RFP FOR PROCURMENT OF KIOSK EQUIPMENTS FOR e-lounge

Similar documents
FOR IDBI BANK BRANCHES. Page 1 of 89

For Network & Telecom Managed Services

REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED

IDBI Bank Limited RFP FOR PROCUREMENT OF BULK SERVICES. IDBI /PCELL/ RFP/ /018 dated 07 Feb 2017 Page 1 of 78

Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD

Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/ /012

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT. For IDBI Bank

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card

Request for Proposal (RFP) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016

Request for Proposal (RFP) RFP No: IDBI/Training/RFP/ /1. For Empanelment of E-Learning Content Developers. For IDBI Bank

Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank. RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017

RFP for Consultant for Implementation of IT Governance Framework based on COBIT 5

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement

Request for Proposal (RFP) for Procurement of CTS Compliant Cheque scanners (100 DPM) for IDBI Bank

Request for Proposal (RFP) for. Procurement of UPS systems for IDBI Bank branches

IDBI Bank Limited RFP FOR APPOINTMENT OF VENDOR FOR ELECTRICAL SERVICES SUPPORT AT IDBI INFONET PUNE

Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable)

Tender notice Printing of Wall Calendars for the year 2015

Standard Bid Document

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

REQUEST FOR PROPOSAL For Food Plaza for Leasing

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

PEC University of Technology, Chandigarh

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

UV-Visible Spectrophotometer

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

COMMERCIAL TERMS AND CONDITIONS

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Supply and Installation of A3 Size Scanner

BHARAT HEAVY ELECTRICALS LIMITED,

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Request for Proposal For Engagement of Consultant for Assessment & Development Center

Tender. for. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

2013 REQUEST FOR PROPOSAL

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

INVITATION OF TENDER BIDS WATER TANKS

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Section I: Instruction to Offerors

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

CHEMELIL SUGAR COMPANY LIMITED

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

NOTICE INVITING e-tender

THE TECHNICAL UNIVERSITY OF KENYA

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

AMC for Routers & Switches Page 1 of 18

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

The tender document may be download from the website,www,cdac.in/

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

INDIAN STATISTICAL INSTITUTE

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

GOVERNMENT OF TAMILNADU

Indian Institute of Information Technology Pune

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

Sl. No. Query/ Concern Clarification/ Information/ Amendment

Transcription:

IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 1 of 101

Table of Contents Table of Contents... 2 Document Control Sheet... 6 Disclaimer... 7 SECTION 1... 8 1. Background... 8 2. Guidelines for Bidders... 8 3. Bid Security (EMD)... 9 4. Due Diligence... 10 5. Cost of Bidding... 10 6. Cost of RFP / Bid Document... 10 7. Amendment of Bid Document/RFP Document... 10 8. Eligibility Criteria / Pre-Qualification for Bidders... 11 9. Bid Evaluation Criteria (BEC)... 12 10 General Instructions... 12 10. Payment Terms... 14 11. Delivery & Commissioning Terms... 15 SECTION 2... 16 1. Procedure for Submission of Bids... 16 1.1 General... 16 2. Documents to be submitted along with the Bid... 18 3. Clarification of Bid Document... 18 4. Language of Bids... 18 5. Bid prices... 18 6. Firm Prices... 19 7. Bidder Qualification... 19 8. Earnest Money Deposit (EMD)... 19 9. Period of Validity of Bids... 20 10. Format and Signing of Bid... 20 11. Local Conditions... 21 12. Last date for receipt of bids... 21 13. Late Bids... 21 14. Modification and Withdrawal of Bids... 21 15. Address for Correspondence... 22 16. Opening of Bids... 22 17. Clarifications... 22 18. Preliminary Examination... 22 19. Contacting Bank... 23 20. Post Qualification... 23 21. Evaluation and comparison of Bids... 23 22. Financial Bidding Process (ORA)... 26 23. Bank's Right to Accept Any Bid and to Reject Any or All Bids... 26 24. Acceptance of Bid... 26 25. Signing of Documents... 27 26. Performance Bank Guarantee... 27 SECTION -3... 29 1. Definitions... 29 IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 2 of 101

Table of Contents 2. Interpretation... 31 3. Conditions Precedent... 31 4. Standard of Performance and Service Level Definition and Measurement... 31 5. Liquidated Damages and Penalty for non-compliance of SLA... 32 6. Use of Contract Documents and Information... 33 7. Intellectual Property Rights and Patent Rights... 34 8. Indemnity... 35 9. Control Tests... 35 10. Manuals... 35 11. Acceptance Certificates... 35 12. Delivery and Documents... 36 13. Transportation of Equipment... 37 14. Incidental Services... 37 15. Warranty... 37 16. Payment against Bank Guarantee... 38 17. Change Orders/Alteration/Variations... 38 18. Contract Amendments... 39 19. Delays in the Bidder s Performance... 39 20. Liquidated Damages... 39 21. Termination for Convenience... 40 22. Dispute Resolution... 40 23. Addresses for Notices... 41 24. Taxes and Duties... 42 25. Bidder s Integrity... 43 26. Bidder s Obligations... 43 27. Patent Rights... 43 28. Site preparation and installation... 44 29. Survival... 44 30. No Agency... 44 31. No Set-off, counter-claim and cross claims.... 44 32. The Tri-partite Agreement... 44 33. Key Performance Measurements... 44 34. Commencement and Progress... 45 35. Start of Installation... 45 36. Reporting Progress... 45 37. Adherence to safety procedures, rules regulations and restriction... 45 38. Statutory Requirements... 46 39. Purchaser s Right of Inspection and Periodic Audit... 46 40. Contract Prices... 47 41. Information Security... 47 42. Records of Contract Documents... 47 43. Ownership and Retention of Documents... 48 44. Data and Hardware... 48 45. Representations and Warranties... 48 46. Confidentiality... 50 47. Term and Extension of the Contract... 52 48. Termination... 52 49. Consequences of Termination... 52 IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 3 of 101

