32
TENDER NO: KOL202001002 1 | Page SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMBRIDDHI BHAWAN, 1, STRAND ROAD, KOLKATA– 700001 SBIIMS INVITES e-TENDERS ON BEHALF OF SBI For SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF WIRELESS SIMPLIFIED QUEUE MANAGEMENT SYSTEM (TOUCH-SCREEN TYPE) AT THE BRANCHES UNDER LHO-KOLKATA ON MONTHLY RENTAL BASIS (TOTAL NOS OF BRANCHES IS 293) Tender Submitted By: Name of Contractor: ……………………………………………………………………………. Address: ………………………………………………………………………………………….. GSTIN: …………………………………………………… Date: ………………………… TENDER NO: KOL202001002 LAST DATE FOR SUBMISSION OF BID : 04.02.2020 UP TO 3.00 P.M NOTE: Contractor should submit Tender Processing Fee (TPF) through Online Mode only as mentioned in this NIT. TPF in the form of Demand Draft (DD) will not be accepted. Such tenders without Online Payment Receipt will be rejected

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

1 | P a g e

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA,

SAMBRIDDHI BHAWAN, 1, STRAND ROAD, KOLKATA– 700001

SBIIMS INVITES e-TENDERS ON BEHALF OF SBI

For

SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF WIRELESS SIMPLIFIED QUEUE MANAGEMENT SYSTEM (TOUCH-SCREEN TYPE)

AT THE BRANCHES UNDER LHO-KOLKATA ON MONTHLY RENTAL BASIS

(TOTAL NOS OF BRANCHES IS 293)

Tender Submitted By:

Name of Contractor: ……………………………………………………………………………. Address: …………………………………………………………………………………………..

GSTIN: …………………………………………………… Date: …………………………

TENDER NO: KOL202001002

LAST DATE FOR SUBMISSION OF BID : 04.02.2020 UP TO 3.00 P.M

NOTE: Contractor should submit Tender Processing Fee (TPF) through Online Mode only as mentioned in this NIT. TPF in the form of Demand Draft (DD) will not be accepted. Such tenders without Online Payment Receipt will be rejected

Page 2: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

2 | P a g e

NOTICE INVITING e-TENDERS

On behalf of State Bank Of India (hereinafter referred to as SBI), L.H.O., Kolkata, tenders are invited by SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (hereinafter referred to as SBIIMS) under two bid system for SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF WIRELESS SIMPLIFIED QUEUE MANAGEMENT SYSTEM (TOUCH-SCREEN TYPE) AT THE BRANCHES UNDER LHO-KOLKATA ON MONTHLY RENTAL BASIS from eligible bidders [i.e, Original Equipment Manufacturer (OEM) or their authorized representative ] for the same through online e-Tendering System portal https://etender.sbi . Details of the e-Tender are as under: 1. Name of the Work : SUPPLY, INSTALLATION, COMMISSIONING AND

MAINTENANCE OF WIRELESS SIMPLIFIED QUEUE MANAGEMENT SYSTEM (TOUCH-SCREEN TYPE) AT THE BRANCHES UNDER LHO-KOLKATA ON MONTHLY RENTAL BASIS

2. User Department : BPR-IT Department, State Bank Of India, Local Head office,

Kolkata, 1, Strand Road, Kolkata- 700 001 3. Tender Processing Fee (TPF) Fee Rs. 10,000/- (Rupees Ten Thousand Only)

(Non-Refundable)

to be credited through STATE BANK COLLECT (SB Collect an efficient MIS report generation tool) only . The steps involved in making the payment is provided at Annexure-I. The receipt generated with reference no. to be submitted along with Technical bid. GST number of contractor to be mentioned on it. Online payment receipt copy is to be submitted along with Technical Bid. Contractor should submit Tender Processing Fee (TPF) through Online Mode only as mentioned in this NIT. TPF in the form of Demand Draft (DD) will not be accepted. Such tenders without Online Payment Receipt will be rejected

4. Earnest Money Deposit Rs. 3,00,000.00 (Rupees Three Lacs only)

in form of Demand Draft (Valid for a period of 90 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn in favour of SBI Payab l e a tKo l kata should submit at the office of: Vice President & Circle Head SBI Infra Management Solutions Pvt. Ltd. Circle Office Kolkata, D Block, 9th Floor, Sambriddhi Bhawan, 1, Strand Road, Kolkata – 700001 before the date of tender (Technical Bid) opening. In case the EMD is not received within the aforesaid period, the bid will be out rightly rejected.

Page 3: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

3 | P a g e

5. Validity of Tenders : 90 days from the date of opening of Price-bid

(Subject to further extension) If the Bidders withdraw their offer during the validity period or makes modifications in his/her original offer which are not acceptance to SBIIMS without prejudice to any other right or remedy, SBIIMS shall be at liberty to forfeit the EMD.

6. Availability of Tender Documents : Tender documents to be downloaded from the Bank's website

https://sbi.co.in or SBI e-tender portal https://etender.sbi 7. ARCHITECT NAME : NA

10. Start Date & Time of submission of

technical & Price bid- : From 4:00 PM on 21.01.2020

11 Last date of submission of technical &

Price bid Including EMD & Tender Cost & Cover-1

Upto 3:00 PM on 04.02.2020

12 Date and time of opening of technical

bid (EMD + Technical Bid) 04.02.2020 at 3:30 PM

In Case of Tender Opening date is declared as holiday, the tender will open in the next working day at the same time.

13. Date and time of opening Price bid : 04.02.2020 at 4:30 PM

14. For any details, please contact : Vice President & Circle Head

SBI Infra Management Solutions Pvt. Ltd. Circle Office Kolkata, Sambriddhi Bhawan, 1, Strand Road, Kolkata – 700001.

