:

‟Score (S)‟ will be calculated for all qualified bidders using the following formula:

Where C stands for nominal price quoted, CLow stands for the price quote of the lowest nominal bid. T stands for technical evaluation score and THigh stands for the score of the technically highest Bidder. X is equal to 0.45.

Example:

S No

Bidder Technical Evaluation Marks (T)

Nominal Bid Price (C)

(CLow / C) * 0.45

(T / THigh) * 0.55

Score (S)

1 ABC 95 71 0.85 * 0.45= 0.38

1.00 * 0.55 = .55

0.93

2 XYZ 85 65 0.92 * 0.45= 0.41

0.89 * 0.55 = 0.49

0.90

3 UVW 80 60 1.00 * 0.45= 0.45

0.84 * 0.55 = 0.46

0.91

In the above example, ABC, with the highest score becomes the successful Least Price Bidder. The price quoted by the Least Price Bidder will be called „Least Price‟. Bank reserves the right to negotiate the price with the finally short listed Bidder before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other bidder, till the Least Price Bidder declines to accept the offer. 16. Demonstration The Bidders who are technically qualified may require demonstrating one such installation of AUTOMATED CHEQUE PROCESSING CENTRE made by them, preferably of a similar configuration of the model quoted at any of the location, with mutually convenient time and date, at the Bidder‟s cost. This will be the part of technical evaluation. 17. Transportation and Insurance:

All the costs should include cost, insurance and freight (c.i.f). However, the Bidder has the option to use transportation and insurance cover from any eligible source. Insurance cover should be provided by the Bidder till the successful installation of the System. The Bidders should also assure that the goods would be replaced with no cost to Bank in case insurance cover is not provided.

18. Pre-shipment Inspections

Bank of Baroda reserves the right, but shall not be under any obligation, to undertake a pre-shipment inspection of the complete central system in a factory test environment. For this

purpose, Bank of Baroda's personnel may have to visit the factory site, which shall be provided at the Bidder's cost.

19. Delivery

System should be delivered within 3 Months from the date of purchase order.

20. Liquidated Damages Bidder will have to pay penalty to Bank of Baroda @ 1% of the contract value inclusive of all taxes, duties, levies etc., per week or part thereof, for late delivery beyond due date of delivery, to a maximum of 5%. If delay exceeds two weeks from due date of delivery, Bank of Baroda reserves the right to cancel the entire order. If the selected Bidder fails to complete the due performance of the contract in accordance to the specifications and conditions agreed during the final contract negotiation, the Bank reserves the right either to cancel the contract or to accept performance already made by the Bidder. In such case the Bank reserves the right to recover for non-performance Liquidated Damages @ 0.5% of the contract value or part thereof, subject to a maximum of 10 % of contract value in addition to the penalty. Both the above Liquidated Damages and Penalty are independent of each other and are applicable separately and concurrently If Liquidated Damages exceed the maximum of 10%, Bank may de-list the Bidder from participating any of our Banks tender in future for a period of three years. Bidder will be responsible for ensuring proper packing, delivery and receipt of all the components. Sealed packs will be opened in the presence of Bank of Baroda officials. The complete sets of manuals should be delivered together with the system. Any component if not delivered or if delivered is not operational, will be deemed/treated as non-delivery thereby excluding the Bank from all payment obligations under the terms of this contract. Partial delivery of products is not acceptable and payment would be released as per terms only after full delivery and installation. Liquidated Damages are not applicable for reasons attributable to the Bank and Force Majeure. However, it is the responsibility of the Bidder to prove that the delay is attributed to the Bank and Force Majeure. The Bidder shall submit the proof authenticated by the Bidder and Bank‟s official that the delay is attributed to the Bank and Force Majeure along with the bills requesting payment.

21. Documentation:

Bidder will have to supply all necessary documentation for the training, use and operation of the system. This will include at least one set of original copies per installation of the user manuals, reference manuals, operations manuals, and system management manuals in English only.

22. Training:

The Bidder shall provide training to officials (i.e. end-user) of Bank of Baroda to enable them to effectively operate the total system. The training should be conducted at the time of installation at each location up to a comfort level of user and at no cost to the Bank. 23. Uptime Guarantee: Bidder will have to guarantee a minimum uptime of 99%, calculated on a monthly basis.

Uptime percentage will be calculated as (100% less Downtime Percentage). Downtime percentage will be calculated as Unavailable Time divided by Total Available Time, calculated on a monthly basis. Total Available Time is two shifts a day for seven days a week. Unavailable Time is the time involved while any part of the core configuration of system component is inoperative or operates inconsistently or erratically.

If Bidder fails to meet the uptime guarantee in any month then the Bidder will have to pay 1% of cost of the contract value as liquidated damages OR the warranty period will have to be extended by one month. The Bidder should immediately provide Bank of Baroda with an equivalent standby system in case of failures.

