61
Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 1 of 61 PUNJAB & SIND BANK REQUEST FOR PROPOSAL FOR Selection of Vendor for Supplying, Printing and Personalization of Ready Kits of ATM-cum-Debit Dual Interface Card (with Contact cum Contactless Chip and Magstripe) and Pin Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Head Office Information Technology Department Bank House, 21, Rajendra Place New Delhi-110008

REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

  • Upload
    others

  • View
    11

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 1 of 61

PUNJAB & SIND BANK

REQUEST FOR PROPOSAL

FOR

Selection of Vendor for Supplying, Printing and Personalization of

Ready Kits of ATM-cum-Debit Dual Interface Card (with Contact

cum Contactless Chip and Magstripe) and Pin

Tender No: PSB/HOIT/ RFP/ 122 /2018-19

Dated 17.09.2018

Head Office Information Technology Department

Bank House, 21, Rajendra Place

New Delhi-110008

Page 2: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 2 of 61

INDEX

S. No. Detail Page No.

From To

1. Key information about Tender 3 3

2. Introduction 4 4

3. Disclaimer 5 5

4. Chapter 1 – Instructions to Bidders 6 17

5. Chapter 2- Terms and Conditions 18 26

6. Chapter 3 - Scope of Work 27 31

7.

Annexures and Formats 32 51

Annexure-I Tender Covering Letter 32 32

Annexure-II Bidder Information 33 34

Annexure-III Bid Earnest Money in the form Bank

Guarantee 35 35

Annexure-IV Compliance form minimum Eligibility 36 37

Annexure-V Acceptance of the terms and conditions of

RFP and scope of work (compliance certificate 38 38

Annexure-VI Technical specifications 39 42

Annexure-VII Format for Indicative Commercial Bid 43 44

Annexure-VIII Stationary Item & specification for all

types of cards 45 45

Annexure-IX Certificate of satisfactory services PSU

Banks serviced the last two years 46 46

Annexure-X Format of Performance Guarantee 47 49

Annexure-XI List of Zonal Offices 50 50

Annexure-XII Pre-bid query 51 51

Pre Contract Integrity Pact – Annexure XIII 52 57

Non-Disclosure Agreement Format – Annexure XIV 58 61

Page 3: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 3 of 61

KEY INFORMATION

Particulars Details

Tender Number PSB/HOIT/ RFP/ 122 /2018-19

Tender Title Selection of Vendor for Supplying, Printing and

Personalization of Ready Kits of ATM-cum-Debit Dual

Interface Card (with Contact cum Contactless Chip and

Magstripe) and Pin.

Participation Fee (Non Refundable) Rs. 10,000/- (Rs. Ten thousand only) inclusive of GST

(In form of DD/ pay order favoring Punjab & Sind Bank

payable at Delhi) #

Bid Security (EMD) Rs. 42,00,000/- (Rs. Forty Two Lacs only)

Bid validity 180 days

Performance Bank Guarantee 10% on Bid value valid for 33 months

Date of Publishing the tender on Bank’s

Website 17.09.2018 11:00 Hrs

Last Date for submission of Pre-Bid

Query 24.09.2018 (queries must be mailed to

[email protected] only quoting tender reference

number in the subject)

Date and Time for Pre Bid Meeting 26.09.2018 15:00 Hrs

Last Date and time for submission of Bids 08.10.2018 15:00 Hrs

Date and Time of Opening of Technical

Bids 08.10.2018 15:30 Hrs

Date and Time of online Commercial Bids

(through Reverse Auction)

To be notified later to the qualifying bidders only.

Place of Opening of Bids Punjab & Sind Bank

Head Office

Information Technology Department

Bank House, 3rd Floor, 21, Rajendra Place,

New Delhi 110008

Contact Persons for any clarifications/

Submission of Bids

Asst. General Manager

Contact Numbers 011-25819873, 011-40045525

J. Sundararaman - 9789006736 (AGM)

If any of the dates given above happens to be Holiday in Delhi, the related activity shall be undertaken

on the next working day at the same time.

Page 4: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 4 of 61

INTRODUCTION

Punjab & Sind Bank, one of the leading nationalized Banks of the country, has a national presence

through a widespread network of 1500 plus branches, 25 Zonal Offices, 25 Departments in Head

Office, 2 Training Centers and 9 Currency Chests all networked under Centralized Banking Solution.

It also has a network of more than 1200 ATMs spread across the country including onsite and offsite

ATMs. With more than 110 years of customer services, the Bank has a large satisfied clientele

throughout the country. For enhancing customer convenience levels and overall inter-branch

efficiency, the Bank has been a frontrunner in implementing various IT enabled products.

Presently the EFT Switch (Base24), Reconciliation Services, Debit Card Management System

(DCMS) is outsourced to M/s Financial Software & Services Pvt. Ltd. In Chennai, ATM Managed

Services are outsourced to M/s FIS Mumbai and MIPS services are from M/s EnStage, Bangalore.

Card personalization and despatch is outsourced to M/s Madras Security Printers Pvt. Ltd., Chennai.

At present, Bank is issuing MasterCard & NPCI Rupay Card in EMV Chip variant.

This request for proposal document (‘RFP document’ or RFP) has been prepared solely for the

purpose of enabling Punjab and Sind Bank (hereinafter referred to as the ‘BANK’) to select a Vendor

/ service provider for Card Personalization Services for existing Owned ATMs under and all Owned

ATMs to be deployed by Bank in future, as desired by the Bank.

The Bank is looking for competent and experienced bidders, who have capability for supply,

processing & personalization of EMV chip cum magnetic stripe debit cards, image cards and

contactless cards (dual interface) and other variants of debit cards as per requirement of the Bank

(RuPay, MasterCard and Visa variants) and as per approved design & specification of the Bank.

This invitation of Bids is open to all companies having presence in India or their Authorized

Representative in India, provided firms fulfill the minimum qualification criteria as mentioned in bid

document.

The successful bidders would be selected, prices would be finalized through this RFP process and

an agreement would be entered into with the successful bidder/s for a period of two years.

Requirement of debit cards during two years of agreement is expected to be 40 Lakh cards including

EMV Chip cum Magnetic Stripe cards, Contact cum Contactless (Dual interface) cards including

NFC cards. Bidder should also be capable of meeting requirement of any new or older

version\category of debit cards which may be necessitated due to Government of India guidelines.

Bank also reserves its right to order for lesser number of cards during the contract period due to any

change in its policy or technology in the near future.

The tenure of contract shall be for an initial period of 2 Years. Bank reserves the right to extend the contract after the expiry of the initial term on existing terms & conditions and at existing rates for six months.

Page 5: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 5 of 61

DISCLAIMER

The information contained in this Request For Proposal (RFP document) or any information

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

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

and all other terms and conditions subject to which such information is provided.

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

parties for submission of bids. No contractual obligation whatsoever shall arise from the RFP

process until a formal contract is executed by the duly authorized signatory of the Bank and the

Bidder. The purpose of this RFP is to provide the Bidder(s) with information to assist the

formulation of their proposals.

This RFP does not claim to contain all the information each bidder may require. Each Bidder

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

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

Bank makes no representation or warranty and shall incur no liability under any law, statute,

rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its

absolute discretion, but without being under any obligation to do so, update, amend or

supplement the information in this RFP.

This RFP Document may not be appropriate for all persons, and it is not possible for the Bank

Representatives, their employees or advisors to consider the investment objectives, financial

situation and particular needs of each party who reads or uses this RFP Document.

The Bank Representatives may in their absolute discretion, but without being under any

obligation to do so, update, amend or supplement the information in this RFP Document.

Page 6: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 6 of 61

CHAPTER 1 - INSTRUCTIONS TO BIDDERS

1.1 ELIGIBILITY CRITERIA FOR THE BIDDERS

Bidders submitting bids must meet all the following eligibility criteria. Any bidder not fulfilling any

of the following criteria will not be eligible for further evaluation. Bidders must submit bid in their

own capacity. Joint bids will not be entertained.

S No. Eligibility Clause Supporting Documents Required

EC-1 Bidder should be a Company/ Firm/ in India

providing services of RuPay/ VISA/ Mastercard

personalization under Company Act having its

Registered Office in India.

Certificate of Incorporation, Certificate of

Commencement of Business issued by the

Registrar of Companies, the Memorandum

and Articles of Association are to be

submitted.

EC-2 The Bidder should have a Positive Net Worth

during the last three financial years (2015-16,

2016-17 & 2017-18) and have a minimum

turnover of Rs. 15 crores in any of these two

financial years in Debit Card personalization

and Debit Cards related business.

Copies of Audited Balance sheet and Profit

and Loss A/c along-with a calculated sheet

of net-worth of the company duly signed and

stamped by CA are required to be submitted.

EC-3 The bidder should have at least 2 years of

experience of undertaking “EMV Chip contact

cum contactless card with magstripe

personalization” for Rupay, MasterCard &

VISA cards for any Scheduled Commercial

Bank in India.

Bidder must submit copies of Purchase

Orders/ Work Orders issued by other Banks.

EC-4 The bidder should supply card from VISA,

MasterCard, NPCI certified card manufacturer

only within India with required infrastructure

for Debit Card personalization (EMV Chip

contact cum contactless & Magstripe)

conforming to all guidelines prescribed by

MasterCard, VISA and NPCI for the said

purpose.

An authorization letter from manufacturer to

this effect should be furnished.

EC-5 The bidder should have VISA, MasterCard,

NPCI certification for EMV personalization

(EMV Chip contact cum contactless &

Magstripe). The certificate should be valid at

least for 6 months from the date of submission

of bids. Further the certification as above should

have been received by the bidder on continuous

basis during last two years.

Latest valid certificate issued by VISA,

MasterCard and NPCI for EMV Chip card

personalization to be submitted. Self-

declaration from vendor on the continuous

certifications during last two years.

EC-6 The bidder shall strictly comply Master Card,

VISA, NPCI guidelines with respect to supply

of certified plastic cards and EMV Chips

contact cum contactless card and carrying out

personalization, PIN management, card

management, stock/ inventory management etc

as per the prescribe standard/guidelines,

NPCI/MasterCard/VISA guidelines.

An undertaking of this effect to be submitted

by the bidder to the Bank.

Page 7: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 7 of 61

EC-7 Bidder should have processed and supplied

more than 20 Lac MasterCard/VISA/Rupay

EMV Chip cards for Schedule Commercial

Banks in India during last financial year i.e.

2017-18. Out of 20 lacs, 1 lacs should be EMV

Chip contact cum contactless cards.

Certificates from clients to be submitted.

EC-8 Bidder should have their own arrangement for

card management for minimum of two

Scheduled Commercial Banks in India and

should have been in the business of end to end

card management for at least 2 years in India.

Certificate regarding satisfactory services

from all PSU Banks to whom they have

provided services during the last two years

immediately preceding the date of

submission of the bids.

EC-9 The bidder should have its own Disaster

Recovery Site in India and Business Continuity

Plan. Indicate the systems available for

DR/BCP or the time frame in which they will

be available. DR site must be located in India.

DR and BCP plan, document and ownership

/lease records of the facility like ownership

of facility like purchase deed of land or

facility

EC-10 The bidder should have sufficient capacity for

supply of Ready Kits to cater to Punjab & Sind

Bank’s requirements of minimum 30,000 and

scale upto 1 lac Ready Kits per month.

Self-declaration is to be submitted.

EC-11 The bidder should not have been black listed by

any Public Sector Bank during the last three

years and the Bidder / any of its associates,

should not have been cautioned / reprimanded /

blacklisted or have had its contract revoked /

terminated by any concern to which it was

under contract for supply of cards, or by any

regulatory or statutory body or RBI or the

Indian Banks Association (IBA) etc. at the time

of Bid submission.

Bidder to submit self-declaration in the

Company’s letterhead as per Annexure-I of

the RFP.

EC-12 The systems offered should not violate any

Intellectual Property Rights.

Self-declaration

EC-13 Bidders should have digital signature or agree

to obtain digital signatures to participate in

Reverse Auction.

Details of Certificate to be

furnished/undertaking in this regard is

required to be submitted

EC-14 The DC/DR manufacturing unit/ card

personalization bureau of the Bidder should be

ISO 9001 certified.

Relevant ISP certificates are to be submitted

EC-15 Bidder should have experience and capacity for

supply, processing and personalizing various

types of debit cards e.g. EMV compliant chip

based cards, magnetic stripe based cards, chip

cum magnetic stripe based cards, embossed,

non-embossed, photo cards, travel cards,

prepaid cards, contactless dual interface cards

including NFC enabled dual interface cards,

image cards etc.

Self-declaration and relevant experience

documents to be submitted

Page 8: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 8 of 61

Photocopies of relevant documents / certificates, duly stamped and signed must be submitted as proof

in support of the claims made. The Bank reserves the right to verify /evaluate the claims made by the

Bidder independently. The decision of the Bank in this regard shall be final, conclusive and binding

upon the Bidder.

1.2 COST OF TENDER

The tender document may also be downloaded from the Bank’s official website www.psbindia.com.

The bidder downloading the tender document from the website is required to submit a non-refundable

fee as mentioned in Key-Information in the form of Demand Draft or Pay Order in favor of PUNJAB

& SIND BANK, payable at New Delhi, at the time of submission of the technical bid, failing which

the bid of the concerned Bidder will be rejected. It may be noted that amount will not be refunded to

any prospective bidder under any circumstances including cancellation of RFP.

1.3 LANGUAGE OF THE BID

The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and

the Bank shall be in English language only.

1.4 BID CURRENCY & PRICE STRUCTURE

Prices shall be expressed in the Indian Rupees only. The bidder must quote price inclusive of all

applicable taxes and duties. The cost will not depend on any variation in dollar exchange rate/change

in tax structure.

1.5 TWO BID SYSTEM

a. The Bid Proposal being submitted would be binding on the Bidder. As such it is necessary that

authorized personnel of the firm or organization must sign the Bid. The designated personnel should

be authorized by a senior official of the Organization having such authority to do so. The same

person or a different person should be authorized who should have Digital Certificate issued in his

name and should have authority to quote offer price during On-line Reverse Auction. The details of

Digital Certificate like Name, Digital Key details, Issuing Authority and validity etc. are to be

provided. The Xerox copy of necessary Original Resolutions/ Authority/ Power of Attorney having

authority to authorize the person to submit Bid Documents/ participate in Online Reverse Auction,

on behalf of the Company shall be enclosed. The proposal must be accompanied with an undertaking

letter duly signed by the designated personnel providing a Bid commitment. The letter should also

indicate the complete name and designation of the designated personnel.

b. The bidder shall submit his response to the present tender separately in two parts – “The Technical

Bid” and ‘The Indicative (Estimated) Price’. Technical Bid will contain product specifications

whereas the Indicative (Estimated) price will contain the estimated pricing information. In the first

stage, only the Technical Bids shall be opened and evaluated as per the criterion determined by the

Bank. Those bidders satisfying the technical requirements as determined by the Bank in its absolute

discretion shall be short-listed for opening their Indicative (Estimated) Price. The indicative prices

are to fix the start price for on-line Reverse Auction. The shortlisted vendors shall be intimated the

date and time for participating in the On-Line Reverse Auction. Bidder should be agreeable to accept

the offer at the price quoted in Reverse Auction, in case bidder is identified / selected as L1 Bidder.

In order to participate in online reverse auction, bidders should have Digital Signature. M/s C1 India

Pvt. Ltd has been engaged for providing e-tendering services for Punjab & Sind Bank. M/s C1 India

Pvt. Ltd will train the bidders for this purpose and they will have to abide by the E-Business Rules

framed by the service provider and duly approved by the Bank. The E-business Rules shall be shared

with Shortlisted bidder before Reverse Auction.

Page 9: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 9 of 61

c. Any effort by a Bidder to influence the Bank in evaluation of his bid, bid comparison or contract

award decision would result in the rejection of the said bid. The Bank's decision in this case would

be final and without prejudice and will be binding on all parties.

d. The Bank reserves the right to accept or not to accept any bid or to reject a particular bid at its sole

discretion without assigning any reason whatsoever.

e. The Indicative (Estimated) Price of only technically qualified & short-listed vendors shall be opened

to fix the Start price for online Reverse Auction. The Bank shall, however, may follow any other

basis to determine the start price for on-line Reverse Auction.

f. Bid documents shall be submitted in a Single sealed envelope, including Demand Draft/Purchase

Order towards cost of RFP, Bid Security (EMD) and other required documents as mentioned in the

tender and a sealed envelope containing Indicative (Estimated) Price, duly super-scribing the

envelope with the reference of this RFP, due date, name of the Bidder with contact details, Offer

reference number etc. Bid document should be duly filed and all the pages of Bid including

Brochures should be made in an organized, structured, and neat manner. Brochures / leaflets

etc. should not be submitted in loose form. All the pages of the submitted Bid Documents should be

serially number numbered with the Bidder’s seal duly affixed with the Signature of the Authorized

Signatory on each page. Documentary proof, wherever required, in terms of the RFP shall be

enclosed.

g. The Bids containing erasures or alterations will not be considered. There should be no hand-written

material, corrections or alterations in the Bids. Technical details must be completely filled in. Correct

technical information of the product being offered must be filled in.

