RFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance

Similar documents
REQUEST FOR PROPOSAL (RFP)

RFP FOR DIGITISATION OF VISA & CONSULAR DOCUMENTS. RFP No. IT/10/ Dates: 09/10/2016

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. Purpose: Interior works for the proposed Indian Visa Application Centre at Jamuna Future Park

REQUEST FOR PROPOSAL. Ref: SBI-BD/ IT/AMC/ 2018/ 002. Dated:

Procurement of Licences of Business Objects BI Platform

Tender for Supply and installation of Desktop Computers SECTION I

Checklist for bidders/ applicants

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

Pakistan International Airlines Procurement Logistics Department Commercial Purchases Section Tel:

Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

Request for Quotation to Supply of

Central University of Orissa

TENDER DOCUMENT MAINTENANCE OF PROXY SERVER NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

STOCK HOLDING CORPORATION OF INDIA LIMITED

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries

Gujarat Electricity Regulatory Commission

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

for SUPPLY OF HP TONER CARTRIDGE

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

INSTRUCTIONS TO BIDDERS

GOVERNMENT OF KARNATAKA COMMERCIAL TAXES DEPARTMENT. No. EFS/CR.31 /11-12 Dated: TENDER NOTIFICATION

JAMMU AND KASHMIR STATE FINANCIAL CORPORATION (Incorporated under the State Financial Corporation s Act 1951)

TENDER FOR COMPUTER WORKSTATION FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI (Tender no. IIITD/S&P/IT/Computer Workstation/30/ )

ICSI HOUSE, C-36, Sector-62, Noida

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

INSTRUCTIONS TO BIDDERS

PRICE SCHEDULE Item Description Quantity ## (nos.)

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

Ref: PURC-MISC-COMPU(S)/2062/IT/(S)/13/NIOH Dated: N.B Please scroll down for documents related to NIT, Corrigendum and other information.

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES.

INSTRUCTIONS TO BIDDERS

INDIAN STATISTICAL INSTITUTE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

Ref No: NITP/Proc/16-17/13 Date:

ICSI HOUSE, C-36, Sector-62, Noida

TENDER FOR. DEVELOPING, UPLOADING, HOSTING AND RUNNING WEB PORTAL OF KERALA AGRO MACHINERY CORPORATION LIMITED (KC/TDR/76/3 dated

STOCK HOLDING CORPORATION OF INDIA LIMITED

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

EMPANELMENT DOCUMENT

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

INVITATION TO BID (Request for Proposal)

INVITATION FOR QUOTATION. TEQIP II/2013/WB2G02/Shopping/99

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Supply & Installation of 45 Computers [Business Class] with or without trading-in of the existing Computers. Bid Document- [DLC/2009/COM/01]

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT

IDBI Bank Limited Corrigendum to the RFP for Procurement of EWS Solution for IDBI Bank Ltd IDBI/CMG/RFP/ /03 dated: 15-October-2018

Tender Notice. For. Purchase of Laptops

Dr.Babasaheb Ambedkar Marathwada University, Aurangabad (M.S.)

DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, UNIT-III, KHARVELA NAGAR, BHUBANESWAR , ODISHA. TENDER CALL NOTICE

STOCK HOLDING CORPORATION OF INDIA LIMITED

TENDER DOCUMENT. Tender for Supply, Installation & Commissioning of Laptop and All in one Color Printer cum Scanner cum Photo Copier - Hardware.

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

` (A premier Public Sector Bank) Information Technology Division Head Office, Mangalore. Corrigendum 3. Tender Number: 14/ dated

TENDER FOR COMPUTER WORKSTATIONS WITH GRAPHIC CARDS FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

Request For Proposal (RFP) for Supply, Installation and Maintenance of Twenty Desktop Computers for Disaster Recover Site, Lucknow

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Baroda Rajasthan Kshetriya Gramin Bank (Head Office : Ajmer)

नव न म ष एव अन प रय क त ज व - प रस स करण क द र (स o आईo एo ब o)

INVITATION FOR QUOTATION

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)

Laying Cable Tray System for House Building Finance Company Limited

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

at 13:30 hrs

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

STOCK HOLDING CORPORATION OF INDIA LIMITED

र य गक स थ न प द र क र ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Tender Document

Request for Proposal

LIMITED TENDER NOTICE

Tender Notification for

Central University of Rajasthan City Road, Kishangarh Distt. Ajmer Dated: 11 nd Feb, 2011

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

Chennai Metro Rail Limited, Chennai ,India.

Tender No. 5(1)/2017-CERT-In

INDIAN INSTITUTE OF TECHNOLOGY MADRAS Chennai

NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III Near Govindpuri Metro Station New Delhi

Transcription:

RFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance RFP No. IT/11/ 24 Date: 23/04/2017 IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 11 th MAY, 2017 State Bank of India (SBI), Bangladesh Operations, invites quotation (Technical and Commercial) for procuring equipments as contained in this Request For Proposal (RFP). Original Equipment Manufacturers (OEM), or their authorised distributors in Bangladesh and Qualified as per the other criteria contained in this RFP are invited to participate in the RFP process for supply and installation of ATM Hardware, Software for EMV compliance and up gradation as mentioned in this RFP document. The equipments to be purchased shall have a minimum of two year s warranty period. Specifications of the equipments and details terms and conditions and other details of the procurement are as detailed in this RFP document. RFP a) RFP shall mean Request for Proposal. b) Bid, Tender, Quotation and RFP are interchangeable and can be used to mean the same thing. c) The Bidder (the OEM / authorized distributor of OEM who is participating in this process) is expected to examine all instructions, forms, Terms and Conditions and technical specifications in the Bidding Document. Submission of a Bid not responsive to the Bidding Document in every respect will be at the Bidder s risk and may result in the rejection of its Bid without any further reference to the Bidder. d) SBI reserves the right to take any decision with regard to RFP process for addressing any situation which is not explicitly covered in the RFP document. e) The Bidder must disclose any actual or potential conflict of interest with SBI, Bangladesh Operations. 2. Scope of Work: Procurement of equipments. The equipments to be procured and offered by the bidders shall have a minimum warranty period of 2 year for hardware and software. They also have to enter into a SLA (Service Level Agreement) for AMC (Annual Maintenance Contract) with SBI for 3 years after the lapse of the warranty period. The price quote should include the yearly payment to be made by SBI for AMC, as given in the proforma for commercial quote. The Scope of Work shall include the procurement, delivery, installation and commissioning of all equipments (hardware, software, peripherals) at SBI premises as mentioned in the RFP. Details of the procurement, including quantity to be procured are as under: (Specifications of the Equipments to be procured: In this specification, wherever there is a mentioned of a particular make / model of a manufacturer that is done purely to specify the minimum level of that product. By doing so, SBI do not restrict product of any particular manufacturer).

SL 1. (I) ATM Hardware, Software for EMV compliance and up gradation. S. L No Items Specification 1. Operating Systems Windows 7 Profession for Embedded Systems field upgradate license (OEM) (From existing Win XP to OS WIN 7 Professional) 2. Mother Board Intel 3. Processor Intel Core i5 2.8 GHZ (2 nd Generation) 4. RAM 2 GB DDR3 5. HDD 1 TB SATA 6. EMV CAM2/EMV Exit for AANDC 7. Portrait camera Integrated with Journal Please mention whether the equipment is: PCI compliant or not. Product of NCR or from other vendor (TMD, etc.). If it is non NCR, it has to be fully compatible with NCR ATM (see the model mentioned elsewhere in this document). In RFP document, also mention Country of Origin of the equipment. RFP document should specifically mention (YES/NO) against each column, whether Bidder are compliant to the given specifications. (III) Other information / dependencies: No of devices - 6 (Six) Centres- To be supplied and installed at SBI Branches at: Dhaka(Motijheel), Gulshan, Chittagong, Sylhet, Khulna. ATM Model : The device shall be compatible to ATM Model, NCR 22 E, Self service. If any prospective bidder want to have clarification over any issue pertaining to this procurement process, she / he may send an e-mail to it1.co@sbibd.com within 09 th May, 2017. SBI shall try to clarify the issues over mail. If it is not possible to clarify over mail, the undersigned will call such prospective bidder for a personal meeting on a day and time convenient to SBI. IMPORTANT: Bank is yet to decide whether to procure PCI compliant or Non PCI compliant. So, please quote both for PCI and NON PCI compliant equipments separately. Bank will identify L1 vendor both for PCI and Non PCI compliant equipments and as per the decision which will be taken based on other various factor, it will procure either PCI or Non PCI compliant equipment. In that situation the L1 vendor of the other variety (either PCI or Non PCI Compliant) would not have any rights or remedy against the bank.

VP (Operations) State Bank of India Uday Tower (1 st Floor) Gulshan Avenue, Gulshan-1, Dhaka. 5. Time Schedule: The supply and installation of the equipments shall be made within 07 days from the date of acceptance of the work order by the L1 bidder. The prospective bidders has to submit an undertaking to the effect that in case they fail to complete the work within 07 days, bank would be free to impose penalty as per the terms of this Request for Proposal (RFP) which shall be (penalty) @ 5% of the entire price of the contract amount per day for the days of delay. 6. Eligibility: (a) Eligibility of the Bidders: All Bangladeshi citizen, / Firms (proprietorship / partnership / companies, etc.) formed and constituted by Bangladeshi Citizens in Bangladesh and OEM of the product(s) they / it are quoting for or authorised distributor by the OEM (Original Equipment Manufacturers) in Bangladesh. Bidders must submit a copy of such authorisation along with the Bids. (b) They shall have minimum Five years experience in selling ATMs and similar other kiosks in Bangladesh. They have to submit documentary proof to that effect, if necessary. (c) Up-to-date VAT clearance certificate, TIN No, Valid Trade license and /or any other license / approval as may be necessary as per the law. 7.Bid Price Prices quoted in the Bid should include all costs including VAT, Tax. The VAT, Tax should be shown separately in the Price Schedule. There is no earnest money to be deposited by the bidders. However, payment will be made to the L1 vendor / supplier of the equipments after successful installation and observing that the equipments are working as per the specification / as desired. 8.Period of Validity of Bids Bids shall remain valid for a period of 60 days after the date of Bid opening. 9. Signing of Bid The Bid shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. All pages of the bid, except for printed instruction manuals and specification sheets shall be initialed by the person or persons signing the bid. The Bid shall contain no interlineations,

erasures, or overwriting, except to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing The Bid. The Bid shall be signed by a person or persons duly authorized to bind the Bidder to the contract. Such authority shall be either in the form of a written and duly stamped Power of Attorney or a Board Resolution duly certified by the company s competent authority, extract of which duly certified as true copy should accompany the Bid. 10.Bid Language The Bid shall be in English Language 11. Rejection of Bid The Bid is liable to be rejected if: a) The document doesn t bear signature of authorized person. b) It is received through Telegram/Fax/E-mail. c) It is received after expiry of the due date and time stipulated for Bid submission. d) Incomplete/incorrect Bids, including non submission or non-furnishing of requisite documents / Conditional Bids / Bids not conforming to the terms and conditions stipulated in this Request for Proposal are liable for rejection by SBI. 12. Extension of Deadline for submission of Bid SBI may, at its discretion, extend the deadline for submission of bids by amending the Bidding Documents which will be intimated through SBI website (www.sbibd.com), in which case all rights and obligations of SBI and Bidders will thereafter be subject to the deadline as extended. 13. Intellectual Property and Copy right The L1 vendor shall pass on genuine and licensed copies of Operating Systems which runs the devices as per Intellectual Property and Copyright act, and SBI can t be in anyway held responsible any act or omission of the vendor in this regard. 14. Amendment of Bidding Documents At any time prior to the deadline for submission of bids, SBI, may for any reason, whether at its own initiative or in response to a clarification requested by a Bidder, amend the Bidding Documents. Amendments will be provided in the form of Addenda/corrigenda to the Bidding Documents, which will be posted in SBI s website. Addenda will be binding on Bidders. It will be assumed that the amendments contained in such Addenda / Corrigenda had been taken into account by the Bidder in its Bid. In order to afford Bidders reasonable time in which to take the amendment into account in preparing their bids, SBI may, at its discretion, extend the deadline for the submission of bids, in which case, the extended deadline will be posted in SBI s website.

From the date of issue, the addenda to the tender shall be deemed to form an integral part of the RFP 15. Late Bid Bids received after the scheduled date & time will not be accepted by SBI under any circumstances. SBI will not be responsible for any delay due to postal service or any other means. 16. Modifications and Withdrawal of Bids Bids once submitted will be treated, as final and no further correspondence will be entertained on this count. No Bid will be modified after the deadline for submission of bids. 17. Right to Reject, Accept / Cancel the bid SBI reserves the right to accept or reject, in full or in part, any or all the offers without assigning any reason whatsoever. SBI does not bind itself to accept the lowest or any tender and reserves the right to reject all or any bid or cancel the Tender RFP process, any time during the tender/ RFP Process, without assigning any reason whatsoever. SBI also has the right to re-issue the Tender without the Vendors having the right to object to such reissue. 18. How to submit the Bids: Bids need to be submitted for (i) Technical quote and commercial quote through E-Tender Module. 19. Checking of Bid Documents by the prospective bidders: The following items must be checked before the Bid is submitted: a) Check list. b) Eligibility criteria response, Technical and Commercial Bids prepared in accordance with the RFP document. c) All the pages of the Bid documents, Technical Bid and Commercial Bid duly sealed and signed by the authorized signatory. d) A copy of this RFP document duly sealed and signed by the authorized signatory on every page and enclosed with technical bid. e) Prices are to be quoted in Bangladeshi Taka (Taka) inclusive of VAT and other Taxes, if any. f) All the pages of the submitted document as part of Bid duly sealed and signed by the authorized signatory. 20. RFP Abandonment SBI may at its discretion abandon this RFP process any time before Notification of Award or Purchase Order. 21. Where and whom to submit the Bids:

Interested parties who are eligible are requested to submit their Bids as per following schedule: The BIDSs shall be submitted before 11 th MAY, 2017 up to 4 PM, to The VP (Operations), State Bank of India Uday Tower (1 st Floor) Gulshan Avenue, Gulshan-1, Dhaka. The authorized representative(s) of the OEM or authorized/ licensed vendors of OEM in Bangladesh are requested to be present at the time of opening of the Technical and Commercial bids/ quotes. Maximum two representatives from a single bidder would be allowed to be present. After opening of the technical quote, evaluation would be made as per the specification of the bank. Those who disqualify as per their technical quotes, their commercial quotes would not be opened nor would be returned. 22. Fate of earlier bids when revised bid submitted by any vendor(s) as per modification made by the Bank. Please note that for any amendments / or modification in the RFP document, no notification will be published in print media (News paper). The interested vendors should refer to our website for any amendment or modification till the last date of submission of the document. The vendor(s) who have already submitted their bid at the time of amendment / modification made by SBI, can submit fresh revised bid, which will be considered by the bank (the old bid submitted earlier, would not be considered). VP (Operations) State Bank of India Bangladesh Operations Uday Tower (1 st Floor) Gulshan Avenue, Gulshan-1, Dhaka. FORMAT FOR TECHNICAL QUOTE : ANNEXURE -A SL Particulars To be filled up by the Bidder 1 Name of the Bidder Whether documentary evidence is mandatory (Y/N) If documentary evidence attached write YES 2 Constitution Y (In case of registered companies, Certificate of Incorporation and Commencement of business to be

3 Year of Establishment And engaged in the business since. attached) In case of Registered Companies commencement of business would be considered, for others it will be as pertrade licenses. 4 Major activity 5 Who are the major customers 6 VAT Registration No Y 7 TIN Y 8 Office Address 9 Name of the owner, or major stake holder 10 Give detailed about the Trade License 11 Whether OEM / authorised/ licensed representative of OEM (Submission of Documentary evidence is mandatory) 12 Do you satisfy all the eligibility criteria. Yes / NO - I certify that the particulars mentioned above are true and correct to the best of my knowledge and believe. If it is found that any information is found to be false and or misleading, I shall be responsible for that and there would not be any liability on the Bank as a result of such misrepresentation on my part. Dhaka Date : SIGNATURE OF THE BIDDER Y Y 23. Format for Financial quote: ANNEXURE-B Sl No Item Detailed specification Amount in TAKA / complete piece) Compliant Price VAT Total (YES/NO) Amount (including VAT) 1 Operating Systems Windows 7 Profession for Embedded Systems field upgradate license

(OEM) (From existing Win XP to OS WIN 7 Professional) 2 Mother Board Intel 3 Processor Intel Core i5 2.8 GHZ (2 nd Generation) 4 RAM 2 GB DDR3 5 HDD 1 TB SATA 6 EMV CAM2/EMV Exit for AANDC 7 Portrait camera Integrated with Journal I certify that there is no deviation between the specifications of the products quoted above by me and the specifications of the product given by SBI in RFP document. SIGNATURE OF THE BIDDER CHECK LIST FOR SUBMISSION OF BIDS The bidder has to fill-up this Check-list and place as the page no 1 of RFP document. Enclosures Yes / No Authority letter for signing the Bid documents Authorisation letter from OEM Undertaking to supply the items in 7 days from PO Documentary evidence to have 5 years experience Certificate of incorporation Certificate of commencement of Business A blank signed(by authorised official) copy of RFP document Copy of Up to date TIN Copy of Up to date VAT Whether all pages of Bid documents signed