24. Warranty

The entire unit of AUTOMATED CHEQUE PROCESSING CENTRE will remain under comprehensive maintenance warranty for a period of one year. The service support during warranty period shall be for all components of AUTOMATED CHEQUE PROCESSING CENTRE.

In case of significant failures of specific component, entire system has to be replaced with new ones in proactive manner. The proactive action has to be taken immediately without affecting the Bank‟s day to day functioning and in a mutually convenient time. The proactive action plan is required to be submitted well in advance. The Bidder is required to ensure that this kind of situation never arises.

25. Payment Terms: -

Payment terms will be as follows:

50% of the total cost on delivery of hardware and application software, 100% of Octroi /entry tax as per actual on production of original receipt;

40% of the total cost on successful installation and implementation of Automated

Cheque Proceesing Solution and acceptance; Balance amount of 10% will be released after completion of warranty period or

against a Performance Bank Guarantee of public sector bank (other than Bank of Baroda) for one year.

The Bank will release the payments, on receipt of all the relevant documents, within a period of 15 days from the date of receipt of undisputed relevant documents. Any dispute regarding the relevant documents will be communicated to the selected Bidder within 15 days from the date of receipt of the relevant documents. After the dispute is resolved, Bank shall make payment within 15 days from the date the dispute stands resolved.

26. Annual Maintenance Contract (AMC) after expiry of warranty period

The Bidder will enter in to an AMC agreement with the Bank at the discretion of the Bank, after the expiry of warranty period to support the Automated Cheque Processing Centre supplied for a minimum period of – 4- (Four) years at the rate quoted in “Commercial Proposal”.

27. Maintenance

Bidder shall carry out preventive maintenance at least once in quarter in consultation with the Bank‟s team during the warranty period as well as the subsequent AMC period. Preventive Maintenance will include replacement of worn-out parts, checking diagnostic etc.

Bidder will have to maintain Automated Cheque Processing Centre after the warranty period, for a minimum period of 4 years.

In case equipment is taken away for repairs, the Bidder shall provide a standby equipment (of equivalent configuration), so that the work of the Bank is not affected.

The Bidder shall give an undertaking that sufficient quantity of spares will be kept as stock during the warranty/AMC period at their support office.

28. Performance Bank Guarantee:

The selected Bidder has to provide an unconditional and irrevocable Performance Bank Guarantee of 10% of the contract value from a Public Sector Bank in India (other than Bank of Baroda) towards due performance of the contract in accordance with the specifications, terms and conditions of RFP document, within 15 days from the date of Letter of Indent (LOI). The Performance Bank Guarantee shall be kept valid three months, beyond the warranty period. 29. Validity of Rate Contract under the RFP: The Rate Contract will be valid up to a period of ONE Year from the date of receipt of Letter of Indent (LOI) as an approved Bidder for supply, Installation and commissioning of AUTOMATED CHEQUE PROCESSING CENTRE to the Bank. A bid valid for a shorter period will shall be rejected by the Bank as non-responsive. 30. Errors and Omissions

Each Recipient should notify the Bank of any error, fault, omission, or discrepancy found in this RFP document but not later than five business days prior to the due date for lodgment of Response to RFP. 31. Notification Bank will notify the Respondents in writing as soon as practicable, but not later than 30 days from 30/04/2010, the RFP Evaluation Complete date, about the outcome of the RFP evaluation process, including whether the Respondent‟s RFP response has been accepted or rejected. Bank is not obliged to provide any reasons for any such acceptance or rejection. 32. Disqualification Any form of canvassing/lobbying/influence/query regarding short listing, status etc will lead to disqualification. 33. Place of Order

Order will be placed by Bank‟s office. Payment will also be released by Bank‟s office on production of following documents.

Original copy of Invoice

Original copy of Delivery Challan

Original copy of Installation report Bidders shall make necessary arrangements for processing the purchase orders including

the road permit. 34. Repeat Orders After a Purchase Contract is awarded to a Supplier, the Bank may, at its discretion, award further Purchase Contracts to the same Supplier for all / some of the goods originally quoted by him at the same / reduced prices up to a period of 6(six) months from the date of the first Purchase Contract without calling for fresh quotations provided such order will not exceed 10% of the original purchase order quantity.

35. Assignment

Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise transferred, in whole or in part, by the vendor without the advance written consent of the Bank, and any such attempted sale, lease, assignment or otherwise transfer shall be void and of no effect.

36. Single point of contact for Support

Bidder has to provide details of single point of contact viz. designation, address, email address, telephone/mobile No. for AUTOMATED CHEQUE PROCESSING CENTRE

supplied to the Bank. Escalation matrix for support should also be provided with full details as per Response Template H. The Bidder should have local service support office in Mumbai. The Bidders who are not having the service support centre at Mumbai , will not be considered.