15. For e-Tender related queries : Service provider: M/s. E-procurement Technologies Limited (abc procurement/ Auction Tiger) B-705, Wall Street- II, Opp. Orient Club, Ellis Bridge, Near Gujarat College, Ahmedabad- 380006, Gujarat Help Desk: Contact Persons: Geeta Goutam, M: +91 6354919566 | T: +91 79 68136814 Email:[email protected] Sujith Nair (Shark ID – ~SUJITHN) | Sr. Executive – Implementation & Support e-Procurement Technologies Limited

Page 4: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

4 | P a g e

Contact: [email protected] | Phone: +91-79-68136857 | 6863 | 6835 | 6829 | 6831 | 6840 (Mon-Fri working Hours 10 AM to 7 PM) (Sat working hours 10AM to 4PM)

17. Documents Required to be

submitted in Hard copy with Technical Bid at SBIIMS Circle Office

1. EMD as prescribed 2. Printed copy of Online Payment Receipt of Tender

Processing Fee (TPF) as prescribed 3. Process Compliance Statement as per

Annexure I of NIT 4. Page No. 1 of NIT (Filled up & signed by the Contractor) 5. All the copies of documents, related to the eligibility

criteria mentioned in this NIT NOTE: BEING A PRIVET LTD. COMPANY, SBIIMSPL WILL NOT ENTERTAIN ANY MSME CERTIFICATE. IMPORTANT NOTES a) All contractors who are eligible can participate in this tender. b) In case the date of submission of Technical Bid, e-Tendering is declared as a holiday, the respective date

will be considered on the next working day at the same time. The bidder, who is the authorized representative and participating on behalf of company/ Dealer/vendor, should have a valid digital signature certificate (DSC) for this tender..

c) Electronically Sealed e-Tenders are invited from the eligible supplier/ contractors Sealed tenders in two

parts are to be submitted online through the following website: https://etender.sbi

** Price bid shall not be accepted offline.

(a)Part – I (Technical Bid + EMD): Technical Bid already available in of-line mode & EMD as stated above. (b) Part – II (Price Bid): This shall contain the Electronic format of Price Bid. No condition/ stipulation in this part other than unconditional general rebate shall be accepted.

Part – II (Price Bid) of those bidders will be opened who would qualify in the technical bid. The contractors can view the Tender Opening Details through their respective log-in IDs on the above mentioned e-tender portal (Website).

d) The Bidder is expected to examine all instructions, forms, terms and specifications in the bid documents.

Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and shall result in rejection of the bid.

e) In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next

working day at the same time. Again, corrigenda, if any, are to be followed from " https://etender.sbi ".

f) No conditions other than mentioned in the tender will be considered, and if given they will have to be

withdrawn before opening of the price-bid. g) Tenders received without EMD and Cost of Tender Documents/TPF shall be summarily rejected

Page 5: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

5 | P a g e

and such tenders shall not be allowed to participate in the online price bidding process. h) In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next

working day at the same time. i) SBIIMS Pvt. Ltd. has the right to accept / reject any / all tenders without assigning any

reasons and no correspondence shall be entertained in this regard. j) The EMD of the unsuccessful Bidders in Technical Bid shall be returned after finalisation of the technical &

price bid evaluation. k) Rates shall be quoted in both figures and words. In case of any discrepancy (ies) in the rate quoted in

figures and words and in the amount, the rate quoted in words will be considered. Vice President & Circle Head SBI Infra Management Solution Pvt. Ltd (For & behalf of State Bank)

Page 6: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

6 | P a g e

NOTES RELATED TO E-TENDERING:

SBIIMS PVT. LTD. shall finalize the Tender through e-tendering mode for which M/s. e-Procurement Technology, will been engaged by SBIIMS. Please go through the guidelines given below and submit your acceptance to the same along with your Commercial Bid.

1. E-tendering shall be conducted by SBIIMS through M/s. e-Procurement Technology, on pre-specified date. While the Contractors shall be quoting from their own offices/ place of their choice, Internet connectivity and other paraphernalia requirements shall have to be ensured by Contractors themselves. In the event of failure of their Internet connectivity, (due to any reason whatsoever it may be) it is the bidders’ responsibility.

In order to ward-off such contingent situation bidders are requested to make all the necessary arrangements/alternatives such as back–up power supply whatever required so that they are able to circumvent such situation and still be able to participate in the E-tendering successfully. Failure of power at the premises of Contractors during the E-tendering cannot be the cause for not participating in the E-tendering. On account of this the time for the E-tendering cannot be extended and SBIIMS Pvt. Ltd. Is not responsible for such eventualities.

1. M/s. e-Procurement Technology, shall arrange to train your nominated person(s), without any cost to you. They shall also explain you all the Rules related to the E-tendering. You are required to give your compliance on it before start of bid process.

2. BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in Indian currency & unit of measurement will be displayed in online E-tendering.

3. BID PRICE: The bidder has to quote the rate as per the tender document provided by SBIIMS Pvt. Ltd. their appointed Architects.

4. VALIDITY OF BIDS: The bid price shall be firm for a period specified in the tender document and shall not be subjected to any change whatsoever.

5. Procedure of E-tendering:

Online E-tendering:

(a) The soft copy of the Technical as well as Price Bid is available on the Bank’s website during the period specified in the NIT.

(b) Online e-tendering is open to the elligible bidders in the respective category.

(c) The Price-Bid shall be made available online by the Service Provider wherein the contractors will be required to fill-in their Item-wise rates for each item.

(d) The Contractors are advised not to wait till the last minute to submit their online item- wise quote in the price bid to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc.

Page 7: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

7 | P a g e

It is mandatory to all the bidders participating in the price bid to quote their rates for each and every item.

(e) In case, contractor fails to quote their rates for any one or more tender items, their tender shall be treated as “Incomplete Tender” and shall be liable for rejection.

6. LOG IN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by M/s. e-Procurement Technology, . All bids made from the Login ID given to the bidder will be deemed to have been made by thebidder.

7. BIDS PLACED BY BIDDER: Bids will be taken as an offer to execute the work as specified. Bids once made, cannot be cancelled / withdrawn and the Bidder shall be bound to execute the work at the quoted bid price. In case the L-1 Bidder backs out or fail to complete the work as per the rates quoted, SBIIMS shall at liberty to take action as deemed necessary including de-paneling such contractors and forfeiting their EMD.

8. At the end of the E-tendering, SBIIMS Pvt. Ltd. will decide upon the winner. SBIIMS Pvt. Ltd. decision on award of Contract shall be final and binding on all the Bidders.

9. SBIIMS shall be at liberty to cancel the E-tendering process/tender at any time, before ordering, without assigning any reason.

