Sie sind auf Seite 1von 59

BANK OF INDIA

REQUEST FOR PROPOSAL

Outsourcing of Fraud Risk Monitoring and Management


solutions for all issuance ( Debit, Credit ,Prepaid )as well
as acquiring business

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

PART 1 : INVITATION TO BID

Bank of India (along with sponsored RRBs), a leading nationalised Bank ,


having Debit Card base of App. 165.00 lacs, Credit Card base of 1.30 lacs,
prepaid card base of 0.25 lacs and POS terminals deployed app. 3200. The
average daily transaction through Debit cards 1100000 on an average,
through credit cards 5000 and transaction through POS terminals app 5000
,invites application from the eligible Bidders for providing end to end solution,
for monitoring suspected and fraudulent transactions through its cards
(Debit/Credit and prepaid existing as well as going to be launched in future.
As well as for existing acquiring systems ,POS terminals (GPRS as well as
Non GPRS) ATM / micro ATM , Mobile Banking or any other system ,Bank
may introduce in future such as Payment Gateway, M-Pos etc. The number of
Debit Cards are increasing by 3.00 to 3.50 lacs per month. No. of
transactions are likely to increase by 35-40 % per anum. System should be
capable to enhance its capacity as per Bank’s requirements ( for increase
business volume as well as new products also. The system will also monitor
the transaction being carried out by the cards issued/ acquiring system
installed on behalf of its sponsored Regional Rural Banks.

1.1 Request for Proposal

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.

1.2 ATM Switch and debit card auth host

RFP for fraud monitoring solutions Page 2 of 59


The ATM Switch of the Bank is IST Switch located at Bank’s Data Centre
(DC) in Navi Mumbai. This ATM Switch is being managed by FIS Payment
Solutions and Services India Pvt. Ltd. (FIS). The Switch functions of ATM
driving, authorization of debit cards will be carried out by the Bank’s existing
IST Switch. BOI Debit card base is 1.65 crore of master ,Visa , RuPay and
proprietary bins.

The Disaster Recovery (DR) ATM switch is installed at FIS Data Centre
located at Chennai.

1.3 Credit card Switch and POS driving

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.

1.4 Schedule of Bid submission / Address for communication

Date and Time of commencement 05/04/2014


of Sale of Bid Document
Last date for requesting any 12/04/2014
clarification
Pre-Bid Meeting of interested At Head Office, Card Product
Bidders Department (Address given as under)
Last Date and Time for Receipt of 21/04/2014
Bids at Bank of India Head office Address:
Assistant General Manager
Bank Of India ,
Card Product Department
Bank Of India Building
4th Floor
70-80 Mahatma Gandhi Marg
Hutatma Chowk
Fort
Mumbai-400001

RFP for fraud monitoring solutions Page 3 of 59


Date and Time of opening of 25/04/2014
Eligibility and Technical Bids
Date, Time & Place of opening of Will be advised separately.
and Price Bids for Eligible and
Technically Qualified Bidders
Contact Persons 2. Mr. Pradeep Kumar bajpai
Email ID for Queries / Clarification Asst . General Manager
e-mail
Pradeep.bajpai@bankofindia.co.in
2. Mr. Guldeep Bhatia
Deputy General Manager
e-mail
guldeep.bhatia@bankofindia.co.in

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.

RFP for fraud monitoring solutions Page 4 of 59


PART 2 : DISCLAIMER

a) The information contained in this RFP document or any information


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

b) This RFP is neither an agreement nor an offer and is only an invitation


by Bank to the interested parties for submission of bids. The purpose of
this RFP is to provide the Bidder(s) with information to assist the
formulation of their proposals. This RFP does not claim to contain all the
information each bidder may require. Each Bidder should conduct its
own investigations and analysis and should check the accuracy,
reliability and completeness of the information in this RFP and where
necessary obtain independent advice. 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.

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.

RFP for fraud monitoring solutions Page 5 of 59


PART 3 ELIGIBILITY CRITERIA

Sl. Criteria Documents to be submitted


No.
1. Bidder should be a registered Copy of the Certificate of
company in India under Companies Incorporation and Certificate
Act 1956 and should have been in of Commencement of
operation for a period at least two Business.
years as on date of RFP.
2. Bidder should have installed and /or Supported by documentary
managed fraud monitoring solution for evidence and also copies of
successfully for minimum 2 years the Service Contracts
,during last 3 years for at least 2 wherever entered. (The
Banks out of which at least 1 Bank Bank will consider the
should be public Sector Bank. (In arrangements to be firmed
case of companies which are in up only when documents
existence for less than three years the evidencing agreements
above requirement is applicable for signed or undertakings /
that period) commitments made are
submitted. Bidders who
have not firmed up
arrangements with other
vendors / subcontractors
are not likely to be
considered.) . Letter from
the concerned organization
confirming successful
implementation of fraud
monitoring solution for card
based transactions with
them, to be submitted with
following details –

 Name of the client


 Type of Model
 Scope of Project
 Name of the person
who can be referred to
from Clients’ side, with
Name, Designation, Postal
Address, Contact Phone
and Fax numbers, E-Mail
Ids, etc., (Attach copies of
purchase orders)

The Bank reserves the right


to inspect such installations
while evaluating the
Technical Bid.

RFP for fraud monitoring solutions Page 6 of 59


3. Bidder should have experience of Supported by letter of
deployment of monitoring and references with clarity as to
management solution of fraud solution the credentials of having
for card based transactions on Opex fraud monitoring solution
model/capex model monitoring and
management for banks .
Copies of the Service
Contracts wherever
entered.
4. Bidders should have firmed up Supported by documentary
arrangements for fraud monitoring evidence and also copies of
solutions and management solutions the Service Contracts
for cards issuance and acquiring and wherever entered.
must be performing monitoring and
management of frauds including but Provide address/s of
not limited to 24 X 7 monitoring, case Managed Service Centres
escalation, for at least debit and credit owned by the Bidder, if any.
platform
Provide name of the
Monitoring Tool used /
proposed to be used by the
Bidder.
5. Minimum annual turnover should not Audited Financial statements
be less than Rs. 50 Crores in the last to be submitted.
two financial year (2011-12 and 2012-
-13) as per audited financial
statements.

6. Bidder should have maintained Audited Financial


Positive Net worth during the last two statements to be submitted.
financial years i.e. 2011-12 & 2012-
13.

7. Bidder should have a disaster Documentary Proof with copy


recovery centre and business of Plan.
continuation plan in place.

8 PCI DSS certification/PADSS Copy of certificate


certification for vendor premises and
fraud solution respectively
8. Bidder should also have internal Copy of latest Audit Report.
control and audit measures in place.
Audit report from external auditor must
be submitted as a proof.

9. Bidder including any partner/director Self Certificate


or promoter should not have been
blacklisted by any PSU Bank /
IBA/RBI during the last five years.

RFP for fraud monitoring solutions Page 7 of 59


PART 4 : TERMS AND CONDITIONS OF CONTRACT (TCC)

4.1 Period of Contract

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.

4.2 Bid Document Availability and Cost of Bidding

4.2.1 Bid document availability

The Bidding Document may be obtained from the Bank as under or


downloaded from Bank’s Website http://www.bankofindia.co.in and the
bid should be submitted on or before the due date and time brought out
in the bidding document at the office of Bank Of India, Card product
department , Bank Of India Building, 4th Floor, 70-80 Mahatma Gandhi
Marg, Hutatma Chowk, Fort, Mumbai-400001

Bidders should note that all the information required by the Bank in RFP
needs to be provided. Incomplete information may lead to non-selection.