1.6 FORMATION OF BID

The bid must be made in an organized and structured manner. The Technical Bid shall contain the

following documents and should be properly sealed and marked as “Bid for Selection of Vendor

for Supplying, Printing and Personalization of Ready Kits of ATM-cum-Debit Dual Interface

Card (with Contact cum Contactless Chip and Magstripe) and Pin”, <Tender Reference

Number>, The Technical Bid shall contain the following documents:-

S. No. Documents

1. Tender Covering Letter as per Annexure –I

2. Bidders Information as per Annexure- II

3. Bid Earnest Money in the form Bank Guarantee as per Annexure -III

4. Compliance to Minimum Eligibility Criteria as per Annexure IV (please ensure

that all related documents to Minimum Eligibility criteria have been attached)

5. Acceptance of the terms and conditions of RFP and scope of work (compliance

certificate as per Annexure -V )

6. Technical specifications as per Annexure – VI

7. Format for Indicative Commercial Bid as per Annexure – VII

The format must be in another Sealed Envelope duly labeled as ‘Indicative

(Estimated) Price’ and Tender Reference No. , Name of the Bidder (Commercial

Bidding shall be held online through Reverse Auction)

Page 10: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 10 of 61

8. Format for Stationary item & specification for all types of cards Annexure – VIII

9. Certificate of satisfactory services by PSU Banks serviced the last two years

Annexure-IX

10. Format of Performance Guarantee as per Annexure – X

11. List of Zonal Offices Annexure- XI

12. Pre-bid query format Annexure – XII

13. Pre Contract Integrity Pact – Annexure XIII

14. Non-Disclosure Agreement Format – Annexure XIV

15. DD of Rs. 10000/- payable to Punjab & Sind Bank toward cost of Tender

Document (Please mention the tender name with year and company name at the

back of DD/Pay order.)

16. Copy of Power of Attorney authorizing official for signing the Bid

*Note: All Claims made by the Bidder will have to be backed by documentary evidence. The bidder

is expected to examine all instructions, forms, terms and specifications in the RFP. Failure to furnish

all information required or to submit a Bid not substantially responsive to the RFP in every respect

will be at the Bidder’s risk and may result in the rejection of the Bid.

1.7 COST OF PREPARATION

The Bidder shall bear all costs associated with the preparation and submission of its Bid and the Bank

will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the

Bidding process.

1.8 SUBMISSION OF BID AND COMMUNICATION

The Bank expects the bidders to carefully examine all instructions, terms and conditions mentioned in

this RFP document before submitting its unconditional compliance as part of the RFP. Failure to furnish

all information required or submission of an RFP not substantially responsive to the RFP in every respect

will be at the bidder’s risk and may result in the rejection of Bids.

Bids duly sealed should be submitted, in person, on or before the last Date and Time for bid submission

at the address mentioned below. Any other mode of submission, e.g. by courier, fax, e-mail etc. will not

be accepted.

All communications, correspondence will be only to the prime bidder. Any partner/sub-contractor has to

communicate only through the prime bidder. The prime bidder will act as the single point of contact for

the Bank.

Assistant General Manager

Punjab & Sind Bank,

Head Office Information Technology Department,

Bank House, 3rd Floor, 21, Rajendra Place,

New Delhi – 110008

1.9 LATE BIDS

a. Any bid received after the due date and time for receipts of bids as prescribed in this RFP will

be rejected and returned unopened to the Bidder. However, in case of the specified date of

submission of bids being declared a holiday for the bank, the bids will be received up to the

specified time on the next working day.

Page 11: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 11 of 61

b. The bank may, at its discretion, extend this deadline for submission of bids by amending the

bid documents, in which case all rights and obligations of the Bank and bidders, previously

subject to the deadline, will thereafter be subject to the deadline extended.

1.10 EARNEST MONEY DEPOSIT (EMD)

Non-submission of Earnest Money Deposit as mentioned in Key-Information will lead to outright

rejection of the Offer. The EMD of Rs. 42,00,000/- (Forty Two Lacs only) is to be submitted in the

shape of Financial Bank Guarantee from any scheduled commercial Bank valid for minimum 225 Days

from the date of Bid Submission Date.

EMD of unsuccessful Bidders will be returned to them on completion of the procurement process. The

EMD of successful Bidder(s) will be returned within 30 days on submission of Performance Bank

Guarantee.

The Earnest Money Deposit may be forfeited under the following circumstances:

a. If the Bidder withdraws its bid during the period of bid validity (180 days from the date of

opening of the technical bid).

b. If the Bidder makes any statement or encloses any form which turns out to be false, incorrect

and/or misleading at any time prior to signing of contract and/or conceals or suppresses material

information; and / or

c. In case of Technically qualified bidder, if the bidders fails:

To participate in Reverse Auction

To accept bid after submitting the bid in online reverse auction

d. In case of the successful Bidder, if the Bidder fails:

To Accept the bid submitted during Reverse Auction

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

To furnish performance Bank Guarantee in the form and manner to the satisfaction of the

Bank.

1.11 PERFORMANCE BANK GUARANTEE (PBG)

The Bank will require the selected Bidder to provide a Performance Bank Guarantee, within 15 days

from the date of acceptance of the order or signing of the contract whichever is earlier, for a value

equivalent to 10% of the total Contract value (Total cost of Annexure – VII).

The Performance Guarantee of the same amount should be valid for a period of 33 months including 3

Months as claim Period. The selected Bidder shall be responsible for extending the validity date and

claim period of the Performance Guarantee as and when it is due.

In case the selected Bidder fails to submit performance guarantee within the time stipulated, the Bank,

at its discretion, may cancel the order placed on the selected Bidder without giving any notice. Bank

shall invoke the performance guarantee in case the selected Bidder fails to discharge their contractual

obligations during the period or Bank incurs any loss due to Bidder’s negligence in carrying out the

project implementation as per the agreed terms & conditions.

1.12 OPENING OF BIDS

Technical Bid offer will be opened on the date and time mentioned in the bid ‘Key-Information’ in the

presence of the Bidders who choose to attend on the said date and time.

Page 12: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 12 of 61

The Bank will evaluate the technical response to the RFP of the Bidders who are found eligible as per

the eligibility criteria mentioned in the RFP. There will be no scoring involved in the eligibility

evaluation. Bids of only those Bidders 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. The Bidders who do not meet the eligibility criteria and all terms during preliminary

examination will not be taken up for further evaluation. During evaluation of the Bids, the Bank at its

discretion may ask a bidder for clarification of its bid. The request for clarification and the response shall

be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted.

1.13 EVALUATION PROCESS OF THE BIDS

The Evaluation will be a three-stage process:

1. Eligibility Criteria Evaluation - (Mandatory to meet by the bidders)

2. Technical Evaluation

3. Commercial Evaluation - (Bidding through online Reverse Auction)

The evaluation by the Bank will be undertaken by a Committee of internal Bank Officials and may

include Consultants. The decision of the committee shall be considered as final.

1.13.1 PRELIMINARY SCRUTINY

a. The Bank will examine the Bids to determine whether they are complete, required formats have been

furnished, the documents have been properly signed, and the Bids are generally in order.

b. The Bank may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid,

which does not constitute a material deviation.

c. The Bank will first examine whether the Bid and the Bidder is eligible in terms of Eligibility Criteria.

The bids not meeting the Minimum Eligibility Criteria shall not be considered for further evaluation.

d. Prior to technical evaluation, the Bank will determine the responsiveness of each Bid to the Bidding

Document. For purposes of these Clauses, a responsive Bid is one, which conforms to all the terms

and conditions of the Bidding Document without material deviations. Deviations from, or objections

or reservations to critical provisions, such as those concerning Bid Security, Applicable Law, Bank

Guarantee, Eligibility Criteria, will be deemed to be a material deviation.

e. The Bank’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself,

without recourse to extrinsic evidence.

f. If a Bid is not responsive, it will be rejected by the Bank and may not subsequently be made

responsive by the Bidder by correction of the non-conformity.

g. If any information / data / particulars are found to be incorrect, bank will have the right to disqualify

/ blacklist the company and invoke the bank guarantee/ forfeit the EMD.

Page 13: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 13 of 61

1.13.2 CLARIFICATION OF BIDS

To assist in the scrutiny, evaluation and comparison of offers/bids, The Bank may, at its sole discretion,

ask some or all Bidders for clarification of their offer/bid. The request for such clarifications and the

response will necessarily be in writing and no change in the price or substance of the bid shall be sought,

offered or permitted. Any decision of The Bank in this regard shall be final, conclusive and binding on

the Bidder.

The bidder shall notify The Bank in writing of all subcontracts awarded under the contract if not already

specified in his bid. Such notification, in his original bid or later, shall not relieve the bidder from any

liability or obligation under the contract. The Bank reserves rights to accept such arrangement or reject

the proposal outright. Proof of such contracts should be submitted to the Bank.

1.13.3 TECHNICAL EVALUATION

The technical bids shall be evaluated by a Committee of experts for the following:-

i. Compliance of Minimum eligibility criteria

ii. Receipt of all/complete documents/information/undertakings etc.

iii. Compliance of technical specifications (annexure- VI) of the products quoted.

iv. Adherence to support set up requirements.

Bank may, if it deems necessary, ask for presentations of the bidder or site visits of their facilities to

asses and satisfy itself on manufacturing/supply chain and support capabilities of the bidders.

1.13.4 COMMERCIAL EVALUATION

The commercial bid evaluation will be carried out through an online reverse auction process through our service provider.

The bidders will be asked to submit revised quotes that are lower than the starting price. Based on the

commercial bid values obtained at the end of the reverse auction process, the bidder with the lowest

commercial proposal will be designated as L1 Bidder.

Complete details for participation in the reverse auction process shall be shared with the technically

qualified bidders.

1.14 NO COMMITMENT TO ACCEPT LOWEST OR ANY BID

The Bank shall be under no obligation to accept the lowest or any other offer received in response to

this tender notice and shall be entitled to reject any or all offers including those received late or

incomplete.

Bank reserves the right to make changes in the terms and conditions of purchase. Bank will be under no

obligation to have discussions with any bidder, and/or entertain any representation.

1.15 RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS/CANCELLATION

OF TENDER PROCESS

PUNJAB & SIND BANK reserves the right to accept or reject in part or full any or all offers without

assigning any reason thereof even after issuance of letter of Intent. Any decision of Punjab & Sind Bank

in this regard shall be final, conclusive and binding upon the bidders. The Bank reserves the right to

Page 14: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 14 of 61

accept or reject any Bid in part or in full, and to annul the Bidding process and reject all Bids at any

time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or

any obligation to inform the affected Bidder or Bidders of the grounds for Bank’s action. During any

stage of evaluation process, if it is found that the bidder does not meet the eligibility criteria or has

submitted false /incorrect information the bid will be summarily rejected by the Bank and no further

correspondence would be entertained in this regard. Bank further reserves the right to amend, rescind,

reissue or cancel this RFP and all amendments will be advised to the Bidder and such amendments will

be binding upon them. The Bank also reserves its right to accept, reject or cancel any or all responses

to this RFP without assigning any reason whatsoever. Further please note that the bank would be under

no obligation to acquire any or all the items proposed. No contractual obligation whatsoever shall arise

from the RFP process unless and until a formal contract is signed and executed by duly authorized

officials of Punjab & Sind Bank and the bidder.

1.16 CORRECTION OF ERRORS

Bidders are advised to exercise greatest care in entering the pricing figures. No corrigenda or requests

for prices to be corrected will be entertained after the bids are opened. If there are any corrections in the

bid document, the authorized signatory should initial them all, failing which the figures for such item

shall not be considered. Discrepancies in bids will be corrected as follows:

Where there is a discrepancy between the amounts in figures and in words, the amount in words

shall prevail

Where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion of Bank,

there is an obvious error such as a misplacement of a decimal point, in which case the line item

total will prevail

Where there is a discrepancy between the amount mentioned in the bid and the line item total

present in the schedule of prices, the amount obtained on totaling the line items in the Bill of

Materials will prevail

The amount stated in the correction form, adjusted in accordance with the above procedure, shall be

considered as binding, unless it causes the overall price to rise, in which case the bid price shall prevail.

Based on the Bank’s requirements as listed in this document, the bidder should identify and offer the

best-suited solution / bill of material for the product that would meet the Bank’s requirements and quote

for the same.

1.17 SOFT COPY OF TENDER DOCUMENT

The soft copy of the tender document will be made available on the Bank’s website https://psbindia.com.

However, the Bank shall not be held responsible in any way, for any errors / omissions /mistakes in the

downloaded copy. The bidder is advised to check the contents of the downloaded copy for correctness

against the printed copy of the tender document. The printed copy of the tender document shall be

treated as correct and final, in case of any errors in the soft copy.

1.18 BID VALIDITY PERIOD

Bids shall remain valid for 180 (one hundred eighty) days after the date of bid opening prescribed by

the Bank. The Bank holds the rights to reject a bid valid for a period shorter than 180 days as non-

responsive, without any correspondence. In exceptional circumstances, The Bank may solicit the

Page 15: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 15 of 61

Bidder’s consent to an extension of the validity period. The request and the response thereto shall be

made in writing. Extension of validity period by the Bidder should be unconditional and irrevocable.

The Bid Security provided shall also be suitably extended.

A Bidder acceding to the request will neither be required nor be permitted to modify its bid. A Bidder

may refuse the request without forfeiting its bid security. In any case the bid security of the Bidders will

be returned after completion of the process.

1.19 PRE-BID MEETING

For clarification of doubts of the bidders on issues related to this RFP, the Bank intends to hold a Pre-

Bid Meeting on the date and time as indicated in the RFP in Key-Information. For any clarification

with respect to this RFP, the bidder may send an email to [email protected] by last date of

submission of queries as defined in Key-Information in this document. The format to be used for

seeking clarification is mentioned in Annexure-XII (Pre-bid Query Format). It may be noted that all

queries, clarifications, questions etc., relating to this RFP, technical or otherwise, must be in writing

only and should be sent to the email-id as stated earlier. Only two authorized representatives of the

bidders who have purchased the RFP will be allowed to attend the meeting.

1.20 AWARD OF CONTRACT/ PURCHASE ORDER

Following evaluation, a contract/ Purchase Order may be awarded to the bidder whose bid meets the

requirements of this RFP and provides the best value to the Bank commercial point of view.

The Bank reserves the right to award the contract in whole or in part. The acceptance of the bid, subject

to contract, will be communicated by way of placing a purchase order in writing at the address supplied

by the bidder in the bid document. Any change of address of the bidder should therefore be notified

promptly to the Assistant General Manager (IT) at the address given in this RFP. The terms and

conditions of purchase order and RFP shall constitute a binding contract.

1.21 AMENDMENT TO RFP CONTENTS

At any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own

initiative or in response to clarification(s) requested by a prospective bidder, modify the RFP contents

by amendment. Amendment will be notified in writing or by e-mail to all the prospective bidders and

will be published on Bank’s website, and will be binding on bidders. However, it is the bidder’s

responsibility to keep its communication channels (face-to-face, phone, fax, e-mail etc.) alive including

observing of Bank’s website for latest development in this regard. The Bank will not be liable for any

communication gap. In order to provide prospective bidders, reasonable time to take the amendment

into account for preparation of their bid, the Bank may, at its discretion, extend the last date for bid-

submission.

Bank reserves the right to scrap the tender at any stage without assigning any reason.

1.22 CONTRACT PERIOD

The initial contract shall be for Two years (unless terminated by the Bank before that date). Bank

reserves the right to review the rates at the expiry of every year, if the bank is of the opinion that there

are reductions of rates in the market for comparable services, compared to the initially agreed rates.

The Bank reserves the right negotiate the initial agreed rates and it will be mutually decided between

Page 16: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 16 of 61

bidder and the Bank for the subsequent period. However, the bank may consider an exit option if no

reasonable solution is obtained. Further, Bank reserves the right to extend the contract after the expiry

of the initial term on existing terms & conditions and at existing rates for six months.