10. SBIIMS shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

11. Other terms and conditions shall be as per your techno-commercial offers and other correspondences till date.

12. OTHER TERMS &CONDITIONS:

- The Bidders shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers/bidders.

- The Bidder shall not divulge either his Bids or any other exclusive details of SBIIMS Pvt. Ltd. to any other party.

- SBIIMS Pvt. Ltd. decision on award of Contract shall be final and binding on all the Bidders. - SBIIMS Pvt. Ltd. Reserve their rights to extend, reschedule or cancel any E-tendering within its sole

discretion

- SBIIMS or its authorized service provider shall not have any liability to Bidders for any interruption or delay in access to the site irrespective of the cause.

- SBIIMS or its authorized service provider is not responsible for any damages, including damages that result from, but are not limited tonegligence.

Page 8: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

8 | P a g e

- SBIIMS or its authorized service provider will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic informationetc.

N.B.

- All the Bidders are required to submit the Process Compliance Statement (Annexure-II) duly signed to the Service Provider.

- ALL THE BIDDERS ARE REQUESTED TO ENSURE THAT THEY HAVE A VALID DIGITAL SIGNATURE CERTIFICATE WELL IN ADVANCE TO PARTICIPATE IN THE ONLINE EVENT.

Page 9: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

9 | P a g e

MINIMUM ELIGIBILITY CRITERIA FOR QUALIFYING IN TECHNICAL BID :-

A. Only those applicants who possess the following eligibility criteria should apply, along with supporting documents

Sl no Eligibility Criteria Supporting Document

01. The Bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. An authorization letter from manufacturer to this effect should be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer should provide the same.

OEM Certificate / Authorization Letter.

02. The Bidder/ Original Equipment manufacturer (OEM) should have national presence and should have experience in handling, installations, maintenance and services support of 500 Queue Management Systems in at least 2 PSBs on OPEX Model in last seven Years. The Bidder should have installed minimum of 500 Remote monitoring enabled QMS Kiosks in one PSB during the past three years should be reckoned prior to date of bidding. Experience in the field of ATM or any other equipment of similar nature will not be reckoned as experience for kiosks installations

Work Order Copies and Installations proofs required. The Satisfactions Letters from respective PSB can be given.

03. The Bidder must have registered turnover of Rs. 2.00 Crore or above (from Indian Operations only) in each year during the last three completed financial years .The turnover must be specific to Queue Management System

Audited Financial statements for the last three financial years Certified letter from the Chartered Accountant (CA). The CA certificate in this regard should be without any riders or qualification. Supporting Required: Provisional / Audited figures for 2018-19,

04. The Bidder must be net profit (after tax) making entity audited figures for (from Indian operations only) continuously for the last three years, that is financial years – 2016-17, 2017-18 and 2018-19 with a positive net worth.

Audited Financial statements for the financial years 2016- 17, 2017-18 and 2018- 19. Certified letter from the Chartered Accountant. The CA certificate in this regard should be without any riders or qualification. Supporting Required: Provisional / Audited figures for 2018-19,

05. The Bidder should have its Service centre in Kolkata and have at least 5 residential engineers at Major cities of North Eastern Region.

Address of Service Centre and List of Engineers with Mobile No. and their Address.

06. The Bidder should have arrangement to provide Service support and also arrangements to provide All India toll free/ contact number for lodging the complaints and escalations thereof. Bidder is required to support such installations and will have to

Undertaking with details

Page 10: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

10 | P a g e

enter into SLA for uptime guarantee.

07. The Bidder should not have been blacklisted by any Govt./Govt. Agency /Bank(s) /Financial Institutions in India in the last three years. The Bidder has to submit self certification on their letterhead.

Self Declaration

08. The Bidder should have ISO 27001:2013 and ISO/IEC 20000-1:2011 or ISO 9001/2015 for data security services in the name of bidders name.

09. The Bidder should have CMMI (Capacity Maturity Model Integration) Level 5 certification for software development and customization in the name of bidders name.

This is required to minimum circulation of Bank data to the limited vender.

B. The vendors should posses the following additional supporting documents and must submit self-attested photocopies of the following supporting documents along with Technical Bid:

a) PAN Card in the name of the proprietor/firm/company. b) Goods & Service Tax (GST) registration. c) Details of office establishment of the firm.

Page 11: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

11 | P a g e

APPLICATION –CUM- TECHNICAL BID FORM :-

(Please strike-off which is not applicable.)

1 a) Name of the applicant/organization

b) Full Postal Address of the Firm

c) Contact Details (i) Phone No. (ii)Mobile No. (iii)Fax No. (iv) E- mail address.

2 Year of establishment

Please enclose documentary evidence

3 Constitution of Firm

Enclose certified copies of documents as evidence.

Sole proprietorship/ Partnership /Private Ltd. / Ltd. Co. / Any other (Please specify)

4 Name of the Proprietor/Partners/Directors of the organization/firm

Enclose certified copies of document as evidence.

5 Name/s of authorized signatory with designation

6 Mode of Authorization

Enclose certified copies of document as evidence

Resolution / Partnership Deed / Registered Power of Attorney / Proprietor / Any Other ( Please specify)

7 Details of registration-whether partnership firm, company, etc. Name of registering authority, date and registration number (Note: partnership firms not registered with the appropriate authority need not apply), if any

Enclose certified copies of document as evidence.

8 Whether registered with Govt. /Semi Govt./Banks/CPWD/Municipal Authorities or any other Public Organization and if so, since when? (Enclose certified copies of document as evidence).

i. Name of Organization ii. No. & Date of Registration

9 No. of years of experience in the field and details of work in any other field.

10 Yearly turnover of the organization during last 3 (three) years (year wise).

Page 12: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

12 | P a g e

11 Banker’s Details

(i) Banker’s Name

(ii) Full Postal Address

(iii) Telephone No.

(iv) Account No.

(v) Type of Account

12 PAN No. (Income tax) Enclose certified copies of document as evidence

13 Goods & Service Tax (GST) No. Please enclose documentary evidence

14 Whether last three years IT returns filed (Pl. enclose certified copies of the IT returns of the last three FY years

15 Details of similar works completed during last 3 years.

16 Details of Key Personnel Permanently employed.

17 Whether any Civil Suit/litigation arisen in contracts executed during the last 10 years. If yes, please furnish the name of the employer, nature of work, contract value, work order and brief details of litigation. Give name of the Court, place, and status of pending litigation.