Table of Contents 50. Conflict of interest... 53 51. Publicity... 54 52. Relationship between the Parties... 54 53. No Assignment... 54 54. Entire Contract... 54 55. Governing Law... 54 56. Jurisdiction of Courts... 54 57. No Claim Certificate... 54 58. Completion of Contract... 55 59. Penalty... 55 60. Insurance to be taken out by the Bidder... 55 SECTION 4... 57 Scope of Work... 57 1. Functional & Technical specifications... 57 A. Functional specifications... 58 B. Technical Specifications... 59 C. Multi-function internet based Transaction Kiosk (MFK)... 62 D. Information Display Kiosk... 63 2. Customization & Integration:... 65 3. Maintenance and Support... 66 4. System & security audit:... 66 5. Disaster Recovery (DR):... 67 6. Training:... 67 7. Deliverables:... 67 8. Project Management Services... 67 10. Schedule... 68 SECTION 5: Technical Specification... 68 SECTION 6: Bidder Information... 70 1. Bidder Profile... 70 2 Financial Details... 71 3 Client List / e-lounge implementation details... 71 4. Reference Sites... 71 5. Details of technical support Centers For Hardware and software separately... 72 SECTION 7: Presentation of Documents... 73 Annexure 1 Contents and Format of Technical Bid... 74 Annexure 1 Form (a): Format for Cover Letter... 75 Annexure 1 Form (b): Eligibility Form... 77 Annexure 2: Technical Bid Form... 78 Annexure 3: Format of Power-of-Attorney... 80 Annexure 4: Undertaking... 81 Annexure 5 : Indicative Commercial Bid Form... 82 Annexure 6 Technical Specification Biometric Device... 85 Annexure -7 : Deed of Indemnity... 87 Annexure -8: Acceptance Certificate... 90 Annexure 9 : Contract Form... 91 Annexure 10: Manufacturer s Authorization Form... 93 Annexure 11: Performance Bank Guarantee... 94 ANNEXURE 13: Unconditional Acceptances of the Terms & Conditions of the RFP... 97 IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 4 of 101

Table of Contents ANNEXURE 14: Non-Disclosure Agreement... 98 Annexure 15 :Letter for Refund of EMD... 100 Template for Pre-Bid Queries... 101 IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 5 of 101

Document Control Sheet Name of the Company RFP Reference No IDBI Bank Limited Date of issue 21-07-2015 Pre-Bid Meeting Last Date and Time for Receipt of Bids Cost of the Bid Document Earnest Money Deposit (EMD) Schedule for Opening of Technical Bids IDBI/PCell/RFP/15-16/005 Date 28-07-2015 Time 03:30 pm Date 12-08-2015 Time 04:00 pm Rs.10,000/- (Rupees Ten Thousand Only] in the form of Demand Draft / Bankers Cheque from a Scheduled Bank in favour of IDBI Bank Limited, payable at Mumbai only to be submitted along with the Bid. A Bid Security of Rs.20,00,000/- (Rupees Twenty Lakhs Only) by way of demand draft or pay order in favour of IDBI Bank Limited payable at Mumbai only, to be submitted along with the Bid. Date 12-08-2015 Time 04:30 pm Schedule for Online Reverse Auction Place of Opening of Bids Address for Communication Date & Time will be intimated to the shortlisted Bidders IDBI Intech Ltd. Mafatlal Centre, 5 th Floor, Nariman Point, Mumbai 400 021 IDBI Intech Ltd. 5 th Floor, Mafatlal Centre, Nariman Point, Mumbai 400 021 Contact Persons : Mrs. Tanmayi Rane (Tel. No. : 022-61986937) Email : tanmayi.rane@idbiintech.com Mr. Nasir Nomani ( Tel. No. 022-61986935) Email: nasir.nomani@idbiintech.com Mr. Abhishek Verma (Tel. No. : 022-39148412) Email : abhishek.verma@idbiintech.com Note: 1. This tender document is the property of Bank & is not transferable. 2. This bid document has 101 pages. 3. If a holiday is declared on the dates mentioned above, the bids shall be received / opened on the next working day at the same time specified above and at the same venue unless communicated otherwise. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 6 of 101