37. Subcontracting

The vendor shall not subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the vendor under the contract without the prior written consent of the Bank. In case sub-contracting is permitted by the Bank, copies of “Memorandum of Understanding” with those companies which are likely to be engaged as sub contractors for any one or major components of the Solutions, may be submitted. Bank reserves the right to negotiate the price with the finally short listed Bidder before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other Bidder, till the Least Price Bidder declines to accept the offer. 38. Authorised signatory

The selected Bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the contract. The selected Bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution of their Board, authenticated by company secretary, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The Bidder shall furnish proof of signature identification for above purposes as required by the Bank. 39. Bank’s Rights

To reject any and all responses received in response to the RFP To waive or change any formalities, irregularities, or inconsistencies in proposal

format delivery To negotiate any aspect of proposal with any Bidder and negotiate with more than

one Bidder at a time To extend the time for submission of the tender To select the most responsive Bidder (in case no Bidder satisfies the eligibility criteria

in totality) To select the next most responsive Bidder if negotiations with the Bidder of choice

fail to result in an agreement within a specified time frame. To share the information/ clarifications provided by the Bank in response to tender

submitted by any Bidder, with any other Bidder(s) /others, in any form. To cancel the selection process as per RFP at any stage, without assigning any reason

whatsoever

40. Cancellation of contract and compensation

The Bank reserves the right to cancel the contract of the selected Bidder and recover expenditure incurred by the Bank on the following circumstances:

I. The selected Bidder commits a breach of any of the terms and conditions of the

RFP/contract. II. The selected Bidder becomes insolvent or goes into liquidation voluntarily or

otherwise. III. The progress regarding execution of the contract, made by the selected Bidder

is found to be unsatisfactory. IV. The delivery is delayed by more than two weeks from the due date of delivery

/ If deductions on account of liquidated Damages exceeds more than 2% of the total contract value.

V. The selected Bidder fails to complete the due performance of the contract in accordance with the agreed terms and conditions

VI. An attachment is levied or continues to be levied for a period of 7 days upon effects of the tender.

The Bank would, however, provide 30 days notice to rectify any breach/ unsatisfactory progress

41. Force Majeure

Should either party be prevented from performing any of its obligations under this proposal by reason of any cause beyond its reasonable control, the time for performance shall be extended until the operation or such cause has ceased, provided the party affected gives prompt notice to the other of any such factors or inability to perform, resumes performance as soon as such factors disappear or are circumvented. If under this clause either party is excused performance of any obligation for a continuous period of ninety (90) days, then the other party may at any time hereafter while such performance continues to be excused, terminate this agreement without liability, by notice in writing to the other.

42. Arbitration

In the event of a dispute or difference of any nature whatsoever between Bank and the Bidder during the course of the assignment arising as a result of this proposal, the same will settled through the process of arbitration conducted by Sole Arbitrator appointed by Bank. Arbitration will be carried out at Bank's office that placed the order. The provisions of Indian Arbitration Act ,1996 shall apply to the Arbitration proceeding.

43. Indemnity

The Bidder shall indemnify, protect and save the Bank against all claims, losses, damages, costs, expenses, action suits and other proceedings, resulting from infringement of any patent, trade marks, copyrights etc. by the Bidder. The Bidder shall always remain liable to the Bank for any losses suffered by the Bank due to any technical error and negligence or fault on the part of the Bidder and the Bidder shall also indemnify the Bank for the same in

respect of the hardware supplied by him by executing an instrument to the effect on adequate Non-Judicial stamp paper .

44. Publicity

The Bidder shall not without written consent of Bank of Baroda advertise or publicly announce that he is undertaking work for Bank of Baroda. In case of non-compliance of this clause the Bidder will be debarred for participating any future tender / contract for a period of three years.

45. Variation

Bank of Baroda may at any time during the contract require the Bidder to revise the Equipment, Services or Supplies including Completion Date. In an event of such nature, Bank of Baroda will request the Bidder to state in writing the effect such variation will have on the work schedule. The Bidder shall furnish these details, in writing, in two weeks from the receipt of such request.

46. Applicable Law and Jurisdiction of Court The Contract with the selected Bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts).

47. Timeframe

The following is an indicative timeframe for the overall selection process. Bank reserves the right to vary this timeframe at its absolute and sole discretion should the need arise. Changes to the timeframe will be relayed to the affected Respondents during the process. RFP Issuance Date 28/01/2010 RFP Response Due 18/02/2010

Section - II

Technical and Functional Specifications

a. General Solution Expectations 1) The solution should handle all the processing cycles such as Inward, Outward, Inward Return and Outward Returns 2) Capable of reading and capturing MICR data from the MICR code line during the process of image scanning in one go without necessitating a second step or process for the same. 3) The machines must be fully compliant with and ready for Cheque Truncation Systems (CTS) and should conform to the CTS standards as per the directives and guidelines issued by Reserve Bank of India during validity of contract and current as on the date of submission of the tender. 4) The machines should be robust, capable of sustained operations and have seamless integration of different modules each for scanning, MICR reading, power encoding and sorting. 5) The operating system of the machines must be compatible with the associated cheque processing software both in MICR clearing environment and CTS environment. 6) The machines should be capable of handling all MICR payment instruments in use in India such as cheques, demand drafts, dividend/interest warrants etc. 7) Should support inter-operable open image standards and be capable of being viewed by any standard browser. 8) Should facilitate necessary interfaces for transfer of data and images to any external data warehouse if needed. 9) Should be capable to provide a flat file for upload in the required format for the Core Banking System. 10) The software should be Cheque Truncation System (CTS) ready and should be capable of readily providing all the functionalities and workflows and process flows necessary for pre-CTS environment. The equipment/application software should be CTS compliant. 11) The Signature Verification Software should capture, store, manage, retrieve and display customer‟s signature image along with the Cheque Image 12) The Machines should be brand new and manufactured as per the latest technological standards.