1.23 BUSINESS CONTINUITY

The Successful Bidder(s) should implement and ensure business continuity of Card personalization and

supply services as per the scope of the work. A copy of Business Continuity Plan is to be submitted.

1.24 TURN AROUND TIME

The Bidder will maintain a Turn-Around-Time (TAT) as detailed below:

Cards/PINs - 48 hours

Urgent requirements of cards /PINs - 24 hours

(From the time the data/embossa file is received by the Bidder).

1. The Bidder will endeavor to provide Cards/PINs with a shorter TAT and the same may be

indicated in the Bid.

2. Bidder is required to despatch the cards through Indian Postal Services for speedy delivery. However, Bank may ask Bidder to send Cards/PINs through any reputed courier in case of urgent requirement and Bidder has to despatch the cards as desired by the Bank.

3. Selected Vendor shall ensure handing over the duly packed cards (non-personalized) to Indian

Postal Services within 48 hours of receipt of data.

The overall period of complete cycle for receipt of Ready Kits at branches should not exceed 4 (Four)

Bank’s working days in case of METRO & URBAN areas and 6 (Six) Bank’s working days in case

of SEMI-URBAN & RURAL areas from the date of data file/ embossa file received.

Bidder will endeavor to provide cards with a shorter TAT and the same may be indicated in the Bid.

Bidders may please note that Bank shall reimburse the cost of actual deliverables and it is bidder’s

overall responsibility to meet the TAT, failing of which will result suitable penalty as per Penalties

clause of RFP. Bank will not be liable for any delay in delivery due to issue with despatch/delivery

mechanisms.

1.25 PENALTIES

The Bidder shall be charged penalty for not adhering to the TAT at the rate of Re. 1.00 per day per card

/ PIN not produced. Penalties will not be levied for TAT if there is a spurt in the number of cards to be

issued by more than 50% of the daily average of the previous month (Penalty may be deducted from bill

amount payable without any prior intimation).

i. Wrong despatch of Card/ PIN @ Rs. 200/- per card/PIN (However, Bank at its discretion,

may waive the penalty in cases where Bank is satisfied that the reasons were beyond the

control of Vendor.)

Page 17: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 17 of 61

ii. Penalty for Delay in procuring Cards: For any delay beyond 4 weeks after the date of

confirmed order from the Bank, a penalty will be charged on per day basis (from the 1st day of

the 5th week from the date of order). The amount of penalty will be calculated @ 5% of the value

of order for each day’s cards multiplied by the number of days’ delay subject to a maximum of

Rs 50,000/ (Rs fifty thousand) for each day’s delay.

iii. Penalty for non-providing onsite resource: Penalty of Rs.50000/- per month shall be levied

for each month in case of not providing onsite resources by the bidder within one month from

the date of issue of Letter of Indent (LOI).

iv. The Despatch Report of the cards despatched should be provided within 24 hours of card

despatch. Any delay may attract penalty at the rate of Rs.5000/- par day.

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

bank guarantee or may even consider termination of contract of the bidder.

vi. Any financial loss / fraud taking place due to the bidder’s negligence shall be recoverable from

the bidder along with damages if any with regard to Bank’s reputation and goodwill.

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

accordance with the time schedule specified by Bank. Any delay in performance of the obligation

by the bidder/ supplier will result in imposition of liquidated damages and/or termination of rate

contract for default.

viii. If at any point of time, during a check audit or in case of a complaint regarding the quality of

cards being supplied is substantiated, the Bank reserves the right to cancel the contract with

immediate effect, withhold any payments due and forfeit amount of Performance Bank

Guarantee.

1.26 SIGNING OF CONTRACT

The successful bidder(s) shall be required to enter into a contract with Bank, within thirty (30) days of

the award of the work or within such extended period, as may be specified by Bank. This contract shall

be based on this RFP document (read with addendums/Corrigendum/Clarifications), LOI, Purchase

order and such other terms and conditions as may be determined by Bank to be necessary for the due

performance of the work, as envisaged herein and in accordance with the bid.

On the completion of selection process, the selected vendor need to execute a comprehensive Service

Level Agreement (SLA) with the Bank for Two Years Contract period covering all terms and

conditions of this RFP and agreement within one month from the date of acceptance of the Contract.

The agreement will be based on the RFP and its subsequent addendums/corrigendum with all its

enclosures, modifications arising out of negotiation / clarification. However the terms and conditions of

purchase order and RFP shall constitute a binding contract till such a contract is issued.

1.27 CONFIDENTIALITY OF THE BID DOCUMENT

The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the

documents as secret and confidential.

1.28 PROJECT TIMELINES

The bidder shall obtain approval of the Bank and the card association regarding art work and

applications, arrange for test cards, shall complete all infrastructural requirements and acceptance testing

and procuring card plastic along with EMV Chip within a period of 4-5 weeks from the date of the

Purchase Order/Letter of Intent, which includes 1 week for Artwork approval from card association.

Page 18: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 18 of 61

CHAPTER 2 - TERMS AND CONDITONS

2.1 PAYMENT TERMS

Within 60 days from the date of submission of bills accompanied by the complete set of documents required by the bank to process the same and duly supported by MIS with regards to despatch and delivery status of Ready Kits and duly acknowledged by branches. The payment shall be made on actual deliverables. Bidders may please also note that:- a. The successful bidder shall remain responsible for the quality of plastic. In case the cards start

providing problems due to quality of card, the entire quantity of cards shall be rejected and no payment shall be made to the supplier on this account and suitable penalties as may also be levied.

b. Even though the bidder is required to quote for the given bill of quantity, Punjab & Sind Bank reserves the right to vary the quantity as per requirement of the Bank. However in any case, the payment shall be as per actual supplies made under this contract.

c. The bills raised by the selected bidders(s) will be verified by the Bank and payment made by HO ATM Cell. No advance payments will be made. Payments for cards will be made on monthly basis in arrears after tax deduction at source on the basis of actual deliverables.

d. Prices should be exclusive of all taxes & duties. Taxes shall be paid by bank on actual basis.

e. The Bidder shall be reimbursed for the actual amount of expenditure incurred towards delivery

of cards / PINs etc. for which the bidder would be required to submit invoices with actual bills from speed post / Courier or any other mode agreed to be used by the Bank for despatch.

f. Bidders may please note that Bank shall reimburse the postage cost of actual delivery of cards / PINs etc and it is bidder’s overall responsibility to meet the TAT failing of which will result suitable penalty as per Penalties clause of RFP. Bank will not be liable for any delay in delivery due to issue with despatch/delivery vendor/mechanisms.

2.2 PAYING AUTHORITY

Orders will be placed by HO ATM Cell. The payments as per the Payment Schedule covered herein

above shall be paid by HO ATM Cell, Punjab & Sind Bank, Bank House, 21, Rajendra Place, New

Delhi-110008.

2.3 INSURANCE

It is the sole responsibility of the Bidder to obtaining adequate insurance cover for the infrastructure deployed for card personalization, storage of blank cards, EMV Chip, stationary items, cards in transit, etc.

2.3 DELAYS IN THE BIDDER’S PERFORMANCE

The bidder must strictly adhere to the implementation schedule, as specified in the purchase contract,

executed between the Parties for performance of the obligations, arising out of the purchase contract

Page 19: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 19 of 61

and any delay in completion of the obligations by the Bidder will enable Bank to resort to any or both

of the following:

i. Claiming Liquidated Damages

ii. Termination of the purchase agreement fully or partly and claim liquidated damages.

iii. Forfeiting of Earnest Money Deposit / Invoking EMD Bank Guarantee

2.4 LIQUIDATED DAMAGES

The Bank will consider the inability of the bidder to deliver or install the equipment within the specified

time limit as a breach of contract and would entail the payment of Liquidated Damages on the part of

the bidder. The liquidated damages represent an estimate of the loss or damage that the Bank may have

suffered due to delay in performance of the obligations (relating to delivery, installation,

operationalization, implementation, training, acceptance, warranty, maintenance etc. of the Antivirus

Solution) by the bidder.

Installation will be treated as incomplete in one / all of the following situations:

Non-delivery of any component or other services mentioned in the order

Non-delivery of supporting documentation

Delivery / availability, but no installation of the components and/or software

No integration

System operational, but unsatisfactory to the Bank

Bank may at its option demand and recover from the successful bidder(s) an amount equivalent to 1

(one) percent of the undelivered portion of contract value for every week of delay or part thereof, subject

to a maximum of the overall contract value. Once the maximum is reached, the Bank may consider

termination of the contract. Similarly for delay in services, Bank may at its option demand and recover

from the successful bidder(s) an amount equivalent to 1 (one) percent of the incomplete portion of

services for every week of delay or part thereof.

Further, the Bank also reserves the right to cancel the order and invoke the Bank Guarantee/ Performance

Guarantees in case of inordinate delays in the delivery/ installation of the equipment. Bank may

foreclose the bank guarantee without any notice. In the event of Bank agreeing to extend the date of

delivery at the request of successful bidder(s), it is a condition precedent that the validity of Bank

guarantee shall be extended by further period as required by Bank before the expiry of the original bank

guarantee. Failure to do so will be treated as breach of contract. In such an event Bank, however, reserves

its right to foreclose the bank guarantee.

2.5 ORDER CANCELLATION

The Bank reserves the right to cancel the contract placed on the selected Bidder and recover expenditure

incurred by The Bank under the following circumstances:-

a. The selected Bidder commits a breach of any of the terms and conditions of the bid and fails to

meet agreed uptime.

b. The Bidder goes into liquidation, voluntarily or otherwise.

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

bid.

Page 20: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 20 of 61

d. If the selected Bidder fails to complete the assignment as per the time lines prescribed in the RFP

and the extension if any allowed, it will be a breach of contract. The Bank reserves its right to

cancel the order in the event of delay and forfeit the bid security as liquidated damages for the

delay.

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

f. In case the selected Bidder fails to deliver the quantity as stipulated in the delivery schedule, The

Bank reserves the right to procure the same or similar product from alternate sources at the risk,

cost and responsibility of the selected Bidder.

g. The Bank reserves the right to recover any dues payable by the selected bidder from any amount

outstanding to the credit of the selected Bidder, including the pending bills and/or invoking The

Bank guarantee under this contract.

h. The Bank reserve its right to cancel the order in the event of one or more of the following

situations, that are not occasioned due to reasons solely and directly attributable to the Bank

alone.

i. Delay in customization / implementation / takeover of services beyond the specified period that

is agreed in the contract that will be signed with the successful vendor.

j. Serious discrepancy in the quality of services

2.6 CONSEQUENCES OF TERMINATION

In the event of termination of the Contract due to any cause whatsoever, [whether consequent to the

stipulated term of the Contract or otherwise], the Bank shall be entitled to impose any such

obligations and conditions and issue any clarifications as may be necessary to ensure an efficient

transition and effective business continuity of the Service(s) which the Bidder shall be obliged to

comply with and take all available steps to minimize loss resulting from that termination/breach,

and further allow the next successor Bidder to take over the obligations of the erstwhile Bidder in

relation to the execution/continued execution of the scope of the Contract.

In the event that the termination of the Contract is due to the expiry of the term of the Contract, a

decision not to grant any (further) extension by The Bank , the Bidder herein shall be obliged to

provide all such assistance to the next successor Bidder or any other person as may be required and

as The Bank may specify including training, where the successor(s) is a representative/personnel of

The Bank to enable the successor to adequately provide the Service(s) hereunder, even where such

assistance is required to be rendered for a reasonable period that may extend beyond the term/earlier

termination hereof. Nothing herein shall restrict the right of The Bank to invoke the Performance

Bank Guarantee and other guarantees, securities furnished, enforce the Deed of Indemnity and

pursue such other rights and/or remedies that may be available to The Bank under law or otherwise.

The termination hereof shall not affect any accrued right or liability of either Party nor affect the

operation of the provisions of the Contract that are expressly or by implication intended to come

into or continue in force on or after such termination.

2.7 DISASTER RECOVERY MECHANISM

The proposed system must be capable of and compatible for Disaster Recovery Implementation. The

successful bidder should describe the provisions of DR/BCP or the time frame in which they will be

available. The bidder should have its own Disaster Recovery Site in India and Business Continuity Plan.

2.8 AUDIT BY THIRD PARTY

Punjab & Sind Bank reserves the right to inspect and/or conduct audit at the Card Personalization site

of any procedures, services and functionality offered by the selected vendor under this agreement at both

Page 21: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 21 of 61

DC and DR sites of the vendor. Punjab & Sind Bank will undertake audits by itself or through its

designated company for audits on regular basis to audit the procedures, services and functionality for

conformance as per this agreement. Vendor undertakes to take all necessary steps, at no additional costs

to Punjab & Sind Bank, to rectify any non-conformance items as indicated by the auditors.

2.9 ERASURES OR ALTERATIONS

The Bid should contain no alterations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections should be duly stamped and initialed/ authenticated by the person/(s) signing the Bid. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of bid not substantially/conclusively responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of the bid.

3.0 DISPUTE RESOLUTION MECHANISM

The Bidder and The Bank shall endeavor their best to amicably settle all disputes arising out of or in

connection with the Contract in the following manner:-

I. The Party raising a dispute shall address to the other Party a notice requesting an amicable

settlement of the dispute within seven (7) days of receipt of the notice.

II. The matter will be referred for negotiation between General Manager of The Bank / Purchaser

and the Authorized Official of the Bidder. The matter shall then be resolved between them and

the agreed course of action documented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above,

the same may be resolved exclusively by arbitration and such dispute may be submitted by either party

for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in New Delhi and

conducted in accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory

modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the

two arbitrators shall jointly appoint the third or the presiding arbitrator.

The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the

aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks

to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from

receipt of the notice. All notices by one party to the other in connection with the arbitration shall be in

writing and be made as provided in this tender document.

The arbitrators shall hold their sittings at New Delhi. The arbitration proceedings shall be conducted in

English language. Subject to the above, the courts of law at New Delhi alone shall have the jurisdiction

in respect of all matters connected with the Contract/Agreement. The arbitration award shall be final,

conclusive and binding upon the Parties and judgment may be entered thereon, upon the application of

either party to a court of competent jurisdiction. Each Party shall bear the cost of preparing and

presenting its case, and the cost of arbitration, including fees and expenses of the arbitrators, shall be

shared equally by the Parties unless the award otherwise provides.

The Bidder shall not be entitled to suspend the Service/s or the completion of the job, pending resolution

of any dispute between the Parties and shall continue to render the Service/s in accordance with the

provisions of the Contract/Agreement notwithstanding the existence of any dispute between the Parties

or the subsistence of any arbitration or other proceedings.

Notwithstanding the above, the Bank shall have the right to initiate appropriate proceedings before any

court of appropriate jurisdiction, should it find it expedient to do so.

Page 22: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 22 of 61

3.1 JURISDICTION

The jurisdiction of the courts shall be in New Delhi.

3.2 NOTICES

Notice or other communications given or required to be given under the contract shall be in writing and

shall be faxed/e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted by

pre-paid registered post or courier. Any notice or other communication shall be deemed to have been

validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven

days from the date of posting.

3.3 AUTHORIZED SIGNATORY

The selected Bidder shall indicate the authorized signatories who can discuss and correspond with the

bank with regard to the obligations under the contract. The selected Bidder shall submit at the time of

signing the contract a certified copy of the resolution of their board, authenticated by the company

secretary, authorizing an official or officials of the Bidder to discuss, sign agreements/contracts with

The Bank , raise invoice and accept payments and also to correspond. The Bidder shall provide proof of

signature identification for the above purposes as required by the bank.

3.4 FORCE MAJEURE

Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or The

Bank as the case may be which they could not foresee or with a reasonable amount of diligence could

not have foreseen and which substantially affect the performance of the contract, such as:-

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

Acts of any government, including but not limited to war, declared or undeclared priorities,

quarantines and embargos

Terrorist attack, public unrest in work area

Provided either party shall within 10 days from occurrence of such a cause, notify the other in writing

of such causes. The Bidder or The Bank shall not be liable for delay in performing his/her obligations

resulting from any force Majeure cause as referred to and/or defined above. Any delay beyond 30 days

shall lead to termination of contract by parties and all obligations expressed quantitatively shall be

calculated as on date of termination. Notwithstanding this, provisions related to indemnity,

confidentiality survives termination of the contract.

3.5 CONFIDENTIALITY

The selected vendor acknowledges that all material information which has or will come into its

possession or knowledge in connection with this agreement or the performance hereof, consists of

confidential and proprietary data, whose disclosure to or use by third parties will be damaging or cause

loss to PUNJAB & SIND BANK. The vendor agrees to hold such material and information in strictest

confidence and not to make use thereof other than for the performance of this agreement 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 can be fully satisfied.