Disclaimer The information contained in this Request for Proposal ( RFP / Bid Document ) or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of IDBI Bank Limited ( IDBI Bank / 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 document is not an agreement and is neither an offer nor an invitation by Bank to any parties other than the applicants who are qualified to submit the bids ( Bidders ). The purpose of this RFP is to provide the Bidder(s) with information to assist them in formulation of their proposals ( Bids ). This RFP does not claim to contain all the information each Bidder may require. Each Bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. 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. The information contained in the RFP document is selective and is subject to update, expansion, revision and amendment. IDBI Bank does not undertake to provide any Bidder with access to any additional information or to update the information in this RFP or to correct any inaccuracies therein, which may become apparent. IDBI Bank reserves the right of discretion to change, modify, add to or alter any or all of the provisions of this RFP and/or the bidding process, without assigning any reasons whatsoever. Such change will be intimated or made accessible to all Bidders. Any information contained in this document will be superceded by any later written information on the same subject made available / accessible to all recipients by IDBI Bank. IDBI Bank reserves the right to reject any or all the expression of interest / proposals / Bids received in response to this RFP at any stage without assigning any reason whatsoever. The decision of IDBI Bank shall be final, conclusive and binding an all the parties. It may be noted that notice regarding corrigenda, addendums, amendments, time-extensions, clarifications, response to bidders queries etc., if any to RFP, will not be published through any advertisement in newspapers or any other media. Prospective bidders shall regularly visit Bank s website for any changes / development in relation to this RFP. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 7 of 101

SECTION 1 1. Background IDBI Bank Ltd ( Bank ) is a company incorporated and registered under the Companies Act, 1956 (1 of 1956) and a deemed banking company under section 5 (c) of the Banking Regulation Act, 1949 (10 of 1949). Bank is also a Scheduled Bank as notified by the Reserve Bank of India under the Reserve Bank of India Act, 1934. RBI has categorized IDBI under a new sub group "Other Public Sector Bank". IDBI Bank is engaged in providing finance to industries and conducting banking business. IDBI Bank has different channels for offering its Banking services to its customers for carrying out their banking transactions and knowing product/service information. 2. Guidelines for Bidders Purpose IDBI Bank intends to set up 50 (fifty) e-lounge at its various on-site/off-site locations to provide its customers with various banking related and value added services through state of art technology devices such as, Cheque Deposit Machines, Multi function internet based transaction Kiosks, Information Display systems with Media Player and central Software for managing content & other devices. The Bank intends to provide Cheque Deposit Machines to its 100 branches, also. The Bank is looking for the supply of Cheque deposit Kiosks, Multi Function Kiosks(internet based transaction kiosk, information display systems with Media player and central software for managing content, their installation, commissioning & maintenance at its 50 e-lounges and Cheque deposit Machines at its 100 branches across India as under. ` Sr. Location Number of Locations Kiosk Description Number required at each Location Total Number of Kiosks 1 e-lounges 50 Cheque Deposit Kiosk 1 50 Multi-function Kiosk (Internet based 1 50 transaction kiosk ) Information Display System with Media player 1 50 and Central Software for managing content 2 Branches 100 Cheque Deposit Kiosk 1 100 Vendor shall be responsible to provide & maintain and service the complete hardware / software setup in the e-lounge during the contracted period. Bank has the option to procure additional 25% of the quantity indicated in respect of both the e-lounge/s and the Branches on the same commercials, terms and conditions hereof. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 8 of 101

3. Bid Security (EMD) a) Amount of Bid Security The Bidder shall furnish, as part of its Bid, a Bid Security Earnest Money Deposit (EMD) ( Bid Security ) in the form of Demand Draft / Bankers Cheque/ Pay order, drawn in favour of IDBI Bank Limited for an amount of Rs 20 lakhs (Rupees Twenty lakhs only) payable at Mumbai, and must accompany the Technical Bid. The Bid security / EMD shall not bear any interest. b) Requirement of Bid Security The Bid Security is required to protect Bank against the risk of Bidder s conduct, which would warrant the security s forfeiture, pursuant to Clause 5(f) hereof. c) Rejection of Bid Any Bid not accompanied by the EMD as mentioned above, shall be rejected by Bank, without any further correspondence, as non-responsive. d) Discharge of Bid Security of Unsuccessful Bidder In the case of unsuccessful Bidder or decision to abandon the Bid process, the Bid Security will be discharged / returned / refunded without any interest payment within 90 (ninety) days from the date of closure of Bid to all the Bidders who participated in the Bid process. e) Discharge of Bid Security/EMD of Successful Bidder The successful Bidder s Bid Security amount will be discharged upon the Bidder signing the contract and furnishing of the performance security and other guarantee(s)/security in the form and manner to the satisfaction of Bank, within the stipulated time f) Forfeiture of Bid Security The Bid Security shall be forfeited: i. If a Bidder withdraws his Bid during the Bid validity period; or ii. If a Bidder makes any statement or encloses any form or document which turns out to be false, incorrect and/or misleading at any time prior to signing of contract and /or conceals or suppresses any material information; or iii. If the successful Bidder fails to sign the contract or furnish performance security and other guarantee(s)/security in the form and manner to the satisfaction of Bank, as mentioned in the Bid Documents; or iv. In the event of any evasion, avoidance, refusal or delay on the part of the Bidder to sign and execute any document, as may be required by Bank. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 9 of 101