13)Audit Trail features: System should maintain audit trail and modification logs and generate module-wise or user-wise reports. System should also provide for batch-wise detailed log of information about every record getting modified through the application. 14) Capable of reading the MICR E13B and OCR fonts through mid-range cheque scanning transports. 15) System should provide various flows catering to the needs of the processing requirements like outward and inward processing. 16) Outward processing should be capable of handling CDM cheque files, Outsourced Vendor Processed file, and CMS files flow in addition to normal direct cheques received from branches for processing. Inward processing should allow for both the normal cheque processing flow and the high value cheque processing flow. 17) System should be capable of handling the returns processing –outward returns and inward returns. 18) Batch processing system: The system shall support batch oriented processing and the batch size shall be configurable. 19) System should be capable of performing duplicate cheques detection to identify any duplicate items being processed in the system. 20) System should have the optional capability to allow for automatic ICR based amount recognition if standardization of cheques is brought in by RBI 21) Bank requires two nos of machines with minimum efficiency of 300 dpm so that one serves as a backup in case of hardware failure. b. Outward Clearing – Technical Specifications The solution offered by the vendor should meet the following objectives:

Sr. No. The solution offered should have the following capabilities Compliant Y / N

1 Single pass amount encoding by using encoding data file created in CBS

2 Two pass amount encoding

3 Capture of images and MICR line data of instruments and MICR pay-in-slip for multiple batches with each batch containing multiple slips and accompanying instruments

4 Reject repair (fixing of data related to scan rejected cheques) 5 Image based amount key in for slip and instruments

6 Slip level balancing by maker by allowing corrections in amount field, insertion/deletion of records

7 Batch level balancing for all the slips in a batch

8 Generation of incremental encoding files for amount encoding. The generation should be independent of verification process referred to hereinafter

9 Image based verification of captured and user- input data by a checker.

10 Facility to mark instruments as rejected during verification

11 Generation of incremental posting file in a pre-determined format for upload to CBS

12 Exclusion of instruments marked rejected by checker during verification from posting file

13 Display of account name for captured/user input account number in Reject Repair, Amount Key in, Slip/Batch Balancing and Verification screens

14 Single pass and two pass encoding 15 Encoding in the batches of about 200 instruments

16 Batch balancing and RBNL-LBNR (from CBS) matching for encoding.

17 Generation of RBNL-LBNR reports and the reports required by MICR ACPC.

18 Multiple generation of Batch and block tickets

c. INWARD CLEARING

Sr. No The solution offered should have the following capabilities Compliant Y / N

1 Upload of RBI /MICR ACPC Inward Clearing file received from one or more clearing zones

2 Filter in and process RBI/MICR ACPC Inward Clearing file data either for all branches or for only some pre-determined branches.

3 Maintain list of branches for which data has to be processed. Addition/deletion of branches should be possible.

4 Handling merger, closure and split of branches without requiring changes in RBI/MICR ACPC Inward Clearing file.

5

Creation of data file (HSPE) and batches of inward instruments during scanning and reading, at the levels of clearing zones and branch and transactions code. Sub-batching within a transaction code should be possible

6 Manual amendment in batch status/number for rectification of errors, if any

7 Merging and de-merging of various batches of same branch

8 Automated mapping and maintenance of tables for the following functions:

9 Account Number to Account Name mapping (Daily refresh)

10 Short Account Number (SAN) to Long Account Number (LAN) mapping (Daily incremental updating)

11 Branch Code – Sort Code mapping (Periodical refresh)

12 Dishonour Reason Code to Dishonour Reason Description mapping (Occasional front-end amendments)

13 Image-based Reject Re-entry by multiple users

14 Exclusion of user-defined TCs from the scanned instruments and generation of user defined TC-wise branch-wise report for excluded records

15 Auto-population of LAN from SAN

16 Image based account number key in for instruments where account number is not auto-populated

17 Auto-population of new account number from old account number

18 Display of account name for keyed in or auto-populated new account number

19 Input of a pre-determined dummy account number for the records where the correct Account numbers are readily not available or for the instruments not drawn on Bank of Baroda.

