Sei sulla pagina 1di 61

Request for Proposal For

Outsourcing of ATM Managed services, ATM site construction

Bank of Baroda
e-business Department
7 Floor, Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex Bandra (East), Mumbai - 400051 RFP Reference Number: BCC/EB/103/ATM/110 Dated 14th February, 2011
th

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Important Dates
#
1 2 3 4 5 6 7

Particulars
Issuance of RFP Document By Bank Last date of submission of any query and reporting any error Pre-bid Meeting Date Last date of Submission of BIDs Opening of Eligibility Bid Opening of Technical Bid Announcement of Technical Qualifiers and Opening of Commercial Bid

Date and Time lines


14 February 2011 25 February 2011 5:00 PM 28 February 2011 3:00 PM 7 March 2011 3:00 PM 7 March 2011 4:00 PM 11 March 2011 4:00 PM 1 April 2011 3:00 PM
st th th th th th th

N.B: The above dates are tentative and subjected to change without any prior notice or intimation. Bidders are requested to confirm date, time & venue -1- day prior to any event.

Important Clarifications: 1. 2. 3. 4. 5. 6. 7. Bank means Bank of Baroda ATMs means Bank of Barodas ATMs. Vendor means the respondent to the RFP document. RFP means this Request for Proposal document. Recipient or Respondent or Bidder means to whom the RFP document is issued by the Bank. Nominal Price Total rationalized cost Quoted by the Bidder. Offer means response to RFP document submitted by Recipient to the Bank

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

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 2

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Table of Content Section A: Introduction and Disclaimer................................................................................................... Page-4 Section B: Lodgement of RFP Submission................................................................................................ Page-6 Section C: Back ground, Existing ATM infrastructure & Future plans....................................................... Page-19 Section D: Scope of Work......................................................................................................................... Page-21 Section E: Payment Terms, Penalty Metrics & Rewards......................................................................... Page-35 Section-F: Checklist, Annexure and Appendices..................................................................................... Page- 38

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 3

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Section A: Introduction and Disclaimer


This request for proposal document (RFP document or RFP) has been prepared solely for the purpose of enabling Bank of Baroda (Bank) to select a Vendor/service provider for ATM Managed services and ATM Site Construction for exiting ATMs and all ATMs to be deployed by Bank in future, as desired by the Bank. The tenure of contract shall be for a period of -5- Years and the tenure of contract can be extendable on mutual terms. The RFP document is not a recommendation, offer or invitation to enter into a contract. Information Provided:

The RFP document contains statements derived from information believed to be reliable at the date obtained; but does not purport to provide all of the information that may be necessary or desirable to enable the Respondent to determine whether or not to enter into a contract or arrangement with the Bank in relation to the scope of RFP. Neither the Bank nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to the accuracy or completeness of any information or statement given or made in this RFP document. Recipients The RFP document is intended for the information of the party (ies) to whom it is issued (the Recipient or the Respondent) and no other person or organisation. Confidentiality The RFP document is confidential and is not to be reproduced, transmitted, or made available by the Recipient to any other party without the Banks express written permission. The RFP document is provided to the Recipient on the basis of the undertaking of confidentiality given by the Recipient to the Bank. The Bank may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document is received subject to the same terms and conditions as this original and subject to the same confidentiality undertaking. Disclaimer Subject to any law to the contrary, and to the maximum extent permitted by law, the Bank and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of the Bank or any of its officers, employees, contractors, agents, or advisers. The Bank and its officers, employees, contractors, agents and advisers disclaim any liability, pecuniary or otherwise that may accrue or arise from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting due to the information contained herein and/or by virtue of copying, adopting, reproducing, any of the material which may be the

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 4

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

copyright material or any other Intellectual Property of a third party who may claim ownership of the same. Costs Borne by Respondents All costs and expenses incurred by Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to attendance at meetings, discussions, etc. and providing any additional information required by the Bank, will be borne entirely and exclusively by the Respondent. No Legal Relationship No binding legal relationship will exist between any of the proponents and the Bank until execution of a contract. Recipients Obligation to Inform Itself It is the Recipients responsibility to conduct any necessary investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information. Evaluation of Offers Indicative selection criteria have been specified in Para B.26 of this document. However, as a condition of responding, each Recipient acknowledges and accepts that the Bank in its absolute discretion may apply whatever selection criteria it deems appropriate in the selection of the organisation.

Errors and Omissions Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document. Notification should be made to the address found in Section B.5 Requests for Information. Acceptance of Terms A Recipient will, by responding to the Bank with a submission, be deemed to have accepted the terms of this Introduction and Disclaimer.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 5

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Section B: Lodgement of RFP Submission


B.1 Lodgement of RFP Submission RFP Submission Closing Date RFP responses must be submitted by parties listed below not later than at 3.00 p.m. (Indian Standard Time GMT +5:30) by 7th day the March, 2011. RFP Submission Details B.1.2 RFP responses must be submitted as follows: Two (2) paper copies, one (1) electronic copy (Microsoft Office 2003 on CD) and one (1) electronic copy (Adobe .pdf on CD) of all submissions must be supplied to Bank of Baroda RFP Evaluation Team in sealed envelope superscripted Bank of Baroda RFP Evaluation Team ATM Managed Services and addressed to: General Manager (e-business, CMS, NRI Services & BPR) Bank of Baroda Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex Bandra (East) MUMBAI - 400 051 In ALL cases: Copies of the RFP responses must be submitted before the aforementioned closing time mentioned above. Faxed or emailed copies of any submission are not acceptable and will be rejected by the Bank. All separate copies of RFP submission and attachments must be provided in sealed envelopes or satchels marked confidential. All pages of the Offers needs to contain page number (in Page No. 1 of X format), Seal and Sign of the appropriate authority. B.2 Registration of RFP Submission Upon the receipt of a submission, the Bank will register the RFP response. Only complete submissions will be registered. Incomplete or partial submissions will not be accepted. All submissions, including any accompanying documents, will become the property of the Bank. Hence, submission of response to the RFP will be deemed as Respondents license, and grant all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents.
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 6

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

B.3 Late RFP Submission Policy On-time submission of responses is strongly encouraged and recommended. RFP submissions lodged after the lodgement deadline will be documented by the Bank and may be considered and evaluated by the evaluation team at the absolute discretion of the Bank. However, the Bank has no obligation to accept or act on any reason for a late RFP response. The Bank has no liability to any Respondent who lodges a late RFP submission for any reason whatsoever including RFP responses taken to be late only because of another condition of responding. Respondents are to provide detailed evidence to substantiate the reasons for a late RFP submission. B.4 RFP Submission Validity Period RFP responses must remain valid and open for evaluation, according to their terms, for a period of at least six (6) calendar months from the time the RFP closes on the deadline for lodgement of RFP submissions. B.5 Requests For Information / Clarification Respondents are required to direct all communications related to this RFP to: General Manager (e-business, CMS, NRI Services & BPR) Bank of Baroda Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex Bandra (East) MUMBAI - 400 051 All questions relating to the RFP, technical or otherwise, must be addressed to the above addresses. Interpersonal communications will not be entered into and a Respondent will be disqualified if attempting to enter into such communications. All queries/clarifications requested must be addressed in the following format only in MS-EXCEL 97-2003 work book format. The queries needs to be e-mailed as an attachment to: debitcard.bcc@bankofbaroda.com / nirjhar.mazumdar@bankofbaroda.com Format of Request for Clarifications Name of the Respondent/Bidder: Date: Contact Person from Respondent/Bidder in case of need.
S. No Reference from RFP Section (If From RFP) Volume & Page No Section Ref Question/Issue

Mobile No: Tel No:


Banks Comments

1 2 3

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 7

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Bank shall try to respond to all the queries raised by the vendors. However Bank reserves the right of not responding to any query, if Bank feels that the same is not required to be answered. The Bank will not answer any communication initiated by Respondents -4- business days prior to the date of Pre-bid meeting. However, the Bank may in its absolute discretion seek additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondents response. The Bank may in its absolute discretion engage in discussion or negotiation with any Respondent (or simultaneously with more than one Respondent) after the RFP closes to improve or clarify any response. B.6 Notification The Bank will notify Respondents in writing as (soon as practicable) about the outcome of its RFP submission including if the Respondents submission has been rejected. The Bank is not obliged to provide any reasons for any such rejection. B.7 Submission of Bids
The bids shall be in three parts viz. (a) Eligibility Proposal; (b) Technical Proposal; and (c) Commercial Proposal. Each proposal Eligibility, Technical and Commercial Proposals - shall be submitted in separate sealed envelopes super-scribing Eligibility proposal for ATM Managed Services & ATM Site Construction, Technical proposal for ATM Managed Services & ATM Site Construction and Commercial proposal for ATM Managed Services & ATM Site Construction on top of the respective envelopes containing eligibility, technical and commercial bid. These separate sealed envelopes should be put together in the sealed master envelope super-scribing PROPOSAL FOR ATM Managed Services & ATM Site Construction. All the Envelopes (inside the Master Envelope) should have the following information: 1. Name of the Bidder : 2. Type of offer : eligibility/technical/commercial 3. Date of submission:

Please note that in following cases Bank may reject the Bids from the Vendor: I. II. III. IV. V. VI. Submission of Bid after the Time stipulated in this RFP Document. Misleading / incomplete information. Bid submission without firms Name. Price information other than Commercial Bid envelop. Improper Drafts / Bankers Cheque for RFP Document Fee. Submission of improper Documentation.

VII.

Envelopes are not in order as directed in this document.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 8

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

B.8 Opening of Bids: Opening of Bids shall be strictly as per schedule under this RFP and no request for change in date shall be entertained. However, Bank reserves the right to Change the date and time of the Schedule of Outsourcing under unavoidable circumstances, if any.
The Eligibility Proposal will be opened and evaluated first for determining the eligibility of each Bidder. Only those Bidders who meet the minimum eligibility conditions will have their Technical Proposals opened and evaluated next. Technical Bid will be opened only if the Bidder is found Qualified as per Eligibility Criteria as per stipulation of this RFP document. Commercial Proposal shall be opened only for the short-listed Bidders who have secured the cut-off mark of 70% in the Technical Proposal evaluation process. This being a project /program for ATM Managed Services & ATM Site Construction, impacting the Banks vital services to its customers as such no compromise can be afforded, only those Bidders will qualify in the Technical Proposal evaluation who secure a minimum of 70% score in the technical evaluation. The technical bids shall be evaluated on the basis of (a) Submissions made by Bidders in their response to this RFP as per the response template given. (b) Site visits and demonstration of fulfillment of requirements as given in this RFP to the Banks evaluation team; (c) Oral/PPT presentation made by the Bidders Thus, Commercial bids will be opened only for those Bidders who secure a minimum of 70% score in technical evaluation. The final selection of the Vendor will be based on techno-commercial evaluation criteria, as per details given below. In case only one participant Bidder gets 70% or more marks, then next highest scoring Bidder will also be selected for commercial evaluation. In case none of the participant Bidders scores 70% or more marks in the Technical Evaluation, the commercial bid of only top 2 Bidders on the basis of technical evaluation will be opened and the one having the least price will be invited for further negotiation of the contract. The Technical Proposal shall contain the technical proposal to the requirement of the Bank as per the response template given in Section F, Para-F.1 A copy of the Commercial Proposal template masking the prices is to be submitted along with the Technical Proposal. The Commercial Proposal shall be submitted as per Section-F The eligibility proposal shall be organized and submitted as per the following sequence: a) Table of Contents (list of documents enclosed) b) Eligibility proposal as per template given. c) All copies of certificates, documentary proofs etc. The technical proposal shall be organized and submitted as per the following sequence: a) Table of Contents (list of documents enclosed) b) Technical proposal as per Checklist given in Section-F in hard copy.
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 9

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

c) A CD containing soft copy of the technical proposal in MS Word/Excel 2003 d) A CD containing soft copy of the technical proposal in Adobe pdf e) Masked commercials as per commercial template given. All the relevant pages of the proposals (except literatures, datasheets and brochures) are to be numbered and be signed by authorized signatory on behalf of the Bidder. The number should be a unique running serial no. across the entire document. The Bidder has to submit a soft copy of the respective components (Eligibility, Technical and Commercial) of the proposal in CDs/DVDs in the respective sealed folders/envelops in MS Office 2003 format AND Adobe pdf format. It should be noted that in case of any discrepancy in information submitted by the Bidder in hardcopy and soft-copy, the hard-copy will be given precedence. However, in case of non-submission of any hard copy document, if the same is found submitted in the soft-copy, Bank of Baroda reserves right to accept the same at its discretion.

