You are on page 1of 39

1 | P a g e

Punjab National Bank




REQUEST FOR
PROPOSAL
FOR SUPPLY,
INSTALLATION AND
MAINTENANCE OF
E-SURVEILLANCE SYSTEM
AT ATM SITES ON RENTAL
BASIS.





I T DIVISION
5, SANSAD MARG, NEW DELHI

2 | P a g e


TABLE OF CONTENTS



Sr. No. Subject Page No.
1. Bid Details.
2. Bidders Undertaking
3. Instructions To Bidder
4. Scope Of Work
5. Pre-Qualification Criteria For Bidders (Annexure-I)
6. Term And Conditions (Annexure-II)
7. Bidders Information (Annexure-III)
8. Compliance Statement (Annexure-IV)
9. Service Support Details (Annexure-V)
10. Performance Statement(Annexure-VI)
11. Functional Specifications Of E- Surveillance system (Annexure VII)
12. Check List (Annexure-IX)
13. Commercial Statement (Annexure-X)
14. Area Wise Requirement (Annexure XI)
15. Undertaking (Annexure XII)

Following terms are used in the document interchangeably to mean:

1. RFP means this RFP document
2. Tender means RFP response documents prepared by the bidder and submitted to
Bank.




































3 | P a g e



1.
Date of
commencement of
Bidding Process.
12/08/2013


2.
Last date and time
for receipt of
queries from bidders
for Clarifications
21/08/2013 Time : 16.00Hrs


3.
Date of pre bid
meeting.
23/08/2013 Time : 11:00 AM

4
Last date and time
for Hash submission.
09/09/2013 Time : 16.00 Hrs

5.
Last date and time
for online bid
submission
10/09/2013 Time : 14.00 Hrs

6.
Date and Time of
Technical Bid
Opening
11/09/2013 Time : 11.00 AM

7.
Place of opening of
Bids
Punjab National Bank, Information Technology Division, Head
Office, 5 Sansad Marg, New Delhi 1
8.
Address for
communication
As above
9. Cost of RFP
Rs.5,000/- (Five thousand only) Non-refundable in to be credited
to our income account through NEFT. Proof of NEFT to be
submitted at the time of physical bid submission. The account details
are as follows:
Account No. 0153002200175673 ( 16 digits)
IFSC Code : PUNB0015300
Bank & Branch : Punjab National Bank, Sansad Marg, New Delhi -110
001
Imprest account HO IT Division
10. EMD
Rs.10,00,000/- (Ten Lacs only) in the form of Demand Draft/Bank
Guarantee in favor of Punjab National Bank, Information
technology Division payable at New Delhi. The DD/BG should be
submitted in person [enclosed with the Technical bid] at the time
of physical bid submission.
In case of unsuccessful bidder, E