20 Auto exclusion of TCs defined by user for payee name key in

21 Image-based key in of payee name for user-defined TCs

22 Separate data cleaning screens for capturing additional details required for different TCs.

23 Auto selection of data cleaning screens as per TCs

24 Comparison of RBI/MICR file data and HSPE file data and zone-wise balancing

25 Batch balancing with facility for suggested matches

26 Generation of RBNL and LBNR reports in user defined formats

27 Generation of instrument images in JPEG format with a pre-determined naming convention for each image file

28 Export of JPEG image files to CBS branch server in the JPEG format

29 Generation of multiple incremental files out of cleaned and balanced batches in different formats for upload to CBS

30 Inclusion of RBNLs and separation of records with dummy account number while generating posting file

31 Flexibility for generation of posting file either branch-wise or transaction code wise as per user requirements

32 Exclusion of user-defined TCs for generation of the posting file

33 Generation of a single separate cumulative file for records with pre-determined dummy account number irrespective of TC

34 Generation of report on instruments pending for upload due to non-inclusion in posting file

35 Upload of CBS Trickle Feed (posting) Reports to generate a report on postings rejected by CBS. The report should be indexed on rejection reason

36 Physical pull-out of instruments the posting of which is rejected by CBS

37 Upload of dishonour extract received from CBS in the pre-determined format and pullout the physical instruments as per the extract in the reader sorter

38 Manual data entry of returns in addition to dishonour file (CBS) at any point of time during the day

39 Generation and printing of reason memos in a pre-determined print format for dishonoured instruments in the same order the instruments were pulled out in the machine.

40 Generation of presenting bank-wise reports on dishonoured instruments

1.1. GENERAL Features of Software to be supplied by the vendor for meeting the

above functionalities:

Sr. No The solution offered should have the following capabilities Complia

nt YES / NO

1 The software is basically required for the Bank‟s service Branch automation and hence should generally have all the functionalities required for efficient processing of related activities.

2 Workflows for breaking the data in user-defined batches and processing of batches by multiple user s for efficient handling and processing are necessary

3 Complete flexibility for simultaneous working on different batches with different status

4 Manual amendments in batch status

5 The software should be compatible with the operating systems and softwares of the MICR Cheque Processing machines to be offered by the tenderer

6 Should work in Microsoft Windows environment

7 Should provide a secure log-in system

8 Should allow user maintenance functions and user right allocations

9 Should be capable of maintaining audit logs of all user initiated actions and generating reports thereof

10 All routine operations and maintenance functions should be menu driven

11 Utilities specially designed for specific functions should be properly and seamlessly integrated with the basic application software and should be menu driven

12 The software should be capable of sharing by about 100 concurrent users and should work in a LAN with the Bank‟ s Core Banking Systems (CBS)

13

The software should have capability of sending to and receiving from data from the Banks CBS in the form of flat files and extracts in the formats determined by the Bank. Maintenance of databases and tables for this purpose should be possible

14 The software should be Cheque Truncation System (CTS) ready and still should be capable of readily providing all functionalities and work flows and process flows necessary for pre-CTS environment.

15 The software should have standard back-up and restore functions.

16 The software should have holidays management system

17 Standard SOD and EOD functionalities

18 Single view display of progressive status of all batches

19 Storage of images files for pre-determined period (3months)

20 Document Search function for search on one or more filters on process date, MICR line fields, CBS account number

21 Generation of user-wise performance reports, reconciliation reports and summaries for record

22 User triggered purging of various files/data/images at predetermined intervals.

23 The software should be configurable.

24 The operation, configuration and settings should be menu-driven

25 There should be separate levels of password protection for operator,

supervisor and service engineer

26 The software should not call for any special qualification or special programming knowledge for the operator

27 The application software shall have all the functionalities and workflows necessary for efficient handling of bulk volume of clearing in a centralized environment

28 The system should not permit any kind of unauthorized access to the data.

29

The application software should have all the functionalities required for CTS as per the directives and guidelines issued by Reserve Bank of Baroda from time to time and current as on the date of submission of the tender. The bidder will have to furnish a certificate in writing to this effect along with the technical bid. However, the process flows required for Service Branch automation in pre-CTS environment should be readily available for immediate use.

30 The application software should be flexible enough to handle the changes in the CTS standards mandated by RBI in the course of pilot testing of CTS in Delhi

31 Complete details about the software which the vendor proposes to supply should be provided as a separate section as part of the technical bid

1.2. HARDWARE:

Sr. No The solution offered should have the following capabilities Compliant

Y / N

1 The MICR cheques processing machines offered by the vendor should be the best solution for the Bank‟s Service Branch in MICR clearing environment.

2 The machines offered should have a minimum track speed of 300 DPM and minimum encoding speed of 300 DPM for 6 ” cheques. Two such machines of identical configuration should be supplied. Product brochures of the machines must be supplied. Both machines would be operated simultaneously.

3 The machines must be fully compliant with and ready for Cheque Truncation Systems (CTS) and should conform to the CTS standards as per the directives and guidelines issued by Reserve Bank of Baroda from time to time and current as on the date of submission of the tender.

4 The machines should be flexible enough to handle the changes in the CTS standards mandated by RBI in the course of pilot testing of CTS in Delhi.

