A L L A H A B A D B A N K

SECURITY DEPARTMENT

HEAD OFFICE: 2 NETAJI SUBHASH ROAD,

KOLKATA – 700001, INDIA

REQUEST FOR PROPOSAL (RFP) FOR

EMPANELMENT CUM RATE CONTRACT WITH VENDORS

FOR

FOLLOWING CATEGORIES OF NOTE SORTING MACHINES FOR THE BANK

HEAVY DUTY NOTE SORTING MACHINES (4+1/4+2 Pockets),

HEAVY DUTY NOTE SORTING MACHINES (3+1 Pockets),

DESKTOP NOTE SORTING MACHINES (2+1 Pockets)

DESKTOP NOTE SORTING MACHINES (1+1 Pockets)

IMPORTANT DATES

DATE OF ISSUE OF RFP : 22.06.2017, 11:00 h onwards

LAST DATE OF SUBMISSION OF RFP : 20.07.2017 by 11:00 h

DATE OF PRE-BID MEETING : 11.07.2017 at 15:00 hrs at

Allahabad Bank, HO, Kolkata

DATE OF OPENING OF RFP

(TECHNICAL BID) : 20.07.2017 at 15:00 hrs

RFP Ref. No HO: SEC: NSM: 2017-18:03 Dated 22/06/2017

CONTENTS

SECTION / SUBJECT / PAGE NO.
I. / INVITATION FOR BIDS / 3 - 5
II. / INSTRUCTIONS TO BIDDERS / 6 - 18
III. / TECHNICAL SPECIFICATIONS FOR EQUIPMENT
& ACCESSORIES / 19 - 31
IV. / FORMS / 32 - 53

SECTION – I

INVITATION FOR BIDS (IFB)

IFB: HO: SEC: NSM: 2017-18:03 DATE: 22.06.2017

1.  ALLAHABAD BANK, having countrywide presence, intends to empanel vendors, on rate contract basis, for procurement of Note Sorting cum Fake Note Detection Machines from time to time, by Head Office/ Zonal Offices of the Bank. The empanelment will be for a period of three years. The rate contract will be on yearly basis. The expected numbers of machine to be procured during the empanelment period is

4+2/4+1 pocket – 30 Nos.

3+1 pocket - 50 Nos.

2+1 pocket - 200 Nos.

1+1 pocket - 300 Nos.

However, the actual procurement number may go up.

2.  Allahabad Bank now invites sealed bids (in two bid system) from eligible bidders for procurement and also empanelment of vendors for the following types of Note Sorting cum Fake Note Detection Machines. The procurement of items envisages supply, installation, commissioning and maintenance of the equipment, to be installed at various Currency Chests/ Branches throughout India.

3.  Interested bidders, if desire further information, may obtain the same from Allahabad Bank, Head Office, Security Department, 2, Netaji Subhash Road, Kolkata – 700001.

4.  A complete set of Request for Proposal (RFP) may be purchased by interested bidder(s) on submission of a written application, to Allahabad Bank, Head Office, Security Department, 2 Netaji Subhash Road, Kolkata – 700001 during office hours on all working days in person from 22.06.2017 to 18.07.2017 between 11 am to 4 pm upon payment of non-refundable fees of `10,000/- in the form of Demand Draft or Banker’s Cheque drawn on any Scheduled/Commercial Bank payable at Kolkata in favour of Allahabad Bank. The bidder(s) who will be purchasing the RFP in their name(s) only are eligible for submission of bid. RFP downloaded from Bank’s website (www.allahabadbank.in) will be accepted if otherwise found eligible & accompanies non-refundable fees of `10,000/- in the form of Demand Draft or Banker’s Cheque drawn on any Scheduled/Commercial Bank payable at Kolkata in favour of Allahabad Bank.

5.  The bidder shall furnish Earnest Money Deposit (EMD) of

5.1

a)  `15 lakh (Rupees fifteen lakh only) for HDNSM (4+1/4+2 pockets)

b)  `10lakh (Rupees ten lakh only) for HDNSM (3+1 pockets)

c)  `25 lakh (Rupees twenty five lakh only) for DTNSM (2+1 pockets)

d)  `10 lakh (Rupees ten lakh only) for DTNSM (1+1 pockets)

(by way of Demand Draft drawn on any scheduled/commercial bank and payable at Kolkata.)

5.2  No interest is payable on EMD.

5.3  EMD can also be submitted in the form of irrevocable Bank Guarantee. The Bank Guarantee should have validity for a period of 240 days from the last date of opening the technical bid. The format for submission of EMD in the form of Bank Guarantee shall be as per Annexure –“M”.

5.4  The EMD should be placed in the Technical Bid only.

5.5  The EMD of the bidders not qualified under Technical Bid and unsuccessful bidder in the financial bid will be returned.