Punjab & Sind Banks' Customer, Card & ATM data (including location details) is confidential and

should NEVER be disclosed to any institutions or used by the vendor for purpose other than required

for processing at the Switch. The selected vendor will take suitable steps to ensure the confidentiality of

Page 23: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 23 of 61

the Punjab & Sind Banks' data. This step should include having the employees assigned to Punjab &

Sind Banks' work sign a 'Confidentiality Agreement'. The selected vendor undertakes not to keep this

data with its company after the end of this agreement. This clause will outlive the agreement date.

3.6 OWNERSHIP AND RETENTION OF DOCUMENTS

The Bank shall own the documents, prepared by or for the selected Bidder arising out of or in connection

with the Contract.

Forthwith upon expiry or earlier termination of the Contract and at any other time on demand by The

Bank, the Bidder shall deliver to The Bank all documents provided by or originating from The Bank /

Purchaser and all documents produced by or from or for the Bidder in the course of performing the

Service(s), unless otherwise directed in writing by The Bank at no additional cost.

The selected Bidder shall not, without the prior written consent of The Bank/ Purchaser, store, copy,

distribute or retain any such Documents.

The selected Bidder shall preserve all documents provided by or originating from The Bank / Purchaser

and all documents produced by or from or for the Bidder in the course of performing the Service(s) in

accordance with the legal, statutory, regulatory obligations of The Bank /Purchaser in this regard.

3.7 PATENT RIGHTS

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark,

industrial design rights, etc., arising from the use of the Goods or any part thereof in India, the Vendor

shall act expeditiously to extinguish such claim. If the Vendor fails to comply and the Bank is required

to pay compensation to a third party resulting from such infringement, the Vendor shall be responsible

for the compensation to claimant including all expenses, court costs and lawyer fees. The Bank will give

notice to the Vendor of such claim, if it is made, without delay. The Vendor shall indemnify the Bank

against all third party claims.

3.8 COMPLIANCE WITH STATUTORY AND REGULATORY PROVISIONS

It shall be the sole responsibility of the Vendor to comply with all statutory, regulatory & Law of Land

and provisions while delivering the services mentioned in this RFP. If any new guidelines are issued by

these organizations, the bidder shall arrange for its compliance/ upgradation/ development during the

contract period without any cost to Bank.

3.9 INTELLECTUAL PROPERTY INDEMNITY & INDEMNITY AGAINST MISUSE OF

LICENSE

The selected vendor has to undertake to indemnify Punjab & Sind Bank and its officers, employees and

agents against liability, including costs, for actual or alleged direct or contributory infringement of, or

inducement to infringe, any Indian or foreign patent, trademark or copyright, arising out of the

performance of this contract.

The selected vendor shall have to undertake to indemnify Punjab & Sind Bank and its officers,

employees and agents against liability, including costs, for actual or alleged direct or contributory

infringement or misuse by vendor of, any license issues arising out of the execution of this contract.

Page 24: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 24 of 61

4.0 LEGAL COMPLIANCE

The successful bidder hereto agrees that it shall comply with all applicable union, state and local laws,

ordinances, regulations and codes in performing its obligations hereunder, including the procurement

of licenses, permits and certificates and payment of taxes where required. If at any time during the term

of this agreement, the Bank is informed or information comes to the Bank's attention that the Successful

bidder is or may be in violation of any law, ordinance, regulation, or code (or if it is so decreed or

adjudged by any court, tribunal or other authority), the Bank shall be entitled to terminate this

agreement with immediate effect.

The Successful bidder shall maintain all proper records, particularly but without limitation accounting

records, required by any law, code, practice or corporate policy applicable to it from time to time

including records, returns and applicable documents under the Labour Legislation.

The Successful bidder shall ensure payment of minimum wages to persons engaged by it as fixed from

time to time under the Minimum Wages Act, 1948. In case the same is not paid, the liability under the

act shall solely rest with the successful bidder.

4.1 GOVERNING LAW AND RESOLUTION OF DISPUTES

All disputes or differences whatsoever arising between the parties out of or in relation to the

construction meaning and operation or effect of the Contract / Tender Documents or breach thereof

shall be settled amicably. If, however, the parties are not able to solve them amicably, the same shall

be settled by arbitration in accordance with the applicable national laws, and the award made in

pursuance thereof shall be binding on the parties. Any appeal will be subject of the exclusive

jurisdiction of courts at Delhi and the language of the arbitration proceedings and that of all documents

and communication between the parties shall be in English.

The laws applicable to this contract shall be the laws in force in New Delhi, India. The contract shall

be governed by and interpreted in accordance with Indian law. The successful bidder(s) shall continue

work under the Contract during the arbitration proceedings 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

arbiter, as the case may be, is obtained. The venue of the arbitration shall be in Delhi.

4.2 CONFLICT OF INTEREST

The Bidder shall disclose to the Bank in writing all actual and potential conflicts of interest that exist,

arise or may arise (either for the Bidder or the Bidder’s team) in the course of performing the Service(s)

as soon as practical after it becomes aware of that conflict.

4.3 INSPECTION OF RECORDS

Subject to receipt of prior written notice, all Vendor records with respect to any matters covered by this

Tender shall be made available to the Bank or its designees and regulators including RBI, at any time

during normal business hours, as often as the Bank deems necessary, to audit, examine, and make

excerpts or transcripts of all relevant data. Said records are subject to examination. Bank’s auditors

would execute confidentiality agreement with the Vendor, provided that the auditors would be

permitted to submit their findings to the Bank pertaining to the scope of the work, which would be used

by the Bank. The cost of the audit will be borne by the Bank.

Page 25: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 25 of 61

The scope of such audit would be limited to Service Levels being covered under the contract, and

financial information would be excluded from such inspection, which will be subject to the

requirements of statutory and regulatory authorities. Such audit shall be conducted within normal

working hours of the Vendor and the Bank’s auditors shall comply with confidentiality and security

requirements as specified by the Vendor.

4.4 DATA OWNERSHIP

The customer data (Name, address and Account details), card data (Card numbers, Card Track Details

and PIN Offset details) and ATM data (including location details) provided by Punjab & Sind Bank to

vendor is exclusively the property of Punjab & Sind Bank. The ownership of the data will also include

Punjab & Sind Bank’s transaction data available at the Debit Card management System (DCMS)/ switch

site.

4.5 PUBLICITY

Any publicity by either party in which the name of the other party is to be used should be done only

with the explicit written permission of such party.

4.6 SOLICITATION OF EMPLOYEES

Both the parties agree not to hire, solicit, or accept solicitation (either directly, indirectly, or through a

third party) for their employees directly involved in this contract during the period of the contract and

one year thereafter, except as the parties may agree on a case-by-case basis. The parties agree that for

the period of the contract and one year thereafter, neither party will cause or permit any of its directors

or employees who have knowledge of the agreement to directly or indirectly solicit for employment the

key personnel working on the project contemplated in this proposal except with the written consent of

the other party. The above restriction would not apply to either party for hiring such key personnel who

(i) initiate discussions regarding such employment without any direct or indirect solicitation by the

other party (ii) respond to any public advertisement placed by either party or its affiliates in a

publication of general circulation or (iii) has been terminated by a party prior to the commencement of

employment discussions with the other party.

4.7 COMPLIANCE WITH LAWS

The bidder should adhere to laws of land and rules, regulations and guidelines prescribed by various

regulatory, statutory and Government authorities. Bidder is to ensure that the Card Management

solution is compliant to all existing regulatory guidelines of GOI /RBI and also adheres to requirements

of the IT Act 2000 (including amendments in IT Act 2008) and Payment and Settlement Systems Act

2007 and amendments thereof. A self-declaration to this effect is to be submitted by the bidder.

The Bank reserves the right to conduct an audit / ongoing audit of the services provided by the bidder.

The Bank reserves the right to ascertain information from the banks and other institutions to which the

bidders have rendered their services for execution of similar projects.

The Vendor shall undertake to observe, adhere to, abide by, comply with and notify the Bank about all

laws in force or as are or as made applicable in future, pertaining to or applicable to them, their business,

their employees or their obligations towards them and all purposes of this Tender and shall indemnify,

keep indemnified, hold harmless, defend and protect the Bank and its employees/ officers/ staff/

personnel/ representatives /agents from any failure or omission on its part to do so and against all third

party claims or demands of liability and all consequences that may occur or arise for any default or

failure on its part to conform or comply with the above and all other statutory obligations arising there

from.

Page 26: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 26 of 61

Compliance in obtaining approvals/permissions/licenses: The Vendor shall promptly and timely obtain

all such consents, permissions, approvals, licenses, etc, as may be necessary or required for any of the

purposes of this project or for the conduct of their own business under any applicable Law, Government

Regulation/Guidelines and shall keep the same valid and in force during the term of the project, and in

the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend,

protect and fully compensate the Bank and its employees/ officers/ staff/ personnel/

representatives/agents from and against all third party claims or demands of liability and all

consequences that may occur or arise for any default or failure on its part to conform or comply with

the above and all other statutory obligations arising there from and the Bank will give notice of any

such claim or demand of liability within reasonable time to the Vendor.

This indemnification is only a remedy for the Bank. The Vendor is not absolved from its responsibility

of complying with the statutory obligations as specified above. Indemnity would be limited to court

and arbitration awarded damages and shall exclude indirect, consequential and incidental damages.

However indemnity would cover direct damages, loss or liabilities suffered by the Bank arising out of

claims made by its customers and/or regulatory authorities.

4.8 LIMIT ON PROMOTION The bidder agrees to make no reference to Bank or this procurement or resulting contract in any literature, promotional material, brochures, sales presentation or the like without the express prior written consent of Bank.

4.9 LIMITATION OF LIABILITY Service Provider’s aggregate liability under the contract shall be limited to a maximum of the contract value. This limit shall not apply to third party claims for IP Infringement indemnity. Bodily injury (including Death) and damage to real property and tangible property caused by Service Provider/s’ gross negligence. For the purpose for the section, contract value at any given point of time, means the aggregate value of the purchase orders placed by bank on the Service Provider that gave rise to claim, under this tender. Service Provider shall not be liable for any indirect, consequential, incidental or special damages under the agreement/ purchase order.

5.0 INTEGRITY PACT To ensure transparency, equity, and competitiveness and in compliance with the CVC guidelines, this tender shall be covered under the Integrity Pact (IP) policy of the Bank. The pact essentially envisages an agreement between the prospective bidders/vendors and the Bank committing the persons/officials of both the parties, not to exercise any corrupt influence on any aspect of the contract. The format of the agreement is enclosed as Annexure-XIII. Signing of IP with Bank would be one of the preliminary qualification for further evaluation. In other words, entering into this pact would be one of the preliminary qualification for this tender and the pact shall be effective from the stage of invitation of bids till the complete execution of the contract. Any vendor/ bidder not signed the document or refusing to sign shall be disqualified in the bidding process.

5.1 NON-DISCLOSURE AGREEMENT

The bidder shall take all necessary precautions to ensure that all confidential information is treated as confidential and not disclosed or used other than for the purpose of project execution. Bidder shall suitably defend; indemnify Bank for any loss/damage suffered by Bank on account of and to the extent of any disclosure of the confidential information. The bidder shall furnish an undertaking and have to sign Non-Disclosure Agreement as per Annexure-XIV. No media release, public announcement or any other reference to the RFP or any programme there under shall be made without the written consent from the Bank. Reproduction of this RFP, without the prior written consent of the Bank, by photographic, electronic or other means is strictly prohibited.

Page 27: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 27 of 61

CHAPTER - 3 SCOPE OF WORK

Bank plans to empanel eligible service providers who are capable to undertake the complete activity and

providing the EMV Chip Contact & Contactless Dual Interface Cards with Magnetic Stripe and

despatching the same to branches of the Bank as per the scope of the work given below:

i. The activities are required to be carried out by the bidder strictly in conformity with the guidelines

laid down by MasterCard, Visa and NPCI in premises located within India.

ii. Obtain approval of design and product from MasterCard, Visa, NPCI and Any other card

association membership which Bank may become a member in future.

iii. Supply of good quality MasterCard, Visa, NPCI approved plastic card and personalization/

encoding, EMV Chip embedding, embossing, indenting, and printing of CVV2 value as per data

supplied by Bank.

iv. Quality control checks:

At file level - name convention, Duplicate file, file format, Mandatory field check;

At Record level - Proper pin code, Account transfer cases and De-dup check, address check.

v. The bidder must ensure the following:-

Supply of blank ATM-cum—EMV Chip Debit Cards, dual interface contactless cards etc. as

per specifications/Artwork approved by the Bank, VISA, MasterCard, NPCI.

Embossing/ printing/ Chip embedding of these cards, for which Card Embossa file would be

provided by the switch vendor in an encrypted form.

Required setup to receive the encrypted data through a secure FTP channel or any other mode

to be decided by the Bank.

After personalization of cards, the vendor must have a mechanism in place to ensure that the

Embossa files are deleted immediately and send a confirmation over email to the bank

accordingly. Bidder should have mechanism to identify the duplicate embossa and delete

immediately. Such duplicate embossa should not get processed by the application.

Rejected cards should be destroyed by successful bidder under camera surveillance and the

Backup of the CCTV recording should be retained for a period of 3 months. A daily report

on the rejected cards should be made available to the Bank through mail, Dashboard and

portal.

Supply of stationery items required as per the specifications.

Pasting the Cards on the face of their corresponding Welcome Letter so that the CVV number

is not visible.

Packing of Cards along with insertions as per requirement.

Printing of collaterals for Bank: Printed welcome letter, printed user guide, printed pouch

for Cards, envelope for Card/PIN and Terms & Conditions etc. Stationary to be printed in

color (BILINGUAL). All the stationary items with Card as a whole termed as “Ready Kit”.

vi. Ready Kit preparation/ Stuffing of card with collaterals (welcome letter, user guide, terms &

conditions, pin (in case of physical pin) and other materials as mentioned above).

vii. Arranging gumming, stuffing and despatch of PIN mailers through Speed post of India Post directly to the Bank’s Branches after collecting from ATM Switch Vendor location in respect of personalized cards/re-cards & re-PINs. Bank shall be providing updated branch master on a basis and Bidder shall ensure immediate Updation in their applications accordingly.

Page 28: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 28 of 61

viii. In case of Non-personalized card ready kits, bidder to get the PIN mailers from ATM switch vendor premises for further stuffing, gumming and despatching to Bank’s branches after preparation of ready kits. However, PIN envelopes with gummed sticker are to be supplied supplied by the bidder as per requirement of the Bank and stuffed by the Bidder.

ix. The bidder shall despatch the Welcome Kits to branches through Speed Post of India Post. All cost related to postage for delivery of Cards and PINs shall be reimbursed by the Bank. The bidder shall assume all responsibilities of India Post. Vendor to ensure that only one envelop per branch per day for PINs/Re-PINs should be there. Bank shall reimburse the postage charges to vendor in actual deliverables upon submission of the original bills/invoices of India post. Please note that Bank shall reimburse the cost of deliverables on actual delivery basis only and all the responsibility to prove delivery of the card/PINs and meet the TAT shall be borne by the bidder.

x. MIS and Daily Dashboard for all the cards/Pins personalization, despatch details, Delivery

details, postal returns etc to be provided to the Bank on a daily basis. Data storage of input files, despatch details, etc should be for two years or the extended period as the case may be.

xi. The bidder should integrate their MIS and provide to Banka web based facility for online tracking the Date of personalization, date of despatch, Despatch number and delivery status. Voice based Call Centre (Toll free number) also to be available to the Branches for queries /complaints related to card personalization, Card/Pin despatch, Despatch number etc. The facilities (Web based portal and Toll free number) should be capable of tracking complete cycle of card/PIN till delivery. Bidder to provide the details of Toll-Free Number and E-mail address

xii. Daily MIS Reports for production and stocks of cards and stationery to be provided to the Bank in the format as per requirement of Bank. The bidder should also alert the Bank in case of re-order requirements for any specific kind of plastic/changes in EMV Chip/Stationary well in advance of a stock-out situation. Bidder cannot claim any damages on account of extra inventory/plastic etc. in case order is not placed by Bank to cover the stock.

xiii. The bidder shall provide SFTP (with encryption) or any other mode of secure communication with digital signature / encryption & decryption for download and upload of customer data/Embossa and Pin data from ATM Switch Centre and upload of MIS.

xiv. Keys for encryption should be securely kept and approved processes of NPCI, Mastercard, VISA should be followed.

xv. All EMV chip contact cum contactless cards will also have a Magstripe to be able to use the existing Magstripe infrastructure in ATMs, Micro ATMs and POS as well as support acquiring infrastructure in the future.

xvi. Returned consignment should be returned to Bidder Address. The Bidder shall maintain a proper record of such returns with specific reasons and re-despatch these cards / consignments after remedial measures are complied with, duly recorded, without any extra charge to the Bank. In all cases where reasons of return are attributed to the Vendor, postage charges shall also be borne by the Vendor.

