INDIAN OVERSEAS BANK REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR SELECTION OF FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF SELF SERVICE PASS BOOK PRINTING KIOSKS EOI Reference Number: EOI/ITD/004/14-15 Dated 09.03.2015 Information Technology Department Central Office Indian Overseas Bank 763, Anna Salai Annexure Building Chennai 600 002 Page 1 of 14
1. INTRODUCTION INDIAN OVERSEAS BANK (hereinafter referred to as the bank ) invites Expression of Interest (EOI) from OEMs/ channel partners/ Distributors/ Resellers (hereinafter referred to as vendors ) for Supply, installation and maintenance of self service Pass Book Printing Kiosks, including printing and scanning of barcodes/ QR codes, customization & maintenance of the existing Pass Book Printers at various branches of bank across the country as per the requirements, terms and conditions laid down in this EOI. 2. OBJECTIVES OF THE EOI: This EOI is issued for the purpose of gathering information and short-listing suitable vendors. Bank shall not be liable for any costs incurred by any potential vendor in preparation and submission of information in response to this EOI. Project specific terms and conditions, General terms and conditions and Annexure relating to this EOI are furnished hereunder. 1. PROJECT SPECIFIC TERMS & CONDITIONS 1.1. SCHEDULE OF BIDDING PROCESS: S. Description of Information / Information / Requirement No Requirement 1 Tender Reference Number EOI/ITD/ 004/14-15 2 Brief Description of EOI Selection of vendors for Supply, installation and maintenance of self service Pass Book Printing Kiosks. 3 Date of Issue of EOI 09.03.2015 4 Last date for receipt of queries, if 24.03.2015 any 5 Last Date and Time for submission of 25/03/2015 on or before 16.00 hours at bids along with supporting the Bank s Information Technology documents Department, Chennai. (Should be submitted to the contact officials in person). 6 Date, time and venue for opening the EOI 25/03/2015 at 16.30 hours at the Bank s Information Technology Department, Chennai. 7 Date and time of issuance of RFP Will be intimated only to short-listed bidders. Indian Overseas Bank -Confidential- Page 2 of 14
8 Address for Communication / Submission of Bids 9 Name of contact officials for submission and for any enquiries The Assistant General Manager, Information Technology Dept, Indian Overseas Bank, Central Office, 763, Anna Salai, Chennai 600002. Telephone 91-44-2888 9345 K.L.Chandrasekaran AGM. Desikan V-Chief Manager. S.Sivaraman- Chief Manager 10 Contact e-mail ID klc@iobnet.co.in videsi@iobnet.co.in sivaraman@iobnet.co.in 1.2. COST OF BID DOCUMENT: Sl. No. Description Amount in Indian Rupees 1. Cost of Bid document (Refer clause 2.2 of the EOI).2,000/- 1.3. BIDDER S QUALIFICATION CRITERIA (BQC): The documentary evidence of the Bidder's qualifications to perform the contract shall establish to the Bank's satisfaction that: 1) The Bidder is registered as a company in India as per Companies Act, 1956 and should have been in operation for a period of at least four (4) years as on date of EOI. The Certificate of Incorporation issued by the Registrar of Companies is to be submitted along with technical bid of the EOI. 2) The Bidder should have a minimum turnover of at least Rs.2.00 Crores (Rupees Two Crores) per financial year (financial year shall mean an accounting period of 12 months and figures for an accounting period exceeding 12 months will not be acceptable), for the last three financial years (not inclusive of the turnover of associate and parent companies) from its Indian operations and should submit the Annual Report, Audited Balance Sheet and P&L account for 2011-12, 2012-13 and 2013-14. Bidder should have earned profit in any one of the last 3 years. Bidder to submit details as per Annexure II along with documentary proof. Indian Overseas Bank -Confidential- Page 3 of 14
3) The bidder should be a reputed company engaged in supply, installation and maintenance of Self Service Pass Book Printing Kiosks in India. Proof of document should be submitted along with response to Expression of Interest. 4) The vendor should be either the manufacturer or authorized Indian supplier of Passbook printing Kiosks. Authorization letters from the Original Equipment Manufacturer (OEM) to this effect should be furnished. OEM for the hardware should be an ISO 9001 / 14001 certified company. Latest Valid ISO Certificate of the Pass Book Kiosks manufacturing / Assembly / integration facilities should be submitted. (Documentary proof should be attached). 5) The vendor/ OEM should have all India presence with good reputation in the market. Vendor should have complaint monitoring system in place with toll free number for call logging. Details of service/support network must be furnished as part of the bid. Vendor will ensure back to back availability of support from OEM. A letter from OEM in this regard shall be submitted as part of response. A list of service/support centre is submitted as a part of the response document. 6) Any vendor who has been banned by any Bank/PSU/ Government Department for such supplies for any reason viz. delay in supply of hardware, delay in providing in-time after-sales support at the site, or frequent breakdown of supplied hardware, etc. is not eligible to bid. A Self declaration to this effect is to be submitted along with the bid as per the format enclosed in Annexure-V. 7) The vendor should have proven experience of integrating required Kiosks with Core Banking Solution (Finacle) in live operation in at least in one Public Sector Bank in India. POC will not be accepted. A certificate in this regard be submitted as a part of tender document. 8) The bidder should provide a reference of at least one Bank / financial institution in India where the vendor has supplied, installed & maintained (or maintaining) in the last 2 years. Documentary evidence should be submitted along with EOI 9) The Bidder should submit a compliance certificate stipulated as per Annexure- VI of the EOI. Indian Overseas Bank -Confidential- Page 4 of 14
