hht - Punjab National Bank

REQUEST FOR PROPOSAL (RFP) FOR
EMPANELMENT AND RATE APPROVAL FOR
SUPPLY OF HAND HELD TERMINALS (HHT) IN
PUNJAB NATIONAL BANK
Punjab National Bank
HO: Information Technology Division
5, Sansad Marg, New Delhi-01
Information Technology Division
I.T Procurement Department
Head Office, 5 Sansad Marg,
New Delhi - 110 001
Tel: (011)-23311452
23710021
Extn: 234, 233,462,408
Fax: (011) - 23321305
23320306
Page 1 of 42
RFP HHT PNB
DISCLAIMER
The information contained in this Request for Proposal Document (―RFP Document)
or
subsequently provided to Bidder/s, whether verbally or in documentary form by or on behalf of
the Punjab National Bank or any of their representatives, employees or advisors (collectively
referred to as ―Bank Representatives), is provided to Bidder(s) on the terms and conditions set
out in this RFP Document and any other terms and conditions subject to which such information
is provided.
This RFP Document is not an agreement and is not an offer or invitation by the Bank
Representatives to any party other than the entities who are qualified to submit their Proposal
(Bidders). The purpose of this RFP Document is to provide the Bidder with information to assist
the formulation of their Proposal. This RFP Document does not purport to contain all the
information each Bidder may require. This RFP Document may not be appropriate for all
persons, and it is not possible for the Bank Representatives, their employees or advisors to
consider the investment objectives, financial situation and particular needs of each party who
reads or uses this RFP Document. Each Bidder should conduct their own investigations and
analysis and should check the accuracy, reliability and completeness of the information in this
RFP Document and wherever necessary, obtain independent advice from appropriate sources.
The Bank Representatives, their employees and advisors make no representation or warranty
and shall incur no liability under any law, statute, rules or regulations as to the accuracy,
reliability or completeness of the RFP Document.
The Bank Representatives may in their absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information in this RFP Document.
Note: wherever HHT appears it should be read with Micro ATM
Page 2 of 42
RFP HHT PNB
Tender for Empanelment and rate approval of Hand Held Terminals for Punjab National Bank
involving supply installation maintenance of the HHTs and its system software
1.
Date of commencement of 05-11-2014
Bidding Process.
2.
Last date and time for sale of 11-11-2014 up to 1200 hrs
Bidding Documents
3.
Last date and time for Hash 11-11-2014 up to 1200 hrs
submission
4.
Last date and time for online bid 11-11-2014 up to 1700 hrs
submission
5.
Place of opening of Bids
Punjab National Bank, Information Technology
Division, Head Office,5- Sansad Marg, New Delhi - 1
6.
Address for communication
As above
Tel:(011) 23311452 /23718045
Fax:(011) 23321305
7.
Cost of RFP
Rs.10,000/- (Nonrefundable) should be submitted
online only in favour of Punjab National Bank before
last date of bid submission in the following account:
IFSC Code : PUNB0015300
Bank & Branch : Punjab National Bank, Sansad
Marg, New Delhi -110 001
Account No. 0153002200175673 ( 16 digits)
Imprest account – HO IT Division
8.
Earnest Money Deposit (EMD)
Rs.10.00 Lac should be submitted online before last
date of bid submission or in the form of Bank
Guarantee (BG) in favour of Punjab National Bank, IT
Division payable at New Delhi. BG should be valid for
six months from the date of bid submission
(Annexure-Xiii).
IFSC Code : PUNB0015300
Bank & Branch : Punjab National Bank, Sansad
Marg, New Delhi -110 001
Account No. 0153002100567220 ( 16 digits)
Imprest account – HO IT Division
In case of unsuccessful bidder, EMD will be returned
after completion of the bid process (without interest).
9.
Contact to Bidders
Interested Bidders are requested to send the e-mail to
[email protected], [email protected] [email protected]
and [email protected]
containing following
information, so that in case of any clarification same
may be issued to them. Name of company, contact
person, mailing address with Pin Code, Telephone
No., Fax No., e-mail address, Mobile No. etc.
Note:
1) Technical Bids will be opened online as well as in physical form but Commercial bid will be
opened online only; Bidders may view the details through their terminal using their eprocurement [https://pnbindia.biz] registration login.
2) Vendors, who have not registered earlier with e-procurement site, would have to register with
our e-procurement site.
3) All the technical supporting documents should be given in physical form only.
Page 3 of 42
RFP HHT PNB
To
The Chief Manager
I T Procurement Department
Punjab National Bank
I.T. Division, Head Office
New Delhi
Sir,
Reg.: Our bid for Supply, Installation and Maintenance of Hand Held terminals
and its System Software in Punjab National Bank
We submit our Bid Documents herewith.
We understand that
 You are not bound to accept the lowest or any bid received by you, and you may
reject all or any bid.
 If our Bid for the above job is accepted, we undertake to enter into and execute
at our cost, when called upon by the purchaser to do so, a contract in the
prescribed form. Unless and until a formal contract is prepared and executed,
this bid together with your written acceptance thereof shall constitute a binding
contract between us.
 If our bid is accepted, we are to be jointly and severally responsible for the due
performance of the contract.
 You may accept or entrust the entire work to one Bidder or divide the work to
more than one bidder without assigning any reason or giving any explanation
whatsoever.
 Bidder means the vendor who is decided and declared so after examination of
commercial bids.
 The names of shortlisted bidders after the completion of first stage (Technical
Bid), and the same of successful bidder(s) to whom the contract is finally
awarded after the completion of second stage (Commercial Bid), shall be
displayed on the Notice Board of the purchaser at Punjab National Bank,
Information Technology Division, Head Office, 5, Sansad Marg, New Delhi110001.
Dated at ____________this _______________ day of __________ 2014
Yours Sincerely
For ______________________
Signature: _______________
Name: ___________________
PUNJAB NATIONAL BANK
Page 4 of 42
RFP HHT PNB
Punjab National Bank is one of the largest public sector banks with more than 6500
Branches/Offices geographically located all across India. The Bank is fully computerized
and networked in order to achieve the effective and efficient customer services and
Back office operations.
Today‟s banking is a technology enabled service industry. Banking facilities are enabled
through multiple delivery channels i.e. Branches, ATMs, Internet Banking, Mobile
Banking, Call Centre, Kiosks, Corporate Websites and Social Networking Sites. Banks
have made huge investments in creating technical infrastructure for providing world
class facilities to their esteemed customers.
Punjab National Bank is the frontrunner in adoption of IT & ICT enabled initiatives in
providing new age technology driven banking services to its customers. PNB has
always looked at technology as a key facilitator to provide better customer service and
ensured that its „IT strategy‟ follows the „Business strategy‟ so as to arrive at “Best Fit”.
The Bank has made rapid strides in this direction. All branches of the Bank are under
Core Banking Solution (CBS) since Dec‟08, thus covering 100% of its business and
providing „Anytime Anywhere‟ banking facility to all customers including customers of
more than 3000 rural & semi urban branches. The Bank has also been offering Internet
banking services to its customers which also enables on line booking of rail tickets,
payment of utilities bills, purchase of airline tickets, etc. Towards developing a cost
effective alternative channels of delivery, the Bank with more than 8000 ATMs has the
largest ATM network amongst Nationalized Banks.
With the help of advanced technology, the Bank has been a frontrunner in the industry
so far as the initiatives for Financial Inclusion is concerned. With its policy of inclusive
growth, the Bank‟s mission is “Banking for Unbanked”. The Bank has launched a drive
for biometric smart card based technology enabled Financial Inclusion with the help of
Business Correspondents so as to reach out to the last mile customer. The Bank has
started several innovative initiatives for marginal groups like rickshaw pullers, vegetable
vendors, dairy farmers, construction workers, etc. Under Branchless Banking model, the
Bank is implementing 40 projects in 16 States.
The following new age tech initiatives are implemented by PNB:
 Core Banking Solution Finacle from Infosys at all offices/branches of the Bank.
 Centralized Human Resource Management System (PeopleSoft) is implemented
for pay-roll management and HR management.
 Enterprise wide Data Warehouse to facilitate Bank in warehousing data from
OLTP systems and getting valuable information out of collected data through
Data mining solutions to help the Management in decision making.
 Network Operations Centre for monitoring more than 10000 network links from
Data Centre to the Branches and ATMs.
Page 5 of 42
RFP HHT PNB
 Customer Relationship Management for managing potential client profiles and
generating business by converting such potential clients.
 Bank has implemented Real Application Cluster technology in Core Banking
Setup to cater the load of more than 5000 branches, delivery channels and other
transactions load.
 Data Mart – CBS MIS CUBE dashboard facility is made available for providing
up-to-date critical business information to the Top Management.
 Enterprise wide Document Management System (OmniDoc) is implemented for
managing documentation in Forex back offices. The same is under
implementation for other banking domain departments.
 On-line Credit Proposal tracking System is made available to our customers to
online track the status of their loan proposals.
 Bank has procured and installed Sun Ray Desktop solution for centralized
managing the desktop activities in the Data Centre. Also it helped in optimal
utilization of available floor space in the Data Centre.
 Value added features like Utility bill payment, fund transfer etc. are made
available through additional delivery channels.
 Treasury system from M/s Thomson Reuters has been implemented.
 Learning Management System with online assessment facility has been
implemented. This enables bank to train our 53000 plus staff from their offices
and home.
 Anti Money Laundering system has been implemented for transaction monitoring
and regulatory reporting.
 Bank is in process of implementing several important IT initiatives like Lending
Automation & Processing System; Fixed Asset Management System, Risk
Management solutions etc.
 Other value added services – ASBA has been implemented through branch and
internet banking module.
BACKGROUND AND PURPOSE OF THE PROJECT
Financial Inclusion has different connotation in developed countries and developing
countries like India. In the developed countries, the focus is on small section of people
who are excluded from formal credit markets whereas in India, our focus is on majority
of population who do not even have an access to a bank account.
Financial Inclusion may be defined as the process of ensuring access to financial
services and timely & adequate credit to the financially deprived groups such as weaker
sections and low income groups at an affordable cost in a fair and transparent manner.
The vision for Financial Inclusion is:
“To financially strengthening a majority of population by providing banking
facilities and financial services, at a fair cost, based on transparency and
equality”.
Page 6 of 42
RFP HHT PNB
It is the delivery of banking services to the poorest of the poor. The facilities of Savings
Account with Overdraft and products like Remittances, GCC, Health Insurance, Micro
Insurance, and Pension etc can be offered to the Financial Inclusion customers.
Presently, PNB is providing Financial Inclusion solution to unbanked population through
smart card based technology using Business Correspondent model. PNB FI technology
model is a branchless banking smart card based model along with biometric features to
offer banking products in rural villages where no other banking channel is present. The
FI
customers
are
offered
Financial
Services
through
Business
Correspondents/Business Facilitator/Bank Personnel. All the Para Banking services are
offered as per RBI guidelines. Recently, PNB has implemented the FI Gateway Solution
with various software procured from Tata Consultancy Services Limited. The FI
Gateway solution is integrated with PNB‟s Core Banking Solution. Using this Gateway
Solution, PNB is now offering the online transaction facility wherein the B.C.Agent and
Customers are being authenticated online and the customer‟s account balance is
updated instantaneously. Thus PNB is offering both online and offline model for
implementing the FI project and offering smart card less and smart card based solution.
This PNB initiative to include the customers belonging to poor and illiterate segment of
the society into mainstream banking channel using technology is bringing social
changes in their life with the mission as under:
“Banking for the Unbanked”
Purpose of the RFP:
The purpose of the RFP is to solicit proposals from qualified vendors for Empanelment and
Rate Approval of Hand Held Terminals for Punjab National Bank (& its subsidiaries and
sponsored Regional Rural Banks [RRBs]) involving supply installation maintenance of the
HHTs and its system software.
These HHTs will be used as field devices both in online modes and offline modes and
supporting smart card based and cardless solution. On the said HHTs bank will implement
its enrolment application and transaction application. Thus, these HHTs should be
compatible with PNB‟s FI Gateway solution.
These HHTS will be used as field devices for carrying out:
a) EKYC based account opening
b) AEPS transaction
c) Aadhar seeding
d) Rupay & PIN transactions
e) Normal Biometric transactions
The rate contract is applicable for Punjab National Bank and its authorized Business
Correspondents Agents (BCAs). For BCAs bank will purchase the HHTs directly. Alternately
the BCAs may also purchase the HHTs directly on the approved rates, terms and
conditions. The purchase orders will be placed either by the bank‟s head office or by its
controlling offices/ circle offices.
Page 7 of 42
RFP HHT PNB
Technical and commercial bids are invited from bidders for providing Hand Held terminal
for Punjab National Bank.
The Bank proposes to deploy Hand Held Terminals in approximate 10000 (Ten
thousand) Villages/Locations across India. The number of locations may increase or
decrease as per bank‟s actual requirement.
INSTRCUTIONS TO BIDDERS
1. ELIGIBILITY CRITERIA: Entities meeting the following criteria would be
eligible to participate in the bid process:
i.
The bidder should be either Original Equipment Manufacturer (OEM) of Branded
HHTs or one of their authorized representatives in India. In case of authorized
representative, a letter of authorization to this effect from OEM must be furnished.
The authorization letter should mention that if authorized representative fails to meet
the obligation for items supplied and / or to be supplied under this tender, then OEM
would be responsible for all obligations for their items.
ii.
The bidder should have supplied at least 1000(One Thousand only) HHTs during the
last two accounting years (2012-13 & 2013-14) to banks/ Financial Institutes/ Egovernance.
The minimum turnover of the bidder should be Rs.5 Crore in the last accounting year
(either 2012-13 or 2013-14).
The bidder should have positive net worth in last 2 years (2012-13 & 2013-14)
audited balance sheet. Relevant data should be submitted in annexure VII.
Bidders to quote for HHTs of only one OEM.
Bidders, who have not satisfactorily completed any of the earlier contracts with the
Bank and/or who have been debarred by the Bank from participating in future
tenders, will not be eligible for this tender. Bidder to submit an undertaking in this
regard.
Either OEM or only one of its authorized representatives in India shall participate in
the tender.
The bidder should have national presence and should be engaged in supplying and
providing maintenance services for HHTs & peripherals in India for at least 3 years.
The bidder/OEM should be having/ establish support offices/ Support Centers/
Support Locations with necessary support infrastructure for maintenance of HHTs
and Peripherals items at bank‟s Head Office and Circe Office locations including
state capitals. The bidder shall submit the complete list of such support Offices/
Support Centers / Support Locations along with bid. Further the selected bidder will
be required to have/ to set up support facilities with necessary spare parts at Head
Office and all the circle headquarters of the Bank.
Bidder should have supplied HHTs to at least one organization under the category of
Bank /Financial Institution/ PSU / Govt. Department / Reputed Ltd Company during
the last 2 accounting years. (Documentary Proof of having done so, be also
submitted viz. confirmation certificate for supply and implementation/installation of
the HHTs etc.)
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
Page 8 of 42
RFP HHT PNB
xi.
xii.
xiii.
xiv.
xv.
xvi.
The company should be registered with Registrar of companies/firms in India.
In case the bidder is Original Equipment Manufacturer (OEM) he/she shall have IP
(Intellectual property) rights for the products offered to Punjab National Bank and an
undertaking to this effect to be given. In case of authorized representatives/ reseller
such authorization from the OEM should be submitted with the bid.
Certificate of compatibility of device and application with the bank‟s FI system
provided by M/s TCS or ATM switch managed by M/s FSS.
STQC certification of the proposed Make and Model of the HHTs/ Sensor OR
Evidence of having applied for STQC certification of the proposed Make and Model
of the HHTs. Bank has the right to terminate the rate contract in case STQC
certificate is not arranged within a reasonable time period.
The payment application on micro ATMs for processing card and PIN transactions
should be certified with PA-DSS certification.
The PCI-PED should be an integral part of the device and not connected separately
through USB or otherwise.
2. COST OF BIDDING
The bidder shall bear all the costs associated with the preparation and submission of
bid and Bank will in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
3. BIDDING DOCUMENT
The bidder is expected to examine all instructions, forms, terms and conditions and
technical specifications in the Bidding Document. Submission of a bid not responsive to
the Bidding Document in every respect will be at the bidder‟s risk and may result in the
rejection of its bid without any further reference to the bidder.
4. LANGUAGE OF BIDS
The bids prepared by the bidder and all correspondence and document relating to the
bids exchanged by the bidder and PNB, shall be written in English.
5. AUTHENTICATION OF ERASURES/OVERWRITING ETC.
Any inter-lineation, erasures, or overwriting shall be valid only if the person(s) signing
the bid initial(s) them.
6. AMENDMENTS TO BIDDING DOCUMENTS
At any time prior to the last Date and Time for submission of bids, the Bank may, for any
reason, modify the Bidding Documents through amendments at the sole discretion of
the Bank. All amendments shall be uploaded on the Bank‟s websites (www.pnbindia.in
and https://pnbindia.biz) and will be binding on all who are interested in bidding.
In order to provide prospective Bidders a reasonable time to take the amendment if any,
into account in preparing their bid, the Bank may, at its discretion, extend the deadline
for submission of bids.
Page 9 of 42
RFP HHT PNB
7. Bank’s RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS
The Purchaser reserves the right to accept or reject any bid and annul the bidding
process or even reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or without any obligation to inform
the affected bidder or bidders about the grounds for the purchaser's action. The
Purchaser reserves the right to accept or reject any technology proposed by the vendor
The Purchaser reserves the right to select more than one vendor keeping in view its
large requirements.
8. MODIFICATION AND WITHDRAWAL
Bids once submitted will be treated, as final and no further correspondence will be
entertained on this. No bid will be modified after the deadline for submission of bids. No
bidder shall be allowed to withdraw the bid, if bidder happens to be successful bidder.
9. REVELATION OF PRICES
The prices in any form or by any reasons should not be disclosed in the technical or
other parts of the bid except in the commercial bid. Failure to do so will make the bid
liable to be rejected.
10. TERMS AND CONDITIONS OF THE BIDDING FIRMS
The bidding firms are not allowed to impose their own terms and conditions to the bid
and if submitted will not be considered as forming part of their bids.
The bidders are advised to clearly specify the deviations, in case terms and conditions
of the contract applicable to this invitation of tender are not acceptable to them. The
bidders should also describe clearly in what respect and up to what extent the
equipment and services being offered differ/ deviate from the specifications laid down in
the specifications and requirements.
11. LOCAL CONDITIONS
The bidder must acquaint himself with the local conditions and factors, which may have
any effect on the performance of the contract and / or the cost.
12. CLARIFICATIONS
If deemed necessary PNB may seek clarifications on any aspect from the bidder.
However that would not entitle the bidder to change or cause any change in the
substance of the tender submitted or the price quoted.
Page 10 of 42
RFP HHT PNB
13. Performance Bank Guarantee:
The successful bidders have to submit the Performance Bank Guarantee, detailed as
under:
a) The successful bidder has to submit the Performance Bank Guarantee valid for 5
years, detailed as under:
 L-1 bidder = Rs.20,00,000/-( Rs. Twenty Lac only)---40% orders
 L-2 bidder = Rs.15,00,000/-( Rs. Twenty Lac only)---30% orders
 L-3 bidder = Rs.15,00,000/-( Rs. Twenty Lac only) ---30% orders
In case there is no L-3 bidder, then:
 L-1 bidder= Rs.30,00,000/-( Rs. Thirty Lac only)-----60% orders
 L-2 bidder= Rs.20,00,000/-( Rs. Twenty Lac only)---40% orders
In case there are no L-2 & L-3 bidders, then:
 L-1 bidder= Rs.50,00,000/-( Rs. Fifty Lac only)-----100% orders
It will be submitted centrally at HO-ITD level.
b) In case vendor submits any false information or declaration letter during the tender
process or period of rate contract, Bank shall invoke the EMD/ Performance Bank
Guarantee submitted by the bidder to recover penalty/damages. In case vendor fails
to perform the contract, Bank shall invoke the Performance Bank Guarantee to
recover penalty/damages.
c) EMD Money of un-successful bidders will be returned on completion of rate approval
process whereas EMD of successful bidder will be returned on submission of the
Performance Bank Guarantee.
14. OPENING OF BIDS
All the bids will be opened at the date, time and locations mentioned in RFP (as per
tender schedule). The technical bids will be opened in the presence of representatives
of the bidders who choose to attend.
15. PERIOD OF VALIDITY
Bid shall remain valid for six months from the date of bid opening prescribed by the
purchaser. A bid valid for shorter period is liable to be rejected by PNB as nonresponsive.
16. BID CURRENCY
All the prices shall be expressed in Indian Rupees only.
17. DEADLINE FOR SUBMISSION OF BIDS
Bid must be received by the Purchaser at the address specified in Bid Document not
later than the specified date and time as specified in Bid Document. In event of the
Page 11 of 42
RFP HHT PNB
specified date for submission of bids being declared a holiday for the Purchaser, the
bids will be received up to appointed time on next working day.
The purchaser may, at its discretion, extend this deadline for submission of bids
by amending the bid documents in accordance to clause “AMENDMENTS TO
BIDDING DOCUMENTS”, in which case all rights and obligations of the purchaser
and bidders previously subject to the deadline will thereafter be subject to the
deadline as extended.
18. LATE BIDS
Any bid received by the Purchaser after the deadline for submission of bid will be
rejected and/or returned unopened to the Bidder.
19. BIDDING PROCESS (TWO STAGES)
For the purpose of the present job, a two-stage bidding process will be followed. The
response to the RFP will be submitted in two parts:


Technical bid
Commercial bid
Part I
Part II
For the purpose of the above scope of work, a two-stage bidding process will be
followed. The response to the present tender will be submitted in two parts, Technical
Bid and Commercial Bid. The bidders will have to submit the technical bid in physical as
well as online form through bank‟s e-procurement system. Commercial bids should be
submitted in online form only through bank‟s e-procurement system.
The bidder will have to submit the Technical Bid in sealed envelopes, duly super
scribing “Procurement of Hand Held Terminal devices for Financial Inclusion in PNB”
and “TECHNICAL BID”.
TECHNICAL BID will also contain all the documents mentioned under Annexure-XII. All
the Annexure should be duly signed and sealed.
TECHNICAL BID will NOT contain any pricing or commercial information at all.
Technical bid documents with any commercial information will be rejected.
In the first stage, only TECHNICAL BIDs will be opened and evaluated. Only those
bidders satisfying the technical requirements as determined by the Bank and accepting
the terms and conditions of this document shall be short-listed.
All pages of the bid except amendable printed literature shall be initialed by the
person(s) signing the Bid.
The bid shall contain no interlineations, erasures or over writing except as necessary to
correct errors made by the Bidder, in which case such corrections shall be duly
confirmed under signature/initials of the person(s) signing the bid.
Page 12 of 42
RFP HHT PNB
In the second stage, the COMMERCIAL BID of only those bidders, whose technical bids
are short listed, will be opened.
Prices quoted by the bidder must be all inclusive, firm and final and shall not be subject
to any escalation whatsoever during the period of the contract. Any revision of the
prices of any of the equipment or services, during the period of contract shall be
discussed and negotiated between the selected vendor and the Bank.
Prices should be shown separately for each item of equipment, services and other
aspects as detailed in the bid documents. Tenders not containing item wise prices are
liable to be rejected. The prices quoted should also include all rights (if any) of patent,
registered design or trademark and intellectual proprietary rights and the bidder shall
indemnify PNB against all claims in respect of the same.
Bidders are advised to go through payment terms as mentioned in General Terms and
Conditions.
20. SUBMISSION OF BIDS
20.1 All the interested bidders should register themselves in the e procurement system
https://pnbindia.biz for submitting the bids online.
20.2 The bidders shall duly complete the formats of Bid and the same should be
submitted online through our e-Procurement System using their Digital Signature at
website https://pnbindia.biz .
20.3 All the Technical supporting documents should be submitted manually before the
final date & time of bid submission at the following address. Bank will not be responsible
for any postal delay
The Chief Manager
Punjab National Bank,
Hardware Procurement Section,
I.T. Division, HO: 5 Sansad Marg,
New Delhi 110 001
21. CONTENTS OF DOCUMENTS TO BE SUBMITTED
Documents required in Technical Bid (Sealed Cover)
1. Check List as per Annexure XII
2. Supporting documents in respect of eligibility criteria.
3. Bidders Information as per Annexure VIII
4. Acceptance of the General terms and conditions as contained in Annexure-I
including scope of work Annexure II
5. Acceptance of Compliance Statement-Annexure VI.
Page 13 of 42
RFP HHT PNB
6. Document indicating the feature of the product.
7. ISO Certification/ STQC certification/other relevant certifications, if any.
8. Audited balance sheet and profit & loss account statement for 2011-12, 2012-13 &
2013-14.
9. Bid Earnest Money in the form of Demand Draft/Bank Guarantee. Please mention
the tender name with year and company name at the back of DD/Pay order.
10. Service Support set up details as per Annexure IX.
11. Performance Statement as per Annexure X.
12. Letter of Authorization for granting the person the right to sign the bid and binding
the bidder as the constituted attorney of the company. Annexure VII
13. Additional Functionalities as per Annexure V
14. Signed copy of the RFP document (each page signed with seal).
22. PRELIMINARY EXAMINATION
The bids will be examined by PNB to determine whether they are complete, contain any
computational errors, whether required bid security has been furnished, etc. and
whether the bids are generally in order. Bids from agents without proper authorization
from the manufacture will not be accepted. Arithmetical errors will be rectified on the
following basis. If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantities, the unit price shall prevail and total
price shall be corrected. If the bidder does not accept the correction of the errors, his bid
will be rejected. If there is a discrepancy between words and figures, the amount in
words will prevail.
A bid determined as not substantially responsive will be rejected by PNB and may
not subsequently be made responsive by the bidder by correction of non conformity.
PNB may, at its discretion waive any minor non conformity or irregularity in a bid which
does not constitute a material deviation, provided such waiver does not prejudice or
affect the relative ranking of any bidder.
23. EVALUATION AND AWARD CRITERIA
After opening of the technical bids, all the documents and annexure (except commercial
documents/offer) will be evaluated first by the bank.
PNB will determine to its satisfaction whether the bidder selected as having submitted
the best evaluated responsive bid is qualified to satisfactorily perform the contract. The
decision of PNB will be final in this regard.
The determination will take into account bidder‟s financial, technical and support
capabilities, based on an examination of documentary evidence submitted by bidders.
Technical Evaluation:
Page 14 of 42
RFP HHT PNB
a) Bank will examine the bids to determine whether they are complete, whether
required information have been provided as underlined in the bid document, whether
the documents have been properly signed, and whether bid documents are
generally in order.
b) Compliance to Bidders‟ Qualification Criteria stipulated in Annexure A of the RFP.
c) Compliance to Technical Requirement stipulated in the „Hardware Specifications
for HHT/ device‟, duly supported by documentary evidence will be evaluated in detail.
d) Review of written reply, if any, submitted in response to the clarification sought by the
Bank
e) Technical skill set available, availability of customer support personnel etc., would be
considered.
f) Bank may interact with the Customer references submitted by bidder, if required.
g) Bidders may be called to make presentation of the product offered by them as per
the schedule decided by PNB. PNB may also visit and inspect the onsite /
manufacturing/ development centers and other installation of the bidders.
The HHTs will be used as field devices both in online modes and offline modes and
supporting smart card based and cardless solution. The HHTs should be compatible with
Bank‟s FI Gateway Solutions and shall be able to host and run bank‟s owned customer
enrolment application and transaction application.
Bank has procured FI Gateway solution and relevant software from M/s Tata Consultancy
Services Limited.
The bidder has to approach M/s Tata Consultancy Services Limited / FSS or any other
vendor of the bank along with HHT and its SDK and technical specifications. The concerned
vendor of FI gateway or ATM switch will examine the proposed HHT which is compatible to
Bank‟s FI solution/Software and will certify that they are ready to make necessary
modifications in the existing customer enrolment and transaction applications to make it
compatible with the said HHT (make and model to be mentioned specifically in the
document) within a period of 30 days (from date of declaration of L1). The cost of
modifications or customization in the software will be borne by the bidder. If the bidder
changes the model of the HHTs during the currency of the rate contract, bidder has to re
submit the STQC certificate for the new model and undertake the necessary modifications in
the software (if required) with M/s TCS at his/her own cost within a reasonable time mutually
agreed between the bank and the bidder without affecting the services.
Only those bidders who satisfy the technical requirements, accept the terms and
conditions of this RFP document and submit the above certificate shall be short-listed
for further evaluation.
Bank will split the orders for HHTs among three bidders (who have successfully
demonstrated Proof of Concept) in 40:30:30 ratio. The L-1 bidder will be given 40% of
Page 15 of 42
RFP HHT PNB
the orders. The L-2 & L-3 bidders will be given offer to match with the L-1 prices. Upon
his/her acceptance, 30% of orders shall be given to such L-2 & L-3 bidders.
If L-2 & L-3 bidder fails to match the L-1 prices within one week, the offer of matching
the L-1 prices will pass on to the subsequent bidders only (subject to successful
demonstration Proof of Concept). In case no bidder agrees to match L-1 prices, the
complete order will go to L-1 bidder.
The technically qualified and commercially evaluated bidders will be asked to match
with the L-1 prices. Further such bidders will be asked to demonstrate Proof of Concept
(POC) free of cost. In case the bidders fail to demonstrate successfully & satisfactorily
within the given time frame (normally within 30 days including 20 days for application
customization, if required) his/her offer will be cancelled, EMD forfeited and the offer will
be transferred to the subsequent bidder & so on. The subsequent bidder has to match
with the L1 bidder‟s rate and have to demonstrate POC successfully & satisfactorily.
Scope of POC (Proof of Concept)
After necessary modifications in the existing customer enrolment and transaction
applications by Bank‟s existing vendor (wherever required), the bidder has to
demonstrate online and offline enrolments and customer transactions in test mode
using bank‟s FI Gateway/ ATM switch solution. The POC will be organized in the bank‟s
premises.
Commercial Evaluation:
The commercial bids for only those bidders will be opened who have qualified on the
basis of technical evaluation and reviewed to determine whether the commercial bids
are substantially responsive. Commercial bids that are not substantially responsive or
incomplete in any manner are liable to be disqualified. Evaluation will be done based on
prices quoted as mentioned in commercial offer as per annexure --.
L-1 Formula: cost of 1 unit of HHT will be taken to determine L-1 vendor.
The award of contract will be based on evaluation of technical and commercial bids.
The L1 price for the awarded contract will be decided as per online reverse
auction process and the guidelines for the same are available on our website
https://pnbindia.biz
24. VERIFICATION OF REFERENCE INSTALLATIONS
PNB may, if deemed necessary, conduct verification of reference installation to satisfy
themselves on the performance of the equipment / services offered with reference to
their requirements.
25. CONTACTING PNB OR PUTTING OUTSIDE INFLUENCE
Bidders are forbidden to contact PNB or its Consultants on any matter relating to this
bid from the time of submission of commercial bid to the time the contract is awarded.
Page 16 of 42
RFP HHT PNB
Any effort on the part of the bidder to influence bid evaluation process, or contract
award decision may result in the rejection of the bid.
26. CANCELLATION OF BID/ BIDDING PROCESS
PNB reserves the right to accept or reject any bid and annul the bidding process and
reject all bids at any time prior to award of contract, without thereby incurring any liability
to the affected bidder or bidders or any obligation to inform the affected bidder or
bidders of the ground for its action.
27. SIGNING OF CONTRACT
The successful bidder(s) shall be required to enter into a rate contract with PNB, within
30 days.
Page 17 of 42
RFP HHT PNB
Annexure I
GENERAL TERMS AND CONDITIONS
1. ACCEPTANCE OF ORDER:The vendor shall acknowledge orders in ITOT system from the date of receipt of the
order from the respective Circle Offices and ITD. The orders downloaded from the
system would be construed as a purchase order issued by the competent authority to
place the order.
Bank has a right to cancel the order if the same is not accepted within a period of 7
days from the date of order, otherwise it will be considered as accepted.
2. TAXES
The prices are inclusive of all charges, Taxes, Statuary levies etc. except Sales
Tax/VAT, Octroi /Entry Tax which will be paid on actual basis. The Excise/Custom duty
will however have to be mentioned separately in the invoice where applicable and the
bank may set off the applicable Excise/ Customs duty against the Duty Free Scrip for
which bank is eligible under chapter 3 of Foreign Trade Policy.
3. DELIVERY PERIOD: The solution should be delivered within 4 weeks from date of
placing the Purchase Order.
4. PAYMENT
 100% within 4 weeks of installation.
 In case installation of equipment is delayed due to Bank and the delay is more
than 15 days then payment will be made as under: 80% on delivery of equipment (within 4 weeks)
 20% after 3 months of delivery after submission of undertaking by
vendor that installation will be carried out as and when desired by the
Bank.
In case of delayed delivery or incorrect delivery or partial delivery, then date of receipt of
the correct and final component shall be treated as delivery date for penalty and other
calculation.
5. WARRANTY:
The HHT should have a warranty of three years which shall be applicable from the date of
installation of HHTs. In case warranty period is beyond the expiry date of performance bank
guarantee, the performance bank guarantee should be suitably extended to cover the
warranty
6. ANNUAL MAINTENANCE CONTRACT (AMC)
The vendor should also quote separately for AMC at site 3 years for HHTs from the date
of expiry of warranty. The AMC rate should not be more than 8%. For Handheld
terminals, Vendor should undertake to provide maintenance support at agreed rates
Page 18 of 42
RFP HHT PNB
and arrange for spare parts for a minimum period of 6 years (3 Years Warranty + 3
Years AMC). Comprehensive annual maintenance contract has to be entered
separately with the bank, for this purpose.
The bidder shall provide support services for 24x7 hrs with 24 hrs response time unless
specified otherwise and also have to execute Master AMC Agreement with the
Purchaser without any exception. In case of repair or replacement of any part of the
equipment, Bank will pay on the basis of actual cost.
7. PENALTY CLAUSE
Related to HHT:
The Bank shall have the right to impose penalty on vendor as under:




In case of late delivery of equipment by the vendor, 1% per week of the
value of undelivered portion of the purchase order after 6 week, subject to
maximum of 10% of the undelivered portion of the equipment.
In case of any problem in the HHTs, it should be rectified in maximum 2
working days. Failure to do so will attract penalty @1% of AMC charges
per hour subject to maximum of 25% of AMC charges will be recovered
from the vendor.
During warranty period failure to do so will attract penalty @ 1% of the
purchase rate of the items per week subject to maximum 10%. This
penalty amount may be discounted for any of the future payments to the
bidders or from the EMD kept as performance bank guarantee with the
bank.
The purchaser is entitled to deduct the penalty from the purchase price or
any other amount, which is due to supplier from this contract, or any other
contract or by invoking the Bank Guarantee.
8. INSURANCE
The Handheld terminals supplied under the contract shall be fully insured till delivery at
designated places by the bidder against loss or damage incidental to manufacture or
acquisition, transportation, storage and delivery. Bank will not be responsible for any
loss to bidder on account of non-insurance to any equipment or services
9. GOVERNING LAWS AND DISPUTES
All disputes or differences whatsoever arising between the parties out of or in relation to
the construction, meaning and operation or effect of these Tender Documents or breach
thereof shall be settled amicably. If, however, the parties are not able to solve them
amicably, the same shall be settled by arbitration in accordance with the applicable
Indian Laws, and the award made in pursuance thereof shall be binding on the parties.
The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be subject to the
exclusive jurisdiction of courts at Delhi.
Page 19 of 42
RFP HHT PNB
The vendor shall continue work under the Contract during the arbitration proceedings
unless otherwise directed in writing by the Bank or unless the matter is such that the
work cannot possibly be continued until the decision of the arbitrator or the umpire, as
the case may be, is obtained.
The venue of the arbitration shall be Delhi. The scope for arbitration is available only for
successful bidders.
10. LIQUIDATED DAMAGES
If supplier fails to deliver any or all goods or perform services within stipulated time
schedule, the purchaser shall, without prejudice to its other remedies under the rate
contract, deduct from the ordered price, as liquidated damages, a sum equivalent to 1%
of the order value for each week of delay subject to the maximum of 10%. The penalty
will be charged on order value for the items for which delivery is delayed.
11. USE OF CONTRACT DOCUMENTS AND INFORMATION
The supplier shall not, without the Bank‟s prior written consent, make use of any
document or information provided by Purchaser in Bid document or otherwise except for
purposes of performing contract.
12. PATENT RIGHTS
The supplier shall indemnify the Purchaser against all third party claims of infringement
of patent, trademark or industrial design rights arising from use of the Goods, or any
part thereof in India.
 The supplier shall, at their own expense, defend and indemnify the Bank
against all third party claims or infringement of intellectual Property Right,
including Patent, trademark, copyright, trade secret or industrial design rights
arising from use of the products or any part thereof in India or abroad.
 The supplier shall expeditiously extinguish any such claims and shall have full
rights to defend it there from. If the Bank is required to pay compensation to a
third party resulting from such infringement, the supplier shall be fully
responsible therefore, including all expenses and court and legal fees.
 The Bank will give notice to the Supplier of any such claim without delay,
provide reasonable assistance to the Supplier in disposing of the claim, and
shall at no time admit to any liability for or express any intent to settle the
claim.
 The Supplier shall grant to the bank a fully paid-up, irrevocable, non-exclusive
license throughout the territory of India or abroad to access, replicate and use
software (and other software items) provided by the supplier, including-all
inventions, designs and marks embodied therein in perpetuity.
Page 20 of 42
RFP HHT PNB
13. ASSIGNMENT
The supplier shall not assign, in whole or in part, its obligations to perform under the
contract, except with the Purchaser‟s prior written consent. Bank will split the order for
HHTs among the two successful bidders in the ration 60:40.
Bank reserves the right to award contract to more than one bidder, if the bank so
desires.
14. PREDISPATCH INSPECTION
Bank shall be free to carry out pre-dispatch inspection as and when required by the
Bank. The bidder shall make all necessary arrangement for this purpose. Bank will also
conduct the random acceptance testing of select HHTs and peripherals etc. to ascertain
their configuration and quality.
15. DELAYS IN THE SUPPLIER’S PERFORMANCE
Delivery of the goods and performance of the Services shall be made by the supplier in
accordance with the time schedule specified by purchaser. Any delay in performing the
obligation by the supplier will result in imposition of liquidated damages and/or
termination of rate contract for default.
16. CONTRACT BETWEEN BANK AND SHORTLISTED BIDDER
The shortlist bidder shall be required to execute Agreement cum SLA (Service Level
Agreement) and NDA (Non Disclosure Agreement) with the Bank.
17. DURATION OF CONTRACT
The rate contract will be valid for two years from the date of signing the rate contract.
However, during the currency of the contract with the Bank if there is any general
reduction in rates due to any change in guidelines of any concerned government body
or principal supplier(if any), then the bidder has to pass on the proportionate benefit to
the Bank.
Bank also has the right to extend the existing contract for the period of one year
which will be subjected to the review of the quality of services provided by the
service provider.
18. TERMINATION OF CONTRACT

The quality of services given by the vendor will be reviewed every 3 months and if
the services are not found satisfactory, the bank reserves the right to terminate the
contract by giving 30 days notice to the vendor. The decision of the bank regarding
quality of services shall be final and binding on the vendor.

If the vendor fails to execute the work or any part thereof in accordance with the
contract.
If abandonment of the work or any part thereof by the vendor.

Page 21 of 42
RFP HHT PNB






If the progress made by the vendor is found to be unsatisfactory.
Failure to deposit the performance bank guarantee asked for under the contract.
If the vendor fails to deliver any or all of the services at the nominated site within the
time-period(s) specified in the contract
In the event of commencement of liquidation or winding-up (whether voluntary or
compulsory) of the vendor or appointment of a receiver or manager of any of the
vendor's assets and/or insolvency of the vendor.
Distress, execution, or other legal process being levied on or upon any of the
vendor's goods and / or assets.
If the vendor shall assign or attempt to assign his interest or any part thereof in the
contract.
Other conditions:
1. The entire activity under this facility would be guided by and conform to
guidelines of PNB, government agencies, legal provisions etc if any.
2. No right to employment in the Bank shall accrue or arise, at any point of time
under this project to any of the bidder or its personnel or agents.
3. In the event of exit of the Vendor from the project, all the records & confidential
information as would be required by the bank shall be handed over to the bank in
form (as prescribed by the Bank at the time of exit).
Page 22 of 42
RFP HHT PNB
Annexure II
SCOPE OF WORK
The successful bidder will be responsible for:a) Supply, Installation, Configuration and Maintenance of HHTs as per technical
specifications.
b) The HHTs should be provided along with required SDK software applications
related to the same.
c) Bidder has to ensure that the HHT, application software functionalities and any
other components, equipments, peripherals involved in implementation of the
smart card solution should meet the current guidelines & or standards issued by
IDRBT, UIDAI, RBI, IBA, Government authorities (if any) and should continue to
comply with any amendments / changes made to these standards by the above
referred authorities, without any additional cost to the Bank.
d) Bidder to ensure that the HHTs devices should be compatible with the bank‟s FI
gateway / ATM switch applications and get certified from approved vendor at
their own cost.
e) Bidder has to ensure that the HHT device/ sensor should be certified by STQC
(refer Micro ATM standards version 1.5.1 and any subsequent versions)
f) The HHT software should be on a scalable architecture.
g) Vendor has to provide necessary SDK software technical details related to HHT
and give training to banks technical team on the same. M/s TCS or other
authorized vendors involved in the project for undertaking any customization in
the application wherever required.
h) The Vendor will bring in all the required technology and infrastructure, including
hardware, software, personnel, technical services, connectivity; maintenance,
provide training and operational support for the end-to-end infrastructure
supporting the bank.
i) Technology standards will have to meet specific minimum requirements of State
Government, GOI, recommendations of RBI etc if any.
j) Vendor shall abide by the checks and controls specified by the Bank.
k) Vendor shall assist the Bank in identifying potential risks in the devices, remedy of
any of the identified risks, develop strategies to measure, monitor and mitigate
those risks and implement new controls.
l) Vendor shall cooperate with the Bank‟s internal audit teams and third-party
external auditors for conducting periodical audit and shall also assist in
strengthening of processes by attending to audit points.
m) In addition to security features deployed in the technology, vendor‟s operational
procedures should ensure protection of the bank from business risk (from system
error, human error, negligence and mismanagement) and fraud risk (loss to
earnings or capital due to intentional deception by employees, customers,
agents, external entities, etc).
n) Vendor will take due care of the support infrastructure so as not to cause
disruptions to services to the customers. The vendor should either repair
Page 23 of 42
RFP HHT PNB
defective HHT or any part or replace within 48 hours from the day he receives
such HHT. The vendor has to maintain a buffer stock of 5% of the total
purchased HHTs free of cost at bank‟s head office and Circle Offices so that
replacement of the defective HHT can be done immediately to meet the
emergent requirements in the field and to continue the bank‟s business.
o) Vendor has to build support centers at each location having 20 or more HHT
installations/ in use. The bidder/OEM should be having/ establish support
offices/ Support Centers/ Support Locations with necessary support infrastructure
for maintenance of HHTs and Peripherals items at bank‟s Head Office and Circe
Office locations including state capitals
p) Vendor will be required to provide the verified credentials of each and every
person deployed in the project.
q) Selected vendor will be responsible for managing the actions and activities of its
personnel or the personnel of its subcontractors, etc involved in the project and
will be accountable for all the personnel deployed/engaged in the project.
r) Vendor will be responsible to deliver HHTs to the locations specified by the Bank.
Bank will not bear the cost of delivery of HHTs and other components .
s) Orders will be placed by circle offices/ Head Office as per bank‟s requirements
and vendor has to complete the order in the stipulated time frame.
t) All the related activities related to maintenance of the HHT will be done by
selected vendor.
u) All the HHTs or any other part lost during transport, having technical or
manufacturing defect will be replaced free of cost.
v) HHT should be delivered with HHT Case/ leather bag with necessary literature
and technical specifications.
w)The bank may provide the customer enrolment application, transaction application
etc. to the bidder at a central location for pre configuration of HHT.The bidder will
deliver the HHTs with bank‟s applications and other utilities, if any , preloaded exfactory. Subsequently these may be taken care at bank‟s head offices and circle
office locations by the bidder.
x) Patches and upgrades
1. For HHT and its system software the bidder has to manage the relevant
patches.
2. Additionally the bidder has to provide the system software patches to the
bank‟s central FI gateway server so that the same can be pushed to the
HHTs connected to FI gateway server.
Other Conditions:
a) The entire activity under this facility would be guided by and conform to
guidelines of PNB, Reserve Bank of India, UIDAI, IBA, NPCI, State and Central
Governments, legal provisions etc. if any issued from time to time.
b) End-to-end solution (inclusive of technology and support services) would be
outsourced to one or more eligible Vendor initially or for a defined period as
decided by the Bank as per terms mentioned in the RFP.
c) No right to employment in the Bank shall accrue or arise, at any point of time
under this project to any of the bidder or its personnel or agents.
d) In the event of exit of the Vendor from the project, all the records & confidential
information as would be required by the bank shall be handed over to the bank in
form (as prescribed by the Bank at the time of exit).
Page 24 of 42
RFP HHT PNB
e) Bank reserves the right to change the Vendor with one month‟s notice to the
concerned person.
f) A detailed agreement with SLA (service level agreement) will be done with the
vendor specifying roles and responsibilities. This will include Non-Disclosure
clauses also.
g) The bidder also has to provide the adequate no of connectors/convectors and
extension cables for the devices.
Page 25 of 42
RFP HHT PNB
Annexure: III
Hardware Specifications for HHT/POS device:
Device specifications