18 Information relating to whether any litigation is pending before any Arbitrator for adjudication of any litigation or else any litigation was disposed off during the last ten years by an arbitrator. If so, the details of such litigation are required to be submitted.

19 Please mentioned whether your any relative(s) is (are) working in the State Bank of India with the name, relationship, address etc.

20 Registration details for the EPF/ESI and the Labour License details under the Labour Contract Act, if applicable.

I/We have read and understood the Press notice, Pre-qualification Notice & this Application form along with Annexure and my/our firm fulfills the ELIGIBILITY CRITERIA FOR QUALIFYING IN TECHNICAL BID described in this TENDER Notice.

(SIGNATURE OF AUTHORIZED SIGNATORY)

Page 13: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

13 | P a g e

I/We hereby confirm and certify that the information given above is correct and true and the enclosures annexed herewith are genuine to the best of my / our knowledge.

I/We are authorized to sign and submit these documents.

I /We understand that if any stage it is found / noticed by SBIIMS that any information thus provided by us is untrue / incorrect partly or fully and in case of receipt of adverse / unsatisfactory report from other clients / Bankers, SBIIMS may not consider our application or may take any appropriate action against us. I /We also understand that partly / wrongly filled application and / or applications not on prescribed proforma and / or applications not accompanying relevant documents / enclosures / annexed documents may liable to be summarily rejected by SBIIMS.

I / We understand that this is merely an application & does not entitles me /us to be necessarily qualified in Technical Bid by SBIIMS and SBIIMS reserves the right to reject all and / or any application without assigning any reason whatsoever.

All the terms & conditions, Technical Requirements etc. mentioned in this Tender are acceptable to us.

(SIGNATURE OF AUTHORIZED SIGNATORY)

NAME: SEAL OF THE FIRM

PLACE:

DATE :-

Note: Please enclose all the Annexure with relevant supporting documents duly self attested.

Signature of Authorized Representative ______________________________

Name of Authorized Representative ___________________________________________

Date: ______________________ Place: _____________________

Note: SBIIMS may make telephonic or written inquiries about the work done, including satisfaction of the client, and may also visit the client sites. Vendors should note that by providing the names of the clients in this form, they are authorizing SBIIMS to make inquiries about them with those clients.

Page 14: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

14 | P a g e

TERMS & CONDITIONS OF THE TENDER :-

1. The e-Tendering shall be conducted through Bank’s Service Provider for finalization of L1 rates and L1 vendor for the captioned works as per BOQ placed at Annexure-A amongst the shortlisted vendors qualified in Technical Bid after scrutiny of the Technical Bids received by SBIIMS.

2. The acceptance of any Technical Bid or otherwise will vest with SBIIMS and SBIIMS does not bind to accept any or all the applications received and reserves the right to reject any or all the applicants / vendors which do not ful-fill all or any of the conditions and ar e incomplete in any respect, without assigning any reason whatsoever. The applicant shall not be entitled to claim any cost, charges, damages and expenses of and incidental to or incurred by him through or in connection with his submission of Technical Bid/Price Bid.

3. The EMD/Security Money deposited shall not carry any interest. If the vendor, who quoted lowest amount in the Price Bid, backs out and will not execute the work in time, this deposited amount will be forfeited.

4. Selected vendor will be required to comply with all statutory requirements of the Govt. bodies. In case the they fail to comply with any of the statutory requirements, SBIIMS may pay the full or the unpaid balance due, as the case may be, either by deduction from any amount payable to the vendor under any contract, or as a debt recoverable from the contractor, or by invoking the deposited amount with SBI, at the sole discretion of SBI.

5. Opening & Evaluation of Technical Bids :-

i. The Bidders’ names, the presence or absence of requisite EMD and such other details, at the discretion of SBIIMS, will be announced at the time of technical Bid opening.

ii. Bids and modifications sent, if any, that are not opened at Bid Opening shall not be considered further for evaluation, irrespective of the circumstances.

iii. SBIIMS will examine the Bids to determine whether they are complete in all respect and all required formats have been furnished. The submitted documents have been properly signed, and the Bids are generally in order.

iv. Prior to the detailed evaluation, SBIIMS will determine the responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, the Bid which conforms to all the terms and conditions of the Bidding Document without any deviations will be treated as a responsive Bid.

v. SBIIMS determination of a Bid’s responsiveness will be based on the contents of the Bid itself, without recourse to extrinsic evidence.

vi. If a Bid is not responsive, it will be rejected by SBIIMS and shall not subsequently be made responsive by the Bidder by correction of the non-conformity.

vii. Only those Bidders and Bids who have been found to be in conformity of the eligibility terms and conditions during the preliminary evaluation would be taken up by the Bank for further detailed evaluation. Those Bids who do not qualify the eligibility criteria and all terms during preliminary examination will not be taken up for further evaluation.

viii. During evaluation and comparison of bids, SBIIMS may, at its discretion ask the bidders for clarification of its bid. The request for clarification shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted. No post bid clarification at the initiative of the bidder shall be entertained.

Page 15: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

15 | P a g e

6. Contacting the Bank :-

i. No Bidder shall contact SBIIMS on any matter relating to its Bid, from the time of opening of Price Bid to the time the Contract is awarded.

ii. Any effort by a Bidder to influence SBIIMS/SBI in its decisions on Bid evaluation, Bid comparison or contract award may result in the rejection of the Bidder’s Bid.

7. Award Criteria :-

i. The Contract will be awarded to the successful Bidder/s who has/have been determined to qualify to perform the Contract satisfactorily as per terms & conditions of the tender.

ii. The lowest (L1) bidder/vendor will be determined on the basis of the lowest rates quoted in e-Tendering as per BOQ as at Annexure-A.

iii. SBI has the right to distribute the total work amongst L1 , L2 & L3 bidders in L1 rates if desired by bank after finalization of L1 rate.

iv. The decision of Bank in allotment/distribution of Groups to bidder/vendor will be final and binding on all the participating bidders/vendors.

8. PRE DISPATCH INSPECTION

SBIIMS shall be free to carry pre-dispatch inspection and approval of the sample. The vendor shall make all necessary arrangements for this purpose.