1.4. TECHNICAL PRESENTATION (POC): Bidders who are qualified based on the Bidder Qualification Criteria as per clause 1.3 of this EOI have to give a technical presentation. The date, time and venue of the technical presentation will be intimated to the short listed consultants separately. 1) The bidder should provide a demo/ presentation of their product with Bar Code and/ QR code solution specifying the different impact on these different methodologies, including any encryption/ decryption as may be necessary 2) The bidder should clearly state how to deal with the existing Pass Books/ Pass Book printers. 3) The bidder should bring the necessary infrastructure (Kiosks/ bar code/ QR printers/ servers, if necessary for centralized monitoring/ updation and do a POC at our Central Office, in the test environment first, using ISO 8583 message standards with our CBS interface now 4) The bidder should provide the necessary customization on our moving to different CBS software (finacle) in future Bank shall not be liable for any costs incurred by any bidder in preparation, submission of information or documents in response to the EOI. 1.5. EVALUATION AND SHORTLISTING: Bidder s eligibility will be evaluated based on the Bidder s Qualification Criteria stipulated vide clause 1.3 of this EOI and based on the technical presentation provided by the bidder as per clause 1.4 of this EOI. 1.6. ISSUANCE OF RFP TO SHORTLISTED CONSULTANTS: a. On the basis of Bidder s Qualification Criteria, Technical Presentation, bidder s capability to meet the Bank s stipulated terms and conditions, as per evaluation criteria described in clause 1.5 above, a final list of short listed bidders will be prepared for the purpose of issuing Request for Proposal (RFP) to the successful (after POC) vendors for supply, installation & maintenance of PassBook Printing Kiosks with bar code/ QR code printing as may be decided by the bank for some identified pilot branches initially. b. The bidders, so shortlisted, would be advised to submit the final technical and commercial offers as per terms of the RFP. However, Bank reserves the right to float an open RFP for supply, installation & maintenance of Passbook Printing Kiosks with bar code/ QR code printing. Indian Overseas Bank -Confidential- Page 5 of 14
2. GENERAL TERMS & CONDITIONS 2.1. SUBMISSION OF BIDS: Bidders satisfying the project specifications & conditions and General Terms and Conditions specified in this EOI, may submit their response in a sealed covers as under: EOI/ITD/004/14-15 DATED 09/03/2015 for supply, installation and maintenance of Passbook Printing Kiosks with Barcode/ QR code along with bar code/ QR code printers & scanners, including the necessary software. Sealed covered should be put in a tender box kept in the infrastructure division of Information Technology Department of the Bank s Central Office, Chennai on or before the date and time mentioned in the Schedule for bidding process given in clause1.1 of this EOI. In case the covers are too bulky they may be handed over to any one of the following officers of the Bank s Information Technology Department, Central Office, Annex Building, (First Floor), Chennai against acknowledgement. 1. Desikan. V Chief Manager (systems) - ITD 2. Sivaraman S Chief Manager (systems) ITD) Any EOI received by the Bank after the deadline for submission of EOI will be rejected. In the event of the specified date and time for the submission of EOI, being declared a holiday for the Bank, the EOI will be received up to the appointed time on the next working day. Extension or preponement of submission date and time will be at the sole discretion of the Bank. EOI so submitted should remain valid for a minimum period of 90 days from the scheduled d 2.2 SUBMISSION OF DOCUMENTS: Bidders should also submit the following in a sealed cover to the address notified on or before schedule mentioned in Clause 1.1 of the EOI. Indian Overseas Bank -Confidential- Page 6 of 14
a. Bank Draft for.2,000/- (Rupees Two thousand only Non-refundable) favouring INDIAN OVERSEAS BANK payable at Chennai towards cost of document. 2.3 BID OPENING PROCESS: The Bank will follow a single stage bid process viz. EOI-Technical Bid Opening and Evaluation. The technical bids shall be opened in the presence of availed authorized representatives of the bidders who chose to remain at the time, date and venue mentioned in clause 1.1 of the EOI. This evaluation and short-listing criteria shall be based on the criteria set out in clause 1.5 of the EOI. 2.3. FURNISHING OF INFORMATION: The Bidder is expected to examine all instructions, forms, terms and specifications in these documents. Failure to furnish all information required by the documents or to submit an EOI not substantially responsive to the documents in every respect will be at the Bidder's risk and may result in the rejection of its EOI. 2.4. FORMATS AND SIGNING OF BIDS: The original EOI shall be typed and signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The person or persons signing the EOI shall initial all pages of the offer. The EOI documents submitted without signature and seal will be summarily rejected. 2.5. AUTHENTICATION OF ERASURES/OVERWRITING ETC: Any inter-lineation, erasures, or overwriting shall be valid only if the person(s) signing the EOI, initial(s) them. 2.6. AMENDMENTS TO EOI: Banks reserves its right to amend any or all of the clauses in the EOI and Annexure to this EOI, if any, including amendments in the schedule for tendering process at any time prior to deadline for submission of EOI, at its sole discretion. Such amendments to EOI will be webcast through Bank s official website and no separate newspaper advertisement or individual intimation to bidders will be provided. Indian Overseas Bank -Confidential- Page 7 of 14
2.7. CLARIFICATION: During evaluation of the EOI, technical presentation of the product features, the Bank may, at its discretion, ask the Bidder for any clarification. 2.9. CONTACTING THE BANK: Any effort by a Bidder to influence the Bank in its decisions on bid evaluation or bid comparison will result in the rejection of the Bidder's bid. 2.10. VALIDITY OF BIDS SUBMITTED: EOI submitted should remain valid for a minimum period of 120 days from the scheduled date of opening. 2.8. BANK S RIGHT TO ACCEPT ANY EOI AND TO REJECT ANY OR ALL EOIs: Notwithstanding anything contained in any of the clauses in this EOI, the Bank reserves its right to accept or reject any EOI, and to annul each or all of the EOI processes and reject all the EOIs at any time prior to awarding the offer without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Bank's action. Indian Overseas Bank -Confidential- Page 8 of 14
ANNEXURE I COMPANY PROFILE AND RESPONSE TO EOI 1) Name and Registered Address of the Company / Organization 2) Local/Contact Address 3) Contact Person: a) Name & Designation b) Phone c) Mobile Phone d) Email e) Fax. No. 4) Year of Incorporation 5) Annual Income for the last 2 financial years as per audited financial statement. Financial Year 2011-2012 2012-2013 2013-2014 6) Net Profit / Loss registered in the last 2 financial years. Financial Year 2011-2012 2012-2013 2013-2014 7) Details of functional & Technical features of the solution offered Separate Technical bid to be attached along with a compliance sheet duly attested by the authorized person from the bidder company. Certificate to cover the minimum functional & Technical features covered in this document. The following documents are enclosed: a) Duly certified Audited financial statements for the last 3 financial years. b) Copy of Company Incorporation Certificate. c) Proof of Documents regarding successful implementation of Services as per clause 1.3 Indian Overseas Bank -Confidential- Page 9 of 14
d) We confirm that we agree to all the terms and conditions mentioned in this EOI Ref. No.EOI/ITD/004/2014-15 dated 09/03/2015. We also agree to extend any upgrade in the services conforming to the Scope of Work contained in Annexure-I of this EOI. Authorised Signatory Name and Designation Office Seal Place: Date: Indian Overseas Bank -Confidential- Page 10 of 14
ANNEXURE II SELF DECLARATION TO BE PROVIDED IN COMPANY S LETTER HEAD This is to certify that M/s (Name of the Firm) or its subsidiaries / parent company is the owner of the Hardware / Authorised reseller. We also undertake that any violation of the facts declared above shall be liable for cancellation of contract. Authorised Signatory Name and Designation Office Seal Place: Date: Indian Overseas Bank -Confidential- Page 11 of 14
ANNEXURE III FORMAT FOR CERTIFICATE FROM CLIENTS We hereby certify that M/s (Name of the Firm) was awarded contract for selection of pass book printing kiosks vendors vide our Purchase order no.. Dated (copy of PO enclosed). We also certify that M/s (Name of the Firm) has executed the contract so awarded to them completed in all respects as per terms and conditions of the above referred Purchase Order / Letter awarding the contract. The scope of the work executed is as follows: Authorised Signatory Name and Designation Office Seal Place: Date: Indian Overseas Bank -Confidential- Page 12 of 14
ANNEXURE IV SELF DECLARATION TO BE PROVIDED IN COMPANY S LETTER HEAD We, M/s (Name of the Firm) hereby certify that we have not been blacklisted / debarred / disqualified by any regulator / statutory body or a Public Sector undertaking in India in the past. Authorised Signatory Name and Designation Office Seal Place: Date: Indian Overseas Bank -Confidential- Page 13 of 14
ANNEXURE VI (To be provided in Company s Letter Head) We hereby confirm that we agree to all the EOI terms and conditions of EOI/ITD/004/14-15 dated 09.03.2015, its annexure, amendments made to the EOI without any pre-conditions. Any presumptions, assumptions, deviations given or attached as part of technical document (technical bid) be treated as null and void. Authorised Signatory Name and Designation Office Seal Place: Date: Indian Overseas Bank -Confidential- Page 14 of 14