5 The machines must be brand new and manufactured as per the latest technology

6 The machines should be robust, capable of sustained operations and have seamless integration of different modules each for scanning, MICR reading, power encoding and sorting.

7 The machines should support 5 field encoding

8 The operating system of the machines must be compatible with the associated cheque processing software both in MICR clearing environment and CTS environment.

9 The Bidder should quote for and supply the required MICR Cheque Processing Machines( 300 DPM-reading and encodeing) and the

associated software. Cost for the required servers, PCs, CBS nodes, storage, etc and the LAN cabling for the solution would, however, be quoted separately. Bank will have the option to provide the required servers, PCs,CBS nodes, Storage etc or procure from the vendor. A detailed list of the servers, peripherals etc TOGETHER WITH THEIR CONFIGURATIONS should be detailed in the technical bid. Technical specifications should be recommended keeping in mind that fault-tolerant systems with sufficient redundancy built in would be required to ensure smooth and continuous operations

10 The machines should be capable of handling all MICR payment instruments in use in India such as cheques, demand drafts, dividend/interest warrants etc.

11 The rejection rate of the machines should not exceed 3 %

12 The machine should have user interface with the peripherals and to host computer/server through Bank‟s LAN/WAN

13 The machine should have capability of generating fault detection messages to be displayed on the attached monitor

14 The machines should have 8 sort pockets.

1.3. Technical Specifications for MICR Cheque Processing Machines

Sr. No. Particulars Our Specifications for

MICR Cheque Processing Machine

Specifications of the machine offered

1 Model Name (specify make and model name)

2 Machine Structure Modular for reading, scanning, encoding and sorting.

3

Track speed for reading, scanning and sorting and endorsing

300 DPM or above (Speeds for 6” cheques)

4 Speed for amount field encoding

300 DPM or above (Speeds for 6” cheques)

5 5 field encoding Capability required

6 Sort pockets 8 numbers with minimum capacity of 200 cheques

7 Hopper Capacity Minimum 2000 cheques

8 Scanner

Front camera grey scale

Rear Camera bi -tonal

Downstream image capturing

The scanner module should be compliant with Reserve Bank of India directives for Cheque Truncation

System vide RBI circular dated 11 March, 2005 (RBI/2004-2005/393Ref DIT. CO. No. 2218 /09.63.36/2004-2005 and RBI Circular dated 3rd February 2006 (DPSS (CO) No. 1158 / 04.07. 03 / 2005-2006)

9 Endorsement

As per RBI circular dated 11 March 2005 (RBI/2004-2005/393Ref DIT. CO. No. 2218 /09.63.36/2004-2005)

10 IQA Defect tests

As per RBI circular dated 11 March, 2005 (RBI/2004-2005/393Ref DIT. CO. No.2218 /09.63.36/2004-2005)

11 Compliance with RBI CTS

The machines must be fully compliant with extant instructions of RBI on CTS and should be robust enough to conform to the changes mandated by RBI during CTS Pilot.

12 Compatibility with Application software

Operating system should seamlessly interface with MICR Cheque Processing software

13 Power supply Indian standards

14 User Interface Via peripherals for menu systems and alerts

15 MIS / REPORTS For normal operations, fault s and logs

Total KVA of Power required for the two MICR machines to be supplied by the vendor:_____ KVA. (Please specify). (UPS systems required for the total KVA requirement of the solution would be provided by the Bank ) Configuration and Nos. of Servers, Work-stations, peripherals etc to be supplied by the Bank for the solution: (Please specify) Sr. No. Item Description with detailed specs Quantity

(Please provide details in the above format. All systems software required must also be unambiguously specified)

Section - III

RESPONSE TEMPLATE - A

Sr. No. Particulars (Ensure whether the following have been

enclosed) Yes No

Page No. of your

Response

1 Self Certified letter of unconditional acceptance of all Terms & Conditions

2 If submitting technical bid as a partner - letter of authorisation from the OEM.

3 If submitting technical bid as a partner - letter from OEM regarding the unconditional acceptance of terms and condition as regards to support for their products during warranty and subsequent AMC period if Partner fails to do so

5 Documentary proof relates to being in AUTOMATED CHEQUE PROCESSING CENTRE atleast for a period of last 3 years.

6 Self certified letter that branches/offices to log calls for support only with direct support offices.

7 Documentary evidence of satisfactory completion of Project. (With detail like name of institutions, contact person, telephone No.) and the locations where the similar configurations of ACPS are installed, supplied and supported.

9 Self certified letter certifying - having technically qualified engineers at all locations, who has expertise to install, support and commission the ACPS.

11 Self certified letter that any technical problem would be resolved within 24 hrs. Of call reported (including time for procuring spare parts)

12 Self certified letter to be submitted for meeting the delivery schedule and accepting the LD clause along with the copy of the respective OEM's confirming to adhere the delivery schedules.