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

Page 29: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 29 of 61

xviii. Bank is having Green PIN facility to its customers for generation of PIN by customers’

themselves on Bank’s ATMs. For such cases Bidder is required to despatch only card along

with the stationary ready kits to the branches and provide MIS for the same. For physical pin

cases Bidder should ensure despatch of cards and pins separately for personalized cards and

cards along with pins for non-personalized cards to the branches.

xix. The Vendor should track the movement of consignment till delivery and provide status to bank on daily basis.

xx. Costs of software/ modifications for existing as well as new cards introduced by Bank in future based on the new products launched by Bank from time to time, connectivity etc will be borne by finally selected Bidder at no extra cost to the Bank.

xxi. Selected vendors will station one of their representatives permanently at Head Office on Bank working days for vendor specific helpdesk related activities. Infrastructural support for this shall be provided by the Bank. The major Job responsibilities of the resource are as under: a. Complaint redressal regarding despatch of Cards/PINs over telephone and e-mail provided

for the purpose.

b. Updating status of Cards/PINs on NIVARAN, or on other Portals provided by Bank, on daily basis.

c. Co-ordinate with concerned department/ branches / Switch Vendor for queries and data related to work scope of RFP.

d. Preparing/Maintaining MIS and Daily Dashboard for all the cards/Pins personalization, despatch details, delivery status etc. and providing the same as per Bank’s prescribed format on daily basis.

e. Reporting stock position of Cards on weekly basis. f. Any other work under scope of this RFP.

xxii. Bidder shall commence delivery of services within 4 weeks of receiving any order.

xxiii. During the contract period, any shifting or re-location of vendor premises DC or DR etc., Bidder

should ensure no interruption for services is affected during this period and the expenditure

towards such shifting shall be borne by the Bidder. In case of any infrastructural or other changes

at Bank’s end due to this effect, the expenses shall be borne by the Bidder.

xxiv. Bidder shall ensure timely certifications of NPCI, MasterCard, VISA or any other agency as and when the technicalities of EMV Chip profile changes/contactless technology changes or advised without any additional cost to the Bank.

xxv. Bidder shall comply all guidelines received from time to time from RBI, IBA, NPCI, MOF, UIDAI and any regulatory/ Govt. entity without any additional cost to the Bank.

xxvi. In case of non-personalized cards, upon delivery of PIN mailers at bidder premises from switch vendor premises, it is the sole responsibility of the bidder in case of stuffing, gumming, pasting etc. of the PIN mailers required to stuff along with the cards.

xxvii. Milling and embedding the CHIP/dual interface on the card as per RuPay standards for RuPay cards and MasterCard standards for MasterCard and VISA standard of VISA card as applicable.

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

xxix. Scanning/Printing of colored photograph whenever required and desired by the Bank on ATM cum Debit cards, as per requirement of the Bank. The scanned photographs will be sent by the Bank to the selected vendor through the secured FTP or any other secured channel.

xxx. Selected Bidder to ensure proper mechanism in place to avoid any duplication of card personalization. In case of any misuse of Bank’s Card data, bidder will be solely responsible.

Page 30: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 30 of 61

xxxi. Bidder to ensure proper migration plan in case Bank’s switch is migrated to a new version/platform/vendor. All the activities towards the shift over are to be carried out by the Bidder at no extra cost to the Bank.

xxxii. Bidder to instantly respond on the queries of branches/switch vendor through Bank’s in-house portal ‘NIVARAN’ and update the status regularly in the portal. Access for the same shall be provided by the Bank. Bidder is required to coordinate with Bank’s network team for access.

xxxiii. Bank reserves the right to get EMV Chip Card / Contact cum Contactless Dual Interface card, with name /without name, with photo / without photo, with / without Collaterals / Stationery items and accordingly payment will be released.

xxxiv. The bidder shall despatch Non-Personalized Ready Kits in a lot of 50s or 100s or more as per

the requirement of the Bank from time to time. However, the despatch of Ready Kits for personalized EMV cards shall be as per orders from time to time.

xxxv. The Bank may also call for a supply of Bilingual cards. Bidder should be ready for the same.

xxxvi. The purchase Orders shall be placed in phased manner as per requirements of the Bank. The Bank may provide multiple designs for the cards. At present, Bank is issuing MasterCard & NPCI Rupay Card in EMV Chip variant. Bidder may also be required to supply other different variants of debit cards including but not limited to the following types of debit cards/related items as per requirement of the Bank:

1. Image Cards a. Photo (Image) plus data shared by the Bank b. Photo (Image) printing by Vendor 2. Dual Interface Contactless Cards 3. Prepaid cards (Both EMV Chip and Magnetic stripe variants) 4. Hybrid Card (e.g. debit and prepaid in one card) 5. NFC Tags/Wearable 6. Closed Loop Cards 7. Any other version of debit cards to be launched by the bank in future for example Dynamic CVV Cards, Smart Premier metal cards, Smart Crystal – Clear Plastic with IR Blocking cards, Smart Touch – Varnish Cards, Smart Reflect Cards etc. For image debit cards to the customers, successful Bidder/s would be required to provide cards printed with the image selected by the customer or provided by the Bank.

xxxvii. As per Ministry of Finance – Department of Financial Services guidelines with a view to adopt

National Common Mobility Card (NCMC), it is essential that the NFC / Contactless cards is

equipped with NCMC functionality (offline wallet) as a default option. The cards should have

dual interface (contact & contactless) with EMV card based on NPCI/Mastercard/Visa

specification and should be interoperable. There should be facility of storing value on card to

support offline transactions which does not require PIN for small transactions from wallet.

Bidders should be capable to supply the cards to comply with these functionalities. Bidders are

advised to go through the guidelines issued by MOF, RBI and Card Associations/Networks in

this regard.

Page 31: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Tender No: PSB/HOIT/ RFP/ 122 /2018-19 Dated 17.09.2018 Page 31 of 61

PROJECTION: - Projection for two years is 20,00,000 cards per year which includes both Personalized and Non-Personalized cards (projection ratio 30:70) including both physical PIN and Green PIN cases. The projections also include both EMV chip with magstripe and as well as EMV Chip contact cum contactless dual interface with magstripe. The above figures is an indicative projection for arriving TCO only. The actual purchase order and volume may deviate from the above projected figures. Apart from normal upward and downward variations of 15-20% in projected quantities as indicated above, there may also be occasions of heavy variations during the contract period, both upward and downward for short or prolonged period. Vendors should be ready to accept such challenges. They should have spare capacities available or should be able to create such capacities in a reasonable time to the satisfaction of the Bank for meeting upward surge in volumes. There may be various reasons for heavy upward surge in volumes for e.g. launch of some new scheme by the GOI necessitating new debit card issuance, direction by the regulator necessitating re-carding of existing magnetic stripe card and huge number of cards falling due for renewal during a particular period etc. Similarly there may also be reduction in card volumes due to customer’s choice sifting towards mobile banking and other platforms or due to some other reason.

Page 32: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 32 of 61

ANNEXURE – I

Tender Covering Letter

The Assistant General Manager

Punjab & Sind Bank,

Bank House, 21, Rajendra Place,

New Delhi -110008

Dear Sir,

Sub: Selection of Vendor for Supplying, Printing and Personalization of Ready Kits of

ATM-cum-Debit Dual Interface Card (with Contact cum Contactless Chip and

Magstripe) and Pin- Tender Ref No.________________________________ dated

_________________

With reference to the above RFP, having examined and understood the instructions including

all annexure, terms and conditions forming part of the Bid, we hereby enclose our offer for

selection of Vendor for Supplying, Printing and Personalization of Ready Kits of ATM-cum-

Debit EMV Chip card with Mag-stripe in the RFP document forming Technical as well as

Commercial Bids being parts of the above referred Bid.

In the event of our selection by The Bank for selection of Vendor for Supplying, Printing and

Personalization of Ready Kits of ATM-cum-Debit EMV Chip Contact Cards with Mag-

stripe, we will submit a Performance Guarantee for a sum equivalent to 10% of the total cost

of ownership on anticipated volume for five years valid for a period of 27 months (including

3 months as claim period) in favor of PUNJAB & SIND BANK effective from the month of

execution of Service Level Agreement or successful go live whichever is earlier.

Further we agree to abide by the terms and conditions of this tender and our offer shall remain

valid for 180 days from the date of commercial bid opening and our offer shall remain binding

upon us which may be accepted by the Bank any time before expiry of 180 days.

Until a formal contract is executed, this tender offer, together with the Bank’s written

acceptance thereof and Bank’s notification of award, shall constitute a binding contract

between us.

We understand that The Bank is not bound to accept the lowest or any offer the Bank may

receive. We also certify that we have not been blacklisted by any PSU Bank/IBA/RBI at the

time of Bid submission and also at the time of bid submission.

Dated this ____day of __________, 2018

Authorized Signatory

Designation

Bidder’s name

(Name of Address Authorized Signatory)

Company Name and Seal

Page 33: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 33 of 61

ANNEXURE - II

Bidder’s Information

The Assistant General Manager

Punjab & Sind Bank,

HO Information Technology Department,

Bank House, 2nd Floor,

21, Rajendra Place, New Delhi -110008

Sir,

Sub: Selection of Vendor for Supplying, Printing and Personalization of Ready Kits of

ATM-cum-Debit Dual Interface Card (with Contact cum Contactless Chip and

Magstripe) and Pin -

With reference to RFP No _________________________________dated

________________(Read with its Addendums/Corrigendum/Amendments), we hereby submit

necessary information hereunder:-

1. Name & address of the Company with

direct phone numbers

2. Name of the company

3. Registration No. and date of

establishment

4. Website Address

5. Email Address

6 Details of :

Description of business and

business background

Service Profile & client profile

Domestic & International presence

Alliance and joint ventures

7. Detail of Tender Fee and Earnest

Money Deposited.

8. Figures for last 3 years (in Crores

with two decimal):-

Annual Turnover

Profit

2015-16 2016-17 2017-18

___________ _________

_________

___________ _________

9 Income Tax PAN

GSTN ID

10 Details of similar assignments executed

by the bidder

Page 34: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 34 of 61

(Name of the Bank, time taken for

execution of the assignment and

documentary proofs from the Bank are to

be furnished)

11 Details of inputs required by the bidder

to execute the agreement

12 Details of the bidder’s proposed

methodology /approach for providing

services to the Bank with specific

reference to the scope of work.

DECLARATION

1. I/We hereby declare that the terms and conditions of the tender stated herein and as may be

modified/mutually agreed upon are acceptable and biding to me/us. We understand and agree

and undertake that:-

1. The Bank is not bound to accept the lowest bid or may reject all or any bid at any stage

at its sole discretion without assigning any reason therefore.

2. If our Bid for the above job is accepted, we undertake to enter into and execute at

our cost, when called upon by the Bank to do so, a contract in the prescribed form. Unless

and until a formal contract is prepared and executed, this bid together with your written

acceptance thereof shall constitute a binding contract between us.

3. We have read and understood all the terms and conditions and contents of the RFP and also

undertake that our bid conform to all the terms and conditions and do not contain any

deviation and misrepresentation. We understand that bank reserve the right to reject our bid

on account of any misrepresentation/deviations contained in the bid.

4. Bank may accept or entrust the entire work to one Bidder or divide the work to more than

one bidder without assigning any reason or giving any explanation whatsoever and the

Bank’s decision in this regard shall be final and binding on us.

5. If our bid is accepted, we are to be jointly and severally responsible for the due

performance of the contract.

6. Bidder means the vendor who is decided and declared so after examination of commercial

bids.

Name of person Authorized to

sign

Mobile No.

Email

Date: Authorized Signatory

Place

Designation

Bidder’s name

(Name of Address Authorized Signatory)

Company Name and Seal

Page 35: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 35 of 61

ANNEXURE - III

Performa for the Bank Guarantee for Earnest Money Deposit

(To be stamped in accordance with stamp act)

Ref: Bank Guarantee # Date: __________

Punjab & Sind Bank

HO IT Department,

21, Rajendra Place, Bank House,

New Delhi 110008

Dear Sir,

In accordance with your bid reference No.______________________Dated

_______________M/s______________________________________ having its registered office

at ______________________________________________herein after Called „bidder‟) wish to

participate in the said bid for selection of Vendor for Supplying, Printing and Personalization of

Ready Kits of ATM-cum-Debit dual interface Cards (with Contact cum Contactless Chip and

Magstripe) and Pin. An irrevocable Financial Bank Guarantee (issued by a nationalized /scheduled

commercial Bank) against Earnest Money Deposit amounting to

Rs.____________(Rs._____________________________) valid up to ___________ is required

to be submitted by the bidder, as a condition for participation in the said bid, which amount is

liable to be forfeited on happening of any contingencies mentioned in the bid document.

M/s_________________________________ having its registered office at

__________________________ has undertaken in pursuance of their offer to Punjab & Sind Bank

(hereinafter called as the beneficiary) dated __________ has expressed its intention to participate

in the said bid and in terms thereof has approached us and requested

us___________________________ (Name of Bank) ________________________ (Address of

Bank) to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit (EMD)

amounting to Rs ___________(Rupees_______________________) valid up to__________. We,

the ___________________________ (Name of Bank)________________________ (Address of

Bank) having our Head office at ______________________ therefore Guarantee and undertake

to pay immediately on first written demand by Punjab & Sind, the amount Rs.

________________(Rupees__________________________) without any reservation, protest,

demur and recourse in case the bidder fails to Comply with any condition of the bid or any

violation against the terms of the bid, Without the beneficiary needing to prove or demonstrate

reasons for its such demand. Any Such demand made by said beneficiary shall be conclusive and

binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall

be irrevocable and shall remain valid up to ____________. If any further extension of this

Guarantee is required, the same shall be extended to such required period on receiving instructions

in writing, from Punjab & Sind Bank, on whose behalf guarantee is issued. "Not withstanding

anything contained herein above Our liability under this bank guarantee shall not exceed

Rs.____________(Rupees__________________________).

This bank guarantee shall be valid up to ___________________. We are liable to pay the

guaranteed amount or any part thereof under this bank guarantee only if you serve upon us a

written claim or demand, on or before _____________ before 14.30 hours (Indian Standard Time)

where after it ceases to be in effect in all respects whether or not the original bank guarantee is

returned to us." In witness whereof the Bank, through its authorized officer has set its hand

stamped on this _____________ Day of ______________2018 at __________________

Name of signatory

Designation

Bank

Common Seal

Page 36: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 36 of 61

ANNEXURE - IV

Compliance to Minimum Eligibility

S No. Eligibility Clause Supporting Documents Required

EC-1 Bidder should be a Company/ Firm/ in India

providing services of RuPay/ VISA/ Mastercard

personalization under Company Act having its

Registered Office in India.

Certificate of Incorporation, Certificate of

Commencement of Business issued by the

Registrar of Companies, the Memorandum

and Articles of Association are to be

submitted.

EC-2 The Bidder should have a Positive Net Worth

during the last three financial years (2015-16,

2016-17 & 2017-18) and have a minimum

turnover of Rs. 15 crores in any of these two

financial years in Debit Card personalization

and Debit Cards related business.

Copies of Audited Balance sheet and Profit

and Loss A/c along-with a calculated sheet

of net-worth of the company duly signed and

stamped by CA are required to be submitted.

EC-3 The bidder should have at least 2 years of

experience of undertaking “EMV Chip contact

cum contactless card with magstripe

personalization” for Rupay, MasterCard &

VISA cards for any Scheduled Commercial

Bank in India.

Bidder must submit copies of Purchase

Orders/ Work Orders issued by other Banks.

EC-4 The bidder should supply card from VISA,

MasterCard, NPCI certified card manufacturer

only within India with required infrastructure

for Debit Card personalization (EMV Chip

contact cum contactless & Magstripe)

conforming to all guidelines prescribed by

MasterCard, VISA and NPCI for the said

purpose.

An authorization letter from manufacturer to

this effect should be furnished.