4.2.2 Cost of Bidding

A non refundable bid amount of Rs. 25,000/- to be paid by means of a


demand draft / pay order favouring "Bank of India - RFP-fraud
monitoring solutions for card related transactions ” payable in Mumbai
being cost of Bid document. The amount will not be refunded to any
prospective bidder under any circumstances including cancellation of
RFP or procurement process at any stage. If bid is downloaded from
website, the cost of the bid may be paid in a separate envelope while
submitting the Bid. Bids are liable to be rejected if the Bid Amount
demand draft / pay order is not received.

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.

4.3 Language of Bid

The Bid prepared by the Bidder, as well as all correspondence and

RFP for fraud monitoring solutions Page 8 of 59


documents relating to the Bid exchanged by the Bidder and the Bank
and supporting documents and printed literature shall be written in
English.

4.4 Bid Documents Submission requirement

4.4.1 Each bid shall be submitted in two parts ( one for Technical proposal
and one for Price Bid )

Part I- Technical Bid.

Part II- Price Bid

The two parts should be in two separate covers, each superscribed


with the name of the Project as well as “Technical Bid ” and “Price
Bid” as the case may be.

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.

4.4.3 Any inter-lineation, erasures or overwriting shall be valid only if they


are initialled by the person signing the Bids. The Bank reserves the
right to reject bids not conforming to above

4.5 Documents Comprising the Bid

4.5.1 Technical Proposal Envelope should contain following documents :

a. Offer Letter – Format 8.1


b. Conformity to Eligibility Criteria – Format 8.2
c. Bidder Organization details – Format 8.3
d. Track Record of operations – Format 8.4
e. Certificate of Single Point Responsibility for all sub-contracts
– Format 8.5
f. Undertaking for Scope of work – Format 8.6
conforming compliance to Scope of work as per PART 5 of
the RFP
g. Manufacturer’s Authorization – Format 8.7
h. Contract Form Format-8.8
i. Guarantee for Bid Security Deposit of Rs. 15 Lakh – Format
8.09
j. BOI Security Form Format-8.10
k. Conformity to compliance of TECHNICAL & FUNCTIONAL
SPECIFICATIONS (TFS) mentioned in Part 6 of the RFP –
Format PART 6
l. DD/Pay order of Rs. 25,000/- being cost of Bid document
l. All the supporting documents, reference letters as required

RFP for fraud monitoring solutions Page 9 of 59


for evaluating the responsiveness to the RFP requirement.
m. Any other documents for the information required as per the
terms of RFP.

4.5.2 While submitting the Technical Bid, literature on the software /


hardware if any, should be segregated and kept together in one
section / lot. The other papers like Bid Security, Formats as
mentioned above etc., should form the main section and should be
submitted in one lot, separate from the section containing literature
and annual accounts.

4.5. 3 Any Technical Proposal not containing the above will be


rejected. The Technical Proposal should not contain any price
information, such proposal will be rejected.

4.5.4 Document comprising Price Bid Envelope

a) The Commercial / Price Bid as per PART- 7 as furnished in the


Bidding documents duly signed by the Bidder and completed.

b) Price bids containing any deviations, variation or additional


clauses will be summarily rejected.

4.5.5 Bid Submission

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

Bids are liable to be rejected if only one (i.e. Technical Proposal or


Price Proposal) is received.

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.

4.6 The bidder is expected to examine all instructions, formats,


terms and specifications in the RFP Document. Failure to furnish all
information required or to submit a Bid not substantially responsive to the
RFP requirement will be at the Bidder’s risk and may result in the
rejection of the Bid.

4.7 Clarification of Bidding Document

Bidder requiring any clarification pertaining to the RFP Document may

RFP for fraud monitoring solutions Page 10 of 59


seek the same from the Bank in writing at the address mentioned in or
by e-mail as indicated in Invitation to Bid on or before 12/04/2014. E-
mail is considered as one of the valid mode of communication.

4.8 Amendment of RFP / Bidding Document

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.

4.8.3 In order to allow prospective Bidders reasonable time in which to take


the amendment into account in preparing their Bids, the Bank, at its
discretion, may extend the deadline for a reasonable period as decided
by the Bank for the submission of Bids.

PREPARATION OF BIDS

4.9 Bid Prices

4.9.1 The prices indicated in the Price Schedule shall be entered in the
following manner:-

a) The total price quoted should be inclusive of applicable taxes,


duties, levies, charges, Road Entry Tax, Octroi etc., as also cost
of incidental services such as transportation, insurance etc. but
exclusive of Service Tax applicable on the Vendor rentals / fees
payable to Government Authorities.

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.

4.9.3 However during the contract period if there is significant reduction in


the market prices of product / services delivered by the Vendor (due

RFP for fraud monitoring solutions Page 11 of 59


to govt. directive or any other reason) the benefit will have to be
passed on to the Bank.

4.10 Bid Currencies

Bids are to be quoted in Indian Rupees only.

4.11 Bid Security

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:

a) a Bank guarantee issued by a Public Sector / Reputed Private


Sector Bank in India (Other than Bank Of India), acceptable to the
Bank, in the as per Format 8.11 provided in the Bid, valid for forty-
five (45) days beyond the validity of the Bid.

OR

b) a Banker’s Cheque / Demand Draft, issued by a Scheduled


Commercial Bank in India, drawn in favour of Bank of India
payable at Mumbai.

4.11.5 Any Bid not secured, as above, will be rejected by the Bank, as non-
responsive.

4.11.6 Unsuccessful Bidders’ Bid security will be discharged or returned as


promptly as possible but not later than sixty (60) days after the
expiration of the period of Bid validity .

4.11.7 The successful Bidder’s Bid security will be discharged upon the
Bidder signing the Contract Form and furnishing the Performance
Security.

4.11.8 The Bid security may be forfeited:

a) if a Bidder withdraws its Bid during the period of Bid validity.

or

b) if a Bidder makes any statement or encloses any form which turns


out to be false/incorrect at any time prior to signing of Contract; or

RFP for fraud monitoring solutions Page 12 of 59


c) in the case of a successful Bidder, if the Bidder fails;

(i) to sign the Contract Form / SLA


or
(ii) to furnish Performance Security of Rs. 75.00 lacs

4.12 Period of Validity of Bids

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.

4.12.2 In exceptional circumstances, the Bank may seek the Bidders’


consent for extension of the period of validity. The request and the
responses thereto shall be made in writing. The Bid security provided
shall also be suitably extended. Bidder may refuse the request
without forfeiting its Bid security.

SUBMISSION OF BIDS

4.13 Sealing and Marking 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:

"Bank of India - RFP- For installation of fraud monitoring


and management solutions for issuance and acquiring
business of card related transactions
The Technical and Price Bids

a) Technical Bid :

"Bank of India - RFP- For fraud monitoring and management


solutions for issuance and acquiring business of card
related transactions—Technical Bid Ref: BOI/HO/CPD/ FRM
/2014-15/001 dated 02/04/2014”

b) The Price Bid envelope will bear the Project name as under

“Bank of India - RFP- For fraud monitoring and management


solutions for issuance and acquiring business –
Price Bid Ref: BOI/HO/CPD/ FRM /2014-15/001 dated
02/04/2014”

RFP for fraud monitoring solutions Page 13 of 59


4.13.3 If the outer envelope is not sealed and marked, the Bank will assume
no responsibility for the Bid’s misplacement or premature opening.

4.14 Deadline for Submission of Bids

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.

4.15 Late Bids

Any Bid received after the deadline for submission of Bids prescribed,
will be rejected and returned unopened to the Bidder.

4.16 Modification and Withdrawal of Bids

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.