B.9 Bid Security, Cost of RFP, Performance Bank Guarantee:


B.9.1 BID SECURITY: A) The Bidder shall furnish, as part of its bid, a bid security for an amount of Rs 1,00,00,000/= (Rupees One Crore Only) in the form of a Bank Guarantee issued by a reputed Scheduled Commercial Bank in India(except Bank Of Baroda ) in the format enclosed and valid for-3-months from the last date of submission of the Commercial bid . The Bid Security should be enclosed in original with the "Eligibility Bid". B) The successful Bidder's bid security will be discharged upon the Bidders signing the contract & furnishing the performance security. Unsuccessful Bidder's bid security will be returned as promptly as possible, but not later than 30 days after the declaration of the successful Bidder. C) The bid security may be forfeited/Bank Guarantee shall be invoked: (i) If a Bidder withdraws its bid during the period of bid validity; or (ii) In case of a successful Bidder, if the Bidder fails: a) To sign the Contract within the stipulated time: or b) To furnish Performance Security within the stipulated time and valid till the end of warranty period.

B.9.2 COST OF RFP: A complete set of Bidding documents may be purchased / submitted by any of eligible Vendors from this office upon payment of a non refundable fee of Rs. 50,000/- (Rupees Fifty Thousand Only), in the form of a Demand Draft / Bankers Cheque in favour of Bank of Baroda payable at Mumbai. The same is available on our Banks website, www.bankofbaroda.com and can be downloaded from the website. In case the Bid document is downloaded from the website, the price of Bidding document will have to be handed over separately along with a non refundable Demand Draft / Bankers Cheque for Rs. 50,000/- in favour of Bank of Baroda payable at Mumbai at the time of submission of the Bid.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 10

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

The Bids shall be addressed and submitted to: The General Manager (e-Business, CMS, NRI Services & BPR) Bank of Baroda Baroda Sun Tower C-34, G-Block, Bandra-Kurla Complex Bandra (East) Mumbai 400 051 The bids (arranged as mentioned above) are to be submitted at the 7th floor of the Baroda Sun Tower Dept. of e-Business, with appropriate labels, at the above address before the due date & time as specified. The bid submitted anywhere else is liable to be rejected. 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 to the nominated point of contact. Bidders should provide their e-mail address in their queries without fail. The Bidder will submit an undertaking specifying that the Bidder has obtained all necessary statutory and obligatory permission to carry out project works, if any. The proposal should be prepared in English in MS Word format. The e-mail address and phone/fax numbers of the Bidder should also be indicated on the sealed cover. Formats of Bids: The Bidders should strictly use the formats prescribed by the Bank in the RFP for submitting the eligibility bid; the technical and the commercial bid.

B.9.3 Performance Bank Guarantee:


Successful Vendor also has to furnish a Performance bank guarantee of Rs. 10,00,00,000/- (Ten Crores Only)in addition to the bid security (EMD)/, issued by any reputed Scheduled Commercial Bank in India (other than Bank of Baroda) in favour of Bank of Baroda. Performance bank guarantee has to remain valid up to 3 months after the expiry of the contract. In case of extension of contract the successful Vendor has to extend the Bank guarantee for the extended period (exceeding three months of the currency of contract) as per stipulation in the SLA.

B.10 General Terms and Conditions


B.10.1 Adherence to Terms and Conditions: The Bidders who wish to submit responses to this RFP should note that they should abide by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be disqualified and may not be considered for the selection process. B.10.2 Execution of SLA/NDA: The Vendor will execute (a) a Service Level Agreement, which would include all the services and terms and conditions of the services to be extended as detailed herein and as may be prescribed by the Bank; and (b) Non-disclosure Agreement. The Vendor will execute the SLA and NDA within one month from the date of acceptance of Letter of Appointment.
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 11

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

B.10.3 Other terms and conditions:


Bank of Baroda reserves the right to: Reject any and all responses received in response to the RFP Waive or Change any formalities, irregularities, or inconsistencies in proposal format delivery Extend the time for submission of all proposals Select the most responsive Bidder (in case no Bidder satisfies the eligibility criteria in totality) Select the next most responsive Bidder if negotiations with the Bidder of choice fail to result in an agreement within a specified time frame. Share the information/ clarifications provided in response to RFP by any Bidder, with any other Bidder(s) /others, in any form. Cancel the RFP/Tender at any stage, without assigning any reason whatsoever.

B.10.4 Substitution of Project Team Members:


During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the Vendor can do so only with the concurrence of the Bank by providing other staff of same level of qualifications and expertise. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments made by the Bank to the Vendor during the course of this assignment besides claiming an amount, equal to the contract value as liquidated damages. However, the Bank reserves the right to insist the Vendor to replace any team member with another (with the qualifications and expertise as required by the Bank) during the course of assignment.

B.11 Professionalism:
The Vendor should provide professional, objective and impartial advice at all times and hold the Banks interests paramount and should observe the highest standard of ethics while executing the assignment.

B.12 Adherence to Standards:


The Vendor should adhere to laws of the land and rules, regulations and guidelines prescribed by various regulatory, statutory and Government authorities B.13. The Bank or other regulatory authorities reserves the right to conduct an audit / ongoing audit of the services provided by the Vendor. B.14 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. B.15 Expenses: It may be noted that the Bank will not pay any amount/expenses / charges / fees / travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses.

B.16 The bid should contain the resource planning proposed to be deployed for the project which includes, inter-alia, the number of personnel, skill profile of each personnel, duration etc.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 12

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

B.17 Terms of Payment:


The Vendors fees will be paid in the mutually agreed manner for each item/activity which is described in the Commercial Proposal

B.18 (a) Penalty and Liquidated Damages :


The selected Vendor/service provider (other than the existing Vendor service provider, if selected) shall commence take-over of the existing network of Banks ATMs within three weeks of the signing of the contract and shall complete the complete take-over of the entire network / all ATMs within a maximum period of 8 to 10 weeks from the date of commencement of take-over. For the transition period, the Vendor/service provider shall commence services as detailed in this RFP from the date of take-over of each ATM. For any delay in delivery and commissioning beyond 8/10 weeks + three weeks from the date of Purchase Order issued by the Bank, the Bank reserves the right to charge Penalty at the rate of 0.5 % of the cost of the Contract price of the services per week subject to a maximum of 10% of the Total Cost of the Contract price of the services. However, if there is delay beyond the above period and/or amendments thereon, due to reasons attributable to the Bank and / or the out-going Vendor/service provider, such period will be exempted from computation of delay for the purpose of Penalty and Liquidated Damages. The Vendor shall have to produce document showing "Reasons for delay to commence / completion of work" from the representatives of Bank of Baroda and to undertake to complete the take-over work within next one week of confirmation of readiness by the Bank. This, however, does not preclude the Bank from invoking the Performance Guarantee, if warranted, as per the terms of this RFP. If the selected Bidder fails to complete the due performance of the contract in accordance to the specifications and conditions agreed during the final contract negotiation, the Bank reserves the right either to cancel the contract or to accept performance already made by the Bidder. The Bank reserves the right to recover an amount as deemed reasonable by the Bank as Liquidated Damages for nonperformance. Both the above Penalty and Liquidated Damages are independent of each other and are applicable separately and concurrently. B.18 (b) Force Majeure: In case the selected Bidder is prevented from performing any of his obligations under this proposal by reason of any cause beyond its reasonable control, such as fire, earthquake, riot, strike, war etc. the time for performance shall be extended until the operation or such cause has ceased, provided the party affected gives prompt notice any such factors or inability to perform, resumes performance as soon as such factors disappear or are circumvented. If under this clause the Bidder is excused performance of any obligation for a continuous period of ninety (90) days, then the Bank may at any time hereafter while such performance continues to be excused, terminate this agreement without liability, by notice in writing to the other Liquidity Damages is not applicable for reasons attributable to the Bank and Force Majeure.

B.19 Indemnity:
The Bidder shall indemnify, protect and save the Bank against all claims, losses, damages, costs, expenses, action suits and other proceedings, resulting from infringement of any patent, trade marks, copyrights etc. by the Bidder. The Bidder shall always remain liable to the Bank for any losses suffered by the Bank due to any technical error and negligence or fault on the part of the Bank of Baroda, e-Business Department, Mumbai - 400051 Page 13

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Bidder and the Bidder also indemnifies the Bank for the same in respect of the hardware and software supplied by him by executing an instrument to the effect on a Non-Judicial stamp paper that Bank may sustain on account of violation of patent, trademarks etc. by the Bidders.

B.20 Authorised Signatory:


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

B.21 (a) Applicable Laws and Jurisdiction of court:


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

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

B.22 Cancellation of Contract and Compensation:


The Bank reserves the right to cancel the contract of the selected Bidder and recover expenditure incurred by the Bank on the following circumstances: The selected Bidder commits a breach of any of the terms and conditions of the bid/contract. The Bidder goes into liquidation voluntarily or otherwise. An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid. The progress regarding execution of the contract, made by the selected Bidder is found to be unsatisfactory. If deductions on account of Penalty exceeds more than 10% of the total contract price.

After the award of the contract, if the selected Bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one months notice for the same. In this event, the selected Bidder is bound to make good the additional expenditure, which the Bank may have to incur to carry out bidding process for the execution of the balance of the contract. This clause is applicable, if for any reason, the contract is cancelled. 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 Bank Guarantee, if any, under this contract or any other contract/order.
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 14

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

B.23 Non Payment of vendor Charges/Fees:


If any of the items/activities as mentioned in the price bid are not taken up by the Bank during the course of this assignment, the Bank will not pay the vendor fees/charges quoted by the Vendor in the Price Bid against such activity/item.

B.24 Assignment:
Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise transferred, in whole or in part, by the Vendor, and any such attempted sale, lease, assignment or otherwise transfer shall be void and of no effect without the advance written consent of the Bank.

B.25 Subcontracting:
The Vendor shall not subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the Vendor under the contract without the prior written consent of the Bank.

B.26 Vendors Selection/Evaluation Process:


The evaluation/selection process will be done with combination of eligibility, technical competence and commercial aspects as detailed here below. Step 1 Eligibility Evaluation:( Step 1 will be to ascertain the eligibility of the Vendor/service provider/system integrator / lead Bidder to bid for the project. ) Bidders who fulfil all parameters of eligibility criteria as per Annexure III will be qualified for technical evaluation.

Step 2 Technical Evaluation: The evaluation of functional and technical capabilities of the Bidders of this RFP will be completed in this step. The technical proposals only will be subjected for evaluation at this stage. The Bidders scoring less than 70% marks (cut-off score) in the technical evaluation shall not be considered for further selection process. Once the evaluation of technical proposals is completed, the Bidders who score the prescribed cut-off(70%) score or more will only be short listed. In case, none of the participating Bidders qualify on technical criteria and reach or exceed the cut-off score of 70%, then the Bank, at its sole discretion, may qualify two Bidders on the basis of the top 2 scores, subject to the condition that the score difference between the 2 top scorers is not exceeding 5%.

Step 3 Commercial Proposal Evaluation: The best and firm price should only be quoted (as per the format enclosed). a) The Vendor is requested to quote in Indian Rupees (INR) only . Bids in currencies other than INR would not be considered. b) The prices and other terms offered by Vendors must be firm for an acceptance period of 180 days from the last date of opening the commercial bid.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 15

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

The prices quoted by the Vendor shall EXCLUDE all costs such as Government levies, service tax, any other taxes, VAT, cess, excise and custom duties or similar taxes or duties etc. that need to be incurred. The prices quoted will also include transportation to respective sites, installation and insurance till completion of the acceptance by the Bank Thus, Prices should be quoted excluding all taxes- only base prices be mentioned,

however Bank will reimburse CST, VAT, octroi etc. etc. on actual basis after submission of the Bill.
VAT and Service Tax are payable extra as per Invoice submitted by Vendor. The commercial proposals of technically short listed Bidders will then be opened and evaluated for completeness. If the commercial quote is incomplete either for not providing quote for all required components or omitting to provide quote for a sub-component, it will be presumed that the component(s) / sub-component will be provided without any additional cost to the Bank. The Bank may, however, in its absolute discretion disqualify a Bidder whose commercial quote is found to be incomplete. If it is found at any stage (before or after selection) that there is a calculation (addition, subtraction, multiplication or division) mistake, then the final totalled price, notwithstanding the mistake, will be considered as the offer price for evaluation. However, the price payable will be the lower of the correct total and incorrect total. Example A, if the price quoted is as under: Component A: Rs. 1000/Component B: Rs. 0589/Component C: Rs. 2350/Total: Rs. 4939/In this example, Rs. 4939/- will be taken for evaluation. However, the price payable shall be Rs. 3939/Example B, if the price quoted is as under: Component A: Rs. 1000/Component B: Rs. 0589/Component C: Rs. 2350/Total: Rs. 2939/In this example, the price taken for evaluation will be Rs. 2939/-. However, the price payable will also be Rs. 2939/- only Various stages of technical evaluation are presented below: 1. Paper evaluation based on response 2. Demo of tools(s), services actual demonstration of tools(s) and not just PPT presentations 3. Site visits to Bidders locations where solution is already functional/implemented, including DC/DR, call centre, operations centre etc. 4. Oral presentations and clarifications given to Banks evaluation team 5. Arriving at the final score on technical proposal At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 16

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents will be notified separately, if such normalization exercise as part of the technical evaluation is resorted to.