EC-5 The bidder should have VISA, MasterCard,

NPCI certification for EMV personalization

(EMV Chip contact cum contactless &

Magstripe). The certificate should be valid at

least for 6 months from the date of submission

of bids. Further the certification as above should

have been received by the bidder on continuous

basis during last two years.

Latest valid certificate issued by VISA,

MasterCard and NPCI for EMV Chip card

personalization to be submitted. Self-

declaration from vendor on the continuous

certifications during last two years.

EC-6 The bidder shall strictly comply Master Card,

VISA, NPCI guidelines with respect to supply

of certified plastic cards and EMV Chips

contact cum contactless card and carrying out

personalization, PIN management, card

management, stock/ inventory management etc

as per the prescribe standard /

guidelines/NPCI/MasterCard/VISA guidelines.

An undertaking of this effect to be submitted

by the bidder to the Bank.

EC-7 Bidder should have processed and supplied

more than 20 Lac MasterCard/VISA/Rupay

EMV Chip cards for Schedule Commercial

Banks in India during last financial year i.e.

2017-18. Out of 20 lacs, 1 lacs should be EMV

Chip contact cum contactless cards.

Certificates from clients to be submitted.

Page 37: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 37 of 61

EC-8 Bidder should have their own arrangement for

card management for minimum of two

Scheduled Commercial Banks in India and

should have been in the business of end to end

card management for at least 2 years in India.

Certificate regarding satisfactory services

from all PSU Banks to whom they have

provided services during the last two years

immediately preceding the date of

submission of the bids.

EC-9 The bidder should have its own Disaster

Recovery Site in India and Business Continuity

Plan. Indicate the systems available for

DR/BCP or the time frame in which they will

be available. DR site must be located in India.

DR and BCP plan, document and ownership

/lease records of the facility like ownership

of facility like purchase deed of land or

facility

EC-10 The bidder should have sufficient capacity for

supply of Ready Kits to cater to Punjab & Sind

Bank’s requirements of minimum 30,000 and

scale upto 1 lac Ready Kits per month.

Self-declaration is to be submitted.

EC-11 The bidder should not have been black listed by

any Public Sector Bank during the last three

years and the Bidder / any of its associates,

should not have been cautioned / reprimanded /

blacklisted or have had its contract revoked /

terminated by any concern to which it was

under contract for supply of cards, or by any

regulatory or statutory body or RBI or the

Indian Banks Association (IBA) etc. at the time

of Bid submission.

Bidder to submit self-declaration in the

Company’s letterhead as per Annexure-I of

the RFP.

EC-12 The systems offered should not violate any

Intellectual Property Rights.

Self-declaration

EC-13 Bidders should have digital signature or agree

to obtain digital signatures to participate in

Reverse Auction.

Details of Certificate to be

furnished/undertaking in this regard is

required to be submitted

EC-14 The DC/DR manufacturing unit/ card

personalization bureau of the Bidder should be

ISO 9001 certified.

Relevant ISP certificates are to be submitted

EC-15 Bidder should have experience and capacity for

supply, processing and personalizing various

types of debit cards e.g. EMV compliant chip

based cards, magnetic stripe based cards, chip

cum magnetic stripe based cards, embossed,

non-embossed, photo cards, travel cards,

prepaid cards, contactless dual interface cards

including NFC enabled dual interface cards,

image cards etc.

Self-declaration and relevant experience

documents to be submitted

Dated this ____day of __________, 2018

Authorized Signatory

Designation

Bidder’s name

(Name of Address Authorized Signatory)

Company Name and Seal

Page 38: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 38 of 61

ANNEXURE –V

ACCEPTANCE/ COMPLIANCE CERTIFICATE

All Terms and Conditions including scope of work (except technical specifications)

We here by undertake and agree to abide by all the terms and conditions/ scope of work

stipulated by the Bank in this RFP including all addendum, corrigendum etc. Any deviation

may result in disqualification of bids.

Signature:

Seal of company

Technical Specification

We certify that the systems/services offered by us for tender conform to the specifications

stipulated by you with the following deviations

List of deviations

1)

2)

3)

4)

(If left blank it will be construed that there is no deviation from the specifications given

above) Dated this ____day of __________, 2018

Authorized Signatory

Designation

Bidder’s name

(Name of Address Authorized Signatory)

Company Name and Seal

Page 39: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 39 of 61

ANNEXURE-VI

Technical Specifications

Table 1- EMV Debit Card with Magstripe

S.

No.

Item Description Complied

(Yes/ No)

1. MasterCard Debit Card

1.1 Colors on front – minimum six colors

1.2 Colors on the Back - minimum four colors

1.3 Signature Panel-printed conforming to latest specifications of

MasterCard

2. PVC plastic blanks Cards with dual interface 16 K chip as per EMV

specifications with Mag-Stripe as per design / specifications

approved by the Bank / NPCI /MASTER CARD/ VISA. Printing,

embossing, Photo, magnetic stripe encoding as per Rupay /

MASTER/ VISA specifications.

2.1 Physical Card Specification

- Compliant to ISO/IEC 7810 Standards

- Physical Card ID1 Format

2.2 General Compliance

- Secure Coprocessor for PKI – RSA/ECC, 3DES/AES

- Java 2.2/Multos or higher

2.3 Contact CHIP specifications:

i. Compliant to ISO/IEC 7816 Standards

ii. Physical Card ID1 Format

iii. Card - PVC Material with 800 micron thickness

iv. Microprocessor based IC Card Minimum 16 KB JAVA DDA

EEPROM (Gold Chip)

v. Minimum 8 bit CPU

vi. RAM 6 KB

vii. Java 2.2 or higher

viii. Secure Hardware Crypto Coprocessor

ix. RSA /ECC, 3DES (with 2 unique keys)/3KTDES, AES

x. Memory secure encryption for RAM, ROM and

EEPROM/FLASH.

xi. Counter Measures against side channel attacks (SPA & DPA)

xii. EMV -- DDA/ CDA

xiii. Write Endurance 300 000 cycles

xiv. Data Retention >10 years

xv. Unique ID for each chip

xvi. OS should be hard masked on ROM

xvii. Global Platform 2.1.x or higher version

xviii. EMV Authentications Methods Supported - DDA/ CDA

xix. Support for EMV financial applications using Chip and PIN

xx. Other EMV CHIP card specifications of VISA, MasterCard &

NPCI.

Page 40: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 40 of 61

2.4 MasterCard - M/Chip 4 PayPass

RUPAY - Application under Rupay when the specifications

are released by NPCI.

3. Magnetic Strip- HICO 2750 Orested

4. Hologram& Logo of Bank, NPCI/Master Card/ VISA 5. Personalization/ encoding, embossing, indenting, printing of

CVV2 value as per data supplied by Bank.

6. Envelope for sending PIN 90 GSM, 10.23’’ x 4.13”

window on left side clearly displaying customer address

7. ATM Card pouch for carrying ATM card 90 GSM, dimensions 8.6 cm x 5.5 cm , non-woven product made out of virgin HDPE without chemical additive

8. Printed Welcome letter 90 GSM,29.7 cm x 21 cm, 1 Color

9. Printed user Guide Glossy hard paper, 130 GSM, 27.2 cm x

20.5 cm single page, three folded with card image & bank logo

and text

10. Printed Envelop for carrying 90 GSM, 27 cm x 12.5 cm with

10 cm x 5 cm transparent window on left side clearly displaying

customer address.

11. Debit card terms and conditions (Hindi & English 4 pages

printed on both sides) 28.6 CM X 21.4 CM landscape

orientation

12. Ready Kit Preparation

Table 2- EMV Dual Interface Card (Contact + Contactless) with Magstripe

S. No. Item Description Complied

(Yes/ No)

1. Compliant to ISO/IEC 7816 Standards

2. Physical Card ID1 Format

3. Card - PVC Material with 800 micron thickness

4. Free User Memory : 16K

5. Authentication method : DDA /CDA

6. Global Platform 2.1.1/MULTOS 4.3

7. JAVA Card 2.2.2 / MULTOS 4.3

8. Compliance to ISO 14443

9. Communication Protocol : T=0 , T=1 , CL Type A , CL Type B

10. Certified Payment schemes :

1. MasterCard - Paypass M/Chip Select T=0 & T=1 & Type A & B

2. Visa - Visa 2.8.1F T=0 Type A

3. RuPay - NA

11. Minimum 8 bit CPU

12. Secure Hardware Crypto Coprocessor

13. RSA /ECC, 3DES (with 2 unique keys)/3KTDES

14. Write Endurance 300 000 cycles

15. Data Retention >10 years

16. Unique ID for each chip

17. Support for EMV financial applications

Page 41: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 41 of 61

Table 3 - NFC Tags/Contactless Wearables:

S.

No.

Item Description Complied

(Yes/ No)

1. NFC Tags should be compatible with payment and multi-

applications

2. Tags should compliant to ISO 14443 standard

3. Tags should be certified with Paywave (Visa), PayPass (Master

Card)

4. Reading distance according to EMV Co contactless requirements

5. Stickers

a. a. Smaller form factor with size of 48x25mm centered on ID1 card

support

b. b. Efficient adhesive

c. c. Should be compatible with all major handsets

6. Keyrings/Wristbands:

a. a. 27x23mm FOB form factor on ID card support

Table 4- Hybrid (Contact + Contactless) Contact EMV:

S.

No.

Item Description Complied

(Yes/ No)

1. Compliant to ISO/IEC 7816 Standards

2. Physical Card ID1 Format

3. Card - PVC Material with 800 micron thickness

4. Free User Memory : 8K FLASH

5. Authentication method : DDA /CDA

6. Global Platform 2.1.1

7. JAVA Card 2.2.2/ MULTOS 4.3

8. Communication Protocol : T=0 , T=1

9. Certified Payment schemes :

MasterCard - M/Chip 4 Multi-App T=0 & T=1

Visa – VSDC2.8.1f1 T=0

Rupay - DPAS v1.1 T=0

10. Minimum 8 bit CPU

11. Secure Hardware Crypto Coprocessor

12. RSA /ECC, 3DES (with 2 unique keys)/3KTDES

13. Write Endurance 300 000 cycles

14. Data Retention >10 years

15. Unique ID for each chip

16. Support for EMV financial applications

Page 42: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 42 of 61

Table 5- Contactless DES Fire EV1:

Contactless cards are to be supplied as per the standard interface and compliance with

MasterCard, VISA and RuPay standards. Contactless cards are required to be of EMV Chip

standards. The manufacturers to guarantee against the failure.

S.

No.

Item Description Complied

(Yes/ No)

1. ISO/IEC 7816 compatibility

2. RF Interface: ISO/IEC 14443 Type A

3. Operating frequency: 13.56 MHz

4. Operating Distance: up to 100 mm

5. Bit-wise anti collision

6. 7 bytes unique identifier, cascaded

7. Memory – 4K

8. Data retention of 10 years

9. Write endurance typical 500 000 cycles

10. Common Criteria Certification: EAL4+ (Hardware and Software)

11. Data encryption on RF-channel

12. Authentication on application level

13. Self-securing file system

14. Transaction oriented automatic anti-tear mechanism

Note: Apart from the above, the bidder should comply all the latest Technical specifications

issued by NPCI, Mastercard, VISA etc.

Authorized Signatory

Designation

Bidder’s Name

(Name of Address Authorized Signatory)

Company Name and Seal

Date:

Place :

Page 43: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 43 of 61

ANNEXURE - VII Format for Indicative Bill of material (BOM)

S.No Description

Rupay/Master/VISA (Card + PIN) Rupay/Master/VISA (Only Card)

Qty (In Unit)

Unit Cost in Rs.

Total (Rs.)

Qty (In Unit)

Unit Cost in

Rs. Total (Rs.)

A B C = AXB D E F =DXE 1 EMV Chip plastic dual interface Card (contact

cum contactless with magstripe) 2800000 1160000

2 EMV Chip photo plastic dual interface Card (contact cum contactless with magstripe) 32000 8000

3 Personalization activities for EMV Chip dual interface card (contact cum contactless with magstripe)

2800000 1160000 4 Personalization activities for EMV Chip photo

card interface card (contact cum contactless with magstripe) 32000 8000

5 Ready Kit preparation (Components) i. PIN mailer stationery

2832000 Not

applicable ii. ATM Card pouch for carrying ATM card 2832000 1168000 iii. Printed Welcome letter 2832000 1168000 iv. Printed Terms & Conditions 2832000 1168000 v. Printed User Guide 2832000

1168000

vi. Printed Envelop for carrying Card 2832000 1168000 vii. Ready Kit Preparation 2832000 1168000

6 Stuffing, gumming, pasting, sorting including despatch etc.

2832000

1168000

7 Total 2832000 1168000

8 Grand Total TCO (C+F)

Note:-

1. The quantity of cards mentioned is in units. The above tentative projection is for comparative

analysis of bids and may vary as per actual requirements of the Bank. Ready Kits shall primarily be of two type viz. RuPay and MasterCard, each containing features of all cards of that network.

2. Unit price of Card Design in the above chart includes artwork, design in PDF and Epson proof, one-time setup as per specifications for new Cards/ variants.

3. Prices shall be expressed in the Indian Rupees only. The bidder must quote price exclusive of all applicable taxes and duties. There should not be any separate incidental/travel/any other hidden charges. The cost will not depend on any variation in dollar exchange rate/change in tax structure.

4. Total Cost of Ownership (TCO) mentioned at S.No.8 above shall be considered for arriving at L1 Score only. Multiplication Factor is solely for determination of L1 Bidder. The actual purchase quantity may differ from the said figure.

5. The stuffing/ packing charges should be inclusive in aforesaid prices. Ready Kits/ EMV Chip cards

with/ without photo shall be procured as per the actual requirement. The cost of manpower for

all the activities specified may be taken into account while quoting for the same. No separate

payment shall be made towards cost of manpower.

Date: Name of the Bidder Signature of Authorized Person

Page 44: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 44 of 61

OPTIONAL ITEMS: (Not applicable for calculation of L1 price)

Other types of cards / Tags/Wearable:

Sl.

No.

Type of cards

Item/Service to be quoted on

a per piece / quantity basis

Per card / Unit Rate

i. Hybrid Card (For Transit

applications like Metro

Cards)

Cost of a Blank card

ii. NFC Tags/Contactless

Wearable Cost of a NFC

Tag/Wearable

iii. Dynamic CVV Cards,

Cost of a Blank card

iv. Smart Premier metal

Cost of a Blank card

v. Smart Crystal – Clear

Plastic with IR Blocking

cards

Cost of a Blank card

vi. Smart Touch – Varnish

Cards Cost of a Blank card

vii. Smart Reflect Cards

Cost of a Blank card

The rates quoted under optional items may be negotiated by the bank with the successful bidders.

For the purpose of negotiation, the Bank may consider the lowest price quoted for the respective

items out of the commercial bids submitted by the eligible bidders and prices of such items prevalent

elsewhere in the industry,.

Date: Name of the Bidder Signature of Authorized Person

Page 45: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 45 of 61

ANNEXURE VIII

STATIONERY ITEMS & SPECIFICATIONS: Common for All Types of Cards

Sl. No. Description

1. Welcome Letter : One Page Welcome Letter with four colors printing (BILINGUAL) Card

Carrier

Size: 297mm length x 210mm width (A4).

Paper: 90 GSM Maplitho

Printing: Both sides 4 color printing

2. Card Pouch : Size: Length 90 mm Width 60 mm

Paper: 170 gsm art glass paper

Should be Antistatic coated to safe the card surface from scratches.

Printing: 4 color printing on Front

Finishing: Mat lamination on front

3. User Manual: Size: Length 220mm x 285mm width

Paper: 90 GSM Art Paper

Printing: 4 colour back to back printing , 2 Folds

4. Window Envelope: Size: Length 275 mm x 105mm width Window Size: Length 120mm x 50 mm width.

Paper: 90 GSM Maplito paper, Multicolour Printing, Window Pasting & Envelope Pasting.

(Ballarpur / Andhra White Maplitho)

Lamination: Both side Glossy Lamination

5. Plastic Envelopes :Envelopes manufactured of 200 Gage LDP, size 10 * 4.5 inches with two

color printing with gumming

6. Paper envelope: Pre Printed laminated brown envelope of 250 GSM, size 12 * 6 Inches.

7. Plastic Bags: Plastic Bag manufactured with 250 Gage thickness, HM quality, size 19.5 * 17

inches and size 15.5 * 12 inches, Pre Printed in two colours with gumming.

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

9. Small Window Envelopes: Envelopes manufactured of 95 GSM HB Maplitho size 7.5*4.5

inches having window of 2*4 inches duly printed (inside as well as outside) in three colors with

gumming.