4. Due Diligence 4.1. The Bidder is expected to examine all instructions, forms, terms and specifications in this RFP and study the RFP document carefully. Bid shall be deemed to have been submitted after careful study and examination of this RFP with full understanding of its implications. The Bid should be precise, complete and in the prescribed format as per the requirement of this RFP. Failure to furnish all information required by this RFP or submission of a Bid not responsive to this RFP in each and every respect will be at the Bidder s own risk and may result in rejection of the Bid and for which IDBI Bank shall not be held responsible. Any decision taken by IDBI Bank as to completeness of the Bid or rejection of any / all Bid(s) shall be final, conclusive and binding upon the Bidder(s) and shall not be question / challenged by the Bidder(s). 5. Cost of Bidding 5.1. The Bidder shall bear all costs and expenses associated with the preparation and submission of its Bid and IDBI Bank shall in no case be held responsible or liable for these costs, regardless of the conduct or outcome of the bidding process including cancellation or abandonment or annulment of the bidding process. 6. Cost of RFP / Bid Document 6.1. Cost of RFP / Bid document is Rs. 10,000/- (Rupees Ten thousand only). The prospective Bidder is required to pay the prescribed amount in the form of Demand Draft or pay order in favor of IDBI Bank Limited, payable at Mumbai, at the time of purchasing the RFP/Bid Document. In case, the Bid/RFP Documents are downloaded from the Internet (IDBI Bank site); the prescribed amount towards the cost of Bid Document should be paid along with the submission of the Bid response. Bids without the payment of amount towards the cost of Bid Document shall be rejected. 6.2. The Cost of RFP / Bid document is non-refundable. 7. Amendment of Bid Document/RFP Document 7.1. IDBI Bank reserves the right in its sole discretion of inclusion of any addendum to this entire Bid process. The Bidders shall not claim as a right for requiring IDBI Bank to do the aforesaid. 7.2. At any time before the deadline for submission of Bids / offers, IDBI Bank may, for any reason, whether at its own initiative or in response to a clarification requested by prospective Bidders, modify this RFP / Bid Document and all such modifications shall be binding on them. 7.3. All prospective Bidders who have received this RFP shall be notified about the amendment in writing vide e-mail or fax or post, and all such amendments shall be binding on them. 7.4. If required in order to allow prospective Bidders reasonable time in which they need to take the amendment into account in preparing their Bids, IDBI Bank at its sole discretion reserves the rights to extend the deadline for the submission of Bids. In no circumstance, the deadline for submission of Bids shall be extended beyond a period of 7 days. However, no request from the Bidder, shall be binding on IDBI Bank for the same. IDBI Bank s decision in this regard shall be final, conclusive and binding on all the Bidders. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 10 of 101

7.5. Any attempt by the Bidders to visit or meet Top management officials of the IDBI Bank in connection with or incidental to the Bid process, shall be construed by the IDBI Bank as an unlawful attempt by the prospective Bidder, to influence the RFP/ Bid process and may invite disqualification from bidding. Only one authorized representative of each bidder would be permitted to visit for submitting the RFP Document/ or when called by the IDBI Bank. 8. Eligibility Criteria / Pre-Qualification for Bidders The prospective Bidders should fulfil the respective pre-qualifications mentioned below; otherwise their bids will not be considered valid for the bid evaluation process and will be summarily rejected. The Bidders should submit all the supporting documents in the Bidder s eligibility proof. In the absence of such documentary evidences their bid will be rejected without any further correspondence. The decision of Bank shall be final, conclusive and binding on all the parties. i. Bidder should be a company registered in India with an established setup across various locations in India. (Proof of same needs to be submitted) ii. The bidders should have a minimum turnover of Rs 10 Crores with positive networth in each of the last 3 financial years ( Mar 2012, Mar 2013 & Mar 2014) as per the audited financial statement. This must be individual company turnover and not of any group / subsidiary companies. iii. The bidders should be Original Equipment Manufacturer ( OEM ) of the Kiosk machines (detailed in the scope of work) or one of their authorized partner. In case of authorized partners, the manufacturer s authorization form must be provided as per Annexure -10( Section 7 of the RFP). iv. The production unit/factory of the OEM should be ISO 9001:2008 certified. v. The bidder must have supplied Cheque Deposit kiosk and Multi-function internet based Transaction Kiosk, mentioned in the scope of work (except information display kiosk) either separately or as a single order to at least one bank or BFSI or Mobile Service provider in India. The total number of kiosks (Cheque Deposit kiosk and Multi-function internet based Transaction Kiosk) supplied should be at least 25 in number. vi. The bidder should have 24x7 technical support centres at various locations in India including in Tier I and II cities. vii. viii. ix. The bidder should be in position to provide direct on-site support for at least 5 years. Bidder should not have been blacklisted by any Govt. organizations/psu/psb during the last three years. The bidder shall give a declaration to this effect that they have not been black listed by any of the Govt. Authority or PSUs, as on date of submission of the tender, otherwise the bid will not be considered. The Bidder shall produce a self-declaration that (i) they are duly authorized persons to submit this undertaking (ii) they have read and understood the RFP and have conveyed their absolute and unconditional acceptance to the RFP (iii) they do not have any business relationship with IDBI Bank including its directors and officers which may result in any conflict of interest between us and IDBI Bank. They shall on occurrence of any such event immediately inform the concerned authorities of the same (iv) they have submitted Bid in compliance with the specific requirements as mentioned in this RFP (v) they have provided with all necessary information and details as required by IDBI Bank and shall provide with such additional information s may be required by IDBI Bank from time to time.(vi) Neither they nor any of their employee/director has been barred from providing the Services nor are they in negative list/blacklisted by any public sector banks, statutory or regulatory or investigative agencies in India or abroad in the last 5 years (vii) there is no vigilance and / or court cases pending against them/company and no inquiry or investigation pending against them IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 11 of 101