B.27 Commercial Bid Evaluation Criteria It may be noted that commercial bids will be subjected to following evaluation process. Based on the technical evaluation criteria, each Bidder will be given certain marks. Only those Bidders scoring 70% (70 marks out of 100) or above in the technical evaluation will be short-listed for commercial evaluation. In case none of the participant Bidders scores 70% or more marks in the Technical Evaluation, the commercial bid of only top 2 Bidders on the basis of technical evaluation will be opened and the one having the least price will be invited for further negotiation of the contract. Nominal quote provided by the Bidder will be discounted as per the formula given below. A comprehensive Score (S) will be arrived at after considering the nominal commercial quote and the marks obtained in technical evaluation with relative weights of 30% for commercials and 70% for technical proposal. The Bidder with the highest score will be declared successful: B.28 Computation Methodology for arriving at Least Price / Least Quote: 1. Cut - Off score for technical bid will be (70% marks or the top 2 scorers in case none of the Bidders reaches the cut-off) 2. Score (S) will be computed for all Bidders having technical score of 70% or more 3. In case there is only one Bidder having technical score of 70% or more, the next highest technical scorer will be considered subject to the fact that the inter se score difference does not exceed 5%. In case, no Bidder is having score of 70%, or more Bank may, at its discretion, take up 2 top scoring Bidders, having technical score difference not exceeding 5%, on technical evaluation and compute the Score as per the table below Bank will give 70% weightage to technical score while comparing the commercial quote. The procedure is as under: A Score (S) will be calculated for all qualified Bidders using the following formula:\

Where C stands for nominal price quoted, CLow stands for the price quote of the lowest nominal bid. T stands for technical evaluation score and THigh stands for the score of the technically highest Bidder. X is equal to 0.3. Example: S.No. Bidder

Technical Evaluation Marks (T) 95

Nominal Bid Price (C)

ABC

75

(CLow / C) * 0.30 (rounding to four decimal points) 0.7867 * 0.30= 0.2360

(T / THigh) * 0.70 (rounding to four decimal points) 1.00 * 0.70 = 0.70

Score (S) (rounding to four decimal points) 0.9360

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 17

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

XYZ

87

65

UVW

85

59

0.9077 * 0.9158* 0.70 0.9134 0.30= = 0.6411 0.2723 1.00 * 0.30= 0.8947 * 0.70 0.9263 0.30 = 0.6263

In the above example, ABC, with the highest score, known as, least price becomes the successful Bidder Bank of Baroda reserves the right to negotiate the price with the finally short listed Bidder before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other Bidder, till the Least Price Bidder declines to accept the offer.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 18

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Section C: Back ground, Existing ATM infrastructure & Future plans


C.1 Background
Bank of Baroda is one of the largest Public Sector Banks in India and has international operations in 26 other countries. In India, the Bank consists of a branch network of more than 3300 branches. Bank of Baroda is known as Indias International Bank and has a reputation of being at the forefront in the usage of cutting edge technologies. While Bank has a vast network of Branches, Banks operations are fully automated and the customers of the Bank avail of various alternate channels of delivery.

C.2 Existing Infrastructure:


Bank has deployed an ATM/POS switch Base24 at its Data Centre . The Switch software is supplied and managed by M/s Financial Services Solutions Ltd, through its system Integrator M/s Hewlett Packard India Sales Pvt. Ltd. Bank has already installed around 1500+ networked ATMs connected to Base24 Switch. All ATMs are connected either through Leased Line or through VSAT. Currently, M/S Diebold Systems Pvt. Ltd. is providing Managed Services for Banks ATMs similar in scope to the services being desired in the current RFP. Presently all branches across the country are issuing Debit cards for its customers and Bank intends to further expand the reach of Debit card and deployment of additional onsite and offsite ATMs. Bank is presently issuing VISA Electron Debit cards. Bank may also avail of other interchange agency besides VISA electron in future. Debit card has enabled the customers of the Bank to use the ATM network of the Bank for Cash withdrawals besides purchases on Point of Sale (POS) terminals / online purchases at various VISA & MasterCard merchant locations. The ATM network of the Bank is also being used by customers of other Banks for cash withdrawal and other services as agreed with NFS of NPCI. All the ATMs of the Bank provide a number of services besides Cash withdrawal. The services delivered through Banks ATMs to its Debit Card holders include: (a) Depositing School/Institutional Fees (b) Registering Mobile Numbers (c) Registering for Mobile Banking services N B : The services mentioned as above are illustrative - not exhaustive. Bank plans to introduce many more services to be delivered through its network of ATMs, such as Mobile Top-up, Payment of Direct Taxes , NEFT etc. etc. The Base 24 switch is connected to VISA and MasterCard networks, as well as National Financial Switch (NFS). Bank has tied up with VISA for issuance of Debit Cards and is soon launching Mastercard/Maestro debit cards For acquiring business, it has tied up with both VISA and MasterCard.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 19

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Presently the operations of the Debit Card business are being handled through a fully owned subsidiary of the Bank known as BOBCARDS Ltd., which has its own network for Credit card and is having gateway for both VISA and MASTERCARDS. However, in future Bank may have its own/other service provider/agency for Debit card transaction processing/management. Currently, the managed services for Banks ATMs are outsourced to a service provider, namely Diebold Systems Pvt. Ltd. The current contract will come to an end in the near future whereupon the successful Bidder/respondent under this RFP will take over the Managed services of the currently deployed ATMs in addition to providing managed services for the ATMs to be deployed during the currency of the agreement arrived at pursuant to this RFP, as per detailed scope of work given in this RFP and finally agreed upon with the finally selected service provider. C.3 Future plans: Bank of Baroda Plans to expand number of ATMs/CDs around 4350+ by next 2 financial years as under:-. o Bank plans to install additional 1000 ATMs in off-site locations through OPEX model. o Bank plans to deploy another 1750+ ATMs largely at on-site (Banks Branches) locations under its ownership (On Zero-warranty Basis). Bank may upgrade all / some of the ATMs to Biometric ATMs by end of March-2012. Bank is planning to start issuing Chip based cards shortly, and may customize the ATMs accordingly.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 20

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Section D: Scope of Work


The broad scope of work under this RFP comprises of : -

D.1 Managed Services for existing and future ATMs, Network & Sites
D.1.1 Cash Services a) Loading and un-loading of cash in the ATM by cassette swap method or add cash method, which ever the bank decides. b) Transportation of cash from nodal offices of the bank to ATM sites and vice versa. c) Monitoring of cash in ATMs and optimization of idle cash holding so that at no time cash in an ATM exceeds two times the average/peak cash dispensed per day for most of the ATMs (more than 90% of ATMs) based on previous three months cash dispensing record except for festival seasons or extended holidays when it can go up to three times. The optimisation has also to ensure that no ATM is allowed to go dry at any time d) Scheduling of cash delivery, Cash Management and forecasting etc e) Cash EOD - minimum twice a week f) Take-over of the self loading (by Bank) ATMs, if Bank desires g) Cash verification by Bank as per Banks requirements periodically and surprise h) Real-time Alerts on low-cash/cash-out positions to Bank i) Providing reports like: i) Daily settlement report (T+1 basis). ii) Fortnightly Cash Fore cast reports. iii) Discrepancy Reports. iv) Monthly Total Cash Report (vault-wise). v) Cash Order report (ATM wise). j) Reconciliation and settlement report for replenished and idle cash should be provided on a daily basis. k) The vaults should be equipped with cash sorting machines. The Vendor has to ensure that the loaded notes in ATMs are ATM fit currency. l) The Vendor has to submit soft copies of daily settlement file post monthly basis. Note:
All statutory guidelines with regarding to cash replenishment should be followed by the service provider. In case of Forged Currency Note or shortage of cash, the Vendor has to indemnify the Bank immediately unconditionally.

D.1.2 First Line Maintenance of ATMs a) Receipt of services requests / complaints on 24 x 7 basis from Bank or Banks customers/ATM users through web portal as well as through call centre b) Clearing of receipt, journal and statement paper jams c) Clearing card, envelope and currency jams d) Remote management of ATMs and its parts e) Remote management of electrical and Air-conditioning
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 21

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

f) g) h) i) j)

Basic remedial maintenance Basic preventive maintenance once a month Rectification of site related problems (e.g.: Electrical problems, environmental conditions) Checking and clearing of media-transports General cleaning of ATM exterior, CRT/LCD screens, fascia.

D.1.3 Second Line Maintenance of ATMs a) Preventive maintenance once in every three months b) Implementation of Hardware level Configuational Changes, wherever required/necessitated c) Supply and installation of original (OEM make only) spare parts, wherever required, to take care of breakdowns and natural wear and tear or aging of ATMs without any extra cost to Bank. If required Bank shall provide the age, model & Make of ATMs. d) Remote diagnostics of ATMs and its parts. e) Vendor to provide 24 X 7 specialized Technical staff all necessary tools / systems/knowledge base to help filed for quick resolution. Note: - The Vendor is expected to take full fledged responsibility of the ATM (both hardware&
software). Bank shall not pay any charges for fixing/replacing any spare parts for what so ever reason. This comprehensive ATM AMC is also applicable for currency cassettes. Vendor has to ensure cassettes are replaced with original cassettes Please note any ATM purchased by the Bank during the currency of Contract shall be on 0 Warranty basis, the successful bidder has to manage and maintain all such ATMs.

The Agents. Updates, Patches (or any other software component) etc. shall be provided by
the Bank through OEM.

D.1.4 Comprehensive AMC & maintenance of network equipment at off-site locations: The successful Vendor has to enter into a comprehensive Annual Maintenance Contract with the Bank for existing network equipments installed in VSAT ATMs. No extra charges shall be paid by the Bank during the tenure of contract for maintenance of existing network equipments at offsite locations as well as the new offsite network equipments to be installed.

D.1.5 DVR Monitoring, archival and retrieval of video images: a) Vendor has to ensure that all DVR installed in Banks ATM are working perfectly and has to take necessary preventive maintenance in this regard. b) Vendor will make efforts to retrieve images captured on Digital Video Recorder through online pulling mechanism and will submit to Bank whenever requested. If in case the online pulling is not possible, the vender engineer to visit the site and retrieve as per retrieval request given by the Bank and submit the same to the Bank on CD for without any extra cost. c) Vendor to provide online image retrieval software and image viewing software without any extra cost.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 22

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

d) Vendor has to ensure that DVR images are stored in ATMs on first-in-first-out basis at least for six months. e) Vendor has to deliver the image(s) within -12- hours whenever Bank Demands. f) Realign lights at the sites to ensure that the images are clear and sharp enough to recognise the identify of the person performing the Transaction.

D.1.6 Comprehensive AMC for ACs & UPS: The successful Vendor has to enter into a comprehensive Annual Maintenance Contract with the Bank for existing AC and UPS installed (including replacement of batteries) in ATM sites. Vendor has to ensure all ACs and UPS are in operational condition for 24X7X365. No extra charges shall be paid by the Bank during the tenure of contract for any maintenance activity, Repairs, replacement of spares etc. etc. for existing AC and UPS, what so ever. D.1.7 Maintenance and housekeeping of ATM sites a) b) c) d) e) f) g) h) i) j) k) l) Checking and fixing of door alignment, re-adjustment, greasing of roller shutters whenever required. Checking of Access locks and resetting/re-aligning (if required). Deep cleaning of ATM site including Signage on monthly Basis. Replacement of Sun films of the Glass portion whenever required by the Bank. Half yearly pest control & anti-rodent measures. Replacement of Fuse lighting equipments. Replacement of Broken Glass Pieces, Tiles, etc. Fixing of minor or major cracks of plaster, wall and ceiling of the sites. Both preventive and remedial measures for corrosion of metal equipments, walls etc. Full / partial painting work if required. Complete maintenance of Look and feel of the ATM sites etc. etc. PM of the entire site i.e. earthing, power supply, stabilizer / isolation transformer be installed in case of high and frequent power fluctuations.