10. Business Reply envelope: Envelopes manufactured of 95 GSM HB Maplitho size 7.5*4.5 inches

duly printed (inside as well as outside) in three colors with gumming.

11. Tape: Pre-printed cello tape 1.5 inch wide.

12. Brown Tape: Brown Cello Tape 2 inch wide.

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

14. PIN Mailer :4*11 inches in triplicate in continuous format with pocket holes on both sides and

perforated Cream Wove paper of A Grade mill is to be used & shrink packing of 1000 each and

three packets in one corrugated box.

Printing specifications of PIN Mailer

Leaf Front

Printing

Back Printing Paper Remarks

First Leaf 3 Color Black Carbon

Ink

50GSM Clipped with 2nd and 3rd

Leaf

Second

Leaf

3 Color Black Carbon

Ink

60GSM Sealed & Glued from all

side with 3rd leaf.

Third Leaf Single Color 3 Color 80GSM Sealed & Glued from all

side with 2nd leaf.

*Note – (1) The above stationery items need to be duly pre-approved by the Bank.

(2) Specification of the stationary items may be modified only by the bank at its

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

writing.

Accepted Signature & Seal of the Bidder

Page 46: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 46 of 61

ANNEXURE IX

Date: ___/___/______

Certificate of satisfactory services PSU Banks serviced the last two years

TO WHOM SO EVER IT MAY CONCERN

(Certificate from each bank on its letter head)

This is to certify that <company’s name> has supplied various types of debit cards as per below:

S.

No

Name of

Bank

Monthly

Average of

No. of Debit

Cards

supplied

Year Total Quantity of

ATM/Magstripe

Debit Cards

Supplied in the year

Total

Quantity of

EMV Debit

Cards

Supplied in

the year

Remarks/

Reason for

late

delivery/poor

performance,

if any

Signature

Seal of Bank

Page 47: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 47 of 61

ANNEXURE- X

Format of Performance Guarantee

Tender Reference No: ______________________ Date _________________

The Assistant General Manager

Punjab & Sind Bank,

HO IT Department,

21, Rajendra Place, New Delhi – 110008

Dear Sir,

1. WHEREAS pursuant to a Request for Proposal dated…………….. (hereinafter referred to as

RFP, issued by Punjab & Sind Bank, Bank House, 21, Rajendra Place, New Delhi in response

of (Vendor / Service Provider), a Company registered under the Companies Act, 1956 and

having its Registered / Corporate Office at …………………………………has awarded the

Contract valued Rs………………………………….and appointed…………………….as

Vendor / Service Provider for Supplying, Printing and Personalization of Ready Kits of ATM-

cum-Debit dual interface cards (with contact cum contactless chip and Mag-stripe) and Pin vide

Appointment letter / Purchase Order No…………………………………dated……………..on

the terms and conditions as set out inter-alia in the said RFP and in the Appointment Letter /

Purchase Order.

2. WHEREAS you have in terms of the said Appointment letter / Purchase Order called upon

(Vendor / Service Provider to furnish a Performance Guarantee, for

Rs…………………………….Rupees only), equivalent to…………………..of the Contract

value, to be issued by a Bank in your favour towards due performance of the Contract in

accordance with the specifications, terms and conditions of the said Appointment letter /

Purchase Order and an Agreement entered / to be entered into in this behalf.

3. WHEREAS (Vendor / Service Provider) has approached us for issuing in your favour a

performance Guarantee for the sum of Rs……………………………..

(Rupees…………………………………….).

NOW THEREFORE in consideration of you having awarded the Contract

to…..…………….inter-alia on the terms & conditions that provides a performance guarantee

for due performance of the terms and conditions thereof.

We,………………….Bank,…………………… a body corporate constituted under

……………………………………having its Head office

at………………………………………………(give full address) and a branch inter-alia

at………………………………. India at the request of…………do hereby expressly,

irrevocably and unconditionally undertake to pay merely on demand from you and without any

demur without referring to any other source,

Rs………………………….(Rupees……………………………only) against any loss or

damage caused to or suffered by or that may be caused to or suffered by you on account of any

breach or breaches on the part of ………………of any of the terms and conditions of the

Contract and in the event of………………committing any default or defaults in carrying out any

of the work or discharging any obligation under the said Contract or otherwise in the observance

and performance of any of the terms and conditions relating thereto including non-execution of

the Agreement as may be claimed by you on account of breach on the part of …………….of

their obligations or default in terms of the said Appointment letter / Purchase Order.

Page 48: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 48 of 61

4. Notwithstanding anything to the contrary contained herein or elsewhere, we agree that your

decision as to whether the ……………..has committed any such breach / default or defaults and

the amount or amounts to which you are entitled by reasons thereof will be binding on us and

we shall not be entitled to ask you to establish its claim or claims under this Guarantee, but will

pay the same forthwith on demand without any protest or demur. Any such demand made by you

shall be conclusive as regards the amount due and payable by us to you.

5. This Guarantee shall be valid up to ……….. plus 3 (three) months of the Claim period from the

expiry of said guarantee period. Without prejudice to your claim or claims arisen and demanded

from or otherwise notified to us in writing before the expiry of the said date which will be

enforceable against us notwithstanding that the same is or are enforced after the said date.

6. You will have the fullest liberty without our consent and without affecting our liabilities under

this Guarantee from time to time to vary any of the terms and conditions of the said appointment

letter or the Contract to be made pursuant thereto or extend the time of performance of the

Contract or to postpone for any time or from time to time any of your rights or powers against

the ………and either to enforce or forbear to enforce any of the terms and conditions of the said

appointment letter or the Contract and we shall not be released from our liability under Guarantee

by exercise of your liberty with reference to matters aforesaid or by reason of any time being

given to or any other forbearance, act or omission on your part or any indulgence by you or any

other act, matter or things whatsoever which under law relating to sureties, would but for the

provisions hereof have the effect of releasing us from our liability hereunder provided always

that nothing herein contained will enlarge our liability hereunder beyond the limit of

Rs…………………….. (Rupees…………………………………only) as aforesaid or extend

the period of the guarantee beyond ………………….(date) unless expressly agreed to by us in

writing.

7. This Guarantee shall not in any way be affected by you are taking or giving up any securities

from ……………or any other person, firm or company on its behalf or by the winding up,

dissolution, insolvency as the case may be of ……….

8. In order to give full effect to the Guarantee herein contained, you shall be entitled to act as if we

were your principal debtors in respect of all your claims against ……….hereby guaranteed by

us as aforesaid and we hereby expressly waive all our rights of surety ship and other rights, if

any, which are in any way inconsistent with any of the provisions of Guarantee.

9. Subject to the maximum limit of our liability as aforesaid, this Guarantee will cover all your

claim or claims against ………from time to time arising out of or in relation to the said

appointment letter / Contract and in respect of which your claim in writing is lodged on us before

expiry of Guarantee.

10. Any Notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,

e-mail or registered post to our Head Office / Local address as aforesaid and if sent accordingly

it shall be deemed to have been given when the same has been posted.

11. This Guarantee shall not be affected by any change in the constitution of ___________or nor

shall it be affected by any change in your constitution or by any amalgamation or absorption

thereof or therewith but will ensure to the benefit of and be available to and be enforceable by

the absorbing or amalgamated company or concern.

Page 49: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 49 of 61

12. This Guarantee shall come into force from the date of its execution and shall not be revoked by

us any time during its currency without your previous consent in writing.

13. We further agree and undertake to pay you the amount demanded in writing irrespective of any

dispute or controversy between you and ________________ in any suit or proceeding pending

before any court, Tribunal or Arbitrator relating thereto, our liability under these presents being

absolute and unequivocal. The payments so made by us shall be a valid discharge of our liability

for payment hereunder and ____________shall have no claim against us for making such

payment.

14. We have the power to issue this Bank Guarantee in your bank’s favour as the undersigned has

full power to execute this Bank Guarantee under the Power of Attorney issued by our Bank.

15. Our authority to issue this guarantee may be verified with our Controlling Office situated at

________________________________(full details of persons to be contacted address and

phone Numbers etc).

16. Notwithstanding anything contained herein above;

i. Our liability under this Guarantee shall not exceed

Rs_______________(Rupees_______________________________________only )

ii. This Guarantee shall be valid and remain in force up to_________________ plus the

Claim period of 6 (Six) months and including the date ______________________ and

iii. We are liable to pay the guaranteed amount or any part thereof under this Guarantee only

and only if you serves upon us a written claim or demand for payment on or before the

expiry of this Guarantee.

Dated this the__________________ day of ______________ 2018.

Signature and Seal of Guarantors Vendor’s Bank

Page 50: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 50 of 61

ANNEXURE - XI

LIST OF ZONAL OFFICES

S.

No

Zone Address

1. Amritsar Hall Bazar , Chowk Phawara, Amritsar

2. Bareilly Gagandeep Complex, 148 Civil Lines, Bareilly

3. Bhatinda 7, Bhagoo Road, Bhatinda

4. Bhopal 186, Zone 2, MP Nagar, Bhopal 462011

5. Chandigarh SCO 79-81, Bank Square, Sec-17B, Chandigarh

6. Chennai Ist Floor, 770A, Anna Salai, Chennai

7. Dehradun Opposite Tehsil, Amrit Kaur Road, Dehradun - 248 001 (Uttaranchal)

8. Delhi - I Sidhartha Enclave, Ashram Chowk, New Delhi - 110014

9. Delhi - II 3rd floor, 38 / 39 Industrial Area, Naraina- Phase - I New Delhi

110028

10. Faridkot Red Cross Bhanwan, Faridkot

11. Gandhi

Nagar

Unit No.4, 3rd Floor, Gift Tower One, Gift City, Gandhinagar, Gujarat

382355

12. Gurdaspur 435/7,Civil Lines, Gurdaspur

13. Guwahati 42, MG Road, Uzan Bazar, Guwahati

14. Gurgaon Plot No-151,Sector-44,Gurgaon-122003

15. Haryana Gurudwara Singh Sabha, Model Town, Karnal ,Haryana

16. Hoshiarpur CO-23 1st & 2nd Floor, Sant Harchand Singh Longowal Nagar,

Chandigarh Road, Hoshiarpur, Punjab – 146 001

17. Jaipur 30-31, Mohan Tower, Prince Road, Vidyut Nagar, Ajmer Road, Jaipur,

Rajasthan- 302021

18. Jalandhar Model Town, Jalandhar

19. Kolkata 14/15, Old Court House Street, Kolkata

20. Lucknow 8,Jwaladevi Building, Lalbagh, Lucknow

21. Ludhiana Bhai Bala Chowk, 5th floor, Noble Enclave, Ludhiana

22. Mumbai Mumbai Fitwell House, L.B.S. Marg, Vikhroli (West), Mumbai

400083

23. Patiala Rajbaha Road, Patiala - 147001.

24. Noida First Floor 1-A , Block C ,Sector 63 Noida(U.P) Pin 201307

25. Vijayawada H No. 54 -15-4C, 4th Floor, RK Galleria, Ring Road, Srinivasanagar

Bank Colony, Near Health University, Vijayawada -520010

Page 51: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 51 of 61

ANNEXURE-XII

PREBID QUERY FORMAT

Sr. No Page No. RFP Clause

Number

RFP clause Bidder’s

remarks

Page 52: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 52 of 61

ANNEXURE-XIII

PRE CONTRACT INTEGRITY PACT

General

This pre-bid pre contract Agreement (hereinafter called the integrity pact is made on

day of the month of 201__, between, on one hand, Punjab and Sind Bank, acting through

Shri..............., Designation................., Punjab and Sind Bank, Government of India

Undertaking (hereinafter called the “BUYER” which expression shall mean and include, unless

the context otherwise requires, his successors in office and assigns)of the first part and

M/s...................... represented by Shri............. , authorized signatory of

M/s...........................(hereinafter called the “BIDDER/ SELLER ”which expression shall mean

and include, unless the context otherwise requires, his successors and permitted assigns) of the

second part .

WHEREAS the BUYER proposes to procure (Name of the Store / Equipment/ item and the

BIDDER / SELLER is willing to offer/ has offered the store and

WHEREAS the BIDDER is a private company/public company/Government / undertaking/

partnership/ registered export agency, constituted in accordance with the relevant law in the

matter and the BUYER is a Government of India, PSU Bank.

Now, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from

any influence /prejudiced dealings prior to, during and subsequent to the currency of the

contract to be entered into with a view to:-

Enabling the BUYER to obtain the desired said store/equipment at a competitive price in

conformity with the defined specifications by avoiding the high cost and the distortionary

impact of corruption on public procurement, and

Enabling the BIDDERS to abstain from bribing or indulging in any corrupt practice in order

to secure the contract by providing assurance to them that their competitors will also abstain

from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in

any form, by its officials by following transparent procedures.

The parties hereby agree to enter into this integrity pact and agree as follows:-

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly

with the contract, will demand, take a promise for or accept directly or accept, directly or

through intermediaries, any bribe, consideration, gift, reward favor or any material or

immaterial benefit or any other advantage from the BIDDER, either for themselves or for any

person, organization or third party related to the contract in exchange for an advantage in the

bidding process, bid evaluation contracting or implementation process related to the contract.

1.2 The BUYER will, during the pre-contract stage treat all BIDDERs alike, and will provide

to all BIDDERs the same information and will not provide any such information to any

particular BIDDER which could afford an advantage to that particular BIDDER in comparison

to other BIDDERs.

Page 53: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 53 of 61

1.3 All the officials of the BUYER will report to the appropriate Government office any

attempted or completed breaches of the above commitment as well as any substantial suspicion

of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER

to the BUYER with full and verifiable facts and the same is prima facie found to be correct by

the BUYER, necessary disciplinary proceedings, or any other action as deemed fit including

criminal proceedings may be initiated by the BUYER and such a person shall be debarred from

further dealings related to the contract process. In such a case while an enquiry is being conducted

by the BUYER the proceedings under the contract would not be stalled.

3. Commitment of BIDDERS

The BIDDERs commit itself to all take all measures necessary to prevent corrupt practices,

unfair means and illegal activates during any stage of its bid or during any pre-contract or post-

contract stage in order to secure the contract or in furtherance to secure it and in particular

commit itself to the following:-

3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,

consideration, reward, favor, any material or immaterial benefit or other advantage,

commission, fees, brokerage or inducement to any official of the BUYER, connected directly

or indirectly with the bidding process, or to any person, organization or third party related to

the contract in exchange for any advantage in the bidding, evaluation contracting and

implementation of the contract.

3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly

or indirectly any bribe, gift, consideration, reward, favor, any material benefit or other

advantage commission fees, brokerage or inducement to any official of the BUYER or

otherwise in procuring the contract for bearing to do or having done any act in relation to the

obtaining or execution of the contract or any other contract with the Government for showing

or forbearing to show favor or disfavor to any person in relation to the contract or any other

contract with the Government.

3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian

BIDDERs shall disclose their foreign principals or associates.

3.4 BIDDERs shall disclose the payment to be made by them to agents/brokerage or any

other intermediary, in connection with this bid /contract.

3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the

original manufacturer/ integrator/ authorized Government sponsored export entity of the

defense stores and has not engaged any individual or firm or company whether Indian or foreign

to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries,

whether officially or unofficially to the award of the contract to the BIDDER, nor has such any

amount been paid promised or intended to be paid to any such Individual, firm or company in

respect of any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or

before signing the contract shall disclose any payment he has made, is committed to or intends

to make to officials of the BUYER or their family members agents, brokers or any other

intermediaries in connection with the contract details or / and the services agreed upon for such

payments.

Page 54: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 54 of 61

3.7 The bidder will not collude with other parties interested in the contract to impair the

transparency, fairness and progress of the bidding process, bid evaluation contracting and

implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair

means and illegal activities.

3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or

pass on to other, any information provided by the BUYER as part of the business deal,

relationship regarding plans, technical proposals and business details, including information

contained in any electronic data carrier. The BIDDER also undertakes to exercise due and

adequate care lest any such information is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or through any other

manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of

the action mentioned above.

3.12 The BIDDER will not, directly or through any other person or firm, offer, promise or

give to any of the Principal’s employees involved in the tender process or the execution of the

contract or to any third person any material or other benefit which he/she is not legally entitled

to, in order to obtain in exchange any kind of favour whatsoever during the tender process or

during the execution of the contract.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three year

immediately before signing of this integrity pact, with any other company in any country in

respect of any corrupt practices envisaged hereunder or with any public sector enterprise in

India or any government Department in India that justify BIDDER’S exclusion from the tender

process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be

disqualified from the tender propose or the contract, if already awarded. Can be terminated for

such reason.