9. COMPLETION PERIOD

The entire work will be completed within 7 weeks from the date of issuing work order.

10. PERFORMANCE BANK GUARANTEE [PBG]/SECURITY DEPOSIT :-

In addition to the EMD, the successful Vendor(s) has to submit the Performance Bank Guarantee not less than an amount Rs. 2,00,000.00 (Rupees Two Lakh only) valid for a period of 1 (one) year from the date of signing the contract from a Scheduled Commercial Bank other than SBI or Security Deposit amounting to Rs. 2,00,000.00 (Rupees Two Lakh only) in the form of Bank’s draft in favour of SBI payable to Kolkata inform of Demand draft within a week of receipt of work order. In case Vendor fails to perform the contract, Bank shall invoke/forfeit the Performance Bank Guarantee [PBG] /Security Deposit to recover penalty/damages or any other amount due to the Bank /amount recoverable for any non-compliance of the terms and conditions of the tender/defects in the work during defect liability period of 1 (one) year.

11. LIQUIDATED DAMAGES

Delivery of goods and performance of Services shall be made by the Vendor in accordance with the time schedule specified by the Bank. Any delay in performance of the obligation by the vendor will result in imposition of liquidated damages and/or termination of rate contract for default.

12. ASSIGNMENT The vendor shall perform its obligations under the contract personally and shall not assign, in whole or in part its obligations to perform under the contract or any third party.

13. RESOLUTION AND DISPUTES

All disputes or differences whatsoever arising between the parties shall be settled amicably. If, however, the parties are not able to solve them amicably, the same shall be settled by arbitration in

Page 16: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

16 | P a g e

accordance with the Arbitration and Conciliation Act 1996,and the award made in pursuance thereof shall be binding on the parties. The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be subject to the exclusive jurisdiction of the courts at Kolkata. During the arbitration proceedings the vendor shall continue to work under 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. The venue of the arbitration shall be Kolkata.

14. LIMITATION OF LIABILITY

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

a) IP Infringement indemnity

b) Bodily injury (including Death) and damage to real property and tangible property caused by Vendor's gross negligence. For the purpose of the section, contract value at any given point of time, means the aggregate value of the purchase orders placed by bank on the Vendor that gave rise to claim, under this tender. Vendor shall not be liable for any indirect, consequential) incidental or special damages under the agreement/ purchase order.

15. FORCE MAJEURE

Notwithstanding the above provisions, the Vendor shall not be liable for penalty or termination for default to the extent that its delay in performance or other failure to perform its obligations under the contract is the result of an event of force majeure. For purposes of this clause, “force majeure" means an event beyond the control of the Vendor and not involving the vendors' fault or negligence and not foreseeable. Such events may include, but are not restricted to, war or revolution and epidemics. if a force majeure situation arises, the Vendor shall promptly notify the bank in writing of such condition and the cause thereof. Unless otherwise directed by the bank in writing, the Vendor shall continue to perform its obligation under the contracts far as is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the force majeure event.

16. TERMINATION OF CONTRACT

The Bank reserves the right to terminate the contract by giving 30 days' notice to the Vendor if the vendor fails to fulfil its obligations under this agreement and initiate necessary actions against the vendor.

17. USE OF CONTRACT DOCUMENTS AND INFORMATION

The vendor shall not without SBI's prior written consent, make use of any document or information provided by them in Bid document or otherwise except for purposes of performing contract.

18. Quoted Rates

The monthly hiring rates should be quoted considering all the cost for supply of all the machines/ materials/software required, installation, commissioning and maintenance of the system specified,

Page 17: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

17 | P a g e

labour, wages, fixtures, transportation, installation, all taxes & charges , cost of the insurances, cost towards testing of materials supplied, wastages, Octroi, overheads, profit, statutory expenses, incidental charges and all related expenses to complete the work. However, GST will be paid extra as applicable.

19. DELAY IN THE SUPPLIER'S PERFORMANCE

Delivery of the goods and Performance of the Services shall be made by the vendor in accordance with the time schedule specified by bank. Any delay in performing the obligation by the supplier will result in imposition of liquidated damages and/or termination of the contract for default.

20. Contract Agreement:

On receipt of intimation of the acceptance of tender, the successful vendors shall be bound to execute the contract as per draft Agreement as at Annexure – F and within seven days thereof he shall sign an agreement in a non judicial stamp paper of appropriate value with the user deptt.

21. PAYMENT TERMS :-

i) There would be no provision for advance rental payment. ii) The vendor will submit the invoice along with the uptime report within 7 days on completion of each month to the respective branch. After verification of uptime report submitted by the Vendor and deducting the penalties, if any, the respective branch will make payment for the monthly hiring charges due within 7 days. iii) The monthly hiring rate will be firm throughout the contract period of 5 years from the date of issue of the work order and shall not change at any event during the contract period. iv) Income Tax/GST TDS will be deducted at source as per Govt. Guidelines. v) The vendor should comply with the following :- a) Vendor should have GST Registration Number. b) Invoice should specifically/separately disclose the amount of GST levied at applicable rate as per GST provision. c) In case of Correction in the bills after scrutiny, vendor should submit fresh bills for payment. d) Vendor should timely file his GST return in accordance with GST provisions to enable the bank to claim the credit of GST paid to the vendor.

Page 18: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

18 | P a g e

PROCESS COMPLIANCE STATEMENT (ANNEXURE I)

(The bidders are required to print this on their company’s letter head and sign, stamp and submit with technical Bid)

To,

M/s. E-procurement Technologies Limited

AGREEMENT TO THE PROCESS RELATED TERMS AND CONDITIONS FOR THE ONLINE E-TENDERING FOR SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF WIRELESS SIMPLYFIED QUEUE MANAGEMENT SYSTEM (TOUCH-SCREEN TYPE) IN AT THE BRANCHES UNDER LHO-KOLKATA ON MONTHLY RENTAL BASIS

Dear Sir,

This has reference to the Terms & Conditions for the E-tendering mentioned in the Tender document

This letter is to confirm that:

1) The undersigned is authorized representative of the company. 2) We have studied the Commercial Terms and the Business rules governing the E- tendering as

mentioned in RFP of SBIIMS Pvt. Ltd. as well as this document and confirm our agreement to them.