D.1.8 Pulling of Electronic Journals and archival The successful Vendor has to take full responsibility of pulling Electronic Journals from ATMs and archival of the same at least for a period of -6- months. The Vendor has to provide the Electronic journals to Banks reconciliation team on T+1 basis. The Vendor has to also provide Journal Prints (JP Rolls ) to the Base
Branch on weekly basis or whenever requested by the Bank. Note: - Vendor has to ensure that the success rate of EJ pulling is at least 98% on daily basis and 100% on T+1 basis. - Bank may demand for EJs to be stored in encrypted format, with a sole private key to the Bank.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 23

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

D.1.9 Content distribution, Replenishment & maintenance of Banks promotional literature/help guides etc a) Centralized content distribution to all ATMS within -24- Hours after Bank provides creative, and provides details of Successful and unsuccessful upload of creative in ATM. Bank may request for such distribution on Group of ATM basis. b) Replenishment of the following: Receipt printer paper*. Journal printer paper. Printer ribbons, ink cartridges.

c) Replenishment of Leaflets, forms, customer notices or educative or posters, advertisement flyers etc. d) Remove damaged, distorted Leaflets, forms, customer notices or educative or posters, advertisement flyers etc. From the ATM sites / display Racks. e) Ensuring advertisement materials are uniformly distributed and available to all the ATMs. Placing demand in case the advertisement material is exhausted. f) Remove outdated advertisement material as demanded by the Bank.
*The receipt printer paper shall be supplied and installed by the vendor as per Banks Branding Guidelines. Bank reserves the right to change the entire or part of the format and the advertisement printed in the back of the receipt printer paper within- 30- days prior notice.

D.1.10 Installation and maintenance/AMC of Access Locks a)Supply of Access card reader, Access controller, Electro-magnetic door strike, Egrus switch & Cables. b)Providing and fixing in position ply paneling (without wooden skeleton framing) in 12 mm plywood with 1.0 mm laminate of approved shade and make, in plumb, line and level complete as directed. Ply to be of IS 303, BWR grade. Suitable cut out to be made in pillar for fixing access lock switch. Conduiting to be done with 25mm PVC flexible pipe above the ceiling and routed from server point to the access pillar. c) Installation of access locks in existing ATM sites as desired by Bank.

D.1.11 Grouting of existing ATMs, wherever required or desired by Bank a) Moving/tilting of machine for removing existing leveling screws. b) Drilling 8-10 holes in the existing flooring using concrete drill bits. Hammering metal sleeves in these holes. c) Repositioning the machines over the existing markings. Putting in Anchor fasteners - min. 6 long anchor fasteners, preferably of Fischer make. d) Applying resin adhesive (Araldite) over the finished bolt positions for improved bonding. e) Repairing broke tiles, if any.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 24

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

D.1.12 Shifting of ATMs & related equipment a. De-installation of ATM, AC, UPS, VSAT and other associated equipment. b. Acquiring Road Permits or any other statutory permission for shifting. c. Payment of Octroi, Book Tax etc. (shall be reimbursed in actual) d. Packing of ATM, AC, UPS, VSAT and other associated equipment. e. Transportation and insurance of ATM, AC, UPS, VSAT and other associated equipment to the new location. f. Unpacking of ATM, AC, UPS, VSAT and other associated equipment once received on designated site (New location). g. Re-installation of ATM, AC, UPS, VSAT and other associated equipment, ensuring connectivity and test that the ATM is in working condition. Note: The total Transportation process should be completed within -14- working days.

D.1.13 Online real-time access to ATM monitoring by Bank: a) The Vendor to provide 24 X 7 support for incidence Management (Specify tool/software and provide complete details). b) Deliver system to provide automated fault detection and resolution. c) Deliver system to do automatic dispatching to avoid delays. Automated Text messages to filed engineers. d) Deliver system to do automatic escalation in case of unresolved problems. e) Ensure end user Uptime of 98% (8:00 AM 12:00PM) and 95% uptime (12:01 AM 7:59 AM) uptime (except Planned Down time for Cash) of ATMs during the month. f) To provide all reports of ATM down time related reports as desired by Bank. g) Proactive management of ATMs and other devices. h) Carry out remote resolution before actual dispatch. i) Analyse machine performance and suggest improvement on monthly basis. j) The Vendor has to ensure that all software patches and agents have been installed for activities like EJ pulling, hardware monitoring etc. k) Provide real time monitoring tool through which Bank can monitor the over all status and health of ATMs, the real-time monitoring tool provided needs to be interactive and should be capable of displaying detailed ATM details, Ticket status, capturing comments from Bank officials (Only central level), dependency status etc. etc. l) The vendor has to Provide any ATM downtime / SLA report as desired by Bank within -2- working days. Note: - Bank shall not bear any cost of customization; - Bank shall provide Traps, daily cash reports etc. on exiting format only. Any further customization has to be done by the successful Bidder at Bidders own cost.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 25

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

D.1.14 Caretaker services (optional): The successful Vendor through its partners or sub-contractors has to provide caretaker services as listed by the Bank. The Vendor has to take complete responsibility of the following: a) The Caretaker should always remain present at the site during his shift. b) The Caretaker should be alert and attentive at all times when on duty. c) Should ensure that the site is clean, electrical fittings are working and switched off when not required, should ensure brochure racks are filled with brochures in short, should take care of the ATM site. d) Should notify appropriate agency as and when required to replace bulbs, etc. or advise Management Centre, Bank branch to which ATM is attached (or Base / concern Branch in case of offsite ATMs) or any other officer designated by Bank. e) The care taker should ensure that the Site is clean. f) Should be dressed in uniform and should wear the name badge. g) Should have minimum education 10th passed. h) Ensure that the care taker is not wearing shady uniform and displays proper behaviour with customer is courteous. i) Caretakers Age must be within 21 years to 45 years. j) Vendor should have recruitment policy for caretakers including background check. The Vendor shall not employ Contract Labour for caretakers. k) The caretaker should be given necessary security training in method /modes of preventing burglaries /attempts and raising alarms. l) Maintain discreet internal surveillance of ATM. m) Ensure cleanliness of glass surfaces. n) Assistance to the customer like filling up forms (only if customer desires) excluding helping with withdrawals or operating of ATMs on behalf of the customer. o) Reporting of Technical snags. p) Call police station, fire service, Branch Manager Etc. in case of emergencies. q) Ensure that the ATM site is safe guarded. r) Regularly watering of the earthing station. Note:
- Bank shall provide list of ATMs where such services are required, how many shifts required, and timing of Shifts etc .to the successful Bidders

-The Vendor has to under take full responsibility for compliance of all statute and regulations
including but not limited to Labour Laws (like minimum wages, hours of duty etc). Vendor has to provide the copies of Police Verification report for caretakers within -14- days from the day of deployment of care-taker in any site.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 26

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

D.1.14.1: Patrolling Care Taker (optional): Bank may ask the successful Bidder to deploy patrolling Care Takers where regular caretaker has not deployed. The Scope of work under such services shall be as under: a) -3- Times visit during a day to the sites assigned to him (after every eight hours). b) Ensure the ATM site is clean. c) Ensure the ATM is up and operational. d) Reporting of Technical snags to the appropriate authority, if found any. e) Call police station, fire service, Branch Manager Etc. in case of emergencies.
-Note: - The selected Bidder r has to maintain a visit register to keep record of such visits, which shall be verified by the Concerned Branch officials after every -3- days.

D.2 Site Implementation Services for new sites


The successful Bidder has to undertake full responsibility of ATM site erection, scope of work under this line items are as follows:
A) ATM site: I STANDARD ITEMS Specification 450mm x 450mm OR approximate 600mm x 600mm vitrified tiled flooring with 100mm skirting of Johnson/Bell/Naveen Ceramics or equivalent make. Fixing in cement mortar 1: 5, complete with cutting and joints filling. (Johnson - Atlanata, Bell MGCL 44, Naveen - Pearilino ). Metal false ceiling, False Ceiling with finishing of joints, cutouts to accommodate light fixtures. Providing and Making 115mm thick brick wall in plumb and line, cement mortar 1:4 including raking and curing complete. 12 mm thick sand plaster in cement mortar 1:4 including curing, in line and level. Providing and applying Plaster of Paris punning of average thickness 5mm on plastered wall surface in line and level. P and F 150mm powder coated aluminium louvers of approved color.

a)

Tiles

b)

False Ceiling

c)

Wall Construction

d) e) f)

Sand plaster Plaster of Paris Aircon Louvers

g)

Providing and fixing Poly-carbonated door laminated with clear anti-shatter film on one side comprising of approximate 150 mm bottom and middle member, approximate 85mm top and Main door - with anti-shatter film vertical members, aluminum Black powder coated members, with customized door handle. floor spring of Hemco, Everite, Hyper or ISI approved make, clip sections, , providing and fixing color customized door handle to fit on Door.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 27

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

h)

Wooden partition

Providing and fixing wooden partition comprising of 12 mm plywood of make Century, Anchor or Greenply on both sides, 50mm x 50mm hardwood section , 600mm c/c both ways, fog grey laminate of make Century, Formica or Euro 1.0 mm on one side and enamel paint on other side, partition to accommodate aircon Louvers, provision for exhaust fan, grooves, to be made as per customized design. Ply to be of IS 303, BWR grade( For internal work only ). Partition above false ceiling will be covered with 12mm ply on the visible side. The rates for this portion will be charged at 50% of the agreed rate. Providing and fixing wooden door frame with 30-32 mm thick solid core flush door ( Both side commercial ), hot pressed, x grade with teakwood lipping patti, SS hinges - 3 nos., one dead lock, finished with Fog Grey laminate 1.0 mm on one side and other side with enamel paint. Demolition of existing single brick walls/ tiling including disposal of rubbish Providing and Making 230mm thick brick-wall in plumb and line, cement mortar 1:6 including raking with sand plaster 12 mm thick in cement mortar 1:4 on both the sides with curing complete, plaster to be rough finished if necessary for doing POP.

i)

Wooden flush door 600mm 2050mm

j)

Demolition of brick walls/ flooring

k)

Wall Construction

l)

Black Granite Flooring / front entrance Jet Black Granite slab 18-20mm thick for flooring. Fixing in side walls cement mortar 1: 5, complete with cutting and joints filling. Providing and fixing Aluminum Composite Panel (ACP) comprising of 50mm x 50mm hardwood frame work, 12 mm with trap door with magnetic catch / tower bolt arrangement, finished with enamel paint. Ply to be IS 303, BWR Grade (For inside work), Ply to be IS 710 Grade (For external work exposed to atmosphere). (Trap door to be given only if the above item is used for shutter covering outside the ATM center.) Providing and applying three coats of 1st quality Enamel paint including scraping the surface clean. Providing and fixing external fixed glazing comprising of 8 mm Modifloat, Saint Gobain, Asahi make clear glass with top, bottom and vertical frame comprising of black powder coated aluminum members, glass to be laminated with clear antishatter film on one side. Approximate 100mm top & bottom member, approximate 100mm vertical members. Providing and fixing recessed, 2 x 18W PL . Page 28

m)

Panelling with enamel paint.

n)

Enamel paint

o)

External fixed glazing

p)

Lighting in porch area

Bank of Baroda, e-Business Department, Mumbai - 400051

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

q)

External paving

Providing and fixing chequered paving tiles in cement mortar 1:5 in line and level Providing and fixing in position ply panelling with hardwood framing of 50mm x 38mm section at 600mm c/c both ways, 12 mm plywood with 1.0 mm laminate of approved shade and make, in plumb, line and level complete as directed. Ply to be of IS 303, BWR grade. Panelling above false ceiling will be covered with 12mm ply without laminate. Providing and fixing of main switch 63 Amps. 415 volt T.P.N. with HRC fuses. (Make CPL, L&T or ISI). Making half round moulding on granite/ marble with polish. Greasing of shutter. Providing and fixing 10 SWG copper earthling wire with conducting. Providing and Fixing plastic paint of Asian /Nerolac/ ICI / JNN with surface preparation, primer and putty complete. Providing & fixing of 3 x 4 mm & copper flexible wire & PVC conducting of ISI make complete with all accessories like saddles, bends etc.

r)

Panelling with 1.0 mm laminate

s) t) u) v) w)

Electric main switch Moulding on granite/ marble Greasing of shutter Conducting for earthing Plastic Paint

x)

Signage Wiring

y)

Connectivity for the VSAT / lease lines

Providing & fixing of 40 mm PVC conduit of ISI make with saddling complete for connectivity from dish antennae on the roof top to the ATM. Providing & Fixing recessed mounting luminaire with approximate mirror optics with 4 x 18W Fluorescent lamps, fixture make Philips, Wipro, Opelite, Crompton, Clipsal, Bajaj Fluorescent Lamp of Surya, Bajaj, Crompton, Philips make. The size of the fixture as per the manufacturers standards. Copper Ballast. Providing & Fixing Fluorescent lamp of 40W of Bajaj, Philips, Clipsal, Wipro, Opelite, Crompton make. Copper Ballast.

z)

CFL

Aa)

CFL

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 29

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Ab)

Electricals with UPS cabling

Providing and Fixing, MK, CPL, Anchor, Crabtree Havells, Clipsal make switches/ sockets, wires of Anchor, Crabtree havells, Finolex, Polyplast, Polycab, Pagoda make , 5/15 A 6 pin socket with 16 A switch - 9 points comprising as ATM - 2 nos, NIU - 2 nos, one each for Monitor, Camera, Text interface, Card Access and Spare power point, 4 nos. Metal clad with 20A MCB - 2 each for Aircons & UPS input and output, 4 nos. light points comprising of 6A Single switch for Tubelights, spotlights, signage, internal earthing with 1/18 earthing wire, 4 mm2 - 3 core cable for aircons, and 1.5 mm2 wire for light points, 3 phase 4 Way Distribution box of MDS, Crabtree Havells, Indo Krupp, Indo Asian make with 4 Pole ELCB 63 A 300 mA, appropriate nos. of 20 - 30 A SP MCBs, 40A 2 pole MCB - 1 nos, MCB makes all the wiring to be in PVC conduit with proper saddling and bends wherever necessary. For UPS - Providing and Fixing SPN DB with appropriate MCBs, 2 nos. 15 A tops, cables for input and output to and from UPS. 300 x 300 x 3 mm Copper plate earthing stations with earthing resistance less than 2 ohm including watering PVC/ GI pipe with funnel, excavation in soft murrum and backfilling, salt and coal filling linlayers, 254mm x 254mm masonry chamber with sand plaster, RCC or cast iron lid, earthing connectivity to be in 10SWG copper wire in PVC conduit from bottom of the pit to the existing ground level, complete. Specification 4 KVA voltage stabilizer of ISI mark 1 no. Reputed make plastic chair (ISI marked) with handles for security guard 5 kg. capacity CO2 gas type Fire extinguisher of Minimax , Ceasefire or New age make Designer level customized branded Information Panel, Writing ledge, Cheque deposit box ; 16 swg cr imported metal, die pressed with powder coat , duco of ral / dupont make, pp coating for protection against uv light and for scratch resistance; 50x8 csk mirror cap wooden threaded metal screw. Customized ATM guide with digital printing and wall mounted on studs. Color Customized user stickers for ATM input / output devices , access lock / release bell, entrance door. Customized designer strip ( to house VSS camera wherever necessary ), stud mounted. P and F 152mm magnetic fan

Ac)

Earthing station

II a) b) c)

FIXED COMPONENTS Stabilizer for AC Chair Fire extinguishers

d)

Visual Merchandising

e) f) g) h)

Customized ATM Guide, wall mounted Customized Sticker set Customized Designer strip Magnetic Fan

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 30

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

i)

Poster Frames - Wall Hung

2 sheets of 914mm x 610mm clear acrylic (poster to be sandwitched in between). Outer sheet is 5 mm thick and bevelled crystal edge polished for 19mm at 8-10 degrees on all sides in the front. Rear sheet is 5 mm thick flat. Providing and fixing two numbers of wooden storage shelves of approximate size 533mm x 610mm OR one shelf of 610mm width x 1220mm length comprising of 18mm wooden ply finished with laminate on all six sides, supported on wooden frame, provision of wire managers, Specification P and F in position 12mm thick Gypsum sheet on one side with GI frame section in line and level. P and F in position 12mm Gypsum Partition comprising of Gypsum sheet on both sides of partition with GI frame section in line and level. Red Black Granite slab 18-20mm thick for flooring. Fixing in cement mortar 1: 5, complete with cutting and joints filling. P & F rolling shutter of 20 guage MS sheet, including floor locks, guide rail, first quality enamel paint colour X072. 1.5 T window A.Cs of Voltas/LG/Carrier/Amtrex/Hitachi/Samsung make. window aircon installation P/ F window aircon frame of stone or hardwood. Wooden Storage Cabinet made with ply, on all four sides, 4 shelves inside with wire manager slots, finished with enamel paint in interior and 1.0 mm laminate finish on exterior, appropriate slots to be made for air circulation on either sides, approximate size 610mm x 762mm x 1524mm, Size of cabinet and nos. of shelves subject to size of UPS, batteries and NIU.

j)

Storage Shelf

III a)

Optional Items Gypsum panelling.

b)

Gypsum partition

c)

Red Granite

d)

Rolling shutter

e) f) g)

Air conditioners Window Window aircon installation Window A.C. Frame

h)

Storage Cabinet

i)

Fabrication construction.

work

for

Providing and making porch comprising of 50 x 50 x 6 mm ISMA porch framed structure with anchor fasteners bolted to the main structure. The measurement shall be for the total surface area of the porch. Length x ( Top + Front + Bottom ) . Providing and doing Plain Cement Concrete of 100mm thickness including curing. 2 core - 4mm2 copper flexible cable of approved ISI make. Providing and fixing ceramic glazed tiles of 300 x 200 mm on dado up to a height of ________. P and F of MS grill comprising of 12mm MS square bars at 230mm c/c both ways , finished with enamel paint.

j) k) l) m)

P.C.C. 1:3:6 Wiring for Lollypop Glazed tiles on dado M.S. Grill.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 31

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

n)

Connectivity for the VSAT / leaselines

Providing & fixing of 40 mm PVC conduit of ISI make with saddling complete for connectivity from dish antennae on the roof top to the ATM beyond 10 r.mtrs. Providing & Fixing power point of 5/15 A with switch and wiring. (Within ATM center) full height 12mm modifloat glass 2x2 teakwood frame with 12mm plywood finish with enamel paint Stainless steel make on back of ATM wall wiring for 12 no points p/f 2 nos spot wall mounted fluorescent light 610mm x 457mm with acrylic sheets 4 core 4mm2 copper cable

o) p) q) r) s) t) u)

5/15 Power point External fixed glass glazing Wooden box over fixed glazing Bank logo Lighting Poster frame small Main cabling

B) Air conditioning Item Air conditioners Split (including piping) Split aircon installation Timer for Air conditioners Caging for aircon condenser units Aircon extra piping Stabilizer for AC Preferred Specifications 1.5T High Wall Split A.Cs with time device, cordless remote of reputed make . Copper, drain pipe length up to 3 Rmt. Installation of indoor blower units and outdoor condenser units. Providing and installation of Switch timer for alternate operation between 2 aircon units. P and F M.S. Caging duly painted with enamel paint. Copper, drain piping with power cable, if more than 3mt 4 KVA voltage stabilizer of ISI mark

C) Signage: Quality Specifications for Back-lit Item Specifications Fascia Flexible substrate The properties are given in Table 1. Graphics to be computer-cut with translucent cast vinyl matching the Pantone Ref.No.1655C.Properties as per Table 2. Sign Cabinet MS Box from 25mm x 25mm 18 swg MS square pipes along with 25mm x 25mm 18 swg MS stiffeners. The frame to be covered with 1.5 mm thick Aluminum sheet powder-coated (orange) on outer side for top, bottom, & sides, and 26 G GI sheet (painted from inside) for back panel, with drip cap. Aluminum extrusion Milliken tensioning system with rubber gasket 1 tube light for every 0.37sqmt along the length of the sign Tube light overlap must be minimum 75 mm to prevent dark spots All electrical to be Philips make

Tensioning Electrical

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 32

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Table 1 - Physical Properties (Flex Substrate) Property Service Temperature Change Light Transmission (opacity) Tensile strength (minimum) Tear weft Tear Warp Tensile Weft Tensile Wrap Weight Characteristics Substrate Thickness Table 2 - (Translucent cast vinyl) Metric Units Property Tensile Strength Applied Shrinkage Service temperature range Adhesion Characteristics Adhesion (acrylic and uncoated, clear polycarbonate) ONLY 3 M materials is to be used, i.e. Flexible substrate Vinyl Color: Orange - Pantone 1655 C A) Power Conditioning Equipments Item UPS with batteries UPS Voltage stabilizer for UPS (as per requirement) Isolation Transformer (as per requirement) Specification 2KVA UPS of reputed make with 4 hours battery backup on full load (Does not include bypassing equipment like servo stabilizer and isolation transformer). SNMP Card to enable remote monitoring Voltage stabilizer of reputed make of required capacity Isolation transformer of reputed make 0.8 kg / cm at 22*C 0.5 mm -40*c to +75*C 0.7 kg / cm Metric Units (Range) -25* to + 70 * C 25 % (Minimum) 16.0 kg / cm 18.0 kg / cm 27.0 kg / cm 27.0 kg / cm 785 gr / metre square Polyester scrim embedded in a white-pigmented vinyl 23 to 28 mils

: 3 M Panagraphics II : 3 M Scotchcal translluscent vinyl 3630-44

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 33

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

E) UPS:
Topology - On-Line (Standalone UPS with single set Battery Bank) Technology IGBT Redundancy - Redundant capability with optional automatic redundant switch Input Voltage - Single Phase Input 230V, Range - -30% to +21% Input Frequency - Frequency Range - 45 - 65Hz Autosensing Output Voltage - Single / Three Phase Output , Range - 220 - 230VAC, Regulation - +/- 1% Static, 5% for Dynamic Loads Output Frequency - Frequency Range - 50 Hz, Frequency Regulation - +/- 0.1% synchronized to battery Output Wave Form - Pure Sinusoidal Crest Factor < 3:01 Overload ratings - 105% infinite. Transfer Time (with Full Load) - < 0ms Bypass Automatic Noise Level - < 50dB Efficiency - Overall at Full Load - 92% Minm. Power Factor - 0.7 pf for 2 KVA Indication - Input Mains ON, System Overload, Battery Low, Mains Fail, Inverter Fault, Inverter Trip, Battery Trip, Load on Battery, Load on Bypass Alarm - Battery Low, InverterON(Mains Fail), Inverter Fault Metering - Output Voltage , Output Current Interface - DOS/Unix/Netware/Windows with necessary H/W and S/W Power Management software to be compatible with Windows 98/NT/2000/XP, Novel Netware, Sun Solaris Linux. Battery - SMF Batteries with Back-up time upto 4 Hrs.with suitable Rack to house Batteries (Pls specify no. of batteries & its V/AH rating in each category) Battery Make - Rocket / Panasonic / Exide / Hitachi / CSB / Amar Raja(Johnson Control) Warranty Two Year On-Site on UPS and Two Year On-site on Batteries. Certification/ Approvals - International Std. Certifications viz. UL /CE/ TUV / ERTL Safety - IEC 60950, EN 50091-1-1 , UL 1778 LED - On line, On battery, Overload, Fault, Replace battery and bypass operation Audible Alarms - On battery, Low battery, Overload etc Remote Monitoring/power Mgmt facility -Internal SNMP Card(Provision) for monitoring thru web remotely. Other Features - Graceful server shutdown, Paging / email facility. Real time graphical display of power UPS Status,. Access should be password protected with MD5 authentication security. Should integrate with popular NMS like IBM Tivoli, HP Open View, TNG Unicentre etc. Capability to add management cards (remote management, additional ports, temp/humidity monitor) Should be able to do a Cold Start

Note:
The site construction shall be considered to be completed only after obtaining certificate from the Banks Architect. Any deviation from the above specification is subjected to the prior approval of the Bank. No Site AMC shall be paid by the Bank for the first -12- months after the site construction is completed. Vendor has to ensure all the Items supplied during the Site construction are new. The Vendor has to undertake a feasibility test before construction of site and shall suggest the Bank to install insulation transformer, stabilizer etc. during commissioning of the site. Bank shall not bear any additional expenses incurred due to voltage fluctuation or any other power issues after commissioning of the site.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 34

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Section-E: Payment Terms, Penalty Metrics & Rewards


E.1: Payment Terms
Item Caretaker Services. Cash Services. First Line Maintenance. Second Line Maintenance (Comprehensive ATM AMC). Consumable Replenishment & Management Services. Incidence Management Services. DVR Monitoring and Archival of images. Comprehensive AMC for AC and UPS. Comprehensive AMC for ATM sites. Comprehensive AMC for Network Equipments (only offsite VSAT ATMs). Network Connectivity for VSAT ATMs. Pulling of Electronic Journals (EJ) and Archival. Content Distribution & Replenishment of Advertisement Materials. Grouting of ATMs. Payment Term Post monthly Basis Post monthly Basis Post monthly Basis Post half-yearly Basis Post monthly Basis Post monthly Basis Post monthly Basis Post half-yearly Basis Post half-yearly Basis Post monthly Basis Post half-yearly Basis Post half-yearly Basis Post yearly After submission of bill with Branch / Regions Offices installation Certificate. 70% - After Commissioning 30% - Architects Certificate. After submission of bill with Branch / Regions Offices installation Certificate. Submission of Bill. Payment Authority Central Office. Central Office. Central Office. Concerned Regional Office. Concerned Regional Office. Central Office. Central Office. Concerned Regional Office. Concerned Regional Office. Concerned Regional Office. Concerned Regional Office. Central Office. Central Office. Central Office.

Material Supply and Site Commissioning. Supply and Installation of Access lock.

Concerned Regional Office. Central Office.

Equipment Shifting

Concerned Regional Office.

E.2 Penalty Matrix:


E.2.1) Penalty for Delay in starting of services: For any delay in starting services more than -24- hrs for any reason, Bank of Baroda will charge penalty @ Rs. 1,000 per day or part thereof. The bank may consider cancellation of order for delay more than stipulated period.
Bank of Baroda, e-Business Department, Mumbai - 400051 Page 35

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

E.2.2) Penalty for Down Time: For Managed Services, graded penalty rates will be applicable as per the downtime percentage and penalty charges will be applicable as follows and the same shall be assessed and charged on monthly basis and shall be monitored for each ATM. For computation of uptime end user uptime/availability shall be taken in to consideration (except for Banks planned downtime)

Clause -1
ATM Downtime
ATM available for customers below 50% ATM available for customers above 50% but below and equal to 80% ATM available for customers above 80% but below and equal to 90% ATM available for customers above 90% but below and equal to 93% ATM available for customers above 93% but below and equal to 97%

Penalty deduction criterion


100% full month Charges on CASH, SLM, FLM, VSAT, AC & UPS AMC. 50% full month Charges on CASH, SLM, FLM, AC & UPS AMC. 35% full month Charges on CASH, SLM, FLM, AC & UPS AMC. 25% full month Charges on CASH, SLM, FLM, AC & UPS AMC. 15% full month Charges on CASH, SLM, FLM, AC & UPS AMC.

Clause -2 Continuous down time of any ATM for more then -8- hrs shall attract a penalty of Rs. 10,000/- per day. This clause supersedes clause-1. Clause-3 Over and Above to clause-1 & 2, any incidence of more than 40% ATMs of any particular city shall attract a penalty of Rs. 20,000/- per incidence.
Note: VSAT AMC deduction applicable only if site is on VSAT. In addition to the above penalty, for each Cash-out Incidence for what so ever reason, penalty at the rate of Rs. 5,000 per incidence will be charged.

E.2.2) Penalty for Delay in ATM site construction:


Vendor has to under take full responsibility for commissioning sites within -20- working days after receipt such order from the Bank. The Vendor has to do a detailed feasibility study prior to site construction. And has to come out with the best feasible and cost effective option. Any delay for such activity shall attract penalty of Rs. 20,000 per day form the 21st day onwards from issuance of written order.

E.2.3) Penalty for non compliance to other services is listed below:


Sr. 1 Service Type Care taker Measure Absenteeism Expected compliance level 100% Penalty for non-compliance a) If not found at site for more than 2 hours, then 1 days salary would be charged

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 36

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction b) If found absent for more than 1 day then 50% of monthly care takers service price will be charged in that month c) If the care taker is absent for more than 7 days then 100% of monthly care takers service price will be charged in that month d) Misbehavior with customer, on duty alcohol influence, smoking inside the ATM cabin anti social activity, allowing access to ATM cabin to un-authorized personals, accepting / demanding / soliciting undue gratifications from customers etc. will attract a penalty of Rs. 10,000/- per incidence. If reports are being found very frequent Bank may terminate the CT services of the particular site. e) Shabby uniform or no uniform, indecent appearance etc. shall attract a penalty of Rs. 1000 per incidence. Rs 500 per day from the 2nd day onwards from the day of call logging for th the first 7 days. Rs. 2000 form 8 day onwards. Rs 1000 per day from the 2nd day onwards from the day of call logging for th the first 7 days. Rs. 3000 form 8 day onwards. a) Rs. 1000 per incident if found shabby/unclean or unwanted material in the any visual part of the ATM site (includes signage). b) Rs. 1000 per week till Vendor fixes up Broken or discolored Tiles / Glass piece/ wall Plaster or ceiling, door alignment problems, tore sun films, Corrosion in the metal parts * c) Un-replaced fuse lighting equipments shall also attract a penalty of Rs. 1000 per incidence. Rs 1000 will be charged for each incident of consumable not available within -2- hours(If a complained received from a customer or bank official) Flat Rs. 25,000 shall be charged if the Vendor fails to provide any DVR image (within -6- months) Bank asks for.

AMC for AC

Working condition

Resolution within -24-hrs. of call logged

AMC for UPS

Working condition

Resolution within 1 day of call logged

AMC for Site

Look and feel

100%

Consumables

Availability

100%

DVR

Availability

100%

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 37

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction 7 EJ / JP Availability 100% Flat Rs. 25,000 shall be charged if the Vendor fails to provide EJ or JP of any particular Transaction (for transactions within -6- months) Bank asks for. Penalty can go up to 50,000 if fails to provide both.

*Not applicable for fist -2- months after singing the contract.

E.3) SLA Rewards: - 50% of the Penalties shall be refunded if all terms are achieved as defined in SLA stipulations for Next -3- consecutive months . (for that ATM) - Remaining 50% of the Penalties shall be refunded if all terms are achieved as defined in SLA stipulations for Next -3- succeeding months for that ATM (ie, from 4th months onwards)

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 38

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Section-F: Checklist, Annexure and Appendices


F.1 Check List of Envelopes
Sr. No. 1. 2. 3. 4. 5. 6. 7. 8. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Section Heading Eligibility Bid envelope to contain the following Vendors profile Compliance Certificate List of Service Centers / Channel Partners Compliance with Eligibility Criteria All supportive Document as per Annexure III & IV Demand Draft for Application Money Bank Guarantee for Bid Security from a Reputed Bank Soft copies of all the Items as listed above (Sr. No. 1 7) Cover Letter Executive Summary Detailed Profile Detailed Experience Technical Expertise of The Bidder Infrastructure of the Bidder Bidder Management / Project management Capabilities Migration Strategy Track Record of the Bidder and Its subcontractors All supporting document (as per Sr N0. 3-8, wherever required) Commercial Bid Format without amounts (Masked) Soft copies of all the Items as listed above (Sr. No. 1-11) Appendix IV(C) Appendix - I Annexure - II Annexure - III Annexure - IV Appendix - II Bidder to Provide Appendix -III Bidder to Provide Appendix IV(A) Appendix IV(B) Appendix IV(C) Appendix IV(D to G) Appendix IV(H) Appendix IV(I) Annexure V (A & B) Bidder to Provide Commercial Bid format Part-1, Part-2 & Part-3 Bidder to Provide Commercial Bid format Part-1, Part-2, Part-3 & Part-4 Bidder to Provide Proforma Given

1. 2.

Commercial Bid with amounts Soft copy of the commercial Bid in Excel Sheet(Ms-2003 *.xls format)

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 39

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Annexure-I F.2 Company Profile


Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information.
Document Submitted (Please mention section and page number and highlight the key attribute)

S. No

Item

Details

1 2 3 4 5

Name of Company Postal Address Physical address of the Main office Telephone and Fax numbers Constitution of the Company : Company Registration Number (Please submit Registration Certificate) Name and designation of the person authorized to make commitments to the Bank of Baroda Mobile, Telephone, Email Address of the person authorized to make commitments Whether any of the family members of Directors/ Majority share holder/ Authorized signatory working with Bank of Baroda Year of commencement of Business Sales Tax Number Income Tax Number/PAN Number Brief Description of after sales service facilities available with the Firm Income Tax Clearance Certificate Copies of Income Tax Returns filed during Last -3- years. Copies of the Audited Balance sheet and Profit & Loss Accounts of last -3- years (With audit report) Average turnover of last -3- years period from ATM business. (Please submit auditor certificate if not clear from Audited balance sheet.

6 7

8 9 10 11 12 13 14 15

If yes, please provide details.

16

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 40

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix -I [Company letter Head] To, General Manager (E-Business, Cash Management, NRI services & BPR) Bank of Baroda 7th Floor, Baroda Sun Tower C-34, G-block, BKC Complex Bandra (E), Mumbai 400 051 Dear Sir, Re: COMPLIANCE CERTIFICATE for RFP No....... Dated.......... A) Having examined the Request for Proposal (RFP) the receipt of which is hereby duly acknowledged, we, the undersigned offer to provide the desired services for ATMs in conformity with the said RFP and in accordance with our proposal and the schedule of Prices indicated in the Price Bid and made part of this bid. B) If our Bid is accepted, we undertake the full responsibility of managing all ATMs listed by the Bank under the scope of work as mentioned in the RFP document. C) We confirm that, this offer is valid for a minimum period of 180 days from the last date for submission of RFP to the Bank.(RFP closing date) D) This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. E)We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act, 1988 and that using any type of influence shall be a disqualification for participating in the bidding process. F) We agree that the Bank may alter the quantity of services mentioned in the RFP document. G) We understand that Bank of Baroda reserves all rights to discontinue the contract in case of any irregularities or delay in services, misrepresentation of profile or other un-lawful activity in connection with this outsourcing. H) We hereby declare that we have not been barred/black-listed by any regulatory / statutory authority and we have the necessary powers and all statutory approvals required, permissions, licenses and certificates to be appointed as a service provider and the same are still valid and subsisting.
I) In case our Bid is accepted then we shall allow Reserve Bank of India or their representatives to inspect our record pertaining to the services to be provided to the Bank under this RFP.

Date:

Seal & Signature of the competent Authority: Name: Designation: Date:


Bank of Baroda, e-Business Department, Mumbai - 400051 Page 41

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.3 Details of Service Centers Annexure II Name of the Vendor_____________________________________________


Own or Franchise Postal Address Contact numbers Brief Description No. of Engineer Avg. Response Time

City

1 2 3 4 5 6 7

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 42

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.4 Template for Submitting Eligibility Bid:


# Eligibility Criteria
Vendor should be managing at least 1500 ATMs in India under Managed Services contract (for entire scope of work as contained in this RFP ) for at least last one year (from the date of issuance of this RFP Document) for one or more Banks. Put- together.

Annexure-III
Document to Furnish Document Details
Section No Page No Credential Letter from Banks Required on their letter head (Please highlight the key attribute using a colored highlighting Pen) Section No Page No (Please highlight the key attribute using a colored highlighting Pen)

The Vendor must have successfully commissioned -500- ATM sites in India.

at least Credential Letter from Banks


Required on their letter head

The Vendor should have 24X7 ATM support center in India with help line number and Managed Services infrastructure pan-India in at least 80% of all the major centers* to provide 24x7 supports. Vendor should be able to provide support to Banks ATMs at all the locations within India.

Completed Annexure IV

Section No Page No

The Vendor should be a registered company in India and should have minimum turnover of Rs. 50 Crores for each of the previous 3 years as per the Audited Financial Statements.

Audited Financial Statements (Along with audit report) for the financial years 2007-08, 2008-09, 2009-10

Section No Page No (Please highlight the key attribute using a colored highlighting Pen) Section No Page No (Please highlight the key attribute using a colored highlighting Pen)

The Vendor must have made cash profits for last three financial years.

Audited Financial Statements for the financial years 2007-08, 2008-09, 2009-10

Vendor to provide details of the location and to facilitate Section No 6 visit of Bank officials to the Page No site. The Vendor must have an ATM monitoring system which will ATM Monitoring system: be provided to the Bank to monitor the functionalities of the User manual containing Section No 7 ATM from the Banks central office and from its Regional screen shots of the solution Page No offices to be provided DR site: Vendor to provide The Vendor should have an operational DR site in India details of the location and (apart from DC site also in India ) and a Business Continuity facilitate visit of bank Section No 8 plan (BCP) in place to ensure that the Banks data is not lost officials to the site. Page No or Banks operations are not effected in case of any disaster. BCP: Copy of BCP to be attached *Major Centers: 1.Mumbai 2.Delhi 3.Ahmedabad 4.Chennai 5.Baroda 6.Kolkata 7.Pune 8.Bangalore 9.Lucknow 10.Surat 11.Hyderabad 12.Jaipur 13.Kanpur 14.Varanasi 15.Ghaziabad 16.Indore 17.Agra 18.Allahabad 19.Nagpur 20.Bareilly 21.Bhopal, 22.Rajkot 23.Bharuch 24.Gurgaon 25.Ajmer 26.Aligarh 27.Bhubaneshwar 28.Jamnagar 29.Jamshedpur 30.Noida 31.Patna 32. Raipur 33.Thane 34.Bulsar 35.Dehradun 36.Faridabad 37.Jodhpur 38.Kota 39.Ludhiana 40.Meerut The Vendor should have its own 24X7 Remote Management Center in India.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 43

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Annexure IV # List of Major Centers


Service Center?