4.16.2 The Bidder’s modification or withdrawal notice shall be prepared,


sealed, marked and dispatched. A withdrawal notice may also be
sent by Fax/ e-mail,, but followed by a signed confirmation copy,
postmarked, not later than the deadline 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.

Opening and Evaluation of Bids

4.17 Opening of Technical Bid by the Bank

4.17.1 The Technical Bids will be opened in the presence of representative


Vendors.

4.17.2 The Bidders’ names, Bid modifications or withdrawals and the


presence or absence of requisite Bid Security and such other details
as the Bank, at its discretion, may consider appropriate, will be
announced at the time of technical Bid opening. No bid shall be

RFP for fraud monitoring solutions Page 14 of 59


rejected at the time of Technical bid opening, except for late bids,
which shall be returned unopened to the Bidder.

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 Preliminary Examination

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.

4.18.5 The Bank’s determination of a Bid’s responsiveness will be based on


the contents of the Bid itself, without recourse to extrinsic evidence.

4.19 Technical Evaluation

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:

a) PCI DSS certification /PA DSS Certifications for the fraud


solution proposed
b) Bench marking done for the same application
c) Ability of the fraud monitoring and management solution to
meet functional (transactional) requirements outlined in this
document.
d) Bidder’s owned and its subcontractor's support facilities
e) Project management capabilities of the Bidder
f) Bidder’s experience and expertise with respect to the delivery of
Scope of work laid down in the RFP
4.19.2 Bidders who fulfil all qualifications mentioned in Part 3 of Eligibility
Criteria of this RFP are eligible to participate in this tender process.

RFP for fraud monitoring solutions Page 15 of 59


4.19.3 Bank reserves the right to waive any of the Technical and Functional
Specification during technical evaluation if in the Bank’s Opinion it is
found to be minor/deviation or acceptable deviation.

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 Opening of Price Bids

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.

4.20.3 The Price Bids will be opened in presence of the representative of


the eligible bidders.

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.

RFP for fraud monitoring solutions Page 16 of 59


4.21 Contacting the Bank

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 Award of Contract Criteria

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 Notification of Award

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 Signing of Contract

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

RFP for fraud monitoring solutions Page 17 of 59


the Vendor.
4.25.4 Failure of the successful Bidder to sign the contract and return it to the
Bank within 15 days from the date of award of contract shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the Bid security.

4.26 Performance Security

4.26.1 The Performance Security shall be denominated in Indian Rupees


and shall be by way of Bank Guarantee issued by a Public / Private
Sector Bank of repute in India (Other than Bank of India), acceptable
to the Bank in the Format 8.10.

4.26.2 The successful Bidder shall provide on an annual basis a Performance


Bank Guarantee from a reputed public sector or private sector bank
of Rs. 75,00,000.00 (Rupees Seventy Five lacs Only) within 30 days
of signing the Service Level Agreement. Performance Bank
Guarantee will be annually renewable through the period of contract
with a claim period of 3 (three) months. Format of Performance Bank
Guarantee is as per Form 8.10 of the RFP.

4.26.3 The proceeds of the Performance Security shall be payable to the


Bank as compensation for any loss resulting from the Vendor’s failure
to complete its obligations under the Contract or Bank incurring a loss
due to any fraudulent transaction which is not detected by the
solution due to any deficiency in the solution software/ working or any
other reason, which the solution is supposed to detect. In the event of
non-performance of obligations the Bank shall be entitled to cancel
the contract and invoke the Performance Bank Guarantee without
notice or right of demur to the Vendor apart from the other provisions
of cancelling the order in terms of the RFP.

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.

4.27 Pre-Bid Meeting

It has been decided to hold a Pre-Bid Meeting on 15/04/2014 at 3.30


p.m.., at Bank’s Head Office, CPD Department at address given in
the Part Invitation to Bid of this RFP. Bidders are requested to send
their queries relating to RFP to our office by e-mail (e-mail addresses
given on 4th page) well in advance (latest by 10/04/2014 up to
5.00p.m), so that the same could be addressed during the Pre-Bid
meeting with interested Bidders. The required clarifications will be
given by way of addendum to RFP and placed on Bank’s web-site as
corrigendum to RFP.

RFP for fraud monitoring solutions Page 18 of 59


4.28 Publicity

Any publicity by the Vendor in which the name of the Bank is to be


used will be done only with the explicit written permission of the Bank.

4.29 Insurance

It is the sole responsibility of the Vendor to obtain adequate insurance


cover for the hardware/software infrastructure deployed for
implementation of the project. The Vendor is responsible to reimburse
the Bank the loss of Cash in case of fraud without waiting for
settlement of Insurance claim.

4.30 Service Level Agreement

The selected Vendor shall enter into Service Level Agreement,


containing all the Terms and Conditions of this RFP including
confidentiality, non-disclosure, IPR related clauses, with the Bank for a
contract period from the date of execution / effective date to 5 years .

4.31 Use of Contract Documents and Information

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.

4.32 Patent Rights

4.32.1 In the event of any claim asserted by a third party of infringement of


copyright, patent, trademark, industrial design rights, etc., arising

RFP for fraud monitoring solutions Page 19 of 59


from the use of the Goods or any part thereof in India, the Vendor
shall act expeditiously to extinguish such claim. If the Vendor fails to
comply and the Bank is required to pay compensation to a third party
resulting from such infringement, the Vendor shall be responsible for
the compensation to claimant including all expenses, court costs and
lawyer fees. The Bank will give notice to the Vendor of such claim, if it
is made, without delay. The Vendor shall indemnify the Bank against
all third party claims.

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.

4.34 Manuals / Documentation

4.34.1 Before the deployment of solution is accepted by the Bank, the


successful bidder shall provide Design and architecture of the solution ,
System Manual, Operations Manual and Security Manual .
.

4.34.2 Documentation should be comprehensive & include:

 Product Literature.
 Operating manuals.
 General Specifications.
 Operations Reference manuals .
 Messages manuals.
 Manual for defining risks for various types of transactions.
 Documentation on troubleshooting.

4.35 UPTIME CALCULATION

4.35.1 Uptime of 99.95% is calculated as accessibility / availability of the fraud


solution for all types of transactions supported. Availability should be
for the performance of all transactions that are supported by the
ATM,POS ,Internet ,micro ATM, Payment Gateway ,Mobile banking etc

4.35.2 Installation of fraud monitoring solution is of critical importance for the


Bank and therefore, its response should not impact the performance of
the delivery channel originated transactions TAT or transactions being
monitored by fraud solution .

RFP for fraud monitoring solutions Page 20 of 59


4.36 PENALTY FOR NON MAINTENANCE OF UP-TIME

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.

4.38 CAP ON PENALTY

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..

4.39 ADDITIONAL monitoring requirement for other channels

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 TERMINATION OF CONTRACT:

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:

a) Undue delay in Implementation of the Project beyond the


specified periods owing to the Vendor
b) Non satisfactory performance of the Vendor during
implementation and operation.
c) Failure to integrate / implement the project as per the
requirements of the Bank.
d) Serious discrepancies noted in the implementation of the project
e) Breaches in the terms and conditions of the Order.
f) The average availability in three consecutive months of fraud
monitoring solution is less than 98% .
g) Deployed Solution Is not capable of identifying 80%of frauds in
any month or the false positive rate is more than 22% for
consecutive 3 months or in a year .

h) The vendor becomes bankrupt / 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.

RFP for fraud monitoring solutions Page 21 of 59


4.40.2 In addition to the cancellation of the contract, the Bank reserves its
right to invoke the Performance Bank Guarantee given by the bidder.

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.

4.40.5 Termination for Insolvency

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.