3) We also confirm that we have taken the training on the E-tendering tool and have understood the functionality of the same thoroughly.

4) We confirm that SBIIMS Pvt. Ltd. and M/s. e-Procurement Technology, shall not be liable & responsible in any manner whatsoever for my/our failure to access & bid on the e-E-tendering platform due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the E- tendering event.

5) We confirm that we have a valid digital signature certificate issued by a valid Certifying Authority.

6) We, here by confirm that we will honour the Bids placed by us during the E-tendering process.

With regards Date:

Signature with company seal Name: Company / Organization: Designation within Company / organization: Address of Company / Organization:

Page 19: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

19 | P a g e

ANNEXURE-A

Broad Scope of Work :

1.1 The successful bidder should provide on rental basis Wireless Queue Management System, including but not limited to providing of the required Hardware, Software, Databases, Third Party Utilities, if any, and installation, testing, commissioning, warranty, annual maintenance, required/guaranteed uptime, etc 1.2 Bank proposes to procure 293 nos simplified Wireless Queue management System. Bank reserve the right to modify this number based on the actual requirement of the Bank. 1.3. To provide all necessary hardware and software required to make the solution work strictly as per technical specifications. The specifications given are minimum. Bidders can quote equivalent or higher technical specifications to meet the Bank’s requirements. 1.4. The Wireless Queue management System should be such that it should be capable of being provide Online/Offline Reports, Hardware Fault, Automatic Call logging Facility outside the Bank’s Network via Mail to Bank’s Authorize Officials. 1.5 The Solution should be outside the Bank’s Existing Network and will not be connected to Bank’s LAN. 1.6 The Bidder will be required to provide One month on Site support of one person post installation of the systems during Customer Walk In Hours. 1.7 The Bidder will be required to deploy 1 Manpower at Bank’s designated site for Monitoring the Machines Installed at different branches and provide the Reports to Bank’s Authorized officials on Daily/Weekly basis. 1.8 The solution should have generated a live MIS including branch dash board for Branch level monitoring . 1.9 A detailed account of the scope of the work is also given in Annexure-A of this RFP and the bidders are advised to take a note of the same. 1.10 E-Token Facility through SMS should also be provided along with option of Printed Token. Mobile API will be provided by Bidder only. 1.11 Solution should be capable of generating suitable MIS reports customized to Bank’s requirements in respect of activity, uptime, fault event. Typical fields in this MIS: No. of Tokens issued daily, No. of Tokens serviced daily, Service Wise Number of Tokens, Counter No., Wait Time, Loan Enquiry Mobile No. Report etc.

Page 20: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

20 | P a g e

2. Technical & Functional Specification:- Sl no

Item Minimum Set of Requirements

Desired Set of Requirements Complied with Yes/No

1 Token Dispenser

PC with 1 8 . 5 inch P O S Touch screen button that can support a minimum of 15 counters and support 1024*768 resolution. The OS should be windows 10 Pro. To ensure compatibility with the banks security standards with :- i) with 2(Two) buttons options for branches up to Scale III. ii) with more than 2(Two) buttons options for branches upto Scale IV and above.

PC (I3,4 GB RAM,500 GB HDD) with fanless design unit with sealed 18.5 inch POS Touch screen (PCAP technology) that can be mounted as a desktop or on a pedestal. The OS should be windows 10 Pro. to ensure compatibility with the banks security standards. The facility for using external storage devices(Data) like pen drive, hard disk, CD/DVD etc. Should be permanently disabled, so that import or export of data/sw/information is not possible.

2 Form Factor Should be freestanding model Should support free standing or wall mounted and have a very pleasing aesthetic design

3 Printers and other peripherals

3 inch printer auto cutter feature and support at least 500 receipts without a refill.

High speed 3 inch printer with auto cutter feature and support at least 500 receipts without a refill .Preference for drop in design for easy paper loading

4 Token Display Unit with speaker

To be provided by vendor minimum 28” LED screen & Integration also to be done by vendor

5 Token Display Unit

Should display set of services relevant to the branch .Services can be selected by customers using the touch screen

Should display set of services relevant to the branch .Services can be selected by customers using the touch screen. Should support minimum of 3 languages per branch. English, Hindi and the regional language.

6 Service Selection

Customers can select any service of choice and the relevant ticket has to be printed The Services should be Customizable at Branch Level according to their daily needs.

System should support single or multiple selection of service/s at the time of dispensing the token and the system would generate the ticket of choice. Alphanumeric numbers are desired to easily identify service and customer prefix. Loan Service should also be added along with other Services and only E-Token must be generated for it. Branch Manager/Authorized official at Branch can configure the Services

Page 21: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

21 | P a g e

needed by them by Admin Panel at Kiosk.

7 Queuing algorithm

Should support linear queuing whereby customers can select onscreen customer identification icons.

Should support linear Queuing .

Facility to redirect customers and serve out of turn customers and handle missing customers

Customers can be redirected to a particular counter or for a service.

8 Tokens System should dispense printed tokens as well as E-Token Via SMS.

System should dispense printed tokens with Banks Branding.SMS will contain Token No. and Bank’s promotional Message till 150 Character.

The printed ticket will contain Branch name, the service(s) selected in a clear visible format.

Additionally the estimated wait time for each service or /and number of people waiting ahead of this ticket.

The default language for ticket printing would be English

It is desirable to print the ticket in the language option selected by the customer.

9 Ticket Display (LED TV)

The ticket display would clearly show the tickets that have been called to their respective counters.

Additionally the ticket numbers should be displayed in the language of choice selected by the customer. Token announcement should be in selected language.

Voice Calling in English language, Hindi, or local language chosen by the customer

Additionally the ticket numbers should be announced in the language of choice selected by the customer.

The ticket display should show the promotional videos and the called ticket in clear distinct panels.

Real-time queue statistics of every service should be displayed on the screen constantly.

The ticket panel should display a minimum of 5 counters at any given point of time

The system should ideally support a dynamic display to handle sites with larger number of counters.

10 Ticket calling panel

The ticket calling panel allows calling of the next customer in the queue .

Ticket calling Panel must be outside of Bank’s Network and should be Wireless. The wireless should be secured.

The Ticket calling Panel should be Installed on at least 6” Window/Android Based Tab’s.