13 Audited copies of the financial statements of last 3 years. i.e for 2006-07, 2007-08 & 2008-09*

14 *Self certified copies of financial statements for the financial year ended 31-03-2009, if yet to be audited

15 Audited copies of the financial statements of last 3 years i.e for 2006-07, 2007-08 & 2008-09*, of the principal (OEM) whose Systems / Products are quoted.

16 *Self certified financial statements of the principal (OEM)

whose Systems/ Products are quoted, for the financial year ended 31-03-2009, if yet to be audited.

17 Details of ACPS Specifications along with compliance & remarks if any specified (Section - V)

18 Escalation Matrix (Response template F)

19 Soft copy of Technical Bid on CD along with Original Set.

RESPONSE TEMPLATE B - Bidder Eligibility

Companies satisfying the following criteria are eligible to respond to this tender:

S.No Eligibility Criteria Supporting documents

Bidder should have good maintenance and after sale service network at Mumbai so that calls made by the Service Branch, Mumbai can be attended to within 2 hours. Contact details of their office/engineers in Mumbai must be provided.

Detailed list of addresses of support offices to be enclosed.

Minimum annual turnover should be not less than Rs.50 crores as per last three years audited financial statements

Documentary proof to be enclosed

Should have made Net Profits during last three financial years i.e 2006-07, 2007-08 and 2008-09.

Copy of Audited financial statements for last three years to be enclosed

2. The Original Equipment Manufacturers (OEMs) satisfying the above conditions under Sr. No 1., may quote either directly OR through a single Partner. In such cases the partner

Should have made Net Profits during last three financial years i.e 2006-07, 2007-08 and 2008-09.

Minimum turnover out of Indian operations

should be not less than Rs.50 crores from the business for last three years as per the audited financial statement.

Should have direct support office in Mumbai

Letter of undertaking from OEM regarding the unconditional acceptance of terms and condition related to support for their products during warranty and subsequent AMC period if partner fails to do so The OEM / Partner should have technically qualified engineers who have expertise and certification to support the installations. The OEM will be required to provide a letter of

Same as above to be provided for OEM & Partner. Copy of Audited financial statements for last three years to be enclosed. Documentary proof to be enclosed Detailed list of addresses of support offices to be enclosed. Unconditional acceptance Letter from OEM is

Authorization to the partner for submitting the offer on behalf of the principal.

mandatory Self certified letter certifying - having technically qualified engineers at all locations Letter of Authorization from OEM is mandatory

3. Banking is 24 hours service oriented sector and hence any technical problem should be resolved within maximum of 24 hours of call reported which includes time for procuring spare parts also. OEM/Partner should stock adequate spares of all items supplied.

A self certified letter to be submitted. A self certified letter to be submitted.

4. Should be able to deliver and install the AUTOMATED CHEQUE PROCESSING CENTRE within 12 weeks from the date of purchase order. For late delivery the Liquidated Damages clause would be applicable @1% of the contract value inclusive of all taxes, duties, levies etc., per week or part thereof subject to a maximum of 5%.

A self certified letter to be submitted for meeting the delivery schedule and accepting the Liquidated Damages clause along with a copy of the respective OEM‟s confirming to adhere the delivery schedules.

Please note that any response which does not provide any / all of the above information in the specified formats shall be rejected and the Bank shall not enter into any correspondence with the Bidder in this regard. For any further clarifications you may contact the following officers:

Name of officer : Mr.Shriniwas Salunke Phone No. : 022-66985234 Email id : : [email protected]

RESPONSE TEMPLATE - B

Particulars to be provided by the bidder with technical proposal –

No

Particulars

Details to be furnished by the bidder

Page No. of your Response

1 Name of the bidder

2

Year of establishment and constitution. Certified copy of “Partnership Deed” or “Certificate of Incorporation/commencement of business”, Memorandum of Association, Articles of Association should be submitted as the case may be.

3 Location of Registered office /Corporate office and address

4

Mailing address of the bidder

5

Names and designations of the persons authorized to make commitments to the Bank.

6

Telephone and fax numbers of contact persons 7

E-mail addresses of contact persons

8

Details of: Description of business and business background Service Profile & client profile Domestic & Int‟l presence Alliance and joint ventures

9

Whether the bidder is in to AUTOMATED CHEQUE PROCESSING CENTRE manufacturing / Supplier business, if yes then mention the period (evidence to be enclosed).