5. Earnest money(security deposit)

5.1 While submitting commercial bid, the BIDDER shall deposit an amount_ (as specified

in RFP) as Earnest money/security, with the BUYER through any of the following

instruments:-

(i) A confirmed guarantee by an Indian nationalized bank, promising payment of the

guaranteed sum to the BUYER on demand within three working days without any demur

whatsoever and without seeking any reasons whatsoever. The demand for payment by the

BUYER shall be treated as conclusive proof of payment.

(ii) Any other mode or through any other instrument (to be specified in the RFP).

5.2 The Earnest money/Security deposit shall be valid up to a period of Bid validity plus 45

days or the complete conclusion of the contractual obligations to the complete satisfaction of

both the BIDDER and the BUYER, including warranty period, whichever is later.

5.3 In case of the successful BIDDER a clause would also be incorporated in the article

pertaining to performance bond in the purchase contract that the provisions of sanction for

Page 55: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 55 of 61

violation shall be applicable for, forfeiture of performance bond in case of a decision by the

BUYER to forfeit the same without assigning any reason for imposing sanction for violation

of this pact.

5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/ Security

Deposit for the period of its currency.

6. Sanctions for violations

6.1 Any breach of the aforesaid provisions by the BIDDER or any one Employed by it or

acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the

BUYER to take all or anyone of the following actions, wherever required:

(i) To immediately call off the pre contract negotiations without assigning any reason or

giving any compensation to the BIDDER. However, the proceeding with the other

BIDDER(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/ or Security Deposit/ Performance

bond (after the contract is signed shall stand forfeited either fully or partially, as decided

by the BUYER and the BUYER shall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any compensation

to the BIDDER.

(iv) To recover all sum already paid by the BUYER, and in case of an Indian BIDDER with

interest thereon at 2% higher than the prevailing prime lending rate of State Bank of India,

while in case of a BIDDER from a country other than India with interest thereon at 2%

higher thantheLIBOR.IfanyoutstandingpaymentisduetotheBIDDERfromtheBUYERin

outstanding payment could also be utilized to recover the aforesaid sum and interest.

(v) To encase the advance bank guarantee and performance bond / warranty bond, if

furnished by the BIDDER in order to recover the payments, already made by the

BIDDER, along with interest.

(vi) To cancel all or any other contracts with the BIDDER, the BIDDER shall be liable to

pay compensation for any loss or damage to the BUYER resulting from such cancellation

/ rescission and the BUYER shall been titled to deduct the amount so payable from the

money(s) due to the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the Government

of India for a minimum period of five year, which may be further extended at the

discretion of the Buyer to recover all sum paid in violation of this pact by bidder(s) to

any middleman or agent or broker with a view to securing the contract.

(viii) In case where irrevocable letters of credit have been received in respect of any contract

signed by the BUYER with the BIDDER, the same shall not be opened.

(ix) Forfeiture of performance bond in case of a decision by the BUYER to forfeit the same

without assigning any reason for imposing sanction for violation of this pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para6.1 (i) to

(x) of this pact also on the commission by the BIDDER or any one employed by it or acting on

its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in

chapter IX of the Indian penal code, 1860 or prevention of corruption.

6.3 The decision of the BUYER to the effect that breach of the provisions of this pact has

been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the

BIDDER can approach the independent monitor(s) appointed for the purpose of this pact.

Page 56: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 56 of 61

7. Fall Clause

The BIDDER undertakes that it shall not supply identical solution(s)(For Department of

Information Technology)/ products/ services (for other departments) in comparable business

circumstances at a price lower than that offered in the present bid in respect of any other Public

Sector Bank in India and if it is found that within one year after the signing of contract that

identical solution(s) is supplied by the BIDDER to any other Public Sector Bank in India at a

lower price, with due allowance for elapsed time, will be applicable to the present case and the

difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has

already been concluded.

8. Independent Monitors

8.1 The BUYER has appointed Independent Monitors (here either referred to as Monitors)

for this pact in consolation with the Central Vigilance Commission (CVC).

8.2 The task of the Monitors shall be to review Independent and objectively, whether and to

what extent the parties comply with the obligations under this pact.

8.3 The Monitors shall not be subject to instruction by the representatives of the parties and

perform their functions neutrally and independently.

8.4 Both the parties accept that the Monitors have the access all the documents relating to

the project/procurement, including minutes of meeting.

8.5 As soon as the monitor notice, or has reason to believe, a violation of this pact, he will so

inform the Authority designated by the BUYER.

8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all

project documentation of the BUYER including that provided by the BIDDER. The BIDDER

will also grant the monitor, upon his request and demonstration of a valid interest, unrestricted

and unconditional access to his project documentation. The same is applicable to

subcontractors. The monitor shall be under contractual obligation to treat the information and

documents of the BIDDER/subcontractor(s) with confidentiality.

8.7 The BIDDER will provide to the Monitor sufficient information about all meetings

among the parties related to the project provided such meetings could have an impact on the

contractual relations between the parties the parties will offer to the monitor the option to

participate in such meetings.

8.8 The monitor will submit a written report to the designated Authority of BUYER /

Secretary in the Department/within 8 to10 weeks from the date of reference or intimation to

him by the BUYER / BIDDER and, should the occasion arise, submit proposals for correcting

problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provision of this pact or payment of commission,

the BUYER or its agencies shall been titled to examine all the documents including the Books

of Accounts of the BIDDER and the BIDDER shall provide necessary information and

documents in English and shall extend all possible help for the purpose of such examination.

Page 57: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 57 of 61

10. Law and place of jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the

BUYER.

11. Other Legal Actions

The actions stipulated in this Integrity pact are without prejudice to any other legal action that

may follow in accordance with provisions of the extent law in force relating to any civil or

criminal proceedings.

12. Validity

12.1 The validity of this Integrity Pact shall be from date of this signing and extend up to 5

years or the complete execution of the contract to the satisfaction of both the BUYER and the

BIDDER/SELLER, including warranty period, whichever is later, In case BIDDER is

unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the

contract.

12.2 Should one or several provisions of this Pact turn out to be invalid, the reminder of this

Pact shall remain valid. In this case, the parties will strive to come to an agreement to their

original intentions.

13. The BIDDER undertakes that he shall not approach the Court while representing the matter

to External Independent Monitors (IEMs) and he will await their decision in the matter within

a time ceiling of 90 days.

14. The parties hereby sign this Integrity Pac tat _________ on ________

BUYER BIDDER

Name of the Officer Authorized Signatory

Designation

Punjab and Sind Bank

Witness Witness

1. _______________________ 1. ______________________

2. _______________________ 2. ______________________

Page 58: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 58 of 61

ANNEXURE- XIV

NON DISCLOSURE AGREEMENT

(To be executed on a Non-Judicial Stamp Paper of requisite value)

This Non-Disclosure Agreement is entered into as of <Date in words> (DD-Month-YYYY), the "

Effective Date") by and between Punjab & Sind Bank, carrying on the business of Banking, having

its registered office at 21, Rajendra Place, New Delhi - 110008 (herein referred to as "Bank") and

M/s__________________, a Company incorporated under the Companies Act, 1956 having its

registered office at ____vendor_ address _____________________ (herein referred to as " vendor

name "). Each of Bank and ________________________ is sometimes referred to herein as a

""Party" and together as the ""Parties", each of which expression shall, unless repugnant to the

context or meaning thereof, shall mean and includes its respective successors and assigns.

WHEREAS, vendor name is inter alia engaged for Supplying, Printing and Personalization of

Ready Kits of ATM-cum-Debit Dual Interface Card (with Contact cum Contactless Chip and

Magstripe) and Pin and will be entirely responsible for the scope and services provided as agreed as

per scope of work covered under Request for Proposal RFP Ref. No.

……………………………………………… dated ………………………... WHEREAS, Bank is

inter alia engaged in the business of Banking; and WHEREAS, the Parties presently desire to discuss

and/or consult with each other's business for the purposes of entering into Agreements for

implementation of Mobile Banking Services of the Bank. WHEREAS, the Parties recognize that

each other' s business involves specialized and proprietary knowledge, information, methods,

processes, techniques and skills peculiar to their security and growth and that any disclosure of much

methods, processes, skills, financial data, or other confidential and proprietary information would

substantially injure a Party' s business, impair a Party' s investments and goodwill, and jeopardize a

Party' s relationship with a Party' s clients and customers; and WHEREAS, in the course of

consultation with respect to the potential business venture, the Parties anticipate disclosing to each

other certain information of a novel, proprietary, or confidential nature, and desire that such

information be subject to all of the terms and conditions set forth herein below; NOW,

THEREFORE, the Parties hereto, in consideration of the premises and other good and valuable

consideration, agree such information shall be treated as follows:

1. Confidential Information. "Confidential Information" shall mean and include any information

which relates to the financial and/or business operations of each Party, including but not limited to,

specifications, drawings, sketches, models, samples, reports, forecasts, current or historical data,

computer programs or documentation and all other technical, financial or business data, including,

but not limited to, information related to each Party's customers, products, processes, financial

condition, employees, intellectual property, manufacturing techniques, experimental work, trade

secrets.

2. Use of Confidential Information. Each Party agrees not to use the other's Confidential

Information for any purpose other than for the specific consultation regarding the RFP potential

business venture. Any other use of such Confidential Information by any party shall be made only

upon the prior written consent from an authorized representative of the other Party which wishes to

disclose such information (the "Disclosing Party") or pursuant to subsequent agreement between

the Parties hereto.

3. Restrictions. Subject to the provisions of paragraph 4 below, the Party receiving Confidential

Information (the "Receiving Party") shall, for contract period of two (2) years from the date of the

last disclosure of Confidential Information made under this Agreement (except for personal

customer data which shall remain confidential forever), use the same care and discretion to limit

disclosure of such Confidential Information as it uses with similar confidential information of its

Page 59: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 59 of 61

own and shall not disclose, lecture upon, publish, copy, modify, divulge either directly or indirectly,

use(except as permitted above under clause 2) or otherwise transfer the Confidential Information to

any other person or entity, including taking reasonable degree of care and steps to:

a. restrict disclosure of Confidential Information solely to its concerned employees, agents, advisors,

consultants, contractors and /or subcontractors with a need to know and not disclose such proprietary

information to any other parties; and

b. advise all receiving Party employees with access to the Confidential Information of the obligation

to protect Confidential Information provided hereunder and obtain from agents, advisors, contractors

and/or consultants an agreement to be so bound.

c. use the Confidential Information provided hereunder only for purposes directly related to the

potential business venture.

4. Exclusions. The obligations imposed upon either Party herein shall not apply to information,

technical data or know how, whether or not designated as confidential, that:

(a) is already known to the Receiving Party at the time of the disclosure without an obligation of

confidentiality;

(b) is or becomes publicly known through no unauthorized act of the Receiving Party;

(c) is rightfully received from a third Party without restriction and without breach of this Agreement;

(d) is independently developed by the Receiving Party without use of the other Party' s Confidential

Information and is so documented;

(e) is disclosed without similar restrictions to a third party by the Party owning the Confidential

Information;

(f) is approved for release by written authorization of the Disclosing Party; or

(g) is required to be disclosed pursuant to any applicable laws or regulations or any order of a court

or a governmental body; provided, however, that the Receiving Party shall first have given notice to

the Disclosing Party and made a reasonable effort to obtain a protective order requiring that the

Confidential Information and/or documents so disclosed by used only for the purposes for which the

order was issued.

5. Return of Confidential Information. All Confidential Information and copies and extracts of it

shall be promptly returned to the Disclosing Party at any time within thirty (30) days of receipt of a

written request by the Disclosing Party for the return of such Confidential Information.

6. Ownership of Information. The Parties agree that all Confidential Information shall remain the

exclusive property of the Disclosing Party and its affiliates, successors and assigns.

7. No License Granted. Nothing contained in this Agreement shall be construed as granting or

conferring any rights by license or otherwise in any Confidential Information disclosed to the

Receiving Party or to any information, discovery or improvement made, conceived, or acquired

before or after the date of this Agreement. No disclosure of any Confidential Information hereunder

shall be construed to be a public disclosure of such Confidential Information by either Party for any

purpose whatsoever.

8. Breach. In the event the Receiving Party discloses, disseminates or releases any Confidential

Information received from the Disclosing Party, except as provided above, such disclosure,

Page 60: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 60 of 61

dissemination or release will be deemed a material breach of this Agreement and the Disclosing

Party shall have the right to demand prompt return of all Confidential Information previously

provided to the Receiving Party. The provisions of this paragraph are in addition to any other legal

right or remedies the Disclosing Party may have.

9. Arbitration and Equitable Relief

(a) Arbitration - The Parties shall attempt to settle any disputes arising out of or relating to this

Agreement through consultation and negotiation. In the event no settlement can be reached through

such negotiation and consultation, the Parties agree that such disputes shall be referred to and finally

resolved by arbitration under the provisions of the Arbitration and Conciliation Act, 1996 or any

statutory modification thereof shall apply. The arbitration shall be held in Kolkata. The language

used in the arbitral proceedings shall be English. The Parties shall appoint their own arbitrators.

(b) Equitable Remedies - The Parties agree that it would be impossible or inadequate to measure

and calculate the Disclosing Party's damages from any breach of the covenants set forth herein.

Accordingly, the Parties agree that in event of breach of any of the covenants contained in this

Agreement, the affected Party will have available, in addition to any other right or remedy available,

the right:

i) to obtain an injunction from a court of competent jurisdiction restraining such breach or threatened

breach; and

ii) to specific performance of any such provisions of this Agreement. The Parties further agree that

no bond or other security shall be required in obtaining such equitable relief and the Parties hereby

consent to the issuance of such injunction and to the ordering of specific performance.

(c) Legal Expenses - If any action and proceeding is brought for the enforcement of this Agreement,

or because of an alleged or actual dispute, breach, default, or misrepresentation in connection with

any of the provisions of this Agreement, each Party will bear its own expenses, including the

attorney's fees and other costs incurred in such action.

10. Term - This Agreement may be terminated by either Party giving thirty (30) days' prior written

notice to the other Party; provided, however, the obligations to protect the Confidential Information

in accordance with this Agreement shall survive for a period of two (2) years from the date of the

last disclosure of Confidential Information made under this Agreement (except for personal

customer data which shall remain confidential forever).

11. No Formal Business Obligations - This Agreement shall not constitute create, give effect to or

otherwise imply a joint venture, pooling arrangement, partnership, or formal business organization

of any kind, nor shall it constitute, create, give effect to, or otherwise imply an obligation or

commitment on the part of either Party to submit a proposal or to perform a contract with the other

Party or to refrain from entering into an agreement or negotiation with any other Party. Nothing

herein shall be construed as providing for the sharing of profits or loss arising out of the efforts of

either or both Parties. Neither Party will be liable for any of the costs associated with the other's

efforts in connection with this Agreement. If the Parties hereto decide to enter into any licensing

arrangement regarding any Confidential Information or present or future patent claims disclosed

hereunder,

12. General Provisions

(a) Governing Law - This Agreement shall be governed by and construed in accordance with the

laws of India.

Page 61: REQUEST FOR PROPOSAL - Punjab & Sind Bank · Annexures and Formats 32 51 Annexure-I Tender Covering Letter 32 32 Annexure-II Bidder Information 33 34 Annexure-III Bid Earnest Money

Page 61 of 61

(b) Severability - If one or more of the provisions in this Agreement is deemed void by law, then

the remaining provisions will continue in full force and effect.

(c) Successors and Assigns - This Agreement will be binding upon the successors and/or assigns of

the Parties, provided however that neither Party shall assign its rights or duties under this Agreement

without the prior written consent of the other Party.

(d) Headings. All headings used herein are intended for reference purposes only and shall not affect

the interpretation or validity of this Agreement.

(e) Entire Agreement - This Agreement constitutes the entire agreement and understanding of the

Parties with respect to the subject matter of this Agreement. Any amendments or modifications of

this Agreement shall be in writing and executed by a duly authorized representative of the Parties.

(f) Two original sets of Non Disclosure Agreement are executed and retained by either parties, Bank

and Vendor.

The Parties, by the signature of their authorized representatives appearing below, acknowledge

that they have read and understand each and every term of this Agreement and agree to be

bound by its terms and conditions.

ACCEPTED AND AGREED TO BY:

_________________________________________

(Signature)

Print Name:

Title:

_________________________________________

(Signature)

Name:

Title:

IN WITNESS WITH:

Bank:

_________________________________________

(Signature)

Print Name:

Title:

Vendor:

_________________________________________

(Signature)

Name:

Title: