request for proposal (rfp) for supply, installation ... · smt. bindu sharma (agm fi) - 9619339766...

47
Page 1 of 47 Punjab & Sind Bank H.O Financial Inclusion Department 5 th Floor, Bank House, 21, Rajendra Place, New Delhi - 110 008 Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project under rate contract Tender No. : PSB/ FINUID/RFP/01/2018-19 Date: 02.11.2018

Upload: truongnhan

Post on 30-Jul-2019

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 47

Punjab & Sind Bank H.O Financial Inclusion Department

5th Floor, Bank House, 21, Rajendra Place, New Delhi - 110 008

Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion

project under rate contract

Tender No. : PSB/ FINUID/RFP/01/2018-19 Date: 02.11.2018

Page 2 of 47

INDEX

S. No. Detail Page No. From To

1 Key Information about Tender

3 3

2 Disclaimer

4 4

3 Introduction

5 5

4. Chapter 1 – Instructions to Bidders

6 12

5. Chapter 2 – Terms & Conditions

13 18

6. Chapter 3 – Scope of Work

19 19

7. Annexure and Formats

20 47

Page 3 of 47

KEY INFORMATION

KEY INFORMATION:

Particulars Details

Tender Number PSB/FINUID/RFP/01/2018-19

Tender Title Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devices (POS machinery) for Financial Inclusion project.

Participation Fee (Non Refundable) Rs.11,800/- (Rs. Eleven thousand Eight Hundred only)# The fees charges are inclusive of GST @ 18%.

Bid Security (EMD) Rs.5,00,000/- (Rs. Five Lac only)#

Bid Validity 180 days

Date of Publishing the tender on Bank’s Website

02.11.2018 11:00 Hrs

Last Date for submission of Pre-Bid Query

09.11.2018 17:00 Hrs (Queries must be e-mailed to [email protected] only quoting tender reference number in the subject)

Date and Time for Pre Bid Meeting 13.11.2018 11:30 Hrs

Last Date and time for submission of Bids

26.11.2018 15:00 Hrs

Date and Time of Opening of Technical Bids

26.11.2018 15:30 Hrs

Date and Time of opening sealed Commercial Bids

To be notified later to the qualifying bidders only.

Place of Submission & Opening of Bids Punjab & Sind Bank, HO Financial Inclusion Department, 21, Bank House, 5nd Floor, Rajendra Place, New Delhi – 110008

Contact Persons for any clarifications/ Submission of Bids

Sh. Hemant Kumar (Manager IT) - 9872363987 Smt. Bindu Sharma (AGM FI) - 9619339766 011 25756376 , 011 25756377

If any of the dates given above happens to be Holiday in Delhi, the related activity shall be undertaken on the next working day at the same time.

# MSEs who are registered with District Industries Centre (DICs) / Khadi & Village Industries Commission (KVIC)/ Khadi & Industries Board (KVIB)/Coir Board/ NSIC/Directorate of Handicrafts and Handloom/ Udyog Aadhaar Memorandum (UAM) or any other body specified by Ministry of Micro, Small & Medium Enterprises (MoMSME) will be exempted from submitting Participation fee and Bid Security (EMD) only. Note: Bids once submitted will be treated as final and no further correspondence will be entertained on this. No bid will be modified after submission of bids. No bidder shall be allowed to withdraw the bid.

Page 4 of 47

DISCLAIMER

The information contained in this RFP document or any information provided subsequently to Bidder(s) whether verbally or in documentary form by or on behalf of the Bank, is provided to the Bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

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

interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and obtain independent advice, wherever necessary. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

Page 5 of 47

INTRODUCTION

Punjab & Sind Bank, one of the leading nationalized Banks of the country, has a national presence through a widespread network of 1500 plus branches all networked under Centralized Banking Solution. It also has a network of more than 1200 plus ATM(s) spread across the country including onsite and offsite ATMs as well. Bank has one RRB with 42 branches at present. With more than 110 years of customer services, the Bank has a large satisfied clientele throughout the country. For enhancing customer convenience levels and overall inter-branch efficiency, the bank has been a frontrunner in implementing various IT enabled products.

I. Punjab & Sind Bank (PSB) has already commenced its Financial Inclusion project. As advised by the DFS/SLBC, villages has been allocated to Business Correspondent/s(BC) which are using Hand Held Devices(HHD)/POS Devices/Micro ATMs for opening of Accounts and transactions etc.

II. With an objective to achieve inter-operability of Financial Inclusion transactions across banks (inter-bank) and to provide a centralized authentication and customer verification system, the Indian Banks’ Association (IBA) and Unique Identification Authority of India (UIDAI) have formulated certain standards for micro-ATM devices (Handheld Devices/POS Machines in the present context). IBA, IDRBT, NPCI and UIDAI are the custodians of the micro-ATM standards and management of the BIN (Bank Identification Number) Series. UIDAI will issue unique identity numbers (UID) to all residents in the country, and provide means to securely authenticate them. The UID platform will support the micro payments platform in the following ways :

i. UIDAI will provide methods for secure authentication of an individual, using the UID number and the finger-print;

ii. Secure authentication provided by the UIDAI will facilitate inter-operability among micro-ATM devices operated by different banks, much like the existing ATM network.

III. The Bank desires that handheld devices should be STQC certified and as per micro-ATM

standard 1.5.1 and should be able to integrate with UIDAI system, for secure authentication of customers using the UID number and fingerprint so that along with intra-bank transactions, inter-bank transactions can also be done. To achieve this UID authentication and inter-operability of F.I. transactions, the vendor should go through thoroughly with the micro-ATM standards issued by IBA, UIDAI and STQC. Any subsequent amendment / addendum / corrigendum to these standards will also have to be followed by the vendor.

IV. Bank is in the process of purchase of 500 + 20% (approx) Hand held devices (POS), in phase

manner as per the requirement, on CAPEX Model with on-site after sales service.

Page 6 of 47

CHAPTER-1

INSTRUCTIONS TO BIDDERS

1.1 Minimum eligibility Criteria for the Bidders:

Only those Bidders who fulfill the following criteria are eligible to respond to the RFP. Document/s in support of eligibility criteria are required to be submitted along with the Technical Bid. Offers received from the bidders who do not fulfill any of the following eligibility criteria are liable to be rejected.

Eligibility Criteria (EC)

Note: Bidder must comply with the above mentioned criteria. Non-compliance to any of the criteria can entail rejection of the offer. Photocopies of relevant documents/certificates should be submitted as proof in support of the claims made for each of the above mentioned criteria. The Bank reserves the right to verify/evaluate the claims made by the vendor independently. Any misrepresentation will entail rejection of the offer.

Sl. No.

Eligibility Criteria

Documents required

1 The bidder should be an Original Equipment Manufacturer (OEM) of Handheld Device (POS Machines) or its authorized sales and service partners.

The Copy of the Certificate of Incorporation and Certificate of Commencement of Business issued by Registrar of companies/ partnership deed in support of this is to be submitted along with the bid

2 The bidder should have supplied similar Handheld Device (POS Machines) in at least two Banks in India.

The Credential from the respective Bank is required to be submitted. . Bidder should submit a satisfactory performance certificate from the bank.

3 The bidder should be a Registered Company with 3 years of existence in India.

Registration certificate of the company.

4 Annual sales turnover of at least Rs.5.00 crore for last 3 Financial Years.

Audited Financial Statements for last 3 Financial Years is to be submitted. (If audit is not completed for 2017-18, CA certificate in this regard is to be submitted)

5 The bidder should not have been black listed by any Financial Institutions/Banks in India as on date submission of bid.

An undertaking by the bidder is required to be attached on bidder’s letter head.

6 The proposed bidder should be able to provide satisfactory support and spare parts for the minimum period of 4 years from the date of installation.

An undertaking to this effect is required to be submitted on letter head of the company duly signed by the authorized signatory.

7 The bidder should have service center/ authorized service agents at least in the state of Punjab, Uttar Pradesh, Uttrakhand, Haryana, Chandigarh, Guwahati, Uttranchal, Madhya Pradesh, Himachal Pradesh.

Service centre list with detailed address and telephone numbers is required to be submitted.

8 The proposed POS device should comply with micro-ATM standard 1.5.1 and should be STQC certified.

Enclose copy of latest certification.

9 If the bidder has supplied similar handheld devices or executed any project with our bank then bidder should provide satisfactory performance certificate from the bank.

Bidder should submit a satisfactory performance certificate from the bank.

Page 7 of 47

1.2 Cost of Tender The tender document may also be downloaded from the Bank’s official website www.psbindia.com. The bidder downloading the tender document from the website is required to submit a non-refundable fee as mentioned in Key-Information in the form of Demand Draft or Pay Order in favour of PUNJAB & SIND BANK, payable at New Delhi, at the time of submission of the technical bid, failing which the bid of the concerned Bidder will be rejected. It may be noted that amount will not be refunded to any prospective bidder under any circumstances including cancellation of RFP. 1.3 Language of the Bid The bid as well as correspondence and documents relating to the bid exchanged by the Bidder shall be in English language only. 1.4 Two Bid System

1. The Bid Proposal being submitted would be binding on the Bidder. As such, it is necessary that authorized personnel of the firm or organization must sign the Bid. The designated personnel should be authorized by a senior official of the Organization having such authority to do so. The Photocopy of necessary Original Resolutions/ Authority/ Power of Attorney having authority to authorize the person to submit Bid Documents, on behalf of the Company shall be enclosed. The proposal must be accompanied with an undertaking letter duly signed by the designated personnel providing a Bid commitment. The letter should also indicate the complete name and designation of the designated personnel.

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

Technical Bid” and ‘The Commercial Bid”. Technical Bid will contain product specifications whereas the Commercial bid contain the pricing information. In the first stage, only the Technical Bids shall be opened and evaluated as per the criterion determined by the Bank. Those bidders satisfying the technical requirements as determined by the Bank in its absolute discretion shall be short-listed for opening their Sealed Commercial bid.

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

its sole discretion without assigning any reason whatsoever.

4. The Sealed commercial bid of only technically qualified & short-listed vendors shall be opened.

5. Bid documents shall be submitted in a Single sealed envelope, including Demand

Draft/Purchase Order towards cost of RFP, Bid Security (EMD) and other required documents as mentioned in the tender and a sealed envelope containing commercial Bid, duly super-scribing the envelope with the reference of this RFP, due date, name of the Bidder with contact details, Offer reference number etc. Bid document should be duly filed and all the pages of Bid including Brochures should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted Bid Documents should be serially numbered with the bidder’s seal duly affixed with the signature of the authorized Signatory on each page. Documentary proof, wherever required, in terms of the RFP shall be enclosed.

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

written material, corrections or alterations in the Bids. Technical details must be completely filled in. Correct technical information of the product/ service being offered must be filled in.

1.5 Formation of Bid The bid must be made in an organized and structured manner. The Bid should be properly sealed and marked as “Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project”, Tender Reference Number, Bidder’s name and address. The Technical Bid shall contain the following documents:-

Page 8 of 47

S.No. Documents

1 Tender Covering Letter as per Annexure –I

2 Articles of Agreement as per Annexure - II

3 Technical Specification as per Annexure-III

4 Bidders Information as per Annexure- IV

5 Compliance to Minimum Eligibility Criteria as per Annexure-V (Please ensure that all related documents to Minimum Eligibility criteria have been attached)

6 Service support detail of the company as per Annexure-VI

8 Sealed Envelope containing Commercial Bid as per Annexure-VII duly labeled as ‘Commercial Bid’ and Tender Reference No. , Name of the Bidder.

9 Acceptance of the terms and conditions of RFP (Compliance Statement as per Annexure-IX )

10 Detail of Performance during last three years as per Annexure-X

11 Bid Earnest Money in the form Bank Guarantee as per Annexure-XI Note :-MSEs who are registered with District Industries Centre (DICs) / Khadi & Village Industries Commission (KVIC)/ Khadi & Industries Board (KVIB)/Coir Board/ NSIC/Directorate of Handicrafts and Handloom/ Udyog Aadhaar Memorandum (UAM) or any other body specified by Ministry of Micro, Small & Medium Enterprises (MoMSME) will be exempted from submitting EMD.

12 Pre-Contract Integrity Pact as per Annexure-XIV

13 DD of Rs.11,800/- payable to Punjab & Sind Bank toward cost of Tender Document (Please mention the tender name with year and company name at the back of DD/Pay order) Note: MSEs who are registered with District Industries Centre (DICs) / Khadi & Village Industries Commission (KVIC)/ Khadi & Industries Board (KVIB)/Coir Board/ NSIC/Directorate of Handicrafts and Handloom/ Udyog Aadhaar Memorandum (UAM) or any other body specified by Ministry of Micro, Small & Medium Enterprises (MoMSME) will be exempted from submitting Participation fee.

14 Copy of Power of Attorney authorizing official for signing the Bid

15 Any other document indicating the feature of the product.

16 Soft copy of the technical bid in formats supported by Microsoft Office Suite of Products

1.6 Submission of bids The Bank expects the bidders to carefully examine all instructions, terms and conditions mentioned in this RFP document before submitting its unconditional compliance as part of the RFP. Failure to furnish all information required or submission of an RFP not substantially responsive to the RFP in every respect will be at the bidder’s risk and may result in the rejection of its response. Bids duly sealed should be submitted, in person, on or before the last Date and Time for bid submission at the address mentioned below.

Asstt.General Manager-FI Punjab & Sind Bank, Head Office Financial Inclusion Department, Bank House, 5th Floor, 21, Rajendra Place, New Delhi – 110008

Page 9 of 47

Any other mode of submission, e.g. by courier, fax, e-mail etc. will not be accepted. 1.7 Cost of Preparation and Submission of Bid The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

If any information / data / particulars are found to be incorrect, bank will have the right to disqualify / blacklist the company and invoke the bank guarantee/ forfeit the EMD.

All communications, correspondence will be only to the prime bidder. Any partner/sub contractor has to communicate through the prime bidder only. The prime bidder will act as the single point of contact for the bank.

Bank reserves it right to cancel the order even after placing the Purchase Order (PO), if bank receives any directions / orders from Statutory Body / RBI/Govt. of India in a nature that binds the bank not to take the project forward.

1.8 Late bids Any bid received after the due date and time for receipts of bids as prescribed in this RFP will be rejected and returned unopened to the Bidder.

1.9 Erasures or Alterations The Bid should contain no alterations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections should be duly stamped and initialed / authenticated by the person/(s) signing the Bid. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of bid not substantially/conclusively responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of the bid. 1.10 Opening of bids Technical Bid offer will be opened on the date and time mentioned in the bid ‘Key-Information’ in the presence of the Bidders who choose to attend on the said date and time. The Bank will evaluate the technical and techno functional response to the RFP of the Bidders who are found eligible as per the eligibility criteria mentioned in the RFP. There will be no scoring involved in the eligibility evaluation. Bids of only those Bidders who have been found to be in conformity of the eligibility terms and conditions during the preliminary evaluation would be considered by the Bank for further detailed evaluation. The Bidders who do not meet the eligibility criteria and all terms during preliminary examination will not be considered or further evaluation. During evaluation of the Bids, the Bank at its discretion may ask the bidder for clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted. 1.11 Evaluation Process of the Bids The Evaluation will be a Two-stage process: 1. Technical Evaluation-(All Eligibility Criteria -mandatory to meet by the bidders) 2. Commercial Evaluation- (commercial bids must be in prescribed format) The evaluation by the Bank will be undertaken by a committee of internal Bank officials and may include Consultant. The decision of the committee shall be considered final.

Page 10 of 47

1.11.1 Preliminary Scrutiny

a. The Bank will examine the Bids to determine whether they are complete, required formats have been furnished, the documents have been properly signed, and the Bids are generally in order.

b. The Bank may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid, which does not constitute a material deviation.

c. The Bank will first examine whether the Bid and the Bidder is eligible in terms of Eligibility Criteria. The bids not meeting the Minimum Eligibility Criteria shall not be considered for further evaluation.

d. Prior to technical evaluation, the Bank will determine the responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations or objections or reservations to critical provisions, such as those concerning Bid Security, Applicable Law, Bank Guarantee, Eligibility Criteria, will be deemed to be a material deviation.

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

f. If a Bid is not responsive, it will be rejected by the Bank and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

1.11.2 Clarification of bids

To assist in the scrutiny, evaluation and comparison of offers/bids, The Bank may, at its sole discretion, ask some or all Bidders for clarification of their offer/bid. The request for such clarifications and the response will necessarily be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. Any decision of the Bank in this regard shall be final, conclusive and binding on all the Bidders. The bidder shall notify the Bank in writing of all subcontracts awarded under the contract if not already specified in his bid. The Bank reserves rights to accept such arrangement or reject the proposal outright. Proof of such contracts should be submitted to The Bank.

1.11.3 Technical Evaluation The technical bids shall be evaluated by a committee of experts for the following:-

i. Compliance of Minimum eligibility criteria ii. Receipt of all/complete documents/information/undertakings etc.

iii. Compliance of technical specifications of the products quoted. iv. Adherence to support set up requirements.

1.11.4 Commercial Evaluation

The Commercial Bid evaluation will be carried out through sealed commercial bidding. Commercial Bids of only technically qualified bidders will be opened in the presence of the technically qualified bidder’s representatives on date and time to be communicated to the qualified Bidders only. L1 bidder will be selected on the basis of the lowest Total Cost of Ownership (TCO) criteria.

1.12 Address for Submission of Bid and communication Offers should be addressed to the following office.

Assist. General Manager (FI) Punjab & Sind Bank, Head Office Financial Inclusion Department, Bank House, 5th Floor, 21, Rajendra Place, New Delhi - 110008

Page 11 of 47

1.13 No commitment to accept lowest or any bid The Bank shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete. Bank reserves the right to make changes in the terms and conditions of purchase. Bank will be under no obligation to have discussions with any bidder, and/or entertain any representation. 1.14 Right to accept any Bid or to reject any or all Bids / cancellation of Tendering process PUNJAB & SIND BANK reserves the right to accept or reject in part or full any or all offers without assigning any reason thereof even after issuance of letter of Intent. Any decision of Punjab & Sind Bank in this regard shall be final, conclusive and binding upon the bidders. The Bank reserves the right to accept or reject any Bid in part or in full, and to annul the Bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders on the grounds of Bank’s action. During any stage of evaluation process, if it is found that the bidder does not meet the eligibility criteria or has submitted false /incorrect information, the bid will be summarily rejected by the Bank and no further correspondence would be entertained in this regard. Bank further reserves the right to amend, rescind, reissue or cancel this RFP and all amendments will be advised to the Bidder and such amendments will be binding upon them. The Bank also reserves its right to accept, reject or cancel any or all responses to this RFP without assigning any reason whatsoever. Further please note that the Bank would be under no obligation to acquire any or all the items proposed. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized officials of Punjab & Sind Bank and the bidder. 1.15 Correction of Errors Bidders are advised to exercise due care in entering the pricing figures. No corrigenda or requests for prices to be corrected will be entertained after the bids are opened. If there are any corrections in the bid document, the authorized signatory should initial them all, failing which the figures for such item shall not be considered. Discrepancies in bids will be corrected as follows:

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

Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion of Bank, there is an obvious error such as a misplacement of a decimal point, in which case the line item total will prevail.

Where there is a discrepancy between the amount mentioned in the bid and the line item total present in the schedule of prices, the amount obtained on totaling the line items in the Bill of Materials will prevail.

The amount stated in the correction form, adjusted in accordance with the above procedure, shall be considered as binding, unless it causes the overall price to rise, in which case the bid price shall prevail. Based on the Bank’s requirements as listed in this document, the bidder should identify and offer the best-suited solution / bill of material for the product that would meet the Bank’s requirements and quote for the same. 1.16 Soft copy of tender document The soft copy of the tender document will be made available on the Bank’s website https://www.psbindia.com. However, the Bank shall not be held responsible in any way, for any errors / omissions /mistakes in the downloaded copy.

Page 12 of 47

The bidder is advised to check the contents of the downloaded copy for correctness against the printed copy of the tender document. The printed copy of the tender document shall be treated as correct and final, in case of any errors in the soft copy. 1.17 Bid validity period Bids shall remain valid for 180 (one hundred eighty) days after the date of bid opening prescribed by the Bank. The Bank holds the rights to reject a bid valid for a period shorter than 180 days as non-responsive, without any correspondence. In exceptional circumstances, the Bank may solicit the Bidder’s consent to an extension of the validity period. The request and the response thereto shall be made in writing. Extension of validity period by the Bidder should be unconditional. The Bid Security provided shall also be suitably extended. A Bidder acceding to the request will neither be required nor be permitted to modify its bid. A Bidder may refuse the request without forfeiting its bid security. In any case the bid security of the Bidders will be returned after completion of the process. 1.18 Pre-bid meeting For clarification of doubts of the bidders on issues related to this RFP, the Bank intends to hold a Pre-Bid Meeting on the date and time as indicated in the RFP in Key-Information. For any clarification with respect to this RFP, the bidder may send an email to [email protected] by last date of submission of queries as defined in Key-Information in this document. The format to be used for seeking clarification is mentioned in Annexure-XIV (Pre-bid Query Format). It may be noted that all queries, clarifications, questions etc., relating to this RFP, technical or otherwise, must be in writing only and should be sent to the email-id as stated above. Only two authorized representatives of the bidders will be allowed to attend the pre bid meeting. 1.19 Award of contract Following evaluation, a contract may be awarded to the bidder whose bid meets the requirements of this RFP and provides the best value to the Bank from both technical and commercial point of view.

1.20 Contract Period The rates quoted shall be valid up to two years from the date of entering into Rate Contract. A proposal

valid for a shorter period shall be rejected by the Bank as non- responsive.

All purchased POS Devices would be with one year warranty and three years of AMC support. Therefore

the total contract period would be of four years.

The AMC rate of POS machine would be 5% for three years.

1.21 Confidentiality of the Bid Document The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and confidential. 1.22 Integrity Pact To ensure transparency, equity, and competitiveness and in compliance with the CVC guidelines, this tender shall be covered under the Integrity Pact (IP) policy of the Bank. The pact essentially envisages an agreement between the prospective bidders/vendors and the Bank committing the persons/officials of both the parties, not to exercise any corrupt influence on any aspect of the contract. The format of the agreement is enclosed as Annexure-XIV. Signing of IP with Bank would be one of the preliminary qualification for further evaluation. In other words, entering into this pact would be one of the preliminary qualification for this tender and the pact shall be effective from the stage of invitation of bids till the complete execution of the contract. Any vendor/ bidder not signed the document or refusing to sign shall be disqualified in the bidding process.

Page 13 of 47

CHAPTER-2

TERMS & CONDITIONS

2.1 Taxes and Duties

Payment of all taxes i.e. GST (CGST/SGST /IGST) will be made at actual, on production of suitable evidence of payment by the Bidder. The Bidder shall be liable to pay all applicable corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India. Wherever the laws and regulations require deduction of such taxes at the source of payment, Purchaser shall effect such deductions from the payment due to the Bidder. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by Purchaser as per the laws and regulations in force. Nothing in the Contract shall relieve the Bidder from his responsibility to pay any tax that may be levied in India on income and profits made by the Bidder in respect of this Contract. 2.2 Delivery The vendor shall be responsible for delivery of the ordered POS Devices at the Bank’s sites within 2 weeks in the state of Punjab, Haryana and union territory of Chandigarh and within 2-3 weeks for other states from the date of issue of purchase order. Delivery location may be PAN India at banks/Zonal Offices/ Branches/ BC Locations as mentioned in the purchase order. However, as of now, majority of devices are required to the bank in the states of Punjab, Uttar Pradesh, Haryana, Uttrakhand, Madhya Pradesh, Himachal Pradesh and union territory of Chandigarh. The orders may be placed by Head Office/ Zonal Offices for delivery as specified in the purchase order. In case of delivery of Equipment to States where Road Permit is required for transportation of goods, it is the responsibility of Bidders to provide the same making all the arrangements required in advance. Appropriate insurance to cover the ordered POS Devices for the transit period and till the time of its satisfactory installation at the respective site is to be taken by the vendor. In case of serious discrepancy in supplied POS Devices and/or their accessories, the Bank may cancel purchase order and return the POS Devices and accessories back to the vendor at vendor’s costs and risks. In this regard, the bank’s decision shall be final. 2.3 Performance Bank Guarantee The Selected vendor has to submit a Performance Bank Guarantee (PBG) equivalent to 10% of the Bid amount to the Bank within 21 days from the date of issue of letter of Selection. Bank Guarantee(s) should be valid for 36 months from date of awarding the contract and exclusive of claim period of six months. The Performa for Performance Bank Guarantee is attached as Annexure XIII. In case vender fails to perform the contract, Bank shall invoke the Bank Performance Guarantee to recover penalty/damages.

2.4 Payment Terms The Bank will make payment to the vendor only electronically through Head Office or respective Zonal Offices as per following terms:

50% Within 2 weeks of delivery. 50% Within 30 days of successful Installation, Configuration and

operation of POS Devices at each BC Location.

2.5 Order Cancellation/ Termination of Contract The Bank reserves the right to cancel the purchase order in the event of one or more of the following situations:

1. Delay in delivery of POS Devices and their accessories, beyond the specified period for the same as mentioned in the order.

2. Serious discrepancy in supplied POS Devices and their accessories.

Page 14 of 47

In the event of order cancellation the vendor shall be responsible to take back the faulty POS Devices and their accessories at its cost & expenses.

2.6 Manuals /Guides The POS Devices will have to be supplied along with essential device drivers to make the former fully functional. Further, the POS Devices will have to be supplied with all the manuals/guides in electronic form and/or printed booklet as provided by the Original Equipment Manufacturer. All the manuals/guides should be in English only. 2.7 Hardware Warranty The offer must include comprehensive on-site warranty, covering all parts and accessories including Power adaptor and Battery for minimum one year period starting from the date of satisfactory installation of POS Devices at the Bank’s sites. Vendor shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of POS Devices, accessories etc., covered by the RFP. Vendor must warrant all POS Devices, accessories, spare parts and power adaptor, battery etc. against any manufacturing defects during the warranty period. During the warranty period, vendor shall maintain the POS Devices and accessories and arrange repairing and/or replacement of all defective components at the sites for free of charge to the Bank with a maximum response time of 4 hours and maximum resolution time of 24 hours. Bank shall charge penalty of Rs. 100/- per hours of default in the services. The maximum cap on default is 10% of the cost of the device and bank reserves the right to deduct the penalty from current/ future payments to be made to the vendor. Bank reserves the right to initiate punitive action including invoking of performance bank guarantee in case of prolonged and continuous default. 2.8 Annual Maintenance Contract (AMC) After expiry of the 1 years’ warranty period, the Bank may, at its sole discretion, enter into a separate contract with the vendor for Post Warranty comprehensive Support required for proper comprehensive onsite maintenance of POS Devices supplied by them. The vendor must undertake to provide for POS Devices and arrange for spare parts for a minimum post warranty period of 3 years. If bank desires, the AMC may be extended for 5th year on same Terms & Conditions. The AMC shall cover all parts and accessories including Power adaptor, battery etc. The scope of AMC shall be similar to the warranty period. The vendor shall provide service/support on 7 days a week (24x7) with maximum response time of 4 hours and maximum resolution time of 24 hours. Bank shall charge penalty of Rs. 100/- per hours of default in the services. The payment for AMC charges shall be released to the vendor half-yearly in arrears. The yearly amount quoted for AMC shall be equally divided to arrive at the half-yearly maintenance charges. The Bank reserves the right to terminate the comprehensive AMC by issuing one month’s notice to the concerned vendor(s), if the services rendered by the vendor(s) are found dissatisfactory. In that case, the vendor(s) will refund the proportionate amount of AMC for the rest of the period of the AMC, if any. Not following all that is mentioned above, the Bank reserves the right to outsource the hardware maintenance work to a third party or the Bank may decide to perform the same through its internal resources. Whatever the case may be (either third- party maintenance or maintenance through internal resources), the vendor(s) shall provide requisite maintenance training, technical know-how, and expert assistance to the persons and/or agencies, duly authorized by the Bank for this purpose.

2.9 Support The vendor is required to provide sound after-sales service/support with maximum response time of 4 hours and maximum resolution time of 24 hours. Bank shall charge penalty of Rs. 100/- per hours of default in the services. To meet up time the vendor has to maintain sufficient inventory of spare parts at all the support centers to avoid unnecessary delay in obtaining the spare parts.

Page 15 of 47

The vendor must supply the details of its service/support infrastructure meant for registering the complaints along with the contact numbers like mobile nos., phone nos., electronic mail addresses and names etc. of its service engineers.

2.10 Spare Parts Vendor will ensure availability of spare parts for the supplied systems for a minimum period of four years from the time of acceptance of the POS Devices. Thereafter, vendor will give at least twelve months notice prior to discontinuation of support services, so that the Bank may order its requirements of the spares, if desired.

2.11 Liquidated Damages The Bank expects delivery within 2 weeks in the state of Punjab, Haryana and union territory of Chandigarh and within 2-3 weeks for other states from the date of issue of purchase order. However, if the vendor commits delay in the delivery of the POS Devices beyond that period, the vendor will be liable to pay a sum of 1% (one percent) of the undelivered portion of the order value per site for each week of delay beyond the scheduled delivery date by way of liquidated damages. The maximum cap on liquidated damages shall be 10% of the undelivered portion. The parties agree that time shall be of essence with respect to the performance of the contract. The Bank 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.

2.12 Hardware Failure If during the warranty period, POS devices fails to function properly four or more times during a quarter due to hardware failure except force majeure event, the vendor shall arrange replacement of the same by new equipment of same or higher configuration, at no cost to the Bank.

2.13 No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties. 2.14 The bidder shall not assign, in whole or in part, its obligations to perform under the contract, except with the Bank’s prior written consent. 2.15 The Bank and the bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If, after thirty days from the commencement of such informal negotiations, the Bank and the Bidder are unable to resolve amicably their disputes/differences, the same shall be decided/adjudicated upon by the sole arbitral tribunal to be constituted by of the bank in accordance with the provisions contained in The Arbitration & Conciliation Act, 1996. The Arbitrator shall decide the reference on merits after affording due opportunity to the parties for espousing their respective causes. The Arbitrator shall be, inter alia, empowered to pass final award, interim awards and preliminary awards depending upon the nature of disputes. The arbitration proceedings shall be conducted in English language. The seat of arbitration shall be Delhi. 2.16 The courts at Delhi shall alone have the jurisdiction to decide, entertain and adjudicate upon any litigation instituted by either of the parties to the exclusion of all other courts.

Page 16 of 47

2.17 Signing of Contract The successful bidder shall be required to enter into a contract with Bank, within 15 days of the award of the tender or within such extended period as may be specified by General Manager, HO PS Department, 21, Rajendra Place, New Delhi, on the basis of the Tender Document, the Tender Response of the successful bidder, the letter of acceptance and such other terms and conditions as may be determined by the Bank to be necessary for the due performance of the work.

2.18. Patent Rights The supplier shall indemnify the Bank 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. i. 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. ii. 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 for, including all expenses and court and legal fees. iii. 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.

2.19. 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 Supplier in Bid document or otherwise except for purposes of performing contract.

2.20. Installation Bidder shall be responsible for installation of the systems ordered at site within 2 days from the date of delivery or within 2 days of logging the call for installation. Penalty will be charged @1% of total cost of equipment (order value) for the per week delay in installation subject to maximum 10% of order value which will be over & above late delivery charges.

2.21. Penalty The system is to be delivered within stipulated time from the date of order:- i) If the bidder fails to deliver any or all goods or perform services within stipulated time

schedule, the Bank shall, without prejudice to its other remedies under the rate contract, deduct penalty at the rate of 1% of the order value of undelivered equipment / system for per week of delay, as late delivery charges until actual delivery of the equipment subject to a maximum of 10%. The Penalty will be charged on order value for the items for which delivery is delayed.

ii) The Bank is entitled to withhold (deduct) from the purchase price or any other amount, which

is due to bidder/supplier from the contract, or any other contract. iii) The Bank reserves the right to cancel the order in case complete delivery/services

is not affected within the stipulated time.

2.22. Dispute Resolution Mechanism The Bidder and The Bank shall endeavor their best to amicably settle all disputes arising out of or in connection with the Contract in the following manner:-

Page 17 of 47

a. The Party raising a dispute shall address to the other Party a notice requesting an amicable settlement of the dispute within seven (7) days of receipt of the notice.

b. The matter will be referred for negotiation between General Manager of The Bank / Purchaser and the Authorized Official of the Bidder. The matter shall then be resolved between them and the agreed course of action documented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above, the same may be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in New Delhi and conducted in accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the two arbitrators shall jointly appoint the third or the presiding arbitrator.

The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from receipt of the notice. All notices by one party to the other in connection with the arbitration shall be in writing and be made as provided in this tender document.

The arbitrators shall hold their sittings at New Delhi. The arbitration proceedings shall be conducted in English language. Subject to the above, the courts of law at New Delhi alone shall have the jurisdiction in respect of all matters connected with the Contract/Agreement. The arbitration award shall be final, conclusive and binding upon the Parties and judgment may be entered thereon, upon the application of either party to a court of competent jurisdiction. Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration, including fees and expenses of the arbitrators, shall be shared equally by the Parties unless the award otherwise provides.

The Bidder shall not be entitled to suspend the Service/s or the completion of the job, pending resolution of any dispute between the Parties and shall continue to render the Service/s in accordance with the provisions of the Contract/Agreement notwithstanding the existence of any dispute between the Parties or the subsistence of any arbitration or other proceedings.

Notwithstanding the above, the Bank shall have the right to initiate appropriate proceedings before any court of appropriate jurisdiction, should it find it expedient to do so.

2.23. Jurisdiction The jurisdiction of the courts shall be in New Delhi.

2.24. Notices Notice or other communications given or required to be given under the contract shall be in writing and shall be faxed/e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted by pre-paid registered post or courier. Any notice or other communication shall be deemed to have been validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven days from the date of posting.

2.25. Authorized Signatory The selected Bidder shall indicate the authorized signatories who can discuss and correspond with the bank with regard to the obligations under the contract. The selected Bidder shall submit at the time of signing the contract a certified copy of the resolution of their board, authenticated by the company secretary, authorizing an official or officials of the Bidder to discuss, sign

Page 18 of 47

agreements/contracts with The Bank , raise invoice and accept payments and also to correspond. The Bidder shall provide proof of signature identification for the above purposes as required by the bank.

2.26 Confidentiality The selected vendor acknowledges that all material information which has or will come into its possession or knowledge in connection with this agreement or the performance hereof, consists of confidential and proprietary data, whose disclosure to or use by third parties will be damaging or cause loss to PUNJAB & SIND BANK. The vendor agrees to hold such material and information in strict confidence and not to make use thereof other than for the performance of this agreement to release it only to employees requiring such information and not to release or disclose it to any other party. The vendor agrees to take appropriate action with respect to its employees to ensure that the obligations of non-use and non- disclosure of confidential information under this agreement can be fully satisfied.

2.27 Ownership and Retention of Documents The Bank shall own the documents, prepared by or for the selected Bidder arising out of or in connection with the Contract.

Forthwith upon expiry or earlier termination of the Contract and at any other time on demand by the Bank, the Bidder shall deliver to the Bank all documents provided by or originating from the Bank / Purchaser and all documents produced by or from or for the Bidder in the course of performing the Service(s), unless otherwise directed in writing by the Bank at no additional cost.

The selected Bidder shall not, without the prior written consent of the Bank/ Purchaser, store, copy, distribute or retain any such Documents.

The selected Bidder shall preserve all documents provided by or originating from the Bank / Purchaser and all documents produced by or from or for the Bidder in the course of performing the Service(s) in accordance with the legal, statutory, regulatory obligations of the Bank /Purchaser in this regard.

2.28. Conflict of Interest The Bidder shall disclose to the Bank in writing all actual and potential conflicts of interest that exist, arise or may arise (either for the Bidder or the Bidder’s team) in the course of performing the Service(s) as soon as practical after it becomes aware of that conflict.

2.29. Publicity Any publicity by either party in which the name of the other party is to be used should be done only with the explicit written permission of such party. 2.30. Non-Disclosure Agreement/Service Level Agreement (SLA) The selected vendor shall be required to sign Non-Disclosure Agreement (Annexure IX) and Service Level Agreement (SLA) covering all terms and conditions of this tender and Purchase Order confidentiality and non-disclosure clauses. 2.31. Training Selected bidder should provide the training to Bank officials/ Business correspondent as per requirement of bank at Zonal offices/Branches/BC locations. 2.32. Service Center: The bidder should have service center/ authorized service agents at least in the state of Punjab, Uttar Pradesh, Uttrakhand, Haryana, Chandigarh, Guwahati, Uttranchal, Madhya Pradesh, Himachal Pradesh and provide preventive/comprehensive support at the delivery locations i.e. Zonal Offices of the Bank. The Bank may increase or decrease service location as per the requirement.

Page 19 of 47

CHAPTER - 3 Scope of Work

The responsibility of the successful bidder, also referred to as "vendor" will include, inter alia:- Supply, installation and maintenance of Handheld Devices (POS Machines/ Micro ATM) as per Technical Specifications mentioned at Annexure – III of this document for doing enrollment of customers, customer transactions uploading / downloading online and in offline mode. The POS Machines should be capable of effecting transactions on behalf of the customers. The Handheld Devices (POS Machines) will connect to a central server called the Financial Inclusion Gateway of the Bank. At present, M/s TCS is providing the services of Financial Inclusion Gateway and the other solutions for BC’s Handheld machines. So, Proposed Micro ATM should be compatible with Bank’s existing applications and infrastructure. Bank’s applications are AEPS, finger print based transaction, PIN-based RuPay (Magstripe/EMV) transaction and customer enrolment applications (e-KYC). It should ensure interoperability and compatibility with the Banks’ existing systems. In case of enrolment, since the entire work will be done by the BC or his agent by using the Handheld Devices (POS Machines), the vendor will provide requisite training to the BC / his agents in this regard, to the satisfaction of the Bank. The financial inclusion gateway will push software upgrades, if any, to the Point of Sales devices during every BOD. The vendor will ensure that the Point of Sales devices are having the latest version of the software, at all times in consultation with the bank. It is clarified that if any change / up gradation in Hardware / Software provided by the vendor is required due to non-compliance of the features and functionalities required by the Banks and for installation of security patches, fixes, OS patches, the cost will be borne by the Vendor. Any upgrades provided free by the Original Equipment Manufacturers (OEM) will also not be charged by the Vendor. Further, whenever manual intervention is essential for pushing the software upgrades, timely

Intimation and relevant instructions will have to be provided to the CSP operator. Training on such operational issues will be included in the initial training programme for BCs / his agents.

Technology proposed by the vendor for the Handheld Devices (POS Machines) should strictly follow the following standards:

1. IBA-IDRBT (Indian Banks' Association and Institute for Development and Research in Banking Technology) Technical Committee on Open Standards for Financial Inclusion Released in January-2010:

• Overview Document (Ver.1.2) • Technical Document-I (Ver. 1.5.4) • Technical Document-II (Ver. 1.3) • Technical Document-III (Ver. 1.2) • Technical Document-IV (Ver. 1.0)

2. Micro-ATM Standards With a broader objective to achieve interoperability of Financial Inclusion transactions across banks (inter-bank) and to provide a centralized authentication and customer verification system, IBA (Indian Banks' Association) and UIDAI (Unique Identification Authority of India) have formulated certain standards for Micro-ATM devices (POS Machines in the present context). IBA, IDRBT, NPCI and UIDAI are the custodians of the micro ATM standards and management of the BIN (Bank Identification Number) Series. UIDAI will issue unique identity numbers (UID) to all residents in the country, and provide means to securely authenticate them. The UID platform will support the micro payments platform in the following ways:

a) UIDAI will provide methods for secure authentication of an individual, using the UID number and fingerprint.

b) Secure authentication provided by the UIDAI will facilitate interoperability among micro ATM devices operated by different banks, much like the existing ATM network.

It may be noted that all the devices supplied by the vendor should comply with the Micro ATM Standards version 1.5.1 or with latest version up to the implementation signoff.

Page 20 of 47

ANNEXURE -I

Tender Covering Letter The Assist. General Manager - FI Punjab & Sind Bank, H.O. Financial Inclusion Department, Bank House, 5th Floor, 21, Rajendra Place, New Delhi -110008 Dear Sir, Sub: RFP for " Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project” - Tender Ref No.________________________________ dated _________________ With reference to the above RFP, having examined and understood the instructions including all annexure, terms and conditions forming part of the Bid, we hereby enclose our offer for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project forming Technical as well as Commercial Bids being parts of the above referred Bid. Further we agree to abide by the terms and conditions of this tender and our offer shall remain valid for 180 days from the date of commercial bid opening and our offer shall remain binding upon us which may be accepted by the Bank any time before expiry of 180 days. Until a formal contract is executed, this tender offer, together with the Bank’s written acceptance thereof and Bank’s notification of award, shall constitute a binding contract between us. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive. We also certify that we are not blacklisted / banned by any Public sector Bank/PSU/GOI Department/Financial Institute at the time of bid submission. Dated this ____day of __________, 2018 Signature: (In the Capacity of)

Page 21 of 47

ANNEXURE-II ARTICLES OF AGREEMENT

This agreement is made on ……………..day of …………………2018 between Punjab & Sind Bank, Head Office Financial Inclusion Department, 5th Floor, 21, Rajendra Place, New Delhi – 110008…………………….(Herein after called “The Purchaser”) of the one part and ……...............…………..(herein after called “the Vendor”) of the other part. WHEREAS the Employer is desirous of certain works should be executed viz. Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project and has by letter of acceptance dated …………………... by the Vendor for the execution, completion, and maintenance of such works, now THIS AGREEMENT WITNESSES AS FOLLOWS: 1. In this agreement words and expressions shall have the same meaning as are respectively assigned to them in the said conditions of contract hereinafter referred to : 2. The following documents shall be deemed to form and to read construed as part of this agreement,

viz. i) Original tender document. ii) Relevant correspondence all letters/ correspondence forming parts of contract and referred

to in the acceptance letter. iii) Acceptance letter. iv) Bill of Quantities. v) Articles of Agreement 3. The aforesaid documents shall be taken as complementary and mutually explanatory of one another, but in the case of ambiguities of discrepancies the latest documents issued by the Bank shall prevail over the earlier documents. 4. The consideration of payment to be made by the employer to the vendor as hereinafter mentioned, the vendor hereby covenants with the employer to perform execute, complete and maintain the work in conformity in all respects with the provision of the contract. 5. The employer hereby covenants to pay the vendor in consideration of the execution, completion and maintenance of the work such sums as shall become payable hereunder at the time(s) and in the manner prescribed in the said conditions and price schedule of quantities / bill of quantities prescribed in the contract. IN WITNESS whereof the parties hereto have caused their respective common seals to be hereunto affixed or have hereunto set their respective hands and seals the day, month and year first above written.

SIGNED AND SEALED AND DELIVERED BY THE Said said (Name ) (Name ) On behalf of the vendor On behalf of the Purchaser

In the presence of In the presence of Name: Name: Address: Address:

This form is included in the tender documents only for the information of the tenderers. Only the successful tenderer will be in due course, required to complete the form.

Page 22 of 47

Annexure III

TECHNICAL SPECIFICATION

Handheld Devices (POS Machines)

The Handheld Devices (POS Machines) should be a single integrated system, held in a compact waterproof box easy to carry. Device should be strictly according to the Micro ATM standards 1.5.1 & the biometric should be STQC certified. The general specifications of POS device are as following:

Handheld Device (POS) specifications

S.N Specifications Description Compliance

1. Biometric scanner As per specification in section 4.2 of Micro ATM standard 1.5.1

2. Connectivity

The device must provide for two channels (of service provider’s choice) of network connectivity with 3G & 4G compatible, wi-fi and /or other latest wireless mode.

3. Security

2048-bit PKI, 256-bit AES, Base64, SHA-256 for full compliance with Aadhaar Authentication API specifications(9) of Micro ATM standard 1.5.1

4. Non –volatile storage Must be capable of storing audit trails of at least 1000 transactions

5. Display

Colour display readable under sunlight. Must be capable of displaying last 10 transactions without scrolling Horizontally. Each transaction must display at least the date, type and amount.

6. Printer

Must be able to print out transaction status and a mini-statement 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

7. Battery Rechargeable Battery with Minimum 4 hour battery backup.

8. Power adapter AC/DC Adaptor with surge protection

9. Environment Operating temp: 0°C to 50°C Storage not including battery : 0°C to 55°C

10. Magstripe reader and Pin Pad

As per specifications in section 4.3(2)(3) of micro ATM standard 1.5.1

11. Speaker A facility should be provided for voice confirmation of transaction

12. 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).

13. QR Code reader Ability to read QR code from the Aadhaar letter, of size 21mm x 21mm, 600 DPI, and Error Correction Code level M ( Medium )

14. EMV capability EMVLevel1 and Level 2 certification as per Section 4.4 of Micro ATM standard 1.5.1

15. NFC reader (optional) Contactless smart card readers compliant to

Page 23 of 47

ISO 14443 A and B cards (for all four types of NFC tags) and ISO/IEC 18092

16. SD Card Provision Optional

17. SAM Module Provision for 2 SAM's

18. Peripheral Ports 1x USB OTG; 1x USB Host

19. Keyboard Full QWERTY Keypad with Functional Keys

20. Carry Bag Shoulder carry bag

21 Performance

The bidder is to guarantee that the proposed POS Device shall have requisite capability to complete routine transactions in within 7 seconds. The bidder shall be required to submit documentary proof of all requisite certifications for proposed POS Device. The bidder will also provide a guarantee that all the major functions (secured OS, Connectivity options, Interfaces, Security features and Terminal Management System) shall be performing all the times.

Page 24 of 47

ANNEXURE- IV

BIDDERS INFORMATION Bidders Information SNo. Information Particulars / Response

1. Company Name 2. Date of Incorporation 3. Company Head Office / Registered Office and Addresses

Contact Person(s) Phone Fax E-mail Website

3. Any pending or past litigation (within three years)? If yes please give details Also mention the details of claims and complaints received in the last three years.

Yes / No / Comments (if option is ‘Yes’)

4. Please mention turnover for last three years and include the copies of Balance Sheet in support of it.

Year Turnover Profit / Loss(-)

2015-16

2016-17

2017-18

(Only company figures need to be mentioned. Not to include group/subsidiary Company figures)

(Mention the above amount in INR only)

5. No. of support centers

6. POS Device Model proposed to be supplied

SIGNATURE OF VENDOR WITH SEAL NAME OF THE AUTHORISED SIGNATORY

Page 25 of 47

ANNEXURE-V

Compliance to Minimum Eligibility Criteria

Sr.No Eligibility Criteria Complied (Y/N) EC-1 The bidder should be an Original Equipment Manufacturer

(OEM) of Handheld Device (POS Machines) or its authorized sales and service partners.

EC-2 The bidder should have supplied similar Handheld Device (POS Machines) in at least two financial institution in India

EC-3 The bidder should be a Registered Company with 3 years of existence in India.

EC-4 Annual sales turnover of at least Rs.5.00 crore as on 31/03/2018

EC-5 The bidder should not have been black listed by any Financial Institutions/Banks in India as on date submission of bid.

EC-6 The proposed bidder should be able to provide satisfactory support and spare parts for the minimum period of 4 years from the date of installation.

EC-7 The bidder should have service center at each zonal office location of the bank.

EC-8 The proposed POS device should comply with micro-ATM standard 1.5.1 and should be STQC certified.

EC-9 If the bidder has supplied similar handheld devices or executed any project with our bank then bidder should provide satisfactory performance certificate from the bank

EC-10 The bidder should be an Original Equipment Manufacturer (OEM) of Handheld Device (POS Machines) or its authorized sales and service partners.

Signature Seal of Company

Page 26 of 47

ANNEXURE-VI

SERVICE SUPPORT DETAILS

Location Status of

Office working days

& hours

No. of Development/ma

intenance Engineers

Number of maintenance staff Telephone Fax No.

Signature and Seal of Bidder

Page 27 of 47

ANNEXURE VII

(Commercial bid in separate Sealed Envelope superscribing RFP No. and Subject) Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project.

Commercial Bid (Indicative)

SL. No. Item Basic Unit

Price

(In Rs.)

(In R

Multiplication

factor

Total price (In Rs.)

A B C= A * B

1 Cost of POS devices as per specs mentioned in Annexure-III with one year comprehensive warranty.

500

2 AMC for 2 n d Year (Exclusive of Taxes Tax)

500

3 AMC for 3 r d Year (Exclusive of Taxes) 500

4 AMC for 4 t h Year (Exclusive of Taxes) 500

5 Price for NFC functionality for each device (optional)

500

6 Any other cost (if any)

Total Cost to be considered for L1 Determination (Exclusive of taxes)

Total Cost in Words

2. RATES FOR CONSUMABLE OF POS DEVICES (PER UNIT COST)

SL.No. Items Unit Rate

(In Rs.) 1. Cartridge for POS Devices

2. Paper Roll of POS Devices 3. Battery for POS Devices

** The Multiplication factor is an indicative figures only for determining L1 bidder. The actual

order may differ and shall be on the basis of Bank’s requirement from time to time during the

entire Rate contract.

Note:-

i) The Bidder must quote Basic Unit Price inclusive of duties and charges related to freight, insurance, forwarding, packing, dispatch, installation etc. All taxes shall be payable extra on actual basis. The Amount of AMC should also be quoted exclusive of Taxes which shall be payable by bank on actual basis.

ii) Order for 2nd, 3rd and 4th year AMC will be placed during respective years as per AMC cost quoted above at the sole discretion of the bank. If bank desires, the AMC may be extended for 5th year on same Terms & Conditions.

Page 28 of 47

iii) Taxes would be paid for 2nd, 3rd and 4th year at the prevailing rates in respective years.

iv) Tentative no. of Handheld devices (POS Devices) are 500 + 20%. The order for purchase of POS devices may be placed by bank is phased manner. However actual number of POS devices to be commissioned would be decided by the Bank as per Bank’s requirement. The Bank may increase or decrease the number of handheld devices (POS Devices) to be commissioned during the period of the contract. However, unit price quoted by the bidder will be applicable irrespective of the no. of Handheld devices (POS Devices) ordered by the Bank.

Signature of vendor

With Seal of Company Date: Place:

Page 29 of 47

ANNEXURE - VIII SAMPLE OF NON DISCLOSURE AGREEMENT

(Non-Judicial Stamp Paper of appropriate value)

This Agreement made this day ......................of 2018 by and between Punjab & Sind Bank a body constituted under Banking companies (Acquisition & Transfer of Undertakings) Act, 1970 having its Registered Head Office at Bank House, 21, Rajendra Place, New Delhi (hereinafter “the Purchaser”) AND ________________, having its registered office at _________________________ (hereinafter “the Service provider”) WHEREAS the Parties intend to enter into discussions with the Recipient for purposes of procuring Services/Product (hereinafter referred to as “the Purpose”) from the Recipient and in order to proceed with the Purpose has agreed to provide certain Confidential Information relating to its business activities and processes as defined hereunder on a strictly confidential basis and on terms and conditions set out in these presents. NOW THEREFORE IN CONSIDERATION of the disclosure of such Confidential Information by the Punjab & Sind Bank, the Recipient hereby agrees and confirms as follows:- 1. The term Confidential Information for purposes of this Agreement shall mean any and all information and/data which is provided to the Recipient whether in writing, pictorially, in machine readable form, orally or by observation during the visits of the Recipient in connection with the Purpose or otherwise which may be the substance of this Agreement, financial information, know how, processes, trade secrets, schematics, technology, customer information, supplier information, sales statistics, pricing information, market intelligence, marketing and other business strategies including but not limited to: a) Methodologies for Implementation and Pricing, Technology Architecture including details of WAN Connectivity, LAN Conversion, Modalities for Back up and Redundancies of Server/Network Desk Tops/Peripheral etc., Telecom/LAN Infrastructure, Technology Resources, Service Models including State of the Art Infrastructure, Telecommunication Network Transition Management, Transition Processes etc. b) Production processes, marketing techniques and arrangements, mailing lists, purchasing information, pricing policies, quoting procedure, financial information, customer and prospect names and requirements, employee, customer, supplier and distributor data, price lists, any other materials or information relating to Punjab & Sind Bank’s business and activities and the manner in which it does business; c) Computer software, whether now or hereafter existing, developed for use on any operating system or machine, all modifications, enhancements and versions and all options available with respect thereto, and all future products developed or derived there from. d) Source and object code, flowcharts, algorithms, coding sheets, routines, sub-routines, Compilers, assemblers, design concepts and related documentation and manuals. e) Discoveries, concepts and ideas including, without limitation, the nature and results of research and development activities, processes, formulae, inventions, computer-related equipment or technology, techniques, "know-how", designs, drawings and specifications. f) All other materials or information related to the business or activities of the Purchaser which are not generally known to others engaged in similar businesses or activities.

Page 30 of 47

g) All ideas which are derived from or related to the access of systems or knowledge of any of the enumerated materials and information; and h) All material containing Confidential Information furnished by or obtained from. i) the disclosing party, including without limitation, magnetic tapes, documents, manuals, specifications, flowcharts, program listings and data file printouts ("the Materials"), shall be and remain the property of the disclosing party and shall not be reproduced in whole or part without the disclosing party's express written consent. Any copies of the Materials shall become the disclosing party's property and shall contain such copyright and other proprietary rights notice or legend as appears on the original copy. (Hereinafter referred to as the "Confidential Information” PROVIDED THAT absence of any marking or statement that particular information is Confidential Information shall not affect its status as Confidential.) Such disclosures are intended to be made solely for the purpose of enabling the Recipient to evaluate such information for a possible supply of Services/Product to Punjab & Sind Bank. 2. Notwithstanding that the purpose contemplated herein does not materialize into any formal Contract with Punjab & Sind Bank, Recipient shall hold in strict confidence the Confidential Information and shall not, without the prior written consent of The Bank disclose the whole or any part thereof to any third party and nor shall use such Confidential Information for the benefit of any third party or for purposes, except as set forth in these presents. 3. Recipient hereby agrees and recognizes that all Confidential Information that it will receive from The Bank or The Bank may furnish to it together with any copies thereof about and relating to its business activities and processes, during the subsistence of this Agreement, are and shall be the sole and exclusive property of The Bank and shall be in possession of the Recipient only on a restrictive, non exclusive and non transferable basis under which it may use such Confidential Information solely for the purpose of evaluation for a prospective supply of Services/Product and that the Recipient shall keep the same at all times in its custody, and shall surrender the same upon completion of its evaluation or upon request by Punjab & Sind Bank, whichever is earlier. No license or right is hereby granted to the Recipient or any third party by implication or otherwise, with respect to or under any application for proprietary rights, claims etc. of the other Party or otherwise, notwithstanding expiry of the obligations of confidence and non use as set forth herein. 4. Nothing herein shall prevent the Recipient from receiving and using Information:- a) Which is now or hereinafter through no breach of this Agreement, becomes part of the public domain; or b) Which, prior to disclosure by Punjab & Sind Bank, was known to or in the possession of Recipient at the time of disclosure by other party; or c) Was disclosed to any third party with the prior written consent of Punjab & Sind Bank; or d) which was acquired by the Recipient from any third party under Conditions Acquired, if any, provided that Recipient does not know or have reason to know that such information was acquired by such third party directly or indirectly from The Bank under binder of Secrecy. 5. Nothing contained herein shall prevent the Recipient from communicating, on a need to know basis, such Confidential Information to its employees or directors or duly authorized agents as may be necessary to be disclosed pursuant to an Order of a Court of law/administrative agency of which a prompt written notice shall be given by the Recipient to The Bank to enable it to seek a protective order or otherwise prevent/restrict such disclosure AND THAT each such

Page 31 of 47

employee/directors/authorized agents, shall be bound to an obligation of confidentiality and nonuse with respect to the Punjab & Sind Bank’s trade secrets at least to the extent that the Recipient is bound hereunder and the Recipient shall take appropriate action (by instructions, agreement or Otherwise) to inform each of them about the confidential nature of the Information and about its obligations under this Agreement. The Recipient shall be responsible for any violation of this Agreement by its, directors/employees/authorized agents. 6. Recipient shall not print, reproduce or copy, including without limitation, store in any computer or electronic system) in whole or in part, any documents or any other media containing any Confidential Information, without the prior written consent of The Bank other than copies for its officers, directors/employees/authorized agents, who are working on the Assignment. 7. Recipient recognizes and agrees that in the event of breach or threatened breach of the terms of this Agreement by the Recipient and/or its agents, directors or employees, including without limitation the actual or threatened disclosure of the Confidential Information, The Bank will suffer irreparable injury and will have no adequate remedy in money terms and accordingly shall be entitled to injunctions against such breach in addition to other legal or equitable remedies available to it for such breach and for enforcement of this Agreement, all of which shall be deemed to be cumulative. 8. The Recipient shall not acquire any intellectual property rights under this Agreement or through any disclosure hereunder, except the limited right to use such Confidential Information for the Purpose. 9. Miscellaneous Provisions a) Dispute Resolution Disputes, if any, arising out of this Agreement remaining unresolved by mutual discussions shall be referred to a sole Arbitrator for Arbitration and the provisions of Arbitration & Conciliation Act, 1996, shall accordingly apply. The venue for such Arbitration shall be New Delhi. b) Governing Law This Agreement shall be governed by and construed in accordance with the laws of India. c) Assignment Recipient shall not assign its rights or obligations under this Agreement except without the prior written consent of Punjab & Sind Bank. Any assignment or transfer of this Agreement made in contravention of this clause shall be null and void. d) Waiver No waiver of any provision of this Agreement shall be effective unless signed by Punjab & Sind Bank. The failure of The Bank to exercise any right herein or to require any performance of any term of this Agreement, shall not prevent a subsequent exercise or enforcement of the term or be deemed a waiver of any subsequent breach of the same or any other term of this Agreement. e) Entire Agreement This Agreement is the entire agreement between The Bank and Recipient and supersedes all prior representations and agreements between The Bank and Recipient on non-disclosure of confidential information. No change, amendment or modification of any provision of this Agreement shall be effective unless set forth in writing and signed by both The Bank and the Recipient.

Page 32 of 47

If any provision, or any part of a provision, of this Agreement is declared, or is held to be illegal or unenforceable, in whole or in part, under any enactment or rule of law, then that provision or any such part of it shall, to that extent, be deemed not to form a part of this Agreement, but the validity and enforceability of the remainder of this Agreement shall not be affected. f) Effective Date “In witness whereof the parties have hereunto put their hands and seal at Delhi on day mentioned herein before” This Agreement shall be effective from the date of execution hereof. Signed, sealed and Delivered by the Said ________________________ (For the Service provider) in presence of _______________________ Signed, sealed and Delivered by the Said ________________________ (For the Purchaser) in presence of ______________________

Page 33 of 47

ANNEXURE –IX

ACCEPTANCE OF THE TERMS & CONDITIONS OF THE RFP (COMPLIANCE STATEMENT) Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project (Tender No...........................................................................................................................) We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in this RFP including all addendum, corrigendum etc. Any deviation may result in disqualification of the bids. Signature: Seal of company

Page 34 of 47

ANNEXURE-X

DETAIL OF PERFORMANCE DURING LAST 3 YEARS

NAME OF BIDDER: _______________________________

Order Placed by (Full Address of Purchaser)

Order No. and Date

Description of ordered

Date of Completion

Remark (reason for late delivery)

Performance of services(Attach certificate from customer)

As per contract

Actual

Signature and Seal of Bidder

Page 35 of 47

ANNEXURE - XI

Performa for the Bank Guarantee for Earnest Money Deposit (To be stamped in accordance with stamp act)

Ref: Bank Guarantee # Date: __________ Punjab & Sind Bank HO Financial Inclusion Department 21, Rajendra Place, Bank House, New Delhi 110008 Dear Sir, In accordance with your bid reference No.______________________ Dated _______________M/s______________________________________ having its registered office at ______________________________________________herein after called “bidder‟) wishes to participate in the said bid Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery ) for Financial Inclusion project. An irrevocable Financial Bank Guarantee (issued by a nationalized /scheduled commercial Bank) against Earnest Money Deposit amounting to Rs.____________(Rs._____________________________) valid up to ___________ is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the bid document. M/s_________________________________ having its registered office at __________________________ has undertaken in pursuance of their offer to Punjab & Sind Bank (hereinafter called as the beneficiary) dated __________ has expressed its intention to participate in the said bid and in terms thereof has approached us and requested us___________________________ (Name of Bank) ________________________ (Address of Bank) to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit (EMD) amounting to Rs ___________(Rupees_______________________) valid up to__________. We, the ___________________________ (Name of Bank)________________________ (Address of Bank) having our Head office at ______________________ therefore Guarantee and undertake to pay immediately on first written demand by Punjab & Sind, the amount Rs. ________________(Rupees__________________________) without any reservation, protest, demur and recourse in case the bidder fails to Comply with any condition of the bid or any violation against the terms of the bid, Without the beneficiary needing to prove or demonstrate reasons for its such demand. Any Such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to ____________. If any further extension of this Guarantee is required, the same shall be extended to such required period on receiving instructions in writing, from Punjab & Sind Bank, on whose behalf guarantee is issued. "Not withstanding anything contained herein above our liability under this bank guarantee shall not exceed Rs.____________ (Rupees__________________________).

This bank guarantee shall be valid up to ___________________. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only if you serve upon us a written claim or demand, on or before _____________ before 14.30 hours (Indian Standard Time) where after it ceases to be in effect in all respects whether or not the original bank guarantee is returned to us." In witness whereof the Bank, through its authorized officer has set its hand stamped on this _____________ Day of ______________2016 at __________________ Name of signatory Designation Bank Common Seal

Page 36 of 47

ANNEXURE XII CHECK – LIST FOR BID SUBMISSION

S.No. Document Attached with Bid (Y/N)

Page Numbers

From To

1 Tender Covering Letter as per Annexure –I

2 Technical Specification as per Annexure-III

3 Bidders Information as per Annexure-IV

4 Compliance to Minimum Eligibility Criteria as per Annexure-V (please ensure that all related documents to Minimum Eligibility criteria have been attached)

5 Service Support Detail as per Annexure-VI

6 Sealed Envelope containing commercial bid price as per Annexure-VII

7 Acceptance of the terms and conditions of RFP (compliance Statement as per Annexure-IX)

8 Detail of Performance during last three (3) years as per Annexure-X

9 Bid Earnest Money in the form Bank Guarantee as per Annexure-XI

10 DD of Rs.10,000/- payable to Punjab & Sind Bank toward cost of Tender Document (Please mention the tender name with year and company name at the back of DD/Pay order.)

11 Copy of Power of Attorney authorizing official for signing the Bid

12 Any other document indicating the feature of the product/services.

13 Soft copy of the technical bid in formats supported by Microsoft Office Suite of Products

14 Integrity Pact as per Annexure-XIV

Signature Seal of Company

Page 37 of 47

ANNEXURE-XIII Format of Performance Bank Guarantee

Tender Reference No: ______________________Date _________________ The Assist. General Manager -IT Punjab & Sind Bank, HO IT Department, 21, Rajendra Place, New Delhi – 110008 Dear Sir,

1. WHEREAS pursuant to a Request for Proposal dated…………….. (hereinafter referred to as RFP, issued by Punjab & Sind Bank, Bank House, 21, Rajendra Place, New Delhi in response of (Vendor / Service Provider), a Company registered under the Companies Act, 1956 and having its Registered / Corporate Office at …………………………………has awarded the Contract valued Rs………………………………….and appointed…………………….as Vendor for Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery ) for Financial Inclusion project. Contract vide Appointment letter / Purchase Order No…………………………………dated……………..on the terms and conditions as set out inter-alia in the said RFP and in the Appointment Letter / Purchase Order. 2. WHEREAS you have in terms of the said Appointment letter / Purchase Order called upon Vendor to furnish a Performance Guarantee, for Rs…………………………….Rupees only), equivalent to…………………..of the Contract value, to be issued by a Bank in your favour towards due performance of the Contract in accordance with the specifications, terms and conditions of the said Appointment letter / Purchase Order and an Agreement entered / to be entered into in this behalf. 3. WHEREAS Vendor has approached us for issuing in your favour a performance Guarantee for the sum of Rs…………………………….. (Rupees…………………………………….). NOW THEREFORE in consideration of you having awarded the Contract to…..…………….inter-alia on the terms & conditions that provides a performance guarantee for due performance of the terms and conditions thereof. We,………………….Bank,…………………… a body corporate constituted under ……………………………………having its Head office at………………………………………………(give full address) and a branch inter-alia at………………………………. India at the request of…………do hereby expressly, irrevocably and unconditionally undertake to pay merely on demand from you and without any demur without referring to any other source, Rs………………………….(Rupees……………………………only) against any loss or damage caused to or suffered by or that may be caused to or suffered by you on account of any breach or breaches on the part of ………………of any of the terms and conditions of the Contract and in the event of………………committing any default or defaults in carrying out any of the work or discharging any obligation under the said Contract or otherwise in the observance and performance of any of the terms and conditions relating thereto including non-execution of the Agreement as may be claimed by you on account of breach on the part of …………….of their obligations or default in terms of the said Appointment letter / Purchase Order. 4. Notwithstanding anything to the contrary contained herein or elsewhere, we agree that your decision as to whether the ……………..has committed any such breach / default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall

Page 38 of 47

not be entitled to ask you to establish its claim or claims under this Guarantee, but will pay the same forthwith on demand without any protest or demur. Any such demand made by you shall be conclusive as regards the amount due and payable by us to you. 5. This Guarantee shall be valid up to ……….. plus 3 (three) months of the Claim period from the expiry of said guarantee period. Without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date. 6. You will have the fullest liberty without our consent and without affecting our liabilities under this Guarantee from time to time to vary any of the terms and conditions of the said appointment letter or the Contract to be made pursuant thereto or extend the time of performance of the Contract or to postpone for any time or from time to time any of your rights or powers against the ………and either to enforce or forbear to enforce any of the terms and conditions of the said appointment letter or the Contract and we shall not be released from our liability under Guarantee by exercise of your liberty with reference to matters aforesaid or by reason of any time being given to or any other forbearance, act or omission on your part or any indulgence by you or any other act, matter or things whatsoever which under law relating to sureties, would but for the provisions hereof have the effect of releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of Rs…………………….. (Rupees…………………………………only) as aforesaid or extend the period of the guarantee beyond …………………. (date) unless expressly agreed to by us in writing. 7. This Guarantee shall not in any way be affected by you are taking or giving up any securities from ……………or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency as the case may be of ………. 8. In order to give full effect to the Guarantee herein contained, you shall be entitled to act as if we were your principal debtors in respect of all your claims against ……….hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship and other rights, if any, which are in any way inconsistent with any of the provisions of Guarantee. 9. Subject to the maximum limit of our liability as aforesaid, this Guarantee will cover all your claim or claims against ………from time to time arising out of or in relation to the said appointment letter / Contract and in respect of which your claim in writing is lodged on us before expiry of Guarantee. 10. Any Notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, e-mail or registered post to our Head Office / Local address as aforesaid and if sent accordingly it shall be deemed to have been given when the same has been posted. 11. This Guarantee shall not be affected by any change in the constitution of ___________or nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will ensure to the benefit of and be available to and be enforceable by the absorbing or amalgamated company or concern. 12. This Guarantee shall come into force from the date of its execution and shall not be revoked by us any time during its currency without your previous consent in writing. 13. We further agree and undertake to pay you the amount demanded in writing irrespective of any dispute or controversy between you and ________________ in any suit or proceeding pending before

Page 39 of 47

any court, Tribunal or Arbitrator relating thereto, our liability under these presents being absolute and unequivocal. The payments so made by us shall be a valid discharge of our liability for payment hereunder and ____________shall have no claim against us for making such payment. 14. We have the power to issue this Bank Guarantee in your bank’s favour as the undersigned has full power to execute this Bank Guarantee under the Power of Attorney issued by our Bank. 15. Our authority to issue this guarantee may be verified with our Controlling Office situated at ________________________________(full details of persons to be contacted address and phone Numbers etc). 16. Notwithstanding anything contained herein above; i) Our liability under this Guarantee shall not exceed Rs._______________ (Rupees___________________________________________only) ii) This Guarantee shall be valid and remain in force up to_________________ plus the Claim period of 3 (three) months and including the date ______________________ and iii) We are liable to pay the guaranteed amount or any part thereof under this Guarantee only and only if you serves upon us a written claim or demand for payment on or before the expiry of this Guarantee. Dated this the__________________ day of ______________ 2018. Signature and Seal of Guarantors Vendor’s Bank

Page 40 of 47

ANNEXURE-XIV PRE CONTRACT INTEGRITY PACT

(Non-Judicial Stamp Paper of appropriate value)

General This pre-bid pre contract Agreement (hereinafter called the integrity pact is made on day of the month of 201__, between, on one hand, Punjab and Sind Bank, acting through Shri , _, Punjab and Sind Bank, Government of India Undertaking (hereinafter called the “BUYER” which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the first part and M/s represented by Shri , authorized signatory of M/s ------------- (hereinafter called the “BIDDER/SELLER” which expression shall mean and include, unless the context otherwise requires , his successors and permitted assigns )of the second part . WHEREAS the BUYER proposes to procure (Name of the Store /Equipment /item and the BIDDER /SELLER is willing to offer /has offered the store and WHEREAS the BIDDER is a private company/public company/Government/ undertaking/partnership/ registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Government of India, PSU Bank. Now, THEREFORE, To avoid all forms of corruption by following a system that is fair , transparent and free from any influence /prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:- Enabling the BUYER to obtain the desired said store/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling the BIDDERS to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereby agree to enter into this integrity pact and agree as follows:- 1. Commitments of the BUYER 1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept directly or accept, directly or through intermediaries, any bribe, consideration, gift, reward favor or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation contracting or implementation process related to the contract. 1.2 The BUYER will, during the pre- contract stage treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular

Page 41 of 47

BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs. 1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitment as well as any substantial suspicion of such a breach. 2. In case any such preceding misconduct on the part of such official (s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled. 3.Commitment of BIDDERS The BIDDERs commit itself to all take all measures necessary to prevent corrupt practices, unfair means and illegal activates during any stage of its bid or during any pre-contract or post- contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:- 3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation contracting and implementation of the contract. 3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favor, any material benefit or other advantage commission fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the contract forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or for bearing to show favor or disfavor to any person in relation to the contract or any other contract with the Government. 3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. 3.4 BIDDERs shall disclose the payment to be made by them to agents/brokerage or any other intermediary, in connection with this bid/contract. 3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/integrator/authorized Government sponsored export entity of the defense stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has such any amount been paid promised or intended to be paid to any such Individual, firm or company in respect of any such intercession, facilitation or recommendation. 3.6 The BIDDER, either while presenting the bid or during pre- contract negotiations or before signing the contract shall disclose any payment he has made, is committed to or intends to make to

Page 42 of 47

officials of the BUYER or their family members agents, brokers or any other intermediaries in connection with the contract details or/and the services agreed upon for such payments. 3.7 The bidder will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation contracting and implementation of the contract. 3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to other, any information provided by the BUYER as part of the business deal, relationship regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. 3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the action mentioned above. 3.12 The BIDDER will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any kind of favour whatsoever during the tender process or during the execution of the contract. 4. Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the last three year immediately before signing of this integrity pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any public sector enterprise in India or any government Department in India that justify BIDDER’S exclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender propose or the contract, if already awarded. Can be terminated for such reason. 5. Earnest money (security deposit) 5.1 While submitting commercial bid, the BIDDER shall deposit an amount_ (as specified in RFP) as Earnest money/security, with the BUYER through any of the following instruments:-

(i) A confirmed guarantee by an Indian nationalized bank, promising payment of the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever .the demand for payment by the BUYER shall be treated as conclusive proof of payment.

Page 43 of 47

(ii) Any other mode or through any other instrument (to be specified in the RFP). 5.2 The Earnest money / Security deposit shall be valid up to a period of Bid validity plus 45 days or the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period, whichever is later. 5.3 In case of the successful BIDDER a clause would also be incorporated in the article pertaining to performance bond in the purchase contract that the provisions of sanction for violation shall be applicable for, forfeiture of performance bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this pact. 5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit for the period of its currency. 6. Sanctions for violations 6.1 Any breach of the aforesaid provisions by the BIDDER or any one Employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:

i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceeding with the other BIDDER(s) would continue.

ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit /Performance bond (after the contract is signed shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore.

iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

iv) To recover all sum already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing prime lending rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR . If any outstanding payment is due to the BIDDER from the BUYER in outstanding payment could also be utilized to recover the aforesaid sum and interest.

v) To encase the advance bank guarantee and performance bond / warranty bond, if furnished by the BIDDER in order to recover the payments, already made by the BIDDER, along with interest.

vi) To cancel all or any other contracts with the BIDDER, the BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/ rescission and the BUYER shall be entitled to deduct the amount so payable from the money (s) due to the BIDDER.

vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five year, which may be further extended at the discretion of the Buyer.

Page 44 of 47

viii) To recover all sum paid in violation of this pact by bidder (s) to any middleman or agent or broker with a view to securing the contract.

ix) In case where irrevocable letters of credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened.

x) Forfeiture of performance bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1(i) to (x) of this pact also on the commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in chapter IX of the Indian penal code, 1860 or prevention of corruption. 6.3 The decision of the BUYER to the effect that breach of the provisions of this pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the independent monitor (s) appointed for the purpose of this pact. 7. Fall Clause The BIDDER undertakes that it shall not supply identical solution(s)(For Department of Information Technology)/ products/ services (for other departments) in comparable business circumstances at a price lower than that offered in the present bid in respect of any other Public Sector Bank in India and if it is found that within one year after the signing of contract that identical solution(s) is supplied by the BIDDER to any other Public Sector Bank in India at a lower price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded. 8. Independent Monitors 8.1 The BUYER has appointed Sh. Ratan Kishore Bajaj as Independent Monitors (here either referred to as Monitors) for this pact in consolation with the central vigilance commission. 8.2 The task of the Monitors shall be to review Independent and objectively, whether and to what extent the parties comply with the obligations under this pact. 8.3 The Monitors shall not be subject to instruction by the representatives of the parties and perform their functions neutrally and independently. 8.4 Both the parties accept that the Monitors have the access all the documents relating to the project/procurement, including minutes of meeting. 8.5 As soon as the monitor notice, or has reason to believe, a violation of this pact, he will so inform the Authority designated by the BUYER. 8.6 The BIDDER (s) accepts that the Monitor has the right to access without restriction to all project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to subcontractors. The monitor shall be

Page 45 of 47

under contractual obligation to treat the information and documents of the BIDDER/subcontractor(s) with confidentiality. 8.7 The BIDDER will provide to the Monitor sufficient information about all meetings among the parties related to the project provided such meetings could have an impact on the contractual relations between the parties the parties will offer to the monitor the option to participate in such meetings. 8.8 The monitor will submit a written report to the designated Authority of BUYER / Secretary in the Department/ within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and, should the occasion arise, submit proposals for correcting problematic situations. 9. Facilitation of Investigation In case of any allegation of violation of any provision of this pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 10. Law and place of jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER. 11. Other Legal Actions The actions stipulated in this Integrity pact are without prejudice to any other legal action that may follow in accordance with provisions of the extent law in force relating to any civil or criminal proceedings. 12. Validity 12.1 The validity of this Integrity Pact shall be from date of this signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/SELLER, including warranty period, whichever is later, In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 12.2 Should one or several provisions of this Pact turn out to be invalid, the reminder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 13. The BIDDER undertakes that he shall not approach the Court while representing the matter to External Independent Monitors (IEMs) and he will await their decision in the matter within a time ceiling of 90 days. 14. The parties hereby sign this Integrity Pact at _________ on ________

Page 46 of 47

BUYER BIDDER Name of the Officer Authorized Signatory Designation Punjab and Sind Bank Witness Witness 1. _______________________ 1. ______________________ 2. _______________________ 2. ______________________

Page 47 of 47

ANNEXURE-XV

Request for Proposal (RFP) for Supply, Installation, Configuration and Maintenance of Hand held devises (POS machinery) for Financial Inclusion project Tender No...........................................................................

PREBID QUERY FORMAT

Sr. no Page No. Clause Number RFP clause Bidders remark