from any statutory regulatory and / or investigation agency (viii) all the information furnished in and as per the document submitted is true and accurate and nothing has been concealed or tampered with. They have gone through all the conditions of Bid and are aware that they would be liable to any punitive action in case of furnishing of false information / documents. (ix) they also undertake that, they were/are never involved in any legal case that may affect the solvency / existence of their organization or in any other way that may affect capability to provide / continue the services to Bank (x) they will further certified that they have not modified or deleted any text/matter in the RFP. Note: Bidder must comply with all the above-mentioned criteria as specified above and more elaborately described in Contents and format of Technical Bid. Non-compliance of 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 and as and when the Bank decides, originals / certified copies should be shown for verification purpose. The Bank reserves the right to verify / evaluate the claims made by the Bidder independently. Any deliberate misrepresentation will entail rejection of the offer ab-initio. 9. Bid Evaluation Criteria (BEC) 9.1. To meet Bank's requirements, as spelt out in the Bid Document, the selected Bidder must have the requisite experience and expertise in providing services in the field of Information and Communication Technology, the technical know-how, and the financial ability that would be required to successfully set-up the required infrastructure 9.2. Bank reserves the right to modify / amend the evaluation process at any time during the Bid process, without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. Any time during the process of evaluation Bank may seek specific clarifications from any or all Bidders. 9.3. The Commercial Bid will be opened only for those Bidders whose Technical Bid is cleared and accepted. 10 General Instructions 9.4. The Bid consists of two parts namely, Technical Bid and Indicative Commercial Bid, which are required to be submitted in two separate sealed covers marked as "Technical Bid" and "Indicative Commercial Bid". 9.5. Bidder will be allowed to participate in the Online Reverse Auction (ORA) only after the Technical bid has been cleared and accepted by the Bank. 9.6. All the bids, duly addressed to Chief General Manager, IT Department, IDBI Bank Limited must be accompanied by cost of Bid Document and EMD as specified in Document Control Sheet and must be submitted in person to the IDBI representative mentioned below at the following address on or before the due date specified in the Document Control sheet Dy General Manager, IT Department, IDBI Bank Limited at IDBI Intech Limited, IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 12 of 101

5th Floor, Mafatlal Centre, Nariman Point, Mumbai 400 051 Attention : Mr. Nasir Nomani 9.7. The Bidders must submit a Certificate of Undertaking on their letter head duly signed by the authorized signatory confirming the acceptance of all the Terms & Conditions of this tender. 9.8. Bank reserves the right to accept or reject in part or full any or all the bids without assigning any reason whatsoever. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 9.9. Decision as to any arithmetical error, manifest or otherwise in the response to Bid Document shall be decided at the sole discretion of Bank and shall be binding on the Bidder. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 9.10. Bank reserves the right to re-issue / re-commence the entire bid process in case of any anomaly, irregularity or discrepancy in regard thereof. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 9.11. Interested Bidders may obtain further information from : Contact Person Contact No. / Email ID Mr. Nasir Nomani 022-61986935 nasir.nomani@idbiintech.com Mrs. Tanmayi Rane 022-61986937 tanmayi.rane@idbiintech.com Mr. Abhishek Verma 022-39148412 abhishek.verma@idbiintech.com 9.12. Modification to the Bid Documents, if any, will be made available as addendum on the website and / or emailed to the prospective bidders. 9.13. The Bid Documents may be downloaded from our website www.idbibank.com and submitted to the above mentioned office address. 9.14. If a holiday is declared on any of the dates mentioned above, the bids shall be received /opened on the next working day at the same timings specified above. 9.15. The Bidder should confirm in writing for supply of upgraded model of the product in case of technological obsolescence / non-availability of contracted product/model. The supply of upgraded product, subject to IDBI s approval, will be at the same contracted price of the obsolete model. 9.16. In case of reduction of prices due to technological obsolescence / change of product model, the Bidder should pass on the price benefit to IDBI. 9.17. Successful Bidder would sign the Contract (in the manner and form as provided in Section 9) with Bank at Mumbai only. 9.18. The Bidder should have a 24*7 Technical Assistance Centre in India for customer support. 9.19. To complete the work at the site within stipulated timeframe, Bidder s engineers may have to visit the site multiple times, if required, at no extra cost. 9.20. Each Bidder shall submit only one proposal. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 13 of 101

9.21. Quotation shall remain valid for a period of 90 days from date of submission of Commercial Bid. 9.22. Prices quoted should be EXCLUSIVE of taxes i.e. Sales Tax, VAT, and service tax as may be applicable. 9.23. Octroi / Entry Tax / Local Body Tax (LBT) will be payable at actuals on submission of original Octroi receipt, drawn in the name of IDBI Bank Limited. Applicable taxes would be deducted at source, if any, as per prevailing rates. 9.24. Information broacher /product catalogue must be attached with the quotations clearly indicating the model quoted for. 9.25. The price quoted by the Bidder cannot be altered or changed due to escalation on account of any variation in taxes, levies, and cost of material. 9.26. The price quoted is to be written in words as well as figures and in case of discrepancies between prices written in words and prices written in figures, the prices written in words shall be considered to be correct. 9.27. All taxes, if any, applicable shall be deducted at source as per current rate while making any payment. 9.28. IDBI Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. 9.29. The Bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. 9.30. IDBI Bank reserves the right to accept or reject any quotation and to cancel the bidding process and reject all quotations at any time prior to award of the contract. 9.31. The bidder should provide unconditional acceptance certificate. 10. Payment Terms No advance payment will be provided on awarding the contract. a) e-lounge/branch solution (offsite/onsite): Hardware, Configuration, Customization and Implementation: 100% payments to the Vendor shall be subject to delivery, commissioning and production of acceptance certificate received from the branch head. b) Middleware/Application/Central Monitoring software : Middleware/Application/Central Monitoring software for Remote monitoring and management of Kiosk Equipment and for content management solution for Information Display Kiosks. 100% payments to the Vendor shall be subject to the report of satisfactory accomplishment of the concerned task, to be submitted by the Project -coordinating team, as appointed by IDBI Bank for this purpose. c) Maintenance / Support Stage: IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 14 of 101