Details of Service Center


(Postal Address, Contract Number and Number of Service Engineer)

(Yes / No)

1 Mumbai 2 Delhi 3 Ahmedabad 4 Chennai 5 Baroda 6 Kolkata 7 Lucknow 8 Surat 9 Pune 10 Bangalore 11 Hyderabad 12 Jaipur 13 Kanpur 14 Varanasi 15 Ghaziabad 16 Agra 17 Allahabad 18 Indore 19 Nagpur 20 Bareilly 21 Bhopal 22 Rajkot 23 Gurgaon 24 Bharuch 25 Meerut 26 Ajmer 27 Aligarh 28 Bhubaneshwar 29 Jamnagar 30 Jamshedpur 31 Noida 32 Patna 33 Raipur 34 Guwahati 35 Bulsar 36 Dehradun 37 Faridabad 38 Jodhpur 39 Kota 40 Ludhiana Note: If the Bidder has more then one Service Center in any of the cities listed above they may specify with serial Number a,b,c Bank of Baroda, e-Business Department, Mumbai - 400051 Page 44

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix -II F.5 Format for Bid security Bank Guarantee


TO, GENERAL MANAGER (E-BUSINESS, CASH MANAGEMENT, NRI SERVICES & BPR) BANK OF BARODA BARODA CORPORATE CENTRE C-26, G BLOCK, BANDRA KURLA COMPLEX MUMBAI-400051 1. M/S ______________________, HAVING ITS REGISTERED OFFICE NO ___________________(HEREIN AFTER REFERRED AS 'THE VENDOR') ___________, THE VENDOR HAS INTER -ALIA AGREED TO FURNISH A BANK GUARANTEE FROM A SCHEDULED BANK FOR RS 10000000 (RUPEES ONE CRORE ONLY) AS SECURITY FOR COMPLIANCE WITH THE VENDORS OBLIGATION IN ACCORDANCE WITH STIPULATION OF RFP NO_____________ DATED________________ (SUBJECTED TO AWARD OF CONTRACT AND RECEIPT OF PURCHASE ORDER) . 2. ON REQUEST OF VENDOR WE _______________________ (HEREINAFTER CALLED THE BANK) DO HEREBY UNDERTAKE TO PAY TO YOU AN AMOUNT NOT EXCEEDING 1,00,00,000 (RUPEES ONE CRORE ONLY) AGAINST ANY NON-COMPLIANCE WITH CONDITIONS CONTAINED IN THE PURCHASE ORDER AND SUPPLY AGREEMENT. 3. WE ___________ (ISSUING BANK) _______ UNDERTAKE TO PAY THE AMOUNTS DUE AND PAYABLE UNDER THIS GUARANTEE WITHOUT ANY DEMUR, MERELY ON A DEMAND FROM YOU STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED TO OR THAT WOULD BE CAUSED TO OR SUFFERED BY YOU BY REASONS OF ANY BRANCH BY THE SAID VENDOR OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE RFP BY REASON OF THE VENDORS FAILURE TO PERFORM THE TERMS THEREOF. ANY SUCH DEMAND ON US DURING THE CURRENCY SHALL BE CONCLUSIVE AS REGARDS THE AMOUNT DUE AND PAYABLE BY US UNDER THIS GUARANTEE. HOWEVER, OUR LIABILITY UNDER THIS GUARANTEE SHALL BE RESTRICTED TO AN AMOUNT NOT EXCEEDING RS. 10000000 (RUPEES ONE CRORE ONLY). 4. ANY NOTICE BY WAY OF DEMAND OR OTHERWISE HEREUNDER MAY BE SENT BY COURIER, OR REGISTERED POST TO OUR LOCAL ADDRESS AND IF SEND ACCORDINGLY IT SHOULD BE RECEIVED AND DULY AND ACKNOWLEDGED BY THE BANK ON OR BEFORE THE EXPIRY DATE OF THE GUARANTEE. 5. WE _________________ FURTHER AGREE THAT THE GUARANTEE HEREIN CONTAINED SHALL REMAIN IN FORCE DURING THE PERIOD THAT WOULD BE TAKEN FOR THE PERFORMANCE OF THE SAID OBLIGATION AND THAT IT SHALL CONTINUE TO BE ENFORCEABLE TILL SATISFACTORY COMPLIANCE OF THE TERMS AND CONDITIONS THEREOF BY THE VENDOR OR TILL YOU CERTIFIES THAT THE TERMS AND CONDITIONS OF THE SAID RFP HAVE BEEN FULLY AND PROPERLY CARRIED OUT BY THE SAID VENDOR AND ACCORDINGLY DISCHARGE THE GUARANTEE OR TILL EXPIRY DATE WHICHEVER IS EARLIER. 6. THIS BANK GUARANTEE SHALL REMAIN IN OPERATION FROM THE DATE OF ISSUE AND WE SHALL NOT REVOKE THIS GUARANTEE DURING THE CURRENCY EXCEPT WITH YOUR PREVIOUS CONSENT IN WRITING. YOU MAY ENFORCE YOUR RIGHTS PURSUANT TO THS GUARANTEE IN ANY COURT OR TRIBUNAL IN ACCORDANCE WITH LAWS OF INDIA. 7. WE _______________ FURTHER AGREE WITH YOU, THAT YOU SHALL HAVE THE FULLEST LIBERTY WITHOUT OUR CONSENT AND WITHOUT AFFECTING IN ANY MANNER OUR OBLIGATION HEREUNDER TO VERY ANY OF THE TERMS AND CONDITIONS OF THE SAID RFP OR TO EXTEND TIME OF PERFORMANCE BY THE SAID VENDOR FROM TIME TO TIME OR TO POSTPONE FOR ANY TIME OR FROM TIME TO ANY OF THE POWER EXERCISABLE BY YOU AGAINST THE SAID VENDOR AND TO FORBEAR OR ENFORCE ANY OF THE TERMS AND CONDITIONS RELATING TO THE SAID PURCHASE ORDER /SUPPLY AGREEMENT AND WE SHALL NOT BE RELIEVED FROM OUR LIABILITY BY REASON OF ANY SUCH VARIATION OR EXTENSION BEING GRANTED TO THE SAID VENDOR OR FOR ANY FORBEARANCE, ACT OR OMISSION ON YOUR PART OR ANY INDULGENCE BY YOU TO THE SAID VENDOR. 8. THE BANK GUARANTEE SHALL NOT IN ANY WAY BE AFFECTED BY YOUR TAKING OR GIVING UP ANY SECURITIES FROM THE VENDOR OR ANY OTHER PERSON, FIRM OR COMPANY ON ITS BEHALF OR BY THE WINDING UP, DISSOLUTION, INSOLVENCY OR AS THE CASE MAY BE OF THE VENDOR. 9. THE BANK GUARANTEE SHALL NOT BE AFFECTED BY ANY CHANGE IN OUR CONSTITUTION OR OF THE VENDOR NOR SHALL IT BE AFFECTED BY ANY CHANGE IN YOUR CONSTITUTION OR BY ANY AMALGAMATION OR ABSORPTION BUT WILL ENSURE TO THE BENEFTIT OF AND BE AVAILABLE TO AND BE ENFORCEABLE BY THE ABSORBING OR AMALGAMATING COMPANY OR CONCERN TILL EXPIRY DATE. 10. WE HAVE THE POWER TO ISSUE THIS BANK GUARANTEE IN YOU FAVOUR AND THE UNDERSIGNED HAS FULL POWER TO EXECUTE THIS BANK GUARANTEE UNDER THE POWER OF ATTORNEY DATED ____ISSUED BY OUR ___________. NOT WITH STANDING ANYTHING CONTAINED HEREIN 1. 2. 3.
OUR LIABILITY UNDER THIS BANK GUARANTEE SHALL NOT EXCEED RS 10000000 (RUPEES ONE CRORE ONLY). THIS BANK GUARANTEE SHALL BE VALID UP TO _____________________; AND WE ARE LIABLE TO PAY THE GUARANTEED AMOUNT OR ANY PART THEREOF UNDER THIS BANK GUARANTEE ONLY AND ONLY IF YOU SERVE UPON US A WRITTEN CLAIM OR DEMAND ON OR BEFORE ______________________.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 45

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix -III
[Company Letter Head]

F.6 Cover Letter for Technical Proposal


Date To, General Manager, (E-Business, Cash Management, NRI services & BPR)) Bank of Baroda, 7th floor, Baroda Sun Tower G-34, Bandra Kurla Complex, Bandra (East), Mumbai 400 051 Dear Sir, Having examined the RFP Document, the receipt of which is hereby duly acknowledged, we, the undersigned offer to supply, deliver, implement and commission ALL the items mentioned in the Request for Proposal and the other schedules of requirements and services for your Bank in conformity with the said RFP Documents in accordance with the schedule of Prices indicated in the Price Bid and made part of this Offer. We agree to abide by this Offer for 180 days from date of (Commercial Bid) opening and our Offer shall remain binding on us and may be accepted by the Bank any time before expiry of the offer. This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. a) We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988. b) Commission or gratuities, if any paid or to be paid by us to agents relating to this Bid and to Contract execution, if we are awarded the Contract are listed below. i. Name and Address of the Agent ii. Amount and Currency in which Commission paid / payable iii. Purpose of payment of Commission (If commission is not paid / not payable indicate the same here) We agree that the Bank is not bound to accept the lowest or any Bid the Bank may receive. We certify that we have provided all the information requested by the Bank in the format requested for. We also understand that the Bank has the exclusive right to reject this offer in case the Bank is of the opinion that the required information is not provided or is provided in a different format. Dated this..by .20 Authorised Signatory (Name: Contact Person, Phone No., Fax, E-mail) (This letter should be on the letterhead of the Vendor duly signed by an authorized signatory)

1.

2. 3. 4.

5. 6.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 46

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.7 Profile: Parameters


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Date of Incorporation of bidder company Date of Commencement of Business of bidder company Date of First ATM MS Contract in India of bidder company Total Revenue of bidder company in 2007-08 Total Revenue of bidder company in 2008-09 Total Revenue of bidder company in 2009-10 Total revenue of bidder company for nine months of 2010-11 Percentage of Revenue of bidder company from ATM MS in 2007-08 Percentage of Revenue of bidder company from ATM MS in 2008-09 Percentage of Revenue of bidder company from ATM MS in 2009-10 Percentage of Revenue of bidder company from ATM MS in the current year Cash Profit of bidder company in 2007-08 Cash Profit of bidder company in 2008-09 Cash Profit of bidder company in 2009-10 Projected Cash Profit of bidder company in 2010-11 Net Profit / (Loss) of bidder company 2007-08 Net Profit / (Loss) of bidder company 2008-09 Net Profit / (Loss) of bidder company 2009-10 Projected Net Profit of bidder company 2010-11 Number of ATMs under MS 2007-08 Number of ATMs under MS 2008-09 Number of ATMs under MS 2009-10 Number of ATMs under MS as on date of response Total Head Count of bidder company 2007-08 Total Head Count of bidder company 2008-09 Total Head Count of bidder company 2009-10 Total Head Count of bidder company as on date of response Number of Permanent Employees in India of bidder company 2007-08 Number of Permanent Employees in India of bidder company 2008-09 Number of Permanent Employees in India of bidder company 2009-10 Number of Permanent Employees in India of bidder company as on date of response Head of Operations in India (attach Bio Data) Accounts Manager proposed for BoB (attach Bio Data) Company structure (attach a write-up) Operations Certifications obtained, if any

Appendix IV(A) Remarks of the Vendor Document Details

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 47

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV (B) F.8 Experience:


Questionnaire Answer Supportive Document Attachment Details Section No Page No (Please highlight the key attribute using a colored highlighting Pen) -do-do-do-do-do-do-do-do-do-do-

1. Currently Management ATMs?

Rendering incidence services for how many

Credential Letter from Banks Required on their letter head

2. Currently Rendering Cash services to how many ATMs? 3 Currently rendering DVR services to how many ATMs? 4 How many make of ATMs (in last 5 years) have been managed by the Bidder? 5. Currently rendering SLM services to how many ATMs? 6. Currently rendering Site maintenance services to how many ATMs? 7. How many ATM sites have been commissioned by the Bidder? 8. Installation and Monitoring of VSAT connectivity to how many ATMs? 9. Bidder holds AMC for AC and UPS to how many ATMs? 10.Rendering EJ pulling services to how many ATMs? 11. Number of Year in ATM managed services business?