Tab’s in Proper Casing should be provided by Vendor to be placed at tellers Desk.

Should support Call next customer, Redirect Customers, Missing customers, Call Again etc.

Redirection should be counter to counter or to a particular service etc.

System should keep information of missing token/s.

System should keep information of missing token/s and this list must be easily accessible on the ticket calling panel.

Counter staff should be able to stop or pause operations.

Counter staff should be able to stop or pause operations. On pausing they need to indicate reason for taking the break. The counter should not be available to the scheduler for allocating

Page 22: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

22 | P a g e

a customer during this time. 11 Security The Whole System Must work

outside of the Bank’s Network and Must not hindered with Bank’s Daily operations and CBS.

The System Must work independent.

12 MIS Reporting

Should generate ticket wise detailed report, service wise wait time, service type report, hourly foot fall service & user wise report, day wise foot fall reports in tabulated format.

Additionally data is converted Into a graphical dashboard view with detailed parameterized drill-down options. Data is displayed systemically for Loan Facility. Extracting of data is available (in different file formats or for download into bank's systems).

Employee Wise Wait times and Service time Report

Service time ,Wait time , Employee wise

Pause time reports Dashboard detailing total tickets generated ,service time and wait time in a single consolidated view across all branches

The MIS should be Provided at Each Branch E-Mail ID on Daily/Weekly basis.

Additionally the MIS should be E Mailed on Daily/Weekly basis to Bank’s designated Monitoring Officers.

MIS mentioned in above Point will Include Summary like No. Of Token Issued, No. Of Token Served, Average Serve Time, Counter Served etc.

This MIS can be Customized as per Bank’s desired.

13 Central Health Reporting

Central Health Monitoring for system functioning.

Additionally, system should have the capability of generating alert to the branch administrator for events like device fault, printer out of paper, Online/ Offline Reports, Automatic Call Logging etc.)

3. Representations and warranties of the deliverables and SLA

Terms & Conditions for Hardware, Software & Maintenance Services A. The Vendor warrants that the products supplied under the Contract are new, unused, of

the most recent or current model and they incorporate all recent improvements in design and / or features. The Vendor further warrants that all the Products supplied under this Contract shall have no defect, arising from design or from any act of omission of the Vendor that may develop under normal use of the supplied products in the conditions prevailing in India.

B. Warranty for Hardware Components : Onsite comprehensive warranty for all the hardware components including free replacement of spares, parts, kits as and when necessary will be available for the period of rental contract and subsequent AMC as agreed.

C. Warranty for the System Software/off-the-shelf Software will be provided to the Bank as per the general conditions of sale of such software.

D. The Vendor shall in addition comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Vendor, these guarantees are not attained in

Page 23: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

23 | P a g e

whole or in part the Vendor shall make such changes, modifications and / or additions to the Products or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests.

E. On-site comprehensive warranty: The warranty would be on-site and comprehensive in nature and back to back support from the OEM. The vendor will warrant all the hardware and software against defects arising out of faulty design, materials and media workmanship etc. for a period of five years from the date of acceptance of the hardware and software. The vendor will provide support for Operating Systems and other pre-installed software components during the warranty period of the hardware on which these software & operating system will be installed. The Vendor shall repair or replace worn out or defective parts including all plastic parts of the equipment at his own cost including the cost of transport.

F. During the term of the contract, the VENDOR will maintain the equipment in perfect working order and condition and for this purpose will provide the following repairs and maintenance services:

· Free maintenance services during the period of warranty. Professionally qualified personnel who have expertise in the hardware and system software supplied by the vendor will provide these services.

· The Bidder shall rectify any defects, faults and failures in the equipment and shall repair/replace worn out or defective parts of the equipment during working hours i.e. from 8.00 A.M. to 8.00 P.M. on all working days (viz. Monday to Saturday). In case any defects, faults and failures in the equipment could not be repaired or rectified during the said period, the engineers of the VENDOR are required to accomplish their duties beyond the said schedules in case of any situation if it warrants. In cases where unserviceable parts of the equipment need replacement, the VENDOR shall replace such parts, at no extra cost to the BANK, with brand new parts or those equivalent to new parts in performance. For this purpose the VENDOR shall keep sufficient stock of spares at Bank’s premises and at the premises of The VENDOR.

· The maximum response time for a maintenance complaint from the site of installation (i.e. time required for Vendor’s maintenance engineers to report to the installations after a request online complaint management system/call / fax /email is made) shall not exceed 4 (four) hours.

· The VENDOR shall ensure that faults and failures intimated by Bank as above are set right within 6 (six) hours of being informed of the same. In any case the equipment should be made workable and available not later than the Next Business Day.

· The VENDOR shall ensure that the full configuration of the equipment is available

to the BANK in proper working condition viz. uptime of 97% of the time on a 24x7x365 basis.

· In the event of the equipment not being repaired or a workable solution not provided during Warranty period, a penalty of one (1) percent of the total

Page 24: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

24 | P a g e

consideration for each week or part thereof the delay, subject to maximum amount of ten (10) percent of the total consideration will be charged to vendor. The vendor may provide temporary equivalent replacement as a workable solution to avoid the above penalty. Any penalty due during the Warranty period will be adjusted against the future rentals by the Bank.

· Preventive maintenance : The VENDOR shall conduct Preventive Maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment, and necessary repair of the equipment) once within first 15 days of the installation once within the first 15 days of every alternate month during the currency of this agreement on a day and time to be mutually agreed upon. With tanding the foregoing the VENDOR recognizes Bank’s operational needs and agrees that Bank shall have the right to require the VENDOR to adjourn preventive maintenance from any scheduled time to a date and time not later than 15 working days thereafter. Subsequently the vendor will undertake preventive maintenance once in a quarter during the period of rental contract.

· All engineering changes generally adopted hereafter by the VENDOR for equipment similar to that covered by this AGREEMENT, shall be made to the equipment at no cost to the Bank.

· Qualified maintenance engineers totally familiar with the equipment shall perform all repairs and maintenance service described herein.