i. The Vendor s request(s) for payment shall be made to IDBI Bank in writing (Invoice) accompanied by Service Level Requirements compliance reports for which payment is being claimed. ii. All the payments to the Vendor shall be subject to the report of satisfactory accomplishment of the concerned task, to be submitted by the Project -coordinating team, as appointed by IDBI Bank for this purpose. iv. Notwithstanding anything contained in this RFP/ the Contract or in any other document(s) a. under no circumstances IDBI Bank shall be liable to the Successful Bidder and/or its employees/personnel/representatives/agent etc. for direct, indirect, incidental, consequential, special or exemplary damages arising from termination of the Contract; b. IDBI Bank shall not have any liability whatsoever in case of any third party claims, demands, suit, actions or other proceedings against the Successful Bidder or any other person engaged by the Successful Bidder in the course of performance of the Service. c. It is clarified that the any payments of the charges made to and received by authorised Successful Bidder personnel shall be considered as a full discharge of IDBI Bank s obligations for payment under the Agreement. d. IDBI Bank reserves the rights to dispute/deduct payment/withhold payments/further payment due to the Successful Bidder under the Contract, if the Successful Bidder has not performed or rendered the Services in accordance with the provisions of the Contract which the IDBI Bank at its sole discretion adjudge. e. Penalties, if any, on account of liquidated damages and non-compliance of Service Level Requirements, shall be deducted from the invoice value. Further, the Purchaser/Bank shall be entitled to make adjustment in the payment of price, in the event of levying liquidated damages on the Vendor/Bidder in the manner set-out in the Bid Documents. 11. Delivery & Commissioning Terms a. The Vendor/Bidder shall implement the Service(s) as per the schedule specified below: S.no Phase of the project Duration 1. Delivery of Hardware / Equipment at site locations Four (4) weeks from the date of Purchase order System Configuration / Integration at site 2. locations Six (6) weeks from the date of Purchase order Go live of Middleware/Application/Central 3. Monitoring software Four (4) weeks from the date of Purchase order 4. Issue of Acceptance certificate On satisfactory Go live of each of e-lounge, Branch and Central location b. Warranty Period of Contract shall be for one year and will start from the time the E Lounge Kiosk has been accepted by IDBI Bank by issuing the certificate of acceptance. c. System Maintenance and Support services period will be for 4 years after the expiry of 1-year warranty period. d. The period of contract shall be extendable, based on mutually agreed terms and conditions. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 15 of 101

SECTION 2 1. Procedure for Submission of Bids 1.1 General 1.1.1. Before bidding, the Bidders are requested to carefully examine the Bid Documents and the terms and conditions of the contract thereof, and if there appears to be any ambiguity, gap(s) and/or discrepancy between any of the Bid Documents they should forthwith refer the matter to Bank for necessary clarifications and / or confirmation. 1.1.2. The Bidder shall complete in all respects, form(s) annexed to the Bid Documents, quote the prices, furnish the information called for therein, and sign and date each of the documents in the relevant space provided therein for the purpose. The Bidder shall initial each page of the Bid Documents. 1.1.3. The Bid shall be properly signed by a person or persons duly authorized by the Bidder with signature duly attested. In the case of a body corporate, the Bid shall be signed by the duly authorized officers and supported by requisite internal corporate authorizations. The Bid submitted in case of a consortium shall be rejected without assigning any reason thereof. 1.1.4. The Bid shall contain the full name, address, telephone no.(mobile no and landline), fax no. and E- mail ID, if any, of Bidder for facilitating communications including notices to be given to the Bidder in connection with the Bid transaction. 1.1.5. The Bid forms and the Documents attached to it shall not be detached or removed one from the other and no alteration (s) or mutilation (s) (other than filling in all the blank spaces) shall be made in any of the Bid Documents attached thereto. Any alterations or changes to the entries in the attached documents shall be made by a separate covering letter, in the absence of which it shall be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.6. The Bidder shall bear all costs for the preparation and submission of the Bid Documents. Bank shall not be responsible or liable for reimbursing/compensating these costs, regardless of the conduct or outcome of the bidding process. 1.1.7. The EMD should be paid along with the Bid Document during submission. Bids without the EMD shall be rejected. 1.1.8. The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and strictly confidential. 1.1.9. Bank reserves the right to adjust arithmetical or other errors in the bid, in the manner in which Bank considers appropriate or deem fit. Any adjustments so made by Bank shall be stated to the Bidder, if Bank makes an offer to accept his bid. However, the final decision as to any error manifest or otherwise shall be at the sole discretion of Bank and shall be final, conclusive and binding on the Bidder. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 16 of 101

1.1.10. The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and Bank and supporting documents and printed literature shall be in English. 1.1.11. The Bidder shall submit their offers strictly in accordance with the terms and conditions of the Bid Documents. Any Bid, which stipulates conditions contrary to or at variance with the terms and conditions given in the Bid Documents, shall be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.12. The Bidder cannot quote in parts. 1.1.13. Each bid shall be properly Superscribed as Technical or Indicative Commercial Bid for Procurement of e-lounge and submitted simultaneously in sealed envelopes at the mentioned address. 1.1.14. Bank is not bound to accept the lowest or any Bid and has the right to reject any Bid without assigning any reason whatsoever. Bank also reserves the right to re-issue/re-commence the Bid/bid process. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.15. The Technical Bid shall contain no financial / commercial details. However a blank copy Price Bid Form should be enclosed with the corresponding Technical Bid with the price column of the Price Bid Form blanked out. A tick mark shall be provided against each item of the Price Bid Form to indicate that there is a quote against this item in the Price Bid. Offers with Technical Bid containing prices shall be rejected outright. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.16. The Bidder is expected to examine and follow all instructions, forms, terms & conditions, and scope of work in the Bid Document. Failure to furnish complete information in all respects required by the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk and may result in the rejection of the Bid by Bank. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.17. The Bidder shall prepare the Bid based on details provided in the Bid documents. It must be clearly understood that the quantities, specifications and drawings are intended to give the Bidder an idea about the order, type, scale and magnitude of the work and are not in any way exhaustive and guaranteed by Bank. 1.1.18. Bank reserves the sole right to itself for including any addendum to this entire bid process. The Bidders shall not claim as a right for requiring Bank to do the aforesaid. 1.1.19. One Copy of sealed Technical Bid & One Copy of the sealed Indicative Commercial Bid must be submitted at the same time, giving full particulars in separate sealed envelopes. 1.1.20. All the envelopes must be super-scribed with the following information: 1.1.20.1. Type of Offer (Technical or Commercial) 1.1.20.2. Reference Number (IDBI RFP..) 1.1.20.3. Due Date 1.1.20.4. Name of Bidder 1.1.20.5. Name of the Authorized Person 1.1.21. All Schedules, Formats and Annexure should be stamped and signed by an authorized official of the Bidder s company. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 17 of 101

1.1.22. ENVELOPE-I (Technical Bid) : The Technical Bid should be complete in all respects and contain all information asked for, except prices. The Technical bid should not contain any price information. The TECHNICAL BID should be complete and should be submitted in the specified format only. 1.1.23. ENVELOPE-II (Indicative Commercial Bid): The Indicative Commercial Bid should give all relevant price information and should not contradict the TECHNICAL BID in any manner. The Indicative Commercial Bid should be submitted in specified format only. 1.1.24. The prices quoted in the Indicative Commercial Bid should be without any conditions. 1.1.25. Please note that if any envelope is found to contain both Technical and Indicative Commercial Bid, then that offer will be rejected outright. 2. Documents to be submitted along with the Bid 2.1.1. All the documents as detailed in Contents and Format of Technical Bid have to be submitted by Bidders. These are MANDATORY, without which the Bids are liable to be rejected. 3. Clarification of Bid Document 3.1.1. Any prospective Bidder requiring clarification of the Bid Document may notify Bank in writing at the mailing address indicated in Section-1. Bank will respond in writing, to any request for clarification of the Bid Document, received not later than the dates prescribed in Section-1 of this Bid Document. Bank s response (including an explanation of the query but without identifying the source of inquiry) will be posted on Bank s website. 4. Language of Bids 4.1.1. The Bids prepared by the Bidder and all correspondence and documents relating to the Bids exchanged by the Bidder and Bank, shall be written in the English language. 5. Bid prices 5.1.1. The Bidder shall indicate the unit prices and total Bid Prices of the services, it proposes to provide under the Contract. 5.1.2. The prices quoted should be written both in figures and words. In case of any discrepancy, the price mentioned in words will be treated as correct and will be relied upon. 5.1.3. The total price quoted must be inclusive of cost of supply and providing services during the service period. The prices quoted will be exclusive of applicable taxes viz. sales tax, VAT, Service tax, etc. 5.1.4. Octroi / Entry Tax / Local Body Tax (LBT) payable will be exclusive as applicable at actual on submission of original Octroi receipt, drawn in the name of IDBI Bank Limited. Applicable taxes would be deducted at source, if any, as per prevailing rates. 5.1.5. The prices quoted (rate contract) should be valid for the period of 24 months from the date of award of the contract (acknowledgement of LOI). 5.1.6. The unit prices quoted by the Successful Bidder in Price Bid will be used to calculate charges for further orders over and above the projected quantities, if any. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 18 of 101