4.41 REVIEW MEETING

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 FORCE MAJEURE

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

RFP for fraud monitoring solutions Page 22 of 59


carelessness on the part of the parties, resulting in such a situation. In
the event of any such intervening Force Majeure, either party shall
notify the other in writing of such circumstances and the cause thereof
immediately within five calendar days. Unless otherwise directed by the
Bank, the Vendor shall continue to perform/render/discharge other
obligations as far as they can reasonably be attended/fulfilled and shall
seek all reasonable alternative means for performance affected by the
Event of Force Majeure.
4.42.2 In case of FORCE MAJEURE, the time for performance shall be
extended by a period(s) not less than the duration of such delay. If the
duration of delay continues beyond a period of 60 days , the Bank and
the Vendor shall hold consultations with each other in an endeavor to
find a solution to the problem. Notwithstanding above, the decision of
the Bank shall be final and binding on the Vendor.

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.

4.45.3Any loss/damage/costs suffered by the Bank on account of any third


party liability attributable directly to the equipments deployed by the
Vendor and/or its Services shall be borne/reimbursed by the Vendor.
The Bank disclaims any liability or responsibility in this regard. In
addition to the above, if any wrong or fraudulent withdrawal is found to
be effected, attributable to the software/hardware of the CDs and/or
any other equipment of the Vendor, the Vendor shall be liable for the
direct consequences thereof.

RFP for fraud monitoring solutions Page 23 of 59


4.46 Compliance with Statutory and Regulatory Provisions

It shall be the sole responsibility of the Vendor to comply with all


statutory and regulatory provisions while delivering / undertaking the
services mentioned in this RFP.

4.47 Taxes and Duties

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.

4.47.2 Income / Corporate Taxes in India:


The Vendor shall be liable to pay all corporate taxes and income tax
that shall be levied according to the laws and regulations applicable
from time to time in India and the price bid by the Bidder shall include
all such taxes in the contract price.

4.47.3 Tax deduction at Source:

Wherever the laws and regulations require deduction of such taxes at


the source of payment, the Bank shall effect such deductions from the
payment due to the Vendor. The remittance of amounts so deducted
and issuance of certificate for such deductions shall be made by the
Bank as per the laws and regulations in force. Nothing in the Contract
shall relieve the Vendor from his responsibility to pay any tax that may
be levied in India on income and profits made by the Vendor in respect
of this contract.

PART 5 : SCOPE OF WORK FOR SERVICES AND DELIVERABLES

The broad scope of work under this RFP is as follows:

1. Installation of software and hardware for Fraud & Risk Monitoring and
Management solution as detailed in functional and technical requirement.

2. Implementation of Fraud & Risk Monitoring and Management solution at


test, primary site with high availability and disaster recovery site.

4. Configuring /parameterization / customization of solution as per Banks


requirement. Assisting the Bank in preparing the rules as per the best
practices in the industry.

5. Assist Bank in development of scoring model for Fraud Risk Management


Solution. And fine tuning of the same on an ongoing basis with advanced
Technolgy like fuzzy logic/neural network based

6. Testing of the solution before moving to production to understand the


performance deviations and to reduce the number of false positives and FAR

RFP for fraud monitoring solutions Page 24 of 59


7. Complete documentation including technical, operations, user manuals etc.

8. Comprehensive training to bank staff.

9. Support for Launch of services

10. Go live

11. Post Implementation support including AMC and facility management.

12. Escrow of fraud and risk monitoring and management software

13. Benchmarking of proposed solution if desired by Bank ,

14. Deployment of 24 X 7 monitoring team with skilled man power for


monitoring the alerts and take call as per Bank directions, given to them.
Monitoring team should have the capacity to understand the gravity of the
alert, and take a call to either to block the transaction / call the card
holder / ME through phone or e-mail and then allow the transaction as
per Bank’s directives. Team will also be responsible to attend the inbound
calls from registered mobile/ e-mail id of the card holder and then take
appropriate action as per Bank directives.

15. Deployment of adequate infrastructure for contacting the card holder/


account holder and ME.

16. Deployment of adequate infrastructure to receive the calls from card


holder/ account holder and ME.

17. Deployment of adequate man power to investigate any fraudulent


transaction, assigned by the Bank.

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

RFP for fraud monitoring solutions Page 25 of 59


1. The solution should support all the issuing and acquiring transactions from
the following channels ATM ,POS, Payment Gateway, Internet , Micro ATM,
Mobile ,IVR etc. present as well as in future whatever channels are being
chosen for accepting card transactions (including virtual card) and incase if
Bank plans to extend this solution for any of the domains like NACH etc.,
which may involve card or not .Addition to the above list should not result in
major change / customization, and should be feasible to be handled through
configuration/parameter change. And help Bank in developing new models as
per the industry best practices

2. The solution should support all of the following payment / Acquiring


instruments
 Card(Debit, Pre-paid and Credit with all variants)
 POS/Payment Gateway
 Account number
 UID number
 mobile number

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.

3. Support multi-institution/multi channel/ multi-currency/ multi-


participant/ configuration wherein issuance /acquiring infrastructure can opt
for anti-fraud services. The solution should be able to integrate with any of
the Banks existing/future Fraud Management Systems like NPCI fraud
monitoring system and VISA /Master /CBS or any other if Bank wishes to go

4. Should be able to restrict/allow transactions based on IP address, city,


country, ZIP Code, and any other geographic variables, terminal id (POS /
ATM / URL / mobile number / UID etc). It should also be possible to define
any dynamic variable which could be part of overall message set for
restricting / monitoring transactions

5. Should check for URL tampering while the request is sent for and other
relevant information

6. Should support velocity checks and behavioral anomalies.

7. The solution should be able to recognize/ identify the transaction


characteristics by product/ channels/ transaction type/ POS entry mode (EMV,
Magnetic Stripe, MOTO, E-Commerce, Terminal Entry Capabilities/ Card
media type/IVR etc) or any other specified/available data field and apply
specific risk and fraud rules. And collect data for future purpose for each
channels

8. The solution should be capable of identifying the country of origin and


destination based on defined parameters and filters the transaction through
country specific regulations.

RFP for fraud monitoring solutions Page 26 of 59


9. The solution should have provisions for hosting country specific risk
assessment and fraud monitoring rules and apply the same at the time of
transaction passing through the solution.

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%.

12. The Solution should have a comprehensive monitoring capability. Every


operation must be verified according to risk criteria defined by a set of rules,
with statistical model. Rules include those pre-set parameters in rule
configuration. Solution should provide dashboard to see the trends and the
trends as well as monitoring of performance.

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:

a. Transactions across multiple countries/ geographies within specified


time frame.

b. Multiple transactions / concentration of usage at the same merchant or


group of merchants especially high risk MCCs. And monitoring of MCC
chargeback rates

c. Operations which decrease the card account's amount/balance/limit


available by a certain percentage of the original amount. Rules based
on utilization of credit limit immediately on issue of card.

d. Repeated and successive attempts to execute an operation with a card


instrument with corresponding decreases in the amount requested
within a set time interval.

e. Repeated unsuccessful attempts at entering PIN

f. The characteristics of the location of an operation, such as country


merchant category, merchant.

g. The responses to certain transgressions, such as blocking a card or


notifying the card owner of a performed operation.

RFP for fraud monitoring solutions Page 27 of 59


h. Every transaction must be given a score, based on the rules defined in
Fraud &Risk Monitoring and Management System.

i. System should support other fraud solution deployed by bank to set


their rules and parameters.

j. Unusual large withdrawals/purchases/different location/country or even


repetitive small transactions

k. Support rules which may place a threshold on the amount requested


during an operation or on the number of operations. When this limit is
exceeded, the system will consider the operation to be suspicious.

l. Should support detection of pre-authorizations & authorizations and


assign risk scores accordingly for approval or decline of the transaction

m. Should support inactive BIN monitoring for inactive and non-issued


Accounts.

n. Should manage risk at the portfolio level in real-time/near real-time.

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.

 Should be able to manage risk at a portfolio level in real time


 Should support multiple fraud scoring models. Should be able to have
customized fraud scoring model to manage the unique risk profile of
each of the portfolios
 Should be able to interface with authorization systems and processes
to address improper transactions before, during or immediately after
they occur.
 Should be able to develop enterprise case management with
parameterized workflow
 Support cross border/multi-currency transactions.
 Support behavioral analysis, environmental profiling and predictive
detection techniques for high-risk CNP which may be 3d secured or
VBV or not and Internet/Mobile transactions.
 Support Network (wire line and wireless) related frauds (Internet/
Mobile/ MOTO/ IVRS etc) based on IP or detection of anomaly in
transaction content due to MitM or MitB attacks. The solution should
support the ability to track behavior based upon IP address and device
id

RFP for fraud monitoring solutions Page 28 of 59


 The solution should support all types of card(
Debit/Credit/Prepaid/virtual ) transactions e.g. magnetic stripe,
EMV,PIN/Signature, NFC/Contact/Contactless, biometric etc.
emanating from various devices/channels such as all types of ATMs
and POS devices, kiosks, micro ATMs, IVR/MOTO, Mobile
(GSM/CDMA) Internet/e-Commerce (with/without multifactor
authentication) etc.
 Support analysis of common point of compromise (CPC) and also
possible points of compromise. It should also have the capability to de-
dupe and provide suspect compromised accounts basis the identified
point of compromise.
 The Solution should support split transactions i.e. two leg transactions
(Credit and Debit) in case of C2C or P2P transfer transactions. The
solution should support single transactions with two account-level
entities involved, and allow for behavioral information on both accounts
to be fetched by the system.
 The Solution should support analysis of POS i.e base 1 clearing and
settlement data with any particular reason code such as fraudulent
transactions etc and monitor excessive charge backs merchant
wise/ATM wise.
 The Solution should be capable of analyzing credits flowing through as
refund transactions. (including POS devices initiating refund without
original transactions
 The Solution should be capable of analyzing credits flowing through
merchant after onboarding the programme and checking for merchant
risk based on the expected volume and value of txns The Solution
should support monitoring/tracking of transactions originating from pre-
defined card/account/mobile/URL/device for a particular period and
provide required reports.
 Capability to import data (Fraud/Dispute related) from other systems
such as clearing and dispute management systems and apply custom
rules for generation of MIS/Reports.
 Ability to monitor Transactions on the same card, account, mobile
device, or customer across different merchants across different
geographies in the network
 Identification of transactions across various geographic locations from
the same card, account, customer
 The system should support sending referral responses (instead of
approve/decline) if the acquiring banks decide basis some criteria pre-
defined in the system.
 System should be support rules to auto block the card for subsequent
transactions based on some criteria like more than three txns with low
ticket value so far etc and an option to manually remove post
investigations/analysis.
 System should not store /display sensitive information like CVV / Pin /
Authentication data etc. which is part of the transaction data.
 The Fraud & Risk Monitoring and Management solution must be PCI
DSS/ PA DSS compliant. Certificate needs to be shared with Bank on
regular ( at least annually) basis i.e. period of certification as per card

RFP for fraud monitoring solutions Page 29 of 59


scheme .in case of non compliance of the same ,entire liability of the
breach shifts to the vendor .

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 )

RFP for fraud monitoring solutions Page 30 of 59


 Transactions across different merchants across geographies in the
network.
 Monitoring of fall back transactions and charge back levels at cross
channel and all levels

The solution should support the following for ATM:

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

4. Detection scenarios basis error codes generated, reversals etc.


5. Identification of transactions across various geographic locations from
the same card.
6. Abnormal transactions origination from same ATM ,with international
cards or domestic cards continuously based on behavior pattern

Fraud Monitoring Programs :

They system should support various integrated fraud monitoring programs,


including the below indicative list

1. Merchant Audit Program: This program would identify merchants that


are in violation of the excessive fraud rule and have an unusually high
fraud-to-sales volume.

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.

4. Common Point of Purchase (CPP): The system should be able to


identify merchant locations at which account data may have been
compromised and subsequently used to effect fraudulent transactions
at other points of interaction.

5. Fraud Report Generator: The system should have a fraud reporter


tool to enable both issuers and acquirers to run standard reports.
Reports should contain up-to-the-second data, reported in real-time,
and should be generated immediately or on a schedule established by

RFP for fraud monitoring solutions Page 31 of 59


the user to allow the member to quickly identify current fraud trends
and problem areas or merchants.

6. Online: The system should have a tool that can be used to view, add,
modify, delete, or confirm transaction information online.

Rules Requirements

1. Capability of applying fraud rules in real-time, offline, batch mode and at


end of the day.(Prepackaged rules/custom rule templates must be
available).

2. Ability to set rules based on trans - memory which could include


cumulative count of transactions/ amount etc over rolling 90 days.

3. Support activation or de-activation of duly simulated rules real-time. The


process needs to have appropriate audit trails, etc., to track these
changes to the authorization path.

4. Capability to detect/ prevent application/ configuration of duplicate rules.

5. Support Parameterized, flexible and customizable risk and fraud rules to


cater to bank requirements.

6. The Solution should support addition/ creation/ updation/ deletion of


new fraud/ risk rules/ patterns without necessitating any major
customization at source level.

7. Application of rules or multiple rules or using combination of negative


list etc should not severely impact response time/performance.

8. Should not have any restrictions on type of rules/number of rules that


can be set up.

9. The Solution should support nesting of different conditions/rules to


arrive at desired rules wherever logically feasible.

10. Should have rule priorities defined basis which the alerts should get
queued

11. Transactions satisfying multiple rules should get prioritized / scored high
etc.

RFP for fraud monitoring solutions Page 32 of 59


12. Should support flexibility to assign alerts basis rule priority, score,
amount of transactions, risk category etc.

13. Should support auto rule deployment / un-deployment basis weekends,


holiday’s etc i.e.it should auto deploy rules built for weekends and
festive season and un-deploy normal rules.

14. Appropriate rules to enable early detection and deflection of frauds at


merchant level, ATM and other channels from acquiring perspective.

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:

 IP checks: De-duplication Fraudulent IPs and decline transactions


 Velocity checks
 Device authentication checks
 Risk Scoring based on rules deployed to accept or reject transactions
 Country/ Geographic de-duplication
 Skimming alerts
 High transaction amount alerts
 Unusual transaction pattern which Includes low repetitive amounts, or
only authorizations with no settlements. Also provision to import black lists
and share intelligence on threats across providers
 Behavioral change in the customer’s transactions
 Transaction limits at card level, BIN level & merchant level ,account
level etc
 monitor rule performance so can eliminate those that stop working etc

Case Management

1. It should support pre-configured case templates, automated


correspondence generation, and a case visualization interface.

2. Workflow should help on the following:

 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

RFP for fraud monitoring solutions Page 33 of 59


3. The system should offer functionality where users can review work
items sent to the system automatically prior to appending to an existing
case, creating a new case, or closing the work item.

4. Automated case creation, coupled with automated case enrichment


based on history data.

5. The system should support preparation of customized reports specific


to cases, to help users to meet MIS and any statutory reporting
requirement.

6. The system should support disposal of cases.

7. The system should support interactive dashboards that enable


management to analyze operational performance of investigative
functions and recognize trends to provide improved oversight and
governance of risk management practices.
8. System Should support investigations, link analysis, integration of
customer reference data and external threat intelligence data or data
from other applications.

9. Automated routing of alerts to appropriate investigative units.

10. Real-time generation of an unalterable audit trail.

Negative Database / List Requirements

1. Support maintenance of negative/positive lists of merchants/


customers/ cards etc.

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.

3. These lists should be made available for rule building with


combinations.

4. The list maintenance should be made dynamic whereby there is a


flexibility to add any authorization / authentication field data by
mentioning the field name & the field value which can be used in rule
building.

Reporting Requirement

1. System should support comprehensive fraud and risk reporting in


desired formats (e.g. Performance of rules, performance of analyst,
scoring etc). Report should be available in any format like- pdf, xls,
html etc. The report format must be flexible to customize and can run

RFP for fraud monitoring solutions Page 34 of 59


on multiple templates. System should assist Bank in policy
development and should have capability to develop and test rules
before putting them into production.
2. The system should have capacity for any policy development and the
ability to develop and test rules before putting them into production.

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.

4. Should have ability to generate various report as per regulators /


statutory requirements

5. Should have ability to generate dynamic fraud analysis reports about


fraud trends/patterns and provide fraud analysis.

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:

 Acquirer fraud summary by industry, merchant, MCC, region etc.


 Issuer fraud summary by industry, MCC, region etc.
 Issuer Chargeback report by Card type, card variant etc.

7. The system should support comprehensive and customizable


management dashboard.

8. The reporting module should provide audit logs for rules added/
modified/deleted etc.

9. The reporting module should provide analysis reports on the action


taken part like number of alerts handled per analyst, time taken per
alert etc.

10. The system should maintain various databases, including the below.
The below list is indicative and not exhaustive.

 Database of fraudulent IPs/country specific frauds


 Database of fraudulent websites/phishing websites
 Database of Contact details of all merchants and ATMs
 Database of Blacklisted merchants
 Database of HCP
 Database of Fraudulent transactions reported
 Database of skimmed card/locations/merchants

Online Scoring Requirements

RFP for fraud monitoring solutions Page 35 of 59


1. The System should support calculation of risk score and should have
ability to apply/send risk score along with the transaction/message
online and ensure to get the relevant data back to Bank that went into
the score calculation

2. The system should be able to decline or send the transaction for a


referral incase the risk score is beyond a threshold as decided by bank.

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. The Solution should facilitate parameterized setting of various rules &


algorithms for online risk scoring based on various factors, including
card type, MCC, amount etc.

5. The Solution should be able to do online risk scoring based on the


issuer’s model (i.e. different issuers may have different scoring
methodology)

6. Maximum transaction response time for online scoring should be ≤ 250


milliseconds. The average response time should be ≤ 100 milliseconds.

7. System should support 100% real-time scoring of authorization


requests and pre authorization requests

8. System should support 100% real-time processing of ATM non


monetary transactions (such as balance enquiries ,change in pin etc.)

Alert Management Requirements

1. The Solution should have comprehensive alerts management with


severity as per set parameters and send the same to addressees by
SMS, E-mail, IVRs or off-line through messages/reports etc.

2. Manual generation of alerts should be supported.

3. The solution should have in-built auto-escalation capability in case


alerts are not responded within stipulated timeframe.

Data Upload / Interfacing Requirements

1. Bulk uploads facility for uploading card/ customer/ merchant profile


when required.

RFP for fraud monitoring solutions Page 36 of 59


2. The vendor should provide interface APIs.

3. The Solution should be capable of interfacing with authorization


Switch, CTS System, ACH System and any other off-line/back office
systems like Clearing Systems/Dispute Management Systems to
fetch/integrate/ consolidate the data for analytics.

4. Upload facility for updating data from Clearing and Settlement system
to analyze chargeback data.

5. Support uploads of XML and other files/messages such as


txt/ASCII/CSV/ ISO 8583/ ISO 20022/other standard and proprietary
formats.

6. The solution should have ready interfaces for the following:


a. Fixed file format
b. Fixed file based transaction (separator based records).
c. ISO 8583 based Advice message (0120 message from Switch).
d. ISO 8583 based Financial (0200) / Authorization (0100)
message from Switch.
e. Fixed file from Clearing and Settlement and Dispute
Management System.

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.

8. 24 * 7 support monitoring and call escalations vendor should deploy


sufficient skilled and qualified manpower to monitor the transaction and
in consultation with bank’s team to action against deviation or alerts .

5.11 MIS Report

Fraud monitoring Performance of Managed Services with


1. solutions Performance stress on call logging and escalations
Report
Availability Report Availability trend analysis, causes of
2. downtime, chronic CDs, action plan for
improving availability
Deviations on the transaction and action
3. Alerts report taken against them

4. Incident report Monthly /daily weekly basis incident


reports

RFP for fraud monitoring solutions Page 37 of 59


 Providing M.I.S. Reports to the Bank regarding all above mentioned activities in
Electronic as well as printed form at periodical intervals as stipulated by the Bank
from time to time, in addition to banks requirement , Reports are required for
regulator and card schemes and any departments of the Bank . Bank reserves
the right to change the format and or periodicity of the reports / data or request
additional reports / data any time. Any additional information required by the Bank
at any unscheduled time should be generated and supplied.

 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.

RFP for fraud monitoring solutions Page 38 of 59


PART 7 : PRICE BID FORMAT

Bidders should submit the Price Bid in the following format :-

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

Your RFP No. BOI:HO:CPD:FRM:2014-15 /001dated 02.04/2014 for


Outsourcing of Fraud Risk Monitoring and Management solutions for
all issuance ( Debit, Credit ,Prepaid ) as well as acquiring business .
-------------------------------------------------------------------------------------------

We refer to our offer letter dated -------- in response to the your captioned
RFP. We submit our price / commercial quotation as under:-

7.1 Model-I Price Quoted per transactions basis

For issuance/acquiring (per 1000 transactions) Rs.


1. Up to 12.5 lacs transactions per day.
2. Above 12.50 lacs and up to 15.00 lacs
lacs transactions per day.
3. Above 15.00 lacs and up to 17.50 lacs
transactions per day.
4. Above 17.50 lacs and up to 20.00 lacs
transactions per day.
5. Above 20.00 lac transactions per day.

Per Case Investigation Rs.

RFP for fraud monitoring solutions Page 39 of 59


Model 2.Monthly/Daily Lump sum basis (Irrespective of transactions)

For issuance /Acquiring both together Rs.

For Case Investigation Rs.

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.

RFP for fraud monitoring solutions Page 40 of 59


PART 8 - FORMATS AND ANNEXURES

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,

Your RFP No. BOI:HO:CPD:FRM:2014-15 /001dated 02.04/2014 for fraud


monitoring solution
--------------------------------------------------------------------------------------------

Having examined the captioned tender document, the receipt of which is


hereby duly acknowledged, we, the undersigned, offer to provide “Fraud
monitoring and management solution for issuance and acquiring” in
conformity with the Terms and Conditions of the captioned RFP and at the
prices offered as per the Price bid and is made part of the bid / this offer.

While submitting this bid, we certify that:

 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 undertake, if our Bid is accepted, to provide in accordance with the


Scope, specifications, terms and conditions and schedule of installation
specified in the RFP document.

RFP for fraud monitoring solutions Page 41 of 59


If our Bid is accepted, we will obtain the guarantee of a Public Sector /reputed
Private Sector Bank for the due performance of the Contract, for an amount of
Rs. 75.00 lacs (Rupees Seventy Five Lacs Only)- for the entire contract
period in the format prescribed by the Bank.

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 undertake that, in competing for (and, if the award is made to us, in


executing) the above contract, we will strictly observe the laws against fraud
and corruption in force in India namely “Prevention of Corruption Act 1988”.

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.

Dated this ....... day of ............................ 2014

_________________________________
________________________________
(Signature) (Name) (In the
capacity of)
Duly authorized to sign Bid for and on behalf of
_________________________________

RFP for fraud monitoring solutions Page 42 of 59


Format 8.2
Conformity To Eligibility Criteria
(Please attach documentary evidence of compliance)

Sl. Criteria YES / NO


No. List of Documents
submitted
1. Bidder should be a registered
company in India under Companies
Act 1956 and should have been in
operation for a period at least two
years as on date of RFP.

2. Bidder should have installed and /or


managed fraud monitoring solution for
successfully over a period of two
years during last 3 years for at least 2
Banks put together out of which 1
Bank should be public Sector Bank.
(In case of companies which are in
existence for less than three years the
above requirement is applicable for
that period)
3. Bidder should have experience of
deployment of monitoring and
management solution of fraud solution
for card based transactions on OPEX
model
4. Bidders should have firmed up
arrangements for fraud monitoring
solutions and management solutions
for cards issuance and acquiring and
must be performing monitoring and
management of frauds including but
not limited to 24 X 7 monitoring, case
escalation, for at least debit and credit
platform

5. Minimum annual turnover should not


be less than Rs. 50 Crores in the last
two financial year (2011-12 and 2012-
13) as per audited financial
statements.

6. Bidder should have maintained


Positive Net worth during the last two
financial years i.e. 2011-12 & 2012-
13.

RFP for fraud monitoring solutions Page 43 of 59


7. Bidder should have a disaster
recovery centre and business
continuation plan in place.

8. PCIDSS certification /PADSS


certification for vendor premises and
fraud solution respectively
9. Bidder should also have internal
control and audit measures in place.
Audit report from external auditor must
be submitted as a proof.

10. Bidder should not have been


blacklisted by any PSU Bank /
IBA/RBI during the last five years.

RFP for fraud monitoring solutions Page 44 of 59


Format 8.3
Bidder Organization Details

Details filled in this form must be accompanied by sufficient documentary


evidence, in order to facilitate the Bank to verify the correctness of the
information.

Sl.No Item Details


1. General Details
1.1 Name of Company
1.2 Postal Address
1.3 Telephone, mobile, Website address and Fax
numbers
1.4 Constitution of the Company
1.5 Nature of activity
1.6 Details of ownership
1.7 Holding company or parent company
1.8 Key persons with contact details
1.9 Name and designation of the person authorized
to make commitments to the Bank
1.10 Email Address
1.11 Date of Incorporation in India, commencement Enclose Copy of
of Business & Years in the line of Business Certificate of
Incorporation
1.12 Sales Tax/VAT Number Enclose Sales Tax / VAT
registration copy
1.13 Income Tax Number Enclose Company’s PAN
Card copy and the latest
Income-tax Clearance
letter
1.14 No. of Engineer on roll who are familiar with
fraud monitoring solutions
1.14 Brief description of facilities of the organization
for undertaking the services
2. Financial Details
2.1 Annual Turnover (2011-12 and 212-13) Copy of Audited Balance
Total Turnover Sheet/ Annual report
Out of which: : fraud related Indian operations

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

RFP for fraud monitoring solutions Page 45 of 59


is provided by the Bidder,
Nature of the Service
3.2 Place of data Centre:
Owned or Hosted:
Operational since:
How many channels and Banks being handled:
How many no. of channels capable of handling:
3.3 Details of Managed Services Disaster
Recovery Site
3.5 Whether blacklisted for deficiency in
services by any Public Sector Bank in the
past and if so, the year:
3.7 Place of Call Centre/Help Desk managed
How many seats proposed for the Bank
If Call Centre not available, what is the
alternate arrangement
3.8 Whether certification is obtained for card Enclose copy of the
schemes like PCI DSS etc certificate
3.9 Names of sub- contractors for call center
operations with whom
agreement is in place/ will be done

RFP for fraud monitoring solutions Page 46 of 59


Format 8.4
Track Record of Past Operations

Name of the Vendor ___________________________________________

Service Sl. Name of the Client No of Period of Contact


Offered channe service person of
ls (in years) the Client with
being Name, Tel.
service No., Fax No.,
d From To Address
Fraud 1
monitoring 2
solution
3
deployment
Call center 1
related 2
activities 3
2

RFP for fraud monitoring solutions Page 47 of 59


Format 8.5

Certificate of Single Point Responsibility for all Sub-contracts

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.

Dated this ....... day of ............................ 20__


_________________________________
________________________________
(signature) (in the
capacity of)

Duly authorized to sign Proposal for and on behalf of


_________________________________
Note: The certificate is applicable if bidder offers the products / services
through other service provider / subcontractor.

RFP for fraud monitoring solutions Page 48 of 59


Format 8.6
Undertaking for Scope of Work

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,

Outsourcing of fraud monitoring and management


solutions for issuance and acquiring business
RFP Ref: No. BOI:HO:CPD:FRM:2014-15 /001dated
02.04/2014
1. We certify that we have carefully examined the Scope of Work stipulated
in Part 5 of the captioned RFP floated by you
2. We commit to provide services of installation and managed services for
fraud monitoring and management solution for a minimum period of 5 years.
3. We hereby undertake to deliver services in its entirety as per the Scope
stipulated inter-alia under following descriptions:-

a) Fraud monitoring for the items listed in item no 5


b) Periodically defining new or updating the existing rules
c) 24*7 monitoring support and call center activities
d) MIS Report generation
e) Compliance of statutory and other responsibility
f) Case Investigation as per Bank requirements

4. However the above undertaking is with following exceptions (Please


specify the area of scope which the Bidder will not be able deliver as per RFP
requirement)

(signature)
(in the capacity of)
Duly authorized to sign Proposal for and on behalf of
__________________________

RFP for fraud monitoring solutions Page 49 of 59


Format 8.7

MANUFACTURERS' AUTHORIZATION FORM


No. 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
Dear Sir,

Your RFP Ref: BOI/HO/CPD/FRM/2014-15/001 dated 02/04/2014

We who are established and reputable


manufacturers of ________________________ having factories /
development facilities at (address of factory / facility) do hereby
authorize M/s ___________________ (Name and address of Agent) to submit
a Bid, and sign the contract with you against the above Bid Invitation.

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

RFP for fraud monitoring solutions Page 50 of 59


blueprints, design documents, operations manuals, standards,
source codes and specifications of the Products, if requested.

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.

RFP for fraud monitoring solutions Page 51 of 59


Format 8.8

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20__.


Between .......................... (Name of Bank) (hereinafter called "the Bank") of
the one part and ..................... (Name of Vendor) of ......................... (City and
Country of Bidder) (hereinafter called "the Vendor") of the other part :

WHEREAS the Bank invited Bids forFraud Risk Monitoring and


Management solutions for all issuance ( Debit, Credit
,Prepaid )as well as acquiring business and has accepted a Bid
of the vendor for Fraud Risk Monitoring and Management
solutions for all issuance ( Debit, Credit ,Prepaid )as well
as acquiring business in the sum of .............................. (Contract Price
in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same


meanings as are respectively assigned to them in the Conditions of
Contract referred to.

2. The following documents of RFP No.:BOI:HO:CPD:FRM:2014-15


/001dated 05.04/2014 shall be deemed to form and be read and
construed as part of this Agreement, viz.:

a) Terms and Conditions of Contract (TCC)


b) Scope of Work
c) Technical & Functional Specifications (TFS)
d) Price Bid
e) Bank's Notification of Award;

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:-

RFP for fraud monitoring solutions Page 52 of 59


Model-1 Per transaction basis

For issuance/acquiring Rs.


