Beruflich Dokumente
Kultur Dokumente
BOI:HO:CPD:FRM:2014-15/001
Date: 05/04/2014
Index -Content of the RFP
The products and services required, bidding procedures, contract terms and
conditions are prescribed in the RFP. The Bidding Documents include:
(a) PART 1 - Invitation to Bid (ITB)
(b) PART 2 - Disclaimer
(c) PART 3 - Eligibility Criteria
(d) PART 4 - Terms and Conditions of Contract (TCC)
(e) PART 5 - Scope of Work for fraud monitoring and
management solutions
(f) PART 7 - Price Bid Format
(g) PART 8 - Formats and Annexures
Bank of India (Bank) invites Bids for fraud monitoring solution on an OPEX
model based on per transaction processed for its own and sponsored RRB’s
cards/ as well as acquiring system (existing and future).
These proposed fraud solution has to be integrated with debit and credit card
authorisation switch , ATM switch , POS switch and Micro ATM switch
primarily. This Request for Proposal (RFP) is to invite proposals from eligible
bidders (referred to as Bidder / Bidders in this document) for providing fraud
monitoring solution on an outsource basis on per transaction or daily
/monthly lumpsum basis . The bidder selected after due completion of the
evaluation process is referred to as Vendor in this document.
The Disaster Recovery (DR) ATM switch is installed at FIS Data Centre
located at Chennai.
The credit card authorization Switch and POS driving of the Bank is located
at Vendor Data Centre (DC) in vendor premises. This credit card Switch is
being managed by Atos world line India Pvt. Ltd. (AWL ) and card base of
around 1.3 lacs of master and visa credit cards and prepaid cards(
semiclosed and open ) of VISA platform .The Switch functions of PoS driving,
authorization of Credit and prepaid cards are being carried out by the
Bank’s existing ATOS Switch.
The Disaster Recovery (DR) ATM switch is installed at Bengaluru and is being
managed by ATOS world line.
Both DC and DR of FIS switch is directly connected with BOI DC and credit
switch is connected to ATOS switch.
Transactions originated from other channels like Micro ATM will be ultimately
coming to switch for authorization purpose in case of pin based transactions.
1.5 Bank reserves the right to change the dates, timings mentioned above or
elsewhere mentioned in the RFP, which will be communicated by placing the
same as corrigendum under Tender section on Bank’s web-site.
c) This is not an offer by the Bank but only an invitation to bid in the
selection process initiated by the Bank. No contractual obligation
whatsoever shall arise from the RFP process until a formal contract is
executed by the duly authorised signatory of the Bank and the Bidder.
4.1.1 Contract will be initially for a period of five years, which may be
extended for two more years as per Bank’s discretion. However the
performance of the Solution will be evaluated every year and
extension will be given only if it is found satisfactory. This will not
affect Bank’s right to cancel the agreement after giving three months’
notice without assigning any reason.
4.1.2 The Bidder should commit to provide the managed services detailed in
this document for entire contract period from the date of execution of
Service Level Agreement / Contract Form to expiry of Contract period.
Bidders should note that all the information required by the Bank in RFP
needs to be provided. Incomplete information may lead to non-selection.
The Bidder shall bear all costs associated with the preparation and
submission of its Bid and the Bank will in no case be responsible or
liable for these costs, regardless of the conduct or outcome of the
Bidding process.
4.4.1 Each bid shall be submitted in two parts ( one for Technical proposal
and one for Price Bid )
4.4.2 The Bid shall be typed or written in indelible ink on White paper, size
A-4 in Arial font, letter size-12 and shall be signed by the Bidder or a
person or persons duly authorized to bind the Bidder to the Contract.
The person or persons signing the Bids shall initial all pages of the
Bids, except for un-amended printed literature.
The Bidder shall submit both (Technical Proposal and Price Bid)
Envelopes simultaneously contained in one outer envelope to the Bank
at address Bank Of India , card product Department, Bank Of India
Building, 4th Floor, 70-80 Mahatma Gandhi Marg, Hutatma Chowk, Fort,
Mumbai-400001
4.5.6 Please note to submit the non refundable bid amount of Rs.
25,000/- by means of a demand draft/pay order favouring “ Bank of India
– RFP for fraud monitoring and management solution ” payable in
Mumbai, in a separate envelope while submitting the Bid. Bids are liable
to be rejected if the same is not received.
4.8.1 At any time prior to the deadline for submission of Bids, the Bank, for
any reason, whether, at its own initiative or in response to a
clarification requested by a prospective Bidders, may modify the
Bidding Document, by issuing Corrigendum.
4.8.2 Corrigendum will be put up on the Bank’s Website along with the RFP
document and will be binding on all Bidders.
PREPARATION OF BIDS
4.9.1 The prices indicated in the Price Schedule shall be entered in the
following manner:-
b) Price quoted in the Price Schedule as per Part 7 shall be valid for
the entire Contract Period of from the date of signing Contract
Form / SLA up to 5 years and any further extension.
4.9.2. Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and shall not be subject to variation on
any account, including exchange rate fluctuations, changes in taxes,
duties, levies, charges etc. A Bid submitted with an adjustable price
quotation will be treated as non-responsive and will be rejected ( how
ever if any change in the above may result overall increase in the
entire project cost by more than 20 % , Bank may consider to re-
negotiate the prices ,but will not be any way obliged to do that and
this may not be taken an excuse by the vendor to terminate the
contract.
4.11.1 The Bid Security amount is Rs. 15,00,000/- (Rs.Fifteen lakh only).
4.11.2 The Bidder shall furnish, as part of its Bid, a Bid security amounting to
Rs. 15 lakh Format 8.11
4.11.3 The Bid security is required to protect the Bank against the risk of
Bidder’s conduct, which would warrant the security’s forfeiture.
4.11.4 The Bid security shall be denominated in Indian Rupees and shall be
in one of the following forms:
OR
4.11.5 Any Bid not secured, as above, will be rejected by the Bank, as non-
responsive.
4.11.7 The successful Bidder’s Bid security will be discharged upon the
Bidder signing the Contract Form and furnishing the Performance
Security.
or
4.12.1 Bids shall remain valid for 180 days from the date of opening of the
Bid. A Bid valid for a shorter period may be rejected by the Bank as
non-responsive.
SUBMISSION OF BIDS
4.13.1 The Bidders’ shall seal one envelope of “Technical Bid” and One
envelope of “Price Bid” and the two envelopes (one Technical Bid &
one Price Bid) of each bidder shall be enclosed and sealed in one
outer envelope. The Bidder should additionally submit soft copies of
the Technical Bid documents & Specifications in the form of CD
separately.
4.13.2 The inner and outer envelopes shall bear the Project Name as under:
a) Technical Bid :
b) The Price Bid envelope will bear the Project name as under
4.14.1 Bids should be received by the Bank at the address specified, not
later than the date & time specified in the Invitation to Bid.
4.14.2 The Bank may, at its discretion, extend this deadline for the
submission of Bids by amending the Bid Documents, in which case,
all rights and obligations of the Bank and Bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.
Any Bid received after the deadline for submission of Bids prescribed,
will be rejected and returned unopened to the Bidder.
4.16.1 The Bidder may modify or withdraw its Bid after the Bid’s submission,
provided that written notice of the modification, including substitution
or withdrawal of the Bids, is received by the Bank, prior to the
deadline prescribed for submission of Bids.
4.16.3 No Bid may be modified after the deadline for submission of Bids.
4.16.4 No Bid may be withdrawn in the interval between the deadline for
submission of Bids and the expiration of the period of Bid validity.
Withdrawal of a Bid during this interval may result in the Bidder’s
forfeiture of its Bid security.
4.17.3 Bids (and modifications sent) that are not opened at Bid Opening shall
not be considered further for evaluation, irrespective of the
circumstances. Withdrawn bids will be returned unopened to the
Bidders.
4.18.1 The Bank will examine the Bids to determine whether they are
complete as to the required formats, documents, reference letters
have been furnished, the documents have been properly signed, and
the Bids are generally in order.
4.18.2 Bank may, at its discretion, waive any minor infirmity, non-conformity,
or irregularity in a Bid, which does not constitute a material deviation.
4.18.3 The Bank will examine whether the Bid and the Bidder is eligible in
terms of Eligibility Criteria contained in Part 3 of the RFP.
4.18.4 The Bank will determine responsiveness of each Bid to the Bidding
Document. For purposes of these Clauses, a responsive Bid is one,
which conforms to all the terms and conditions of the RFP without
material deviations or reservations to the terms and conditions.
4.19.1 The Bank reserves the right to evaluate the bids on technical &
functional parameters including visit to inspect live site/s of the bidder,
interact with the banks whose reference letters are submitted. The
technical bids will be evaluated inter alia on the basis of the following
key criteria:
4.19.4 During evaluation of the Bids, the Bank, at its discretion, may ask the
Bidder for clarification of its Bid. The request for clarification and the
response shall be in writing, and no change in the prices or substance
of the Bid shall be sought, offered or permitted.
4.19.5 Bidders may be called to give presentation of their solutions with its
capabilities at their own cost, which will be taken into account for
technical evaluation of the Bidders.
4.20.1 Price bids submitted by only those Bidders who are eligible in terms
of the Eligibility Criteria and whose bids are evaluated by the Bank as
Technically responsive to the Technical specifications will be opened
4.20.2 The Bidders shortlisted / evaluated for opening of the Price Bids will
be informed of the date / time / Venue of opening of price bids.
4.20.4 After opening of price bids the prices will be declared to the bid
opening committee and representative of bidders present.
4.20.5 The Bank will evaluate the Price Bids with respect to any deviations
with respect to the conditions. The Arithmetical errors will be rectified
on the following basis:-
If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity,
the unit price shall prevail, and the total price shall be corrected.
If the Successful Bidder does not accept the correction of the
errors, its Bid will be rejected, and its Bid security may be
forfeited. If there is a discrepancy between words and figures,
the amount in words will prevail.
4.20.6 The Price quoted by responsive bidders, for the first slab of
transactions/ Lowest in case of lump sum quote will be compared to
arrive at the lowest Bidder (L1) .. All the Price bids after their
evaluation on the parameters mentioned in Part 7 of this RFP would
be arranged in ascending order and the L-1 Bidder would be
identified as one whose bid has been evaluated to be the lowest. For
the subsequent transaction slabs, L-1 bidder identified on the basis of
first slab will be negotiated to match the L-I price quoted by the other
bidders for other slabs.
4.21.1 No Bidder shall contact the Bank on any matter relating to its Bid, from
the time of opening of Price Bid to the time the Contract is awarded.
4.21.2 Any effort by a Bidder to influence the Bank in its decisions on Bid
evaluation, Bid comparison or contract award may result in the
rejection of the Bidder’s Bid.
4.22.1 The Bank will award the Contract to the successful Bidder who has
been determined to be eligible to qualify to perform the Contract
satisfactorily, and whose Bid has been determined to be responsive,
and is the lowest evaluated Bid as above.
4.23 Bank’s right To Accept Any Bid and to reject any or All Bids.
4.23.1 The Bank reserves the right to accept or reject any Bid /offer received
in part or in full, and to cancel the Bidding process and reject all Bids
at any time prior to contract of award, without thereby incurring any
liability to the affected or Bidder or Bidders or any obligation to inform
the affected Bidder or Bidders of the grounds for the Bank’s action.
4.23.2 After identification of L-1 Bidder, Bank will follow the internal
procedure for necessary approvals and thereafter proceed with
notification of award to L-1 Bidder.
4.23.3 Bank reserves the right to cancel the entire Bidding / procurement
process at any stage without assigning any reason whatsoever.
4.24.1 Prior to expiration of the period of Bid validity, the Bank will notify the
successful L-1 Bidder in writing or by e-mail, that its Bid has been
accepted.
4.24.2 Upon notification of award to the L-1 Bidder, the Bank will promptly
notify each unsuccessful Bidder and will discharge their Bid security.
4.25.1 The Bank will sent notification of award of contract to the successful
lowest Bidder that its’ Bid has been accepted.
4.25.2 Upon receiving notification of award of contract the L-1 bidder should
within 15 days shall sign the Contract Form as per Format 8.9
4.25.3 Signing of the Contract Form will constitute formation of the Contract
till the Service Level Agreement is executed between the Bank and
4.26.4 In the event of any contract amendment, the Vendor shall, within the 21
days from the date of such amendment (as relevant to the
Performance Security), furnish the amendment to the Performance
security, rendering the same valid for the duration of the Contract.
4.29 Insurance
4.31.1 The Vendor shall not, without the Bank’s prior written consent,
disclose the Contract, or any provision thereof, or any specification,
plan, drawing, pattern, sample or information furnished by or on
behalf of the Bank in connection therewith, to any person other than a
person employed by the Vendor in the performance of the Contract.
Disclosure to any such employed person shall be made in confidence
and shall extend only as far as may be necessary for purposes of
such performance.
4.31.2 The Vendor shall not, without the Bank’s prior written consent, make
use of any document or information for purposes of performing the
Contract.
4.31.3 Any document, other than the Contract itself, shall remain the
property of the Bank and shall be returned (in all copies) to the Bank
on completion of the Vendor’s performance under the Contract, if so
required by the Bank.
4.33 Inspection
4.33.1 The Bank reserves the right to carry out inspection by a team of Bank
officials, of any of the existing live installations of the Vendor referred
to in the Technical Bid or demand a demonstration of the solution
proposed on a representative model in bidder’s office.
4.33.2 Nothing stated hereinabove shall in any way release the Vendor of
any obligations under this contract.
Product Literature.
Operating manuals.
General Specifications.
Operations Reference manuals .
Messages manuals.
Manual for defining risks for various types of transactions.
Documentation on troubleshooting.
4.36.1 Penalties will be levied @ Rs 10000/- per hour for any downtime and
loss amount bank has suffered due to frauds taken place during that down
time, which ever is higher, after taking into account all the exclusions
provided in the above paragraph calculated on a monthly basis.
a) The total Penalty recoverable for down time , that is not maintaining the
uptime as per Service Level contract , will be the aggregate loss
suffered by the Bank due to fraud during that down time or the
minimum penalty as per the agreement, whichever is the higher..
Bank reserves the right to place order with the selected Vendor during
the validity of the contract, for any other channels also (present or
future) at the contracted rates and terms and conditions.
4.40.1 Bank reserves the right to cancel the entire / unexecuted part of
contract at any time without assigning appropriate reasons in the event
of one or more of the following conditions:
4.40.3 In case of breach of contract on part of the Vendor or the Bank, the
affected party shall serve notice of breach on the other party. The party
committing the breach shall, within 90 days of service of such notice
take adequate steps to remedy the breach, failing which the affected
party may enforce performance in accordance with applicable clauses
of the Agreement.
4.40.4 Upon breach of contract and after the expiry of the notice period, if the
Vendor fails to improve the performance and/or, does not take steps to
remedy the breach, the Bank will be compelled to cancel the contract
and invoke the Bank Guarantee.
The Bank may, at any time, terminate the Contract by giving written
notice to the Vendor if the Vendor becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the
Bidder, provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to
the Bank.
Bank will hold a review meeting with the responsible senior in rank
personnel of the selected vendor on monthly basis to review the project
implementation and operation. In case non satisfactory performance,
the successful bidder will be given time till the next monthly review to
improve the performance. If the bank is not still satisfied with the
performance, bank reserves the right to terminate the contract and
invoke the performance bank guarantee given by the bidder.
4.42.1 The Vendor or the Bank shall not be liable for default or non-
performance of the obligations under the contract, if such default or
non-performance of the obligations under this contract is caused by
any reason or circumstances or occurrences beyond the control of the
The Vendor or the bank, i.e. Force Majeure. For the purpose of this
clause, “Force Majeure” shall mean an event beyond the control of the
parties, due to or as a result of or caused by act of God, wars,
insurrections, riots, earth quake and fire, revolutions, floods, epidemics,
quarantine restrictions, trade embargos, declared general strikes in
relevant industries, satellite failure, act of Govt. of India, events not
foreseeable but does not include any fault or negligence or
4.43 Jurisdiction
All disputes would be subject to Indian laws and jurisdiction, and settled
at courts in Mumbai.
4.44 Audit
The bank at its discretion shall audit services of the Vendor by its
internal/external auditors. The cost of such Audit will be borne by the
Vendor. The Vendor is required to facilitate the same at no additional
cost.
4.45 Indemnity
4.45.1 The Vendor shall indemnify, protect and save the Bank against all
claims, losses, costs, damages, expenses, action suits and other
proceedings, resulting from any actions of the employees or sub-
contractors, agents of the Vendor.
4.45.2 The Vendor shall indemnify, protect and save the Bank against all
claims, losses, costs, damages, expenses, action suits and other
proceedings, resulting from infringement of any law pertaining to patent,
trademarks, copyrights etc. or such other statutory infringements in
respect of all the hardware and software used by them.
4.47.1 The Vendor shall be entirely responsible for all applicable taxes, duties,
levies, charges, license fees, road permits, etc. in connection with delivery of
products at site including incidental services and commissioning.
1. Installation of software and hardware for Fraud & Risk Monitoring and
Management solution as detailed in functional and technical requirement.
10. Go live
18. Bank will provide past three to six months data from CBS. FRM System
should
have capability of building Card holder’s profile with in their data base,
customer profile and keep on updating the same on daily basis.
Functional Requirement
The Fraud & Risk Monitoring and Management solution addresses fraud
detection /prevention techniques essential for Bank of India which act as an
acquirer and issuer. There would be pre-defined rules in the system to
monitor both the authentication and authorization of transactions. The system
should be flexible enough to add/delete /modify new rules, make modifications
to existing rule, create new reports as per requirements and fine tuning of the
system without sending the request for modification to the vendor.
General Requirement
addition to the above list as per the Bank requirement should not result in
major change / customization, and should be feasible to be handled through
configuration/parameter change.
5. Should check for URL tampering while the request is sent for and other
relevant information
10. The system should be able to detect fraud during authorization, store
valuable management information and provide audit trails.
11. The solution should assist in detecting suspicious activity and anomalous
changes in transaction activity patterns, and help reduce false-positive alerts it
should monitor fraud trends ,tolerable false positive rate is 20 to 1 and fraud
detection rate should be minimum 80%.
13. All the criteria of the monitoring module are configured by combining the
programmed rules of operations and variable parameters. The programmed
rules of operations may include the identification, by the system, of such
transgressions as the following:
o. card transaction initiated on multiple channels like ATM ,POS and the
same is not feasible with in the specified duration at all. Includes
cross channel fraud detection and point of compromises as noted
below.
The above are illustrative examples of detection scenarios desired and not an
exhaustive list.
15. The Solution should provide facility to bank to download different lists and
verify/cross check as to whether the new member is on the hotlist or blacklist
while on-boarding him.
16. The System should have peak hour transaction processing capacity of at
least 40 transactions per second, , which may be further expanded in case of
need by the Bank. System should have the facility for “ hold on” operations,
for period as per Bank’s requirement.
16. Vendor will be required to preserve all the past record in Archive and
latest six months record as current ( may be flexible as per Bank’s
requirement).
User Rights
1. System should be able to provide different types of rights and access to
various databases, reports and functionalities to different team , including:
Tie-up networks like NFS
Card schemes like Master, Visa, RuPay
Issuers( debit, credit ,prepaid)
Acquirers ( ATM, POS, Micro ATM , Payment Gateway , Mobile etc )
Third-party processors like bill-desk etc
2. The system should allow the admin to decide which databases & reports
can be accessed by which particular user of acquirer and issuer.
3. The system should allow the administrator to modify the rules at their end
rather than raising a request with the vendor. All the parameters of the
transactions should be available to write a rule as per the requirement of the
organization , including privilege user monitoring.
System should allow the administrator to monitor the addition of users done
by any one and monitor all user activities on regular basis and any deviation
should be intimated to TOP management
4. The system should allow members to upload the fraudulent data, mark
transactions as fraud and also access various reports from the system as
decided by the administrator.
Acquiring infrastructure
The solution should support the following for Merchant Acquiring:
Merchant transaction monitoring (Velocity) based on daily / cumulative
limits.
Excessive usage of international/domestic cards at merchant locations.
Identification of card on the run scenarios.
Ability to integrate other critical information like frauds reported,
retrieval requests, chargeback etc and set detection scenarios basis
certain thresholds.
Ability to place terminal level limits to monitor transactions at
merchants (real time / near real time).
Monitoring Key entry transactions. ( should not be allowed )
1. Solution should also support fraud detection scenarios from micro ATM
and ATM Acquiring perspective
2. Monitoring of transaction volumes (Velocity for number and value of
txns )
3. monitoring of pin changes within specified duration or during odd times
2. High Chargeback Program: The program may use the data from the
risk & fraud management system to monitor excessive charge backs
and fraud at all merchant locations.
3. Risk Alerts: The system’s risk engine should be able to build and
utilize highly detailed merchant and cardholder profiles together with
known historical fraud practices for statistical evaluation and rapid
detection of change in customary use patterns.
6. Online: The system should have a tool that can be used to view, add,
modify, delete, or confirm transaction information online.
Rules Requirements
10. Should have rule priorities defined basis which the alerts should get
queued
11. Transactions satisfying multiple rules should get prioritized / scored high
etc.
15. system should have the capability of pattern matching and anomaly
detection
16. Few of the rules that the risk engine should monitor & deploy to throw
alerts are mentioned as under:
Case Management
Transaction Enquiry
Fraud resolution queues through an automated system, with an option
of uploading & downloading files
To mark transactions as fraudulent in the system itself and stop the
transaction before fulfillment
Queuing can be done as per location if the risk team is de-centralized
2. The Solution should support exception file with multiple element/ fields
and/or support evaluation of combination of rules for e.g. the solution
should provide for applying rules with combination of multiple elements/
fields such as Card number + ATM ID or Card number + merchant ID +
location.
Reporting Requirement
3. The solution should have rich query mechanism to retrieve data related
to various financial/non-financial transactions emanating from different
channels and different formats.
6. The reporting module should provide for various reports and should
have facility for customization based on periodic requirements. An
indicative list of reports is below:
8. The reporting module should provide audit logs for rules added/
modified/deleted etc.
10. The system should maintain various databases, including the below.
The below list is indicative and not exhaustive.
3. The Solution should support evaluation of risk and send the risk score
and also should have ability to auto-respond i.e. accept or decline
based on the score arrived for a given transaction.
4. Upload facility for updating data from Clearing and Settlement system
to analyze chargeback data.
6. Upload of ACH and CTS data for analysis and necessary alerts
generation.
7. The data should be readily available to all the users in the last 1 year
for reference.
The service provider has to enter into a Service Level Agreement with the Bank.
The service provider shall give an undertaking to comply with all VISA and
MASTER CARD/NPCI regulations where ever applicable.
The Service provider should get the activities and or functions audited from time
to time as per the requirements of the Bank, VISA, Master Card, NPCI, Reserve
Bank of India or any other statutory body, where ever applicable. Cost of such
audit should be borne by the service provider throughout the period of
agreement. Bank will be the owner of all the data which is with the vendor and
will have authority to have access to this data for data mining, Bank will be
entitled for any access to vendor’s system and Bank’s data beyond the regular
reports are being sent by the vendor.
To,
The Assistant General Manager,
Bank of India,
Head Office,
Card Product Department
Bank Of India Building
4th Floor
70-80 Mahatma Gandhi Marg
Hutatma Chowk
Fort
Mumbai-400001,
Dear Sir
We refer to our offer letter dated -------- in response to the your captioned
RFP. We submit our price / commercial quotation as under:-
The rates quoted in second model will be fixed during the contract
period irrespective number of transactions/ Cases to be
investigated.
Bidders are required to quote the rates for both the Models, Bank
may decide to chose the after the bidding process. L-1 Bidder for
that model will be selected for awarding the contract.
Format 8.1
OFFER LETTER
(to be included in Technical Bid Envelope)
Date : ……………………………
To:
The Assistant General Manager,
Bank of India,
Head Office,
Card Product Department
Bank Of India Building
4th Floor
70-80 Mahatma Gandhi Marg
Hutatma Chowk
Fort
Mumbai-400001
Sir / Madam,
Price quoted in bid has been arrived without agreement with any other
bidder of this RFP for the purpose of restricting competition.
The prices in the bid have not been disclosed and will not be disclosed
to any other bidder of this RFP.
We have not induced nor attempted to induce any other bidder to
submit or not submit a bid for restricting competition.
We agree to abide by the Bid and the rates quoted therein for the contract /
order awarded by the Bank for a contract period from date of contract /
Service Level Agreement up to the contract period which shall remain binding
upon us.
Until a formal contract is prepared and executed, this Proposal, together with
your written acceptance thereof and your notification, shall constitute a
binding contract between us.
We understand that Bank is not bound to accept the lowest or any Bid that
may be received.
We also certify that we have not been blacklisted by any PSU Bank/IBA/RBI
during the last seven years.
_________________________________
________________________________
(Signature) (Name) (In the
capacity of)
Duly authorized to sign Bid for and on behalf of
_________________________________
3. Operational Details
3.1 Names of the Banks to whom the Bidder Enclose reference letters
provides fraud monitoring solution from the Banks
concerned with details of
no. of years the Service
To:
The Assistant General Manager,
Bank of India,
Head Office,
Card Product Department
Bank Of India Building
4th Floor
70-80 Mahatma Gandhi Marg
Hutatma Chowk
Fort
Mumbai-400001
Sir / Madam,
Outsourcing of Fraud Risk Monitoring and Management solutions for all
issuance ( Debit,Credit ,Prepaid )as well as acquiring business our RFP
ref no: BOI:HO:CPD:FRM:2014-15 /001dated 02.04/2014
We hereby certify that:
1. The systems offered and the services delivered for fraud monitoring and
management solution, the services of other service provider and
subcontractor proposed by us will operate effectively.
2. We further confirm that we accept full responsibility for its successful
operation.
3. We further undertake that we the single point of contact for any/all
purpose.
4. We further submit that we do have a back to back agreement with all the
vendors / subcontractors. We further submit that required uptime,
agreement to provide necessary support for the contract period for a is
available. We enclose documentary proof, copy of agreement with the
subcontractors or service providers.
Date : ……………………………
To:
The Assistant General Manager,
Bank of India,
Head Office,
Card Product Department
Bank Of India Building
4th Floor
70-80 Mahatma Gandhi Marg
Hutatma Chowk
Fort
Mumbai-400001
Sir / Madam,
(signature)
(in the capacity of)
Duly authorized to sign Proposal for and on behalf of
__________________________
To:
The Assistant General Manager,
Bank of India,
Head Office,
Card Product Department
Bank Of India Building
4th Floor
70-80 Mahatma Gandhi Marg
Hutatma Chowk
Fort
Mumbai-400001
Dear Sir,
We hereby extend our full guarantee and warranty for the Solution, Products
and services offered by the above firm against this Bid Invitation. We also
undertake to provide any or all of the following materials, notifications, and
information pertaining to the Products manufactured or distributed by the
Supplier :
a) Such Products as the Bank may opt to purchase from the Supplier,
provided, that this option shall not relieve the Supplier of any warranty
obligations under the Contract; and
b) in the event of termination of production of such Products:
i. advance notification to the Bank of the pending termination, in
sufficient time to permit the Bank to procure needed requirements;
and
ii. following such termination, furnishing at no cost to the Bank, the
We duly authorize the said firm to act on our behalf in fulfilling all installations,
Technical support and maintenance obligations required by the contract.
Yours faithfully,
(Name)
(Name of Manufacturer)
Note : This letter of authority should be on the letterhead of the manufacturer
and should be signed by a person competent and having the power of
attorney to bind the manufacturer. The Bidder in its Bid should include it.
CONTRACT FORM
Fraud
4. In consideration of Supply, installation and Commissioning of the
Risk Monitoring and Management solutions for all
issuance ( Debit,Credit ,Prepaid )as well as acquiring
business with Technical Specifications, Functionality and services
required by the Bank rendering in terms of the RFP No.
BOI:HO:CPD:FRM:2014-15 /001dated 05.04/2014 for which the Bank
shall pay the rental at Price as stated below:-
I
Signed, Sealed and Delivered by the
(Bank Guarantee will be renewed annually till the validity of contract period)
BANK GUARANTEE
AND WHEREAS, the Issuing Bank, at the request of the Vendor, agreed to
issue on behalf of the Vendor, Guarantee as above, for Rs. 75,00,000 only.
(b) Any notice / communication / demand from the Beneficiary to the effect
that the Vendor has failed to fulfil its commitments / obligations in respect of
such Services under the Agreement shall be conclusive, final & binding on the
Issuing Bank and shall not be questioned by the Issuing Bank in or outside
the court, tribunal, authority or arbitration as the case may be.
1. If the Bidder withdraws its Bid during the period of Bid validity specified by
the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its Bid by the
Purchaser during the period of Bid validity:
(a) fails or refuses to execute the Contract Form if required; or
(b) fails or refuses to furnish the performance guarantee, in accordance
with the Instruction to Bidders.
This guarantee will remain in force up to and including forty five (45) days
after the period of the Bid validity, i.e. up to ________, and any demand in
respect thereof should reach the Bank not later than the above date.
...................................
(Signature of the Bidder’s Bank)