5.1.7. In the absence of above information a Bid may be considered incomplete and summarily rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 5.1.8. Bidder shall carry out the supply and implementation of equipment strictly in accordance with the requirements detailed under the Scope of Work of the Bid document and it shall be the responsibility of the Bidder to fully meet all the requirements of the Bid document and to complete the work duly operable and safe as per the best industry practice. 5.1.9. Bank reserves the right to modify the total quantities. The Bidder shall not and hereby waive any or all objections that it might have at the relevant point of time. 6. Firm Prices 6.1.1. Prices quoted must be firm and final and shall not be subject to any re-openers or upward modifications, on any account whatsoever including exchange rate fluctuations, revision in taxes, duties, levies, charges etc. The Bid Prices shall be indicated in Indian Rupees (INR) only. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 7. Bidder Qualification 7.1.1. The "Bidder" as used in the Bid Documents shall mean the one who has signed the Bid Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in which case he/she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall, as far as possible, be furnished and signed by the Authorized Representative and the Principal Officer. 7.1.2. It is further clarified that the individual signing the Bid or other documents in connection with the Bid must certify whether he/she signs as Constituted Attorney of the firm / company. 7.1.3. The Bidder shall sign the bid with the exact name of the firm to whom the contract is to be issued. The Bid shall be duly signed and sealed by an executive officer of the Bidder s organization. Each bid shall be signed by a duly authorized officer. 7.1.4. The Bidder shall clearly indicate their legal constitution and the person signing the Bid shall state his capacity and also source of his ability to bind the bidder. 7.1.5. The power or authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the Bidder shall be annexed to the Bid. Bank may reject outright any Bid not supported by adequate proof of the signatory s authority. 7.1.6. In case the bidder is an existing supplier of kiosk machines a satisfaction certificate from the user department of the IDBI Bank Ltd. will have to be submitted. 8. Earnest Money Deposit (EMD) 8.1.1. The EMD of Rs. 20,00,000/- (Rupees Twenty Lakh Only) by way of demand draft or pay Order in favour of IDBI Bank Limited payable at Mumbai. 8.1.2. The EMD will not bear any interest and this amount shall be forfeited in the event of any evasion, avoidance, refusal or delay on the part of the bidder to sign and execute the order/purchase IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 19 of 101

order/service order or any other documents, as may be required by Bank in case the Tender is accepted. The EMD of unsuccessful bidders will be returned within 90 days from date of award of contract. 8.1.3. The successful Bidder s Bid Security amount will be discharged upon the Bidder signing the contract and furnishing of the performance security and other guarantee(s)/security in the form and manner to the satisfaction of Bank, within the stipulated time 8.1.4. The EMD amount shall be forfeited/bank Guarantee shall be revoked if: 8.1.4.1. The Bidder withdraws his bid during the bid validity period; or 8.1.4.2. The Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or misleading at any time prior to signing of contract and/or conceals or suppresses material information; or 8.1.4.3. The successful Bidder fails to sign/execute the contract or furnish performance security and other guarantee(s)/security in the form and manner to the satisfaction of Bank, as mentioned in the Bid Documents. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 9. Period of Validity of Bids 9.1.1. Bids should be valid for 90 (Ninety) days from the last date of submission. A Bid valid for a shorter period may be rejected by Bank as non-responsive. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 9.1.2. In exceptional circumstances, Bank may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The validity of Bid Security provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will not be permitted to modify its Bid. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 10. Format and Signing of Bid 10.1.1. The Bidder shall submit Only One Original set of the Bid. 10.1.2. The original Bid shall be typed or written legibly. The original shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. 10.1.3. The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the authorized person or persons signing the Bid. 10.1.4. The Bid should be a complete document and should be bound as a volume. The document should be printed on one side only with page numbers and appropriately flagged and contain the list of contents with page numbers. The deficiency in documentation may result in the rejection of the Bid. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 10.1.5. Each page should be stamped and initialed by authorized signatory. 10.1.6. The Bidders shall seal and mark the Bid accordingly. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 20 of 101

10.1.7. If the outer cover of the Bid is not sealed and marked appropriately, Bank will assume no responsibility for the bid's misplacement or premature opening. 11. Local Conditions 11.1.1. It will be imperative on each Bidder to fully acquaint himself with the local conditions and factors, which would have any effect on the performance of the contract and / or the cost. 11.1.2. The Bidder and any of their personnel or agents / subcontractors will be granted permission by Bank to enter upon its premises and lands for the purpose of such inspection, but only upon the express condition that the Bidder, their personnel and agents/ subcontractors shall be responsible for personal injury (whether fatal or otherwise), loss of or damage to life, property and other loss damage, costs and expenses. 11.1.3. It will be imperative for each Bidder to fully inform themselves of all legal conditions and factors which may have any effect on the execution of the contract as described in the Bid Documents. Bank shall not entertain any request for clarification from the Bidder regarding such local conditions. 11.1.4. It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the Bid Documents will be entertained by Bank and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by Bank on account of failure of the bidder to appraise themselves of local laws / conditions. 12. Last date for receipt of bids 12.1.1. Bids will be received by Bank on the date and at the address specified in the Document Control sheet. In the event of the specified date for the receipt of Bids being declared a holiday for Bank, the Bids will be received up to the appointed time on the next working day. 13. Late Bids 13.1.1. Any bid received by Bank after the last date for receipt of bids prescribed by Bank, will be rejected and/or returned unopened to the Bidder. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 13.1.2. In the event of the specified date for the receipt of Bids being declared a holiday for Bank, the Bids will be received up to the appointed time on the immediate next working day. 14. Modification and Withdrawal of Bids 14.1.1. The Bidder may modify or withdraw its Bid after the Bid's submission, provided that written notice of the modification or withdrawal is received by Bank prior to the last date prescribed for submission of Bids. IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 21 of 101