6. Up to 12.50 lacs transactions
per day.
7. Above 12.50 lacs and up to
15.00 lacs transactions per day.
8. Above 15.00 lacs and up to
17.50 lacs transactions per day.
9. Above 17.50 lacs and up to
20.00 lacs transactions per day.
10. Above 20.00 lac transactions
per day.

Per Case Investigation

Model 2. Fixed per month basis

Rate Per month irrespective of no. of Rs.


transaction (For Issuance /Acquiring( both
together) Business)
(Inclusive of all taxes, duties, levies and
exclusive of Service tax)

For Case Investigation (per Case)

4 Neither party shall disclose the confidential information to a third party.


The parties will, at all times, maintain confidentiality regarding the contents of this
Agreement and proprietary information including any business, technical or
financial information.

RFP for fraud monitoring solutions Page 53 of 59


IN WITNESS whereof the parties hereto have caused this Agreement to be
executed in accordance with the respective laws the day and year first above
written.

I
Signed, Sealed and Delivered by the

said ..................................................... (For the Bank)

in the presence of:.......................................

Signed, Sealed and Delivered by the

said ..................................................... (For the Vendor)

in the presence of:.......................................

RFP for fraud monitoring solutions Page 54 of 59


Format 8.9

(Bank Guarantee will be renewed annually till the validity of contract period)

BANK GUARANTEE

This Guarantee is made at …………. on this ……… day of……………… by


…………………, having its Registered / Head Office at
………………………………… (hereinafter called the “ Issuing Bank”, which
expression shall, unless repugnant to the context or meaning thereof, shall
mean and include, its successors and permitted assigns) in favour of Bank of
India a body corporate constituted under Banking Companies (Acquisition and
Transfer of Undertakings) Act, 1970 having its Corporate Office at Star
House, C-5, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400
051 (hereinafter called “the Beneficiary”, which expression shall, unless
repugnant to the context or meaning thereof, shall include its successors and
assigns)

WHEREAS ………………………………, a company registered under the


Companies Act, 1956, having its Registered Office at
…………………………………… (hereinafter called the “Vendor”, which
expression shall, unless repugnant to the context or meaning thereof, shall
mean and include its successors and permitted assigns) has executed the
AGREEMENT FOR OUTSOURCING OF Fraud Risk Monitoring and
Management solutions for all issuance ( Debit, Credit
,Prepaid )as well as acquiring business dated --------------
(hereinafter referred to as the “Agreement”) between Bank of India (the
Beneficiary) & ------------- (the Vendor) to deploy Fraud Risk Monitoring and
Management solutions for all issuance ( Debit, Credit ,Prepaid )as well as
acquiring business along-with the related managed and other services, for the
Beneficiary, as set out in the said Agreement (hereinafter referred to as the
“said Contract”).

AND WHEREAS, in accordance with terms and conditions of the Agreement,


the Vendor is required to furnish a Bank Guarantee for a sum of Rs.
75,00,000/- (Rupees Seventy Five Lacs only) for due performance of their
obligations as regard to provision of Fraud Risk Monitoring and
Management solutions for all issuance ( Debit,Credit
,Prepaid )as well as acquiring business to be installed by ----------
------ and related managed and other services to the Beneficiary, guaranteeing
payment of the said amount of Rs. 75,00,000/- only to the Beneficiary. Such
Bank Guarantee is required to be valid upto ------------------------, plus 3 months
claim period.

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.

RFP for fraud monitoring solutions Page 55 of 59


NOW THIS GUARANTEE WITNESSETH THAT

1. (a) In consideration of the Beneficiary having awarded the said Contract to


the Vendor we, the Issuing Bank, hereby unconditionally and irrevocably
guarantee that the Vendor shall fulfil its commitments and obligations in
respect of such Services under the Agreement and in the event of the Vendor
failing to perform / fulfil its commitments / obligations in respect of such
Services under the Agreement, we, the Issuing Bank, shall on mere
demand(s), from time to time from the Beneficiary pay the Beneficiary
forthwith the sums so demanded by the Beneficiary in each of the demands,
subject to a cumulative maximum amount of Rs75,00,000 only) without
protest or demur or without reference to the Vendor and not withstanding any
contestation or existence of any dispute whatsoever between the Vendor and
the Beneficiary.

(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.

2. We, the Issuing Bank, HEREBY FURTHER AGREE & DECLARE


THAT:

a. Any neglect or forbearance on the part of the Issuing Bank to the


Beneficiary or any indulgence of any kind shown by the Issuing Bank to
the Vendor or any change in the terms and conditions of the said
Agreement shall not, in any way, release or discharge the Issuing Bank
from its liabilities under this guarantee.
b. This Guarantee herein contained shall be distinct and independent and
shall be enforceable against the Issuing Bank, notwithstanding any
Guarantee or Security now or hereinafter held by the Beneficiary at its
discretion.
c. This Guarantee shall not be affected by any infirmity or absence or
irregularity in the exercise of this Guaranteeing by and / or on behalf of the
Issuing Bank or by merger or amalgamation or any change in the
constitution or name of the Issuing Bank.
d. This Guarantee shall not be affected by any change in the constitution of
the Beneficiary or the Vendor or winding up / liquidation of the Vendor,
whether voluntary or otherwise.
e. This Guarantee shall be a continuing guarantee during its validity period to
the extent of cumulative maximum amount mentioned herein and the
Beneficiary shall be within its rights to invoke the Bank Guarantee any
number of times..
f. Notwithstanding anything contained herein above:

RFP for fraud monitoring solutions Page 56 of 59


i. The Issuing Bank’s overall liability under this Bank Guarantee shall
not exceed Rs. 75,00,000/- only);
ii. This Bank Guarantee shall be valid up to ----------------;
iii. The Issuing Bank is liable to pay the guaranteed amount or any part
thereof under this Bank Guarantee only and only if the Beneficiary
serves the Issuing Bank claim or demand on or before ----------------
iv. The Issuing Bank has, under its constitution, powers to give this
guarantee and Shri …………………………………. (signatories)
Official(s) / Manager(s) of the Issuing Bank who has / have signed
this guarantee has / have powers to do so.

IN WITNESS WHEREOF the Issuing Bank has caused these presents to be


signed at the place and on the date, month and year first hereinabove written
through its duly authorized official.

Signed and Delivered )


__________________ )

RFP for fraud monitoring solutions Page 57 of 59


Format 8.10
BID SECURITY FORM

Whereas........................... (hereinafter called “the Bidder”) has submitted its


Bid dated...................... (date of submission of Bid) for the supply
of................................. (name and/or description of the Products/system)
(hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE..................... (name of bank)


of.................. (name of country), having our registered office at..................
(address of bank) (hereinafter called “the Bank”), are bound unto
………………. (hereinafter called “the Purchaser”) in the sum of
_______________________for which payment well and truly to be made to
the said Purchaser, the Bank binds itself, its successors, and assigns by
these presents. Sealed with the Common Seal of the said Bank this ____ day
of _________ .

THE CONDITIONS of this obligation are:

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.

We undertake to pay the Purchaser up to the above amount upon receipt of


its first written demand, without the Purchaser having to substantiate its
demand, provided that in its demand the Purchaser will note that the amount
claimed by it is due to it, owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

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)

RFP for fraud monitoring solutions Page 58 of 59


Note: Presence of restrictive clauses in the Bid Security Form such as suit
filed clause/clause requiring the Bank to initiate action to enforce the claim
etc. will render the Bid non-responsive.

RFP for fraud monitoring solutions Page 59 of 59

Das könnte Ihnen auch gefallen