10 Details of experience/knowledge possessed in the areas of implementations of AUTOMATED CHEQUE PROCESSING CENTRE Project in India

11

Gross annual revenue of the bidder (not of the group) Year 2006-07 Year 2007-08 Year 2008-09 (Copy of audited financial statements for above years to be submitted)

Total From Audit

12

Net Profit of the bidder (not of the group) Year 2006-07 Year 2007-08 Year 2008-09 (Copy of audited financial statements for above years to be submitted)

No

Particulars

Details to be furnished by the bidder

Page No. of your Response

13 Experience of assignments executed successfully

(Name of the Bank, time taken for execution of the assignment and documentary proofs for above from the Bank are to be furnished)

14

Details of the similar assignments on hand as on date (Name of the Bank, time projected for execution of the assignment and documentary proofs from the Bank are to be furnished)

Declaration: 1. We confirm that we will abide by all the terms and conditions contained in the RFP. 2. We hereby unconditionally accept that Bank can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of Bidders. 3. All the details mentioned by us are true and correct and if Bank observes any misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process. 4. We confirm that this response, for the purpose of short-listing, is valid for a period of six months, from the date of expiry of the last date for submission of response to RFP. 5. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations. Place: Date : Seal & Signature of the bidder Technical Proposal format:

RESPONSE TEMPLATE C Details of Track Record (Past Installations) Name of the Vendor ___________________________________________

Name of the Client

Micr Cheque Processing Machine

Application

Software

Date of completion of delivery

as per

contract as well as Actual

Contact person

Name

Tel. No.

Fax No.

Address

Total Amount of Order

Make, Model

Qty As per contract

Actual

Date: _________ Place: ________ Seal & Signature of the bidder

RESPONSE TEMPLATE D List of Items (including software) which would be supplied by the vendor:

Sr. No. Item Description Quantity

1

2

3

4

(Please provide details in above format)

RESPONSE TEMPLATE E Details of Item required to be provided by Bank Configuration and Nos of servers, Work-stations, peripherals, software etc to be provided by the Bank for the solution: (Please specify)

Sr. No Item Description with details specifications Quantity

1

2

3

4

Etc…. (Please provide details in the above format. All systems software required must also be unambiguously specified)

RESPONSE TEMPLATE F

Commercial Bid Format Detailed commercial sheet should be submitted with specifying each & every equipment cost of AUTOMATED CHEQUE PROCESSING CENTRE along with total cost of AUTOMATED CHEQUE PROCESSING CENTRE

Part I Cost for AUTOMATED CHEQUE PROCESSING CENTRE with one year warranty

Sr. No Description of Items Make Model Qty Rate Total Amount

A Equipments

1

2

3

B Software

C Others (If any)

1

2

Total Amount

Part II Annual Maintenance Contract inclusive of upgrades, if any, for four years.

Sr. No Description of Items Amount % of AMC No. of Year Total Amount

1 Hardware 4

2 Software 4

Total

Part-III Additional Modules like Signature verification, UV Fruad Detection etc

Sr. No Description of Items Make Model Qty Rate Total Amount

Part-IV Additional H/w like servers, PCs, routers etc

Sr. No Description of Items Make Model Qty Rate Total Amount

Terms & Conditions:

All the commercial value should be quoted in Indian Rupees.

The amount quoted is inclusive of all taxes - present & future, duties, levies, etc.,

Bank will deduct applicable TDS, if any, as per the law of the land.

The amount quoted also includes the cost of all material that required for installation, commissioning and smooth functioning of AUTOMATED CHEQUE PROCESSING CENTRE.

Further, we confirm that we will abide by all the terms and conditions mentioned in the Request for Proposal document.

Place : Date : Seal & Signature of the bidder

RESPONSE TEMPLATE G

Compliance Certificate

To Date : General Manager, (Projects & IT Operations), Bank of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra kurla Complex, Bandra (East), Mumbai 400 051. Dear Sir, Ref: - 1. Having examined the Request for Proposal (RFP) including all response templates, the

receipt of which is hereby duly acknowledged, we, the undersigned offer to provide the end to end services for the in conformity with the said RFP and in accordance with our proposal and the schedule of Prices indicated in the Price Bid and made part of this bid.

2. If our Bid is accepted, we undertake to complete the project within the scheduled time lines.

3. We confirm that this offer is valid for six months from the last date for submission of RFP to the Bank (RFP closing date).

4. This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

5. We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

6. We agree that the Bank is not bound to accept the lowest or any Bid that the Bank may receive.

7. We have not been barred/black-listed by any regulatory / statutory authority and we have the required approval to be appointed as a service provider to provide the services to Bank.

8. We shall observe confidentiality of all the information passed on to us in course of the tendering process and shall not use the information for any other purpose than the current tender.

Signed Dated

Seal & Signature of the bidder Phone No.: Fax: E-mail: Place: Date: Seal and Signature of Bidder:

RESPONSE TEMPLATE H

ESCALATION MATRIX

Name of Compnay : Delivery Related Issues

Sr. No Name Designation Full Office Address

Phone No

Mobile No

Fax email address

First level Contact

Second level Contact (If response not recd in 24 Hours)

Regional / Zonal Head(If response not recd in 48 Hours)

Country Head(If response not recd in One week)

Service related Issues

Sr. No Name Designation Full Office Address

Phone No

Mobile No

Fax email address

First level of Support

Second level Contact (If response not recd in 4 Hours)

Regional / Zonal Head(If response not recd in 24 Hours)

Country Head(If response not recd in 48 Hours)

Any change in designation, substitution will be informed by us immediately. Signature Name of representative Designation

Company Seal End of Document