5.6  The EMD of the successful bidder shall be returned within 15 days after signing of agreement and depositing of Security Deposit as per terms & conditions of the RFP by the bidder.

5.7  The EMD may be forfeited/Bank Guarantee may be invoked in the following instances:

5.7.1  If the bidder withdraws or amends the bid during the period of bid validity specified in this document.

5.7.2  If the successful bidder fails to sign the agreement and/or fails to furnish Performance Guarantee/Security Deposit in accordance with the terms within 14 days from the date of receipt of the Purchase Order from the Bank.

6.  The details are as follows:

6.1 Bid reference number HO: SEC: NSM: 2017-18:03

6.2 Price of RFP (Cost of the RFP documents) `10000.00 each

6.3 Bid Security (Earnest Money)

a)  ` 15 lakh (Rupees fifteen lakh only) for HDNSM (4+1/4+2 pockets)

b)  `10 lakh (Rupees ten lakh only) for HDNSM (3+1 pockets)

c)  `25 lakh (Rupees twenty five lakh only) for DTNSM (2+1 pockets)

d)  `10 lakh (Rupees ten lakh only) for DTNSM (1+1 pockets)

6.4 Date of Commencement of sale of RFP 22.06.2017 at 1100 h IST

6.5 Date and time of Pre-bid meeting 11.07.2017 at 1400 h IST

6.6 Last Date and time for receipt of RFP 20.07.2017 at 1100 h IST

6.7 Date and time of opening of Technical Bids 20.07.2017 at 1500 h IST

6.8 Place of Opening of Bids Allahabad Bank,

Head Office

Security Department

2, Netaji Subhash Road,

Kolkata-700001
6.9 Address for Communication As above

Tel: 033-2210 3553

Fax: 033-2242 4624

E-mail:

7.  All bids must be submitted giving full particulars in sealed envelopes at the above address in separate envelope for Technical and Commercial bids. Envelopes containing Technical Bid and Commercial Bid must be super scribed in bold letters on it.

8.  The Technical Bids will be opened first. Bidders’ representatives may choose to attend on the specified date and time. No separate communication will be sent in this regard. If any bidder or his authorized representatives are not present even then Bank can open bids. Only the technically qualified bids will be taken up for further evaluation on commercial considerations and empanelment.

9.  Stress/strain/verification/trial run/ on the job performance of the Machines, which is the part of Technical Evaluation, shall be considered for 5-10 days and the performance of the machine will be assessed by a Committee formed by the Bank in this regard before it is considered to be technically qualified. The above stress/strain/verification/trial runs/ on the job performance will be taken at any of the Bank’s branches/offices/currency chest/s at the expenses of the bidder tentatively as per time/date given by Bank. However, date, time and place for the same will be communicated separately to each eligible bidder for technical evaluation in due course.

10.  No further discussion/interface will be entertained to bidders whose bids have been technically disqualified.

11.  Allahabad Bank is not bound to accept the lowest bid and reserves the right to accept or reject in part or full of any or all the offers without assigning any reasons whatsoever.

12.  This RFP is neither an agreement nor an offer for invitation to perform work of any kind to any party. The purpose of this RFP is to provide information to the interested parties to assist them in preparation of their bids. While Allahabad Bank has taken due care in preparation of the information contained therein, and believe it to be complete and accurate, neither it nor any of its authorities or agencies nor any of its officers, employees, agents or advisors give any guarantee or make any representations, expressed or implied, as to completeness or accuracy of the information contained in this document. Further, Allahabad Bank does not claim that the information is exhaustive. Respondents to this RFP are required to make their own inquires/surveys and will be required to confirm, in writing, that they have done so and they did not rely solely on the information in RFP. Allahabad Bank is not responsible if no due diligence is performed by the Bidders.

13.  Allahabad Bank reserves the right not to proceed with the Tender and/or withdraw the Notice for Tender or to change the configuration of the Note Sorting cum Fake Note Detection Machine or any of the terms and conditions of the Tender, alter the time table reflected in this document or change the process and procedure to be applied. Allahabad Bank also reserves the right to decline to discuss the Tender further with any bidder.

14.  No reimbursement of cost or expenses of any type or on any kind will be paid to persons or entities submitting their bid or in connection therewith.

Chief Manager (Security)

Allahabad Bank, HO. Kolkata

SECTION –II

INSTRUCTIONS TO BIDDERS (ITB)

1.  INTRODUCTION:

1.1  Allahabad Bank, a body of corporate constituted under the Banking Companies (Acquisition and Transfer of undertaking) Act. 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata – 700001, hereinafter called “The Purchaser”, which term or expression unless excluded by or repugnant to the context or meaning thereof, shall be deemed to mean and include its successors and assignee, intends to issue this bid documents, hereinafter called Request for Proposal or RFP, to the vendors to participate in the competitive bidding towards the project specified in the Bid Data-Sheet, as per specifications, in terms and conditions provided in the RFP.