· The Bank shall maintain a register at its site in which, the Bank’s operator / supervisor shall record each event of failure and / of malfunction of the equipment. The VENDOR’s engineer shall enter the details of the action taken in such register. Additionally every time a preventive or corrective maintenance is carried out, the VENDOR’S engineer shall make, effect in duplicate, a field call report which shall be signed by him and thereafter countersigned by the Bank’s official. The original of the field call report shall be handed over to the Bank’s official.

· The VENDOR shall provide replacement equipment if any equipment is out of the premises for repairs.

· A detailed SLA will be drawn with the vendor after the award of contract

G. Any worn or defective parts withdrawn from the equipment and replaced by the VENDOR shall become the property of the VENDOR and the parts replacing the withdrawn parts shall become the property of Bank. H. The VENDOR’s maintenance personnel shall, be given access to the equipment when necessary, for purpose of performing the repair and maintenance services indicated in this agreement. I. However if Bank desires to shift the equipment to a new site and install it thereof urgently, the VENDOR shall be informed of the same immediately. THE Bank shall bear the charges for such shifting and the VENDOR shall provide necessary arrangement to Bank in doing so. The terms of this agreement, after such shifting to the alternate site and reinstallation thereof would continue to apply and binding on the VENDOR.

Page 25: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

25 | P a g e

J. Bank shall arrange to maintain appropriate environmental conditions, such as those relating to space, temperature, power supply, dust within the acceptable limits required for equipment similar to that covered by this Agreement.

K. NO term or provision hereof shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any consent by any party to or waiver of a breach by other, whether express or implied, shall not constitute a consent to or waiver of or excuse for another different or subsequent breach.

L. If, in any month, the VENDOR does not full-fill the provisions of clauses (b), (c), (d), (e) and (h) only the proportionate maintenance charges for that period during the month will be considered payable by Bank without prejudice to the right of the Bank to terminate the contract. In such even the VENDOR was credited without deducting the proportionate maintenance charges for that month, the Bank can deduct the same from future payments payable or the VENDOR shall refund the amount forthwith to Bank on demand by Bank.

M. On account of any negligence, commission or omission by the of the VENDOR and if any loss or damage caused to the Equipment, the VENDOR shall indemnify/pay/reimburse the loss suffered by the BANK.

N. CONFIDENTIALITY: The VENDOR acknowledges that all material and information which has and will come into its possession or knowledge in connection with this agreement or the performance thereof, whether consisting of confidential and proprietary data or not, whose disclosure to or use by third parties may be damaging or cause loss to Bank will all times be held by it in strictest confidence and it shall not make use thereof other than for the performance of this agreement and to release it only to employees requiring such information, and not to release or disclose it to any other party. the VENDOR agrees to take appropriate action with respect to its employees to ensure that the obligations of non-use and non-disclosure of confidential information under this agreement are fully satisfied. In the event of any loss to the Bank in divulging the information by the employees of the VENDOR, the bank shall be indemnified.

The VENDOR agrees to maintain the confidentiality of the Bank’s information after the termination of the agreement also. The VENDOR / Bank will treat as confidential all data and information about the VENDOR /Bank / Contract, obtained in the execution of this tender including any business, technical or financial information, in strict confidence and will not reveal such information to any other party.

Page 26: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

26 | P a g e

4. Indicative Hardware Specification

HARDWARE SPECIFICATION System Processors Intel Core i3

Chipset H61/81 Memory 4GB Storage 500GB OS Win 10 Pro

Kiosk Display Type Touch Screen Size 18.5" Resolution 1920 x 1080 Brightness 200 cd/m² Touch-screen P-CAP

Ticket Display (LED TV)

Display LED USB 4 port PS/2 1 (Reserved for Keyboard or Mouse) NA Serial NA LAN Gigabit Ethernet, RJ-45 Audio 1 x Line Out, 1 x Mic-in Power DC-IN1 x 3 Pin Connector)

Printer Thermal Printer 80 mm Thermal Printer Mounting Mounting Wall Mount Tablets Screen Size 6” or More Power Power Supply Adaptor 24V,5A Physical & Environmental

Operating Temperature 0 degree C~ 50 degree C at 10% to 80% Humidity

Storage Temperature Min-20 degree C~ 50 degree C at 10% to 80% Humidity)

Page 27: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

27 | P a g e

MODULE WISE BREAKUP OF TOTAL NOS OF BRANCHES WHERE QUEUE MANAGEMENT SYSTEM IS TO BE INSTALLED.

Vendor has to supply, Install & do the maintenance work of 293 nos of Systems in different Branches of SBI. Module wise breakup or branch wise break up may be collected from the user dept.

Page 28: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

28 | P a g e

ANNEXURE-I

The steps involved in making the payment through SB Collect are as under:-

1. The Vendor needs to use SBI internet banking site http://www/onlinesbi.com/.

2. Select “SB Collect” from Top Menu, that will lead to the next page:

3. “Proceed” will lead to the next page”

4. Select “All India” in State of Corporate/Institution” & select “Commercial Services” in “Type of Corporate/Institution”.

5. “Go” will lead to the next page”

6. Select “SBI Infra Management Solutions” in Commercial Services Name and “Submit”

7. Select “Tender Application Fee” in “Payment Category” and enter the “Tender ID” exactly as we preloaded with characters in Uppercase only in place of Circle Codes.

8. The next page will be ready with few of the Preloaded Tender Details:

9. The Vender will have to fill up the fields properly and upon making the payment a receipt will be generated with a Reference No.

NOTE: Any type of vender, whether dealing with SBI or other bank can use the SB Collect facility.

Even a contractor not dealing with any bank can use this portal and generate challan and deposit by cash in any SBI branch. The bank charges for cash deposit wil1l be also borne by the vender himself.

Page 29: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

29 | P a g e

Page 30: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

30 | P a g e

Page 31: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

31 | P a g e

Page 32: SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF

TENDER NO: KOL202001002

32 | P a g e

NOTE:

1. VENDORS ARE REQUESTED TO SUBMIT THE COPY OF PAYMENT RECEIPT OF TENDER APPLICATION FEE ALONG WITH THE TECHNICAL BID IN HARD COPY.

2. VENDORS ARE REQUESTED TO CONTACT THE CONCERNED PERSON OF SBIIMSPL (VP&CH, SBIIMSPL) / SBI [AGM(BPR&IT)] FOR ANY FUTHER QUARRY RELATED TO THIS PROJECT.