Micro ATMs may be all-in-one integrated devices, or mobiles / PCs / tablets with
accessories. Banks procuring micro ATMs may choose to award higher technical
scores for particular form factors, or optional features, which meet their own business
requirements.
Component
Minimum Requirement
Bidders’
Relevant
Compliance information,
[Yes/No]
if any
Biometric scanner
Connectivity
Specified below
The device must provide for two
channels (of service provider‟s
choice) of network connectivity.
Security
2048-bit PKI, 256-bit AES,
Base64,
SHA-256
for
full
compliance with
Aadhaar
Authentication
API
specifications (9).
Non-volatile storage
Must be capable of storing audit
trails of at least 1000 transactions.
Display
Must be capable of displaying last
10 transactions without scrolling
horizontally. Each transaction
must display at least the date,
type, and amount.
Printer
Must be able to print out
transaction status and a ministatement of at least the last 10
transactions. Receipts and other
printed items must be legible for at
least two months from the date of
printing.
Battery
Rechargeable
battery,
with
minimum 4 hours battery life.
Power Adaptor
AC/DC Adaptor with surge
protection.
Environment
Operating temp: 0°C to 50°C.
Storage not including battery: 0°C
to 55°C.
Magstripe reader and As per specifications mentioned
integrated PIN pad
below
Page 26 of 42
RFP HHT PNB
Speaker
A facility should be provided for
voice
confirmation
of
the
transaction.
Location
The terminal should have the
capability to communicate its
location (Industry standard 16
channel NMEA Compliant GPS
support or Cell Tower Location or
any other dynamic method for
approximate Lat-Long location)
QR code
Ability to read QR code from the
reader(Optional)
Aadhaar letter, of size 21mm
x21mm, 600 DPI, and Error
Correction
Code
Level
M
(Medium).
EMV
EMV Level 1 and Level 2
capability(Mandatory) certification as per specifications
mentioned below
NFC reader
Contactless smart card readers
(Optional)
compliant to ISO 14443 A and B
cards (for all four types of NFC
tags) and ISO/IEC 18092.
Note - At a future date, as the device ecosystem matures, the MicroATM specifications
may have to be refreshed and some of the optional items may be made mandatory. In
case MicroATM specifications are refreshed, devices conforming to the earlier
specifications do not need to be upgraded; the new specifications will apply only for new
procurements thereafter
Biometric scanner specifications
All MicroATM devices should use the STQC certified Scanner + Extractor to meet the
technical specifications as defined by UIDAI. Certified devices should carry the Aadhaar
logo on the device. The use of the Aadhaar logo should be in accordance with the
guidelines issued by UIDAI.
Detailed guidelines on the STQC certification process, and list of certified devices are
available on the STQC website: http://www.stqc.gov.in/content/bio-metric-devicestesting-and-certification
Page 27 of 42
RFP HHT PNB
Parameters
Specifications
Extractor Quality
Optical/multispectral/capacitance
technology
1. If platen area is 15.24 mm x 20.32
mm or more:
1.1 Provisional certificate would be
issued without any fied testing;
1.2 Final certification would be subject to
sensor-extractor meeting <2% FRRin
Aadhaar athentication system (at FAR of
0.01%) for which detailedguidelines will
be published by STQC.
2. If platen area is 12.8 mm x 16.5 mm or
more but less than 15.24 mm x20.32 mm,
certification would be suject to sensorextractor meeting <2% FRR in Aadhaar
authentication system (at FAR of 0.01%)
for which detailed guidelines will be
published by STQC.
Any other Technologies
3. <2% FRR in Aadhaar authentication
set up (at FAR of 0.01%) would need to
be demonstrated. Detailed guidelines and
other requirements specific to the
technology will published separately by
STQC.
Must be listed on “IAFIS Certified Product
List”
posted
on
https//www.fbibiospecs.org/IAFIS/Default.
aspx under “PIV Single Finger Capture
Devices” OR Lab Test conformance
report showing compliance to ISO 197944 Annexure A OR any other equivalent
conformance report (to be approved for
equivalence
by
expert
committee
appointed by Competent Authority
· MINEX compliance
NFIQ Quality
Software
· Number of Minutiae generated by
extractor to be in conformance to ISO
Specification. Tested for at least 12
Minutiae points generated under test
conditions.
Inbuilt NFIQ quality software either at
device level or extractor level.
Minimum Platen
Area
Image quality
Bidders’
Complia
nce
[Yes/No]
Relevant
informati
on, if any
Page 28 of 42
RFP HHT PNB
Parameters
Specifications
Resolution
Minimum 500 DPI with 5% margin on the
lower side
8 bit, 256 levels
Grey scale/
Image type
Extractor &
Image Template
Standard
Latent detection
Platen
Preferred
Operating
Temperature
Preferred Storage
Temperature
Preferred
Humidity
ESD
Environment,
health and safety
Safety
EMC compliance
Bidders’
Complia
nce
[Yes/No]
Relevant
informati
on, if any
ISO 19794-2 for fingerprint minutiae
template and ISO 19794-4 for Fingerprint
Image Template
Preferable
Rugged, minimum IP 54 rating preferable
Prefer scratch resistant features
0 to 45 degree Centigrade
0 to 50 degree Centigrade
10 to 90%
>= 8Kv
ROHS certification
UL or IEC60950 compliance
FCC class A or equivalent
Operating system Vendor needs to declare the compatible
environment
operating system
Connectivity
· Standard USB connectivity for PC
based application.
· Connectivity for POS devices.
Magstripe reader and integrated PIN pad specifications
Magstripe reader
Security
PCI-PED for POS
version 2 and
above
ISO triple-track 1/2/3, bi-directional, highcoercivity
1. 3DES encryption
2. TMK/TPK support with all keys remote
download capability
3. UKPT / DUKPT capability
PCI (Payment Card Industry) PED (Pin
Entry Device) for POS fully integrated
with the device.
Page 29 of 42
RFP HHT PNB
The payment application on micro ATMs for processing card and PIN transactions
should be certified with PA-DSS certification (2) (3). Until the application is PA-DSS
certified, the micro ATMs may not be able to process card and PIN transactions, but
may process BC transactions as defined in these standards, so long as all other
security requirements are met.
Please refer to:
https://www.pcisecuritystandards.org/security_standards/documents.php?association
=PA- DSS
EMV compliance
EMV capability is currently optional, but may become mandatory based on guidelines
from RBI on securing card present transactions (2).
Please refer to:
http://www.emvco.com/approvals.aspx
Note:
1. All Micro ATM devices should be certified by STQC to meet the technical
specifications as defined by UIDAI. Detailed guidelines on the STQC certification
process are available on the STQC website: http://www.stqc.gov.in/content/biometric-devices‐testing-and-certification
2. The OEM should also release patches and upgrades in respect of new guidelines
defined by UIDAI/IDRBT.
Page 30 of 42
RFP HHT PNB
Compliance of below mentioned details to be submitted by bidder:
The device being submitted is fully compliant with Micro ATM Standards version 1.5.1.
The proofs of necessary certifications are attached with this letter.
Device
Make
List Device name
Model
List Device model number
Hardware
Co
Biometric scanner
List make of scanner
Non-volatile storage
List all channels available (Single/Dual
SIM GPRS, CDMA, PSTN, Ethernet, Wifi,
etc)
List storage capacity
Display
List size of display
Printer
List whether thermal / impact
Battery
Power Adaptor
List whether battery is rechargeable,
battery life in hours
Meets standards: Yes / No
Environment
Meets standards: Yes / No
Magstripe reader and PIN pad
Meets standards: Yes / No
Speaker
Meets standards: Yes / No
Location
Meets standards: Yes / No
Connectivity
Proofs of certification (Attached)
1. STQC certification of Scanner + Extractor meeting UIDAI standards
2. PCI-PED compliant PIN pad
Yours sincerely,
(Authorized signatory)
Page 31 of 42
RFP HHT PNB
Annexure - IV
Responsibility Matrix
Facility Facility
Activity Description
HHTs
HHT related software applications –
necessary customization by M/s TCS at
cost of the bidder within the given time
frame

Update/ customization in HHT
applications

Integration with other components of the
bank‟s FI gateway solution.