1.2  The document is meant for the exclusive purpose of bidding as per the terms; conditions and specifications indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued.

2.  ELIGIBILITY CRITERIA/ PRE- QUALIFICATION CRITERIA:

A bidder would be required to satisfy the following requirements for being eligible for participation in the bidding process:

2.1  The bidder should have country-wide presence. They must be having offices in at least ten out of fifteen under noted cities:

Ahmedabad, Bhopal, Bhubaneswar, Chandigarh, Chennai, Guwahati, Hyderabad, Jaipur, Kolkata, Lucknow, Mumbai, New Delhi, Patna, Ranchi and Varanasi (Submit list with address).

The bidder should enclose proof in support of all Pre-qualification criteria while submitting the Bid Proposals, Bidders not meeting the eligibility criteria and not submitting proof of the same will not be considered for further Technical Evaluation and the Bid may be considered as technically non-responsive. Bank will not entertain any correspondence on this issue and Bank’s decision will be final.

a)  To bid for Heavy Duty Note Sorting Machine (4+2/ 4+1 pockets)

1)  The bidder should have at least three years experience in supplying (4+2 / 4+1 pocket) Note Sorting Machines to Public Sector Banks/Scheduled Commercial Banks in India/Reserve Bank of India (RBI) as on 31.03.2017.

2)  The net worth of the bidder/vendor should be positive & should have not incurred any cash loss in the last three financial years i.e., 2014-15, 2015-16 & 2016-17. The CA certifying Annual Financial Statements of the Company should also certify this criterion. For 2016-17 provisional certificate will also be accepted. The bidder should have an average sales turnover of `10Crore in Note Sorting Machine for last three financial years. Chartered Accountant certified statement confirming the average turnover from sale of Note Sorting Machine for last three years.

3)  The bidder should have supplied minimum 1000 Note Sorting Machines (any/all categories put together) during last five years ending 31.03.2017 to Public Sector Banks/ Scheduled Commercial Banks in India/Reserve Bank of India (RBI). Among those 1000 Note Sorting Machines, the bidder should have supplied at least 100 nos. of 4+2 / 4+1 pocket category or above category Note Sorting Machines in last 3 years till 31.03.2017.

4)  Satisfactory installation and performance reports issued by the Bank’s Offices/branches where above machines are installed shall be enclosed.

5)  Manufacturers Authorization Form (MAF) also to be submitted.

6)  If the bidder is not the Original Equipment Manufacturer (OEM) but only an Authorized dealer, it should have a valid authorization letter from the OEM to deal/market the machine in India.

7)  The bidder should have valid registrations with income tax, sales tax and other required agencies.

8)  OEM should authorize only one vendor to participate with one particular model. If two vendors quote same model, both the participants will be disqualified.

b)  To bid for Heavy Duty Note Sorting Machine (3+1 pockets)

1)  The bidder should have at least three years experience in supplying (3+1 pocket) Note Sorting Machines to Public Sector Banks/Scheduled Commercial Banks in India/Reserve Bank of India (RBI) as on 31.03.2017.

2)  The net worth of the bidder/vendor should be positive & should have not incurred any cash loss in the last three financial years i.e., 2014-15, 2015-16 & 2016-17. The CA certifying Annual Financial Statements of the Company should also certify this criterion. For 2016-17 provisional certificate will also be accepted. The bidder should have an average sales turnover of `10Crore in Note Sorting Machine for last two financial years. Chartered Accountant certified statement confirming the average turnover from sale of Note Sorting Machine for last three years.

3)  The bidder should have supplied minimum 1000 Note Sorting Machines (any/all categories put together) during last five years ending 31.03.2017 to Public Sector Banks/ Scheduled Commercial Banks in India/Reserve Bank of India (RBI). Among those 1000 Note Sorting Machines, the bidder should have supplied 100 nos. of 3+1 pocket category or above category Note Sorting Machines in last 3 years till 31.03.2017.

4)  Satisfactory installation and performance reports issued by the Bank’s Offices/branches where above machines are installed shall be enclosed.

5)  Manufacturers Authorization Form (MAF) also to be submitted.

6)  If the bidder is not the Original Equipment Manufacturer (OEM) but only an Authorized dealer, it should have a valid authorization letter from the OEM to deal/market the machine in India.

7)  The bidder should have valid registrations with income tax, sales tax and other required agencies.

8)  OEM should authorize only one vendor to participate with one particular model. If two vendors quote same model, both the participants will be disqualified.