-do-do-do-do-do-do-do-do-doCertificate of incorporation/ Memorandum of association.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 48

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV(C) F.9 Technical Expertise


Requirement Loading & Unloading of Cash in ATMs by - Cassette swap method - Add Cash method Transportation of cash from nodal offices of Bank to ATM sites Monitoring of Cash in ATMs: - Whether CRA will do or bidder will do Optimization of Cash in ATMs - Maximum Cash holding with no cash out incident (99% of the time) Cash delivery scheduling - give a write-up Cash EOD - minimum twice a week Take over of self loading ATMs Cash verification by Bank as per Banks requirements periodically and surprise Real-time Alerts on low-cash/cash-out positions to Bank Receipt of services requests / complaints on 24 x 7 basis from Bank or Banks customers/ATM users through -Web - Call Centre Clearing of receipt, journal and statement paper jams Clearing card, envelope and currency jams Remote management of ATMs and its parts - give details of tools/software package used Remote management of electrical and Air-conditioning - give details of tools/software package used Basic remedial maintenance - state periodicity Basic preventive maintenance once a month Rectification of site related problems (e.g.: Electrical problems, environmental conditions) Checking and clearing of media transports Preventive maintenance once in every three months Implementation of Engineering Changes, wherever required/necessitated Supply and installation of original spare parts, wherever required, to take care of breakdowns and natural wear and tear or aging of ATMs without any extra cost to Bank. If required Bank shall provide the age, model & Make of ATMs. Remote diagnostics of ATMs and its parts - give details of tools/software package used Number of Technically trained manpower available centre-wise OEM spares Hot spares available centre-wise Number of ATMs make-wise under MS Do you have agreements with OEMs (in case of OEM bidders - other OEMs) Details of agreements with OEMs Remote diagnostics client tested for which makes of ATMs 100% Success rate of EJ pulling on (T+1) Basis Remarks/ Comments/ Writeups/Documentation Details

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 49

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction Scheduler for EJ Archival of EJ Retrieval of images Schedule check for Image quality Monitoring of the Health of DVR Image archival Monitoring of AC and UPS

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 50

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV (D) F.9 Infrastructure Available: - Project/ Account Manager Details:


S. No 1 2 3 4 5 6 7 8 8 9 10 11 Item Name of project Manger who shall be the single point of contact for the Bank Office Address, Mobile Number Email Address of the Manager Telephone and Fax numbers Association with the Bidder (in years) Qualification Industry Experience (in years) Brief Career Graph of the Project Manager Reference of other accounts handled by the PM CTC for the PM Bidders Employee Retention policy for the PM Replacement Policy Details

* Please provide subjective evidence (e.g. Employee ID card, Salary Slip etc. etc.) for each Item along with Page/ Section Number on the details column.

Appendix IV (E)
S. No 1 2 3 2 3 4 5

Details of Team dedicated for the Account:


Item Name of Team Leader (TL) Contact Details of TL Size of the Team Average Age of the team Average duration of association with the Bidder Average industry Experience Bidders Detailed Employee Retention policies Details

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 51

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV(F)
Diagnostic Tools:

Remarks & Exception, if any

Are trouble tickets generated automatically? Are trouble tickets closed automatically? Is system capable of giving automated commands to the ATM? Is system capable of tracking & capturing online incident updates? Is the system capable of generating tickets with detailed description of the problem on a particular module with the reason of failure? Is system capable of automated dispatch via email and confirm the delivery of the message through acknowledgement process? Is system capable of automated dispatch via SMS and populate acknowledgement details in the trouble ticket automatically? Is system capable of automated dispatch IVR voice call and get the acknowledgement from the customer? Is system capable of automated dispatch via or fax for the problem ticket? Is IVR Enquiry available in the system? (Customer calls the Monitoring system and enters the ATM ID, the system then provides the current status of the machine) Does system automatically generates cash out tickets? Can repeated / chronic faults be tracked? Can ticket be classified based on the problem severity? Is separate network monitoring tool available? Can network fluctuations be easily tracked? Can SLM Call be logged automatically using the monitoring tool with the field support Centre? Can single denomination low / out can be tracked? Is system capable of sending automated escalation via email to the respective actionable team and update in the trouble ticket comments automatically? Is system capable of sending automated escalation via SMS to the respective actionable team and update in the trouble ticket comments automatically? Is system capable of sending SMS updates for any incident even after call closure? Is system DR setup available and is working? Is there any Scheduled replication of production database to DR Servers? Are the systems and tools compatible with Base 24 Switch and other make ATMs? Whether the management centre has managed the ATMs connected to the Base 24 switch? Is the monitoring system connected the ATM Switch through high level of security standards like network connectivity through IPSEC/ 3DES etc? Personnel can access /operate form any facility / Office? Which mode does the DR Site operates? Can single integrated view of the network is provided by the service provider to know the status of the each ATM? Are all Services offered by the Bidder comply to PCIDSS & PADS

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 52

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV(G)
Managed Center Infrastructure What is the Seating Capacity and how many ATMs can be managed? Does the facility have multiple Input Power Feeders? Does the facility have High availability UPS systems? Is the facility has UPS systems working in Parallel Redundant mode? Do the UPS cater to the full load in AUTO in the event of failure of other UPS systems without any break at the output giving 100% redundancy? If yes, live demonstration required. Does the facility have Back-up Generators? Are the Back-up Generators tested monthly with full load? If yes provide reports? Does the facility have Redundant WAN connectivity? Are you having multiple wan service providers? Are different vendors connected via optical fiber links to achieve vendor, hardware and network redundancy? Are the incident Management systems & networking devices housed in a highly available and redundant specialized premise? Does the facility have Redundant LAN set-up? Does the facility have Multi-vendor Telecom Connectivity? Primary & Secondary Telecom vendors are same? Does the PBX capable of automatic switching over to alternate telephone vendors upon primary line failure? Does the facility have 100 telephone lines? Does the facility have Call Management System (CMS)? Did the facility ever experience fire/fatal accidents? Was there any affect on operations? If yes how long? Was the facility affected at the time of 26th July rains 2005? Was the facility restored in 8hrs? Are separate facilities available for Systems & people? Is Access Control System available in facility? Is Employee credentials verified by reputed security agencies prior to recruitment? Does the facility have Fire Alarm and Suppression? How frequently the mock drills are done? Does the facility have Public Addressing and Auto Dialer systems? Does the facility have Rodent Control? Does the facility have Disaster recovery arrangements? If yes what is the time frame? Does the service provider have a backup server for the production server? Does the service provider have a dedicated Customer Interface server? Does the service provider have a backup Customer Interface server? Does the service provider uses terminal server? Does the service provider have a backup server for the production terminal server?

Remarks & Exception, if any

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 53

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV(H) F.10 Management / Project Management Capabilities: Provide detailed strategy / Work-outs/ Documentation etc. along with Elaborate proposal for each section and sub-section of the Following: I. Cash Management. - Vault Management. -Vendor Management. - Shortages Management. -Heavy Dispense Management. -Cash Optimization. II. Management of spare parts. - Contract details with OEM. - Geographical details for spare parts stocking. - List of Spares which shall be stocked for immediate replacement. III. Site Implementation / Maintenance. - SIS partner/sub-contractor details, if sub-contracted. - Detailed workflow with time lines. - Purchase policy of cement, Tiles, electrical equipments etc. etc, if not sub contracted. IV. AMC management for AC & UPS. - Contract details with Vendor / Manufacturer. - Emergency Handling. V. Management of Care Takers. - Vendor Management. - Review methodology for enforcing Labour Laws. - Service quality monitoring.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 54

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Appendix IV(I) Provide detailed strategy / Work-outs/ Documentation etc. along with Elaborate proposal for each section and sub-section of the Following: F.11 Migration Strategy: - Cash Takeover Methodologies. - Network Transition (Provide along with proposed network architecture, back-up link details etc.). - Transition for Incidence Management. - Interfacing with Switch-monitoring tool, if required. - Times frame for migration of entire set of ATMs ( Please provide detailed table with indicating proper time frame) - Methodology for retrieval & Archival of old EJ data / DVR images /ATM logs etc.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 55

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

Annexure V (A) F.12 Track Record

A) Name of the Bidder ___________________________________________ Name of the Client ATM supplied/ Services Offered Service Quantity Contract Validity Contact person (Active / Expired) (Name/Desig/Tel./email/ Address)

1 2 3 4 .
(Please provide reference of at least two customers)

Annexure V (B)
B) Name of the Sub-contractor ___________________________________________ Name of the Client ATM supplied/ Services Offered Service Quantity Contract Validity Contact person (Active / Expired) (Name/Desig/Tel./email/ Address)

1 2 3 4 .
(Please provide details of all sub-contractors who shall be outsourced or planed to be outsourced for carrying out the project)

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 56

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.13 Structure for Oral /PPT Presentation: Topic i) Brief Details of the Bidder iii) Migration & implementation methodology Cash migration & implementation Plans for Incidence Management Caretaker Management Plans Site implementation Plans VSAT Networking migration & implementation plans Vendor Management plans Cash shortages Management iv) Plans for AMC Management Plans for AC, UPS, Site and VSAT AMC Partnership details with AC UPS Vendors/manufacturers v) MS center: Call handling capability and dispatch process Graphical presentation of a Ticket lifecycle Monitoring software details vi) Escalation Matrix Structure Technologies to support the Matrix Best Practices v) Question Answers Allotted Timeline 5 Min

20 Min

5 Min

15 Min

10 Min

5 Min

Please Note: The Bank shall intimate the Bidders -48- Hours prior to the scheduled Presentation, No request for change in date & time shall be entertained. In case of delay in presentation Bank at its discretion may reject the Bidder for participating in the presentation and shall be put 0 Marks in presentation.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 57

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.14 Commercial Bid Format Part1 Item Description under Managed services Cash Management First Line Maintenance of ATMs Second Line maintenance of ATMs Comprehensive AMC & maintenance of network equipment at off-site locations Consumable replenishment DVR Monitoring, archival and retrieval of video images Comprehensive AMC for Acs & UPS Maintenance and housekeeping of ATM sites Pulling of Electronic Journals and archival Content Distribution & Replenishment of Advertisement Material Incidence Management Care Taker Services* Patrolling Caretaker Band width Charges for offsite ATMs Total of Part1 Quantity 3000 3000 3000 1000 3000 3000 3000 3000 3000 3000 3000 2500 500 1000
#

Price for: per ATM/month

Total

* Please quote for one shift only. If Bank demands for more then one shifts the payment shall be made after the multiplying the quote by number of shifts Shift may be day/Night depending upon Banks requirement.

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 58

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.15 Commercial Bid Format Part2


#

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39

Item Description Tiles False Ceiling Wall Construction Sand plaster Plaster of Paris Aircon Louvers Main door - with anti-shatter film - with customized door handle. Wooden partition Wooden flush door 600mm x 2050mm Demolition of brick walls/ flooring Wall Construction Black Granite Flooring / front entrance side walls Panelling with enamel paint. Enamel paint External fixed glazing Lighting in porch area External paving Panelling with 1.0 mm laminate Electric main switch Moulding on granite/ marble Greasing of shutter Conducting for earthing Plastic Paint Signage (including wiring, back-lit etc. etc.) Connectivity for the VSAT / leaselines 18w CFL 40w CFL Electricals with UPS cabling Earthing station Stabilizer for AC Chair Fire extinguishers Visual Merchandising Customized ATM Guide, wall mounted Customized Sticker set Customized Designer strip Magnetic Fan Poster Frames - Wall Hung Storage Shelf

Quantity 10 10 10 20 30 0.6 2.5 9 1 1 5 6 8 20 6 3 5 10 1 3 1 10 1 10 10 4 1 1 1 1 1 1 1 1 1 1 1 1 1

Unit Sqmt Sqmt Sqmt Sqmt Sqmt Sqmt Sqmt Sqmt Nos Sqmt Sqmt Sqmt Sqmt Sqmt Sqmt Nos Sqmt Sqmt Nos RMt Nos RMt Sqmt RMt RMt Nos Nos Nos Nos Nos Nos Nos Set Set Set Set Nos Nos Nos

Rate/Unit

Total

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 59

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68

Gypsum panelling. Gypsum partition Red Granite Rolling shutter Air conditioners Window Window aircon installation Window A.C. Frame Storage Cabinet Fabrication work for porch construction. P.C.C. 1:3:6 Wiring for Lollypop Glazed tiles on dado M.S. Grill. Split AC UPS Voltage Stabilizer for UPS Insulation Transformers Labour Cost Project Management Cost 5/15 Power Point Wooden Box over Fixed Glassing Bank Logo Lighting Poster Frame(Small) Main Cabling Timer For AC Caging for Air Conditioner Voltage Stabilizer for UPS Any other Item

1 1 1 10 2 2 2 1 10 1 1 1 1 2 1 1 1 1 1 1 2 1 30 2 1 1

Sqmt Sqmt Sqmt Sqmt Nos Nos Nos Nos Sqmt C.mt Rmt Sqmt Sqmt Nos Nos Nos Nos Nos Sqmt Nos Set Nos. RMt Nos Nos Nos Part 2 Total:

F.16 Commercial Bid Format Part3 Item Description under Managed services Grouting of ATMs Supply of access lock Installation of Access lock Shifting of ATM Shifting of AC & UPS Shifting of VSAT Total Part 3: Quantity 1000 3000 3000 200 200 150
#

Cost Per Item

Total Cost

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 60

F
RFP for Outsourcing ATM Managed Services and ATM Site Construction

F.17 Commercial Bid Format Part4 Commercial Part-1 Part-2 Part-3 Grand Total: # These quantities mentioned above are projected only for the purpose of Evaluation of the bids. However, Bank reserves the right to alter the quantities as per Banks requirement. #################################### End of Document ################################### 1500 Amount Quoted (A) Quantity (B)
#

Number of Months (C) -60-

Total T = (A)X(B)X(C)

Bank of Baroda, e-Business Department, Mumbai - 400051

Page 61

Potrebbero piacerti anche