Training to Business Correspondent
Agents

Training to bank‟s technical team on
SDK

Central Management / Inventory
Management tool / software having
following features

Re-issuing of lost/stolen HHTs

Information update

HHT tracking

Other related MIS

HHT
management
activities
Bank
Technology
Service
Provider
Page 32 of 42
RFP HHT PNB
ANNEXURE - V
List of Additional Functionalities being offered as part of the Solution, without any
Additional cost module wise.
S.
No.
Module
Functionality
Page 33 of 42
RFP HHT PNB
ANNEXURE-VI
COMPLIANCE STATEMENT
DECLARATION
We hereby undertake and agree to abide by all the terms and conditions stipulated by
the Bank in the RFP including all annexure(s), addendum(s) and corrigendum(s)
Signature and Seal of Bidder
We certify that the systems/services offered by us for tender conforms to the Technical
specifications stipulated by you with the following deviations
List of deviations
1)
2)
3)
4)
(If left blank it will be construed that there is no deviation from the specifications given
above)
Signature and Seal of Bidder
Page 34 of 42
RFP HHT PNB
ANNEXURE-VII
LETTER OF AUTHORIZATION
CHIEF MANAGER,
PUNJAB NATIONAL BANK
INFORMATION TECHNOLOGY DIVISION
NEW DELHI-110 001
DATE:
DEAR SIR,
WITH REFERENCE TO YOUR TENDER NO __________________; I HEREBY
AUTHORIZE ________________ (NAME), ________________ (DESGINATION) TO
SIGN THE BID ON BEHALF OF _______________________.
HIS/HER SIGNATURE IS ATTESTED BELOW.
THANKING YOU.
YOURS SINCERELY,
__________________
Page 35 of 42
RFP HHT PNB
Annexure-VIII
BIDDER’S INFORMATION
Name:
Constitution:
Address:
Names & Addresses of the Partners if applicable
Contact Person(s) ______________________________________
Telephone, Fax, e-mail _________________________________
Number of years of experience in implementation and manufacturing of HHTs devices
and HHT Solution _________
Please give brief financial particulars of your firm for the last 2 financial years along with
the volume of business handled. (The information will be kept confidential)
Year
2011-12
2012-13
2013-14
Net Profit
Total Turnover
Is company ISO Certified? If yes, provide information along with true copy of certificate.
________________________________________________
Signature:
Seal of company
Page 36 of 42
RFP HHT PNB
ANNEXURE- IX
SERVICE SUPPORT DETAILS
Sr.
No.
Location
Address
Office
Telephone
Number
Fax No.
Name of
contact
Person
with
contact
number
Status of
Office
working
days &
hours
No. of
Maintenanc
e Engineers
Signature and Seal of Bidder
Page 37 of 42
RFP HHT PNB
ANNEXURE-X
PROFORMA FOR PERFORMANCE STATEMENT
(FOR A PERIOD OF LAST 2 YEARS)
NAME OF BID
NAME OF FIRM
Order
Placed by
(Full
Address of
Purchaser
)
Orde
r No.
and
Date
Descriptio
n and
Quantity of
ordered
Equipment
Valu
e of
Orde
r
Date of
Completion
As per
contrac
t
Remark
(reason
for late
delivery)
Actua
l
Performanc
e of
equipment
(Attach
certificate
from
customer)
Signature and Seal of Bidder
Page 38 of 42
RFP HHT PNB
ANNEXURE-XI
PROFORMA FOR COMMERCIAL OFFER (per unit)
PART-A:
S No
Particulars
1.
Make and
Cost in
Cost in
Model
figures.
words
HHT (Hardware + application
software) as per generic
configuration as per annexure -III
with integrated keypad, Smart
Card Reader etc.
Cost for finalization of L-1 bidder
Part: B:
2.
AMC
AMC rate Per Annum
In percentage
Note:
1. AMC Rate (%) -The AMC rate should not be more than 8% of final rates
for HHTs and the bidder shall be required to quote the rate applicable for
3 years for HHTs after the expiry of warranty period.
Page 39 of 42
RFP HHT PNB
Annexure-XII
Check List
Technical Bid
Sl.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
Documents
Supporting documents in respect of eligibility
criteria.
Bidders Information as per format as per
Annexure VIII
Acceptance of the General terms and conditions
as contained in Annexure-I including scope of
work
Acceptance of Compliance Statement-Annexure
VI
Document indicating the feature of the product.
ISO
Certification/
STQC
certification/other
relevant certifications, if any.
Audited balance sheet and profit & loss account
statement for 2011-12, 2012-13 & 2013-14.
Bid Earnest Money in the form of Demand
Draft/Bank Guarantee. Please mention the tender
name with year and company name at the back of
DD/Pay order.
Service Support set up details as per Annexure
IX.
Performance Statement as per Annexure X.
Letter of Authorization for granting the person the
right to sign the bid and binding the bidder as the
constituted attorney of the company Annexure VII
Additional Functionalities as per Annexure V
Signed copy of the RFP document (each page
signed with seal).
Submitted in Bid
Online
Bid
x
Physical
Bid
✓
✓
✓
x
✓
✓
✓
x
x
✓
✓
x
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
x
✓
✓
Commercial bid (Only Online)
Sl.
No.
1.
Documents
Submitted
(Yes/No)
Commercial bid as per Annexure XI
Page 40 of 42
RFP HHT PNB
Annexure-XIII
Performa for the Bank Guarantee for Earnest Money Deposit
(To be stamped in accordance with stamp act)
Ref: Bank Guarantee # Date
Punjab National Bank
Information Technology Division
5, Sansad Marg
New Delhi 110001
Dear Sir,
In
accordance
with
your
bid
reference
no.
_______________________________________Dated__________M/s_____________
_________________________having
its
registered
office
at
______________________________________________herein after Called „bidder‟)
wish to participate in the said bid for supply, installation and maintenance of Hand Held
Terminals (HHTs) for the year 2014-15 at Punjab National Bank, Information
Technology Division, 5 Sansad Marg New Delhi 110001 having its Head Office at 7,
Bhikhaiji Cama Place New Delhi 110066.
An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled
commercial
Bank) against Earnest Money Deposit amounting to Rs.10,00,000/- Rupees (in
words___________) valid up to xx.05.2015 is required to be submitted by the bidder, as
a condition for participation in the said bid, which amount is liable to be forfeited on
happening of any contingencies mentioned in the bid document.
M/s_________________________________ having its registered office at
__________________________ has undertaken in pursuance of their offer to Punjab
National bank (hereinafter called as the beneficiary) dated __________ has expressed
its intention to participate in the said bid and in terms thereof has approached us and
requested
us___________________________
(Name
of
Bank)________________________ (Address of Bank) to issue an irrevocable financial
Bank Guarantee against Earnest Money Deposit (EMD) amounting to Rs 10,00,000/Rupees (in words___________) valid up to xx.05.2015.
We,
the
___________________________
(Name
of
Bank)________________________ (Address of Bank) having our Head office at
______________________ therefore Guarantee and undertake to pay immediately on
first written demand by Punjab National Bank, the amount Rs. 10,00,000/-Rupees (in
words_____________) without any reservation, protest, demur and recourse in case
the bidder fails to Comply with any condition of the bid or any violation against the terms
of the bid, Without the beneficiary needing to prove or demonstrate reasons for its such
demand. Any Such demand made by said beneficiary shall be conclusive and binding
on us irrespective of any dispute or difference raised by the bidder.
Page 41 of 42
RFP HHT PNB
This guarantee shall be irrevocable and shall remain valid up to xx.05.2015. If any
further extension of this Guarantee is required, the same shall be extended to such
required period on receiving instructions in writing, from Punjab National Bank, on
whose behalf guarantee is issued.
"Not withstanding anything contained herein above
Our liability under this bank guarantee shall not exceed Rs 10,00,000/- Rupees (in
words__________).
This bank guarantee shall be valid up to xx.05.2015. We are liable to pay the
guaranteed amount or any part thereof under this bank guarantee only if you serve
upon us a written claim or demand, on or before xx.05.2015 before 14.30 hours (Indian
Standard Time) where after it ceases to be in effect in all respects whether or not the
original bank guarantee is returned to us."
In witness whereof the Bank, through its authorized officer has set its hand stamped on
this
_____________ Day of ______________2014 at __________________
Name of signatory
Designation
Bank Common Seal
Page 42 of 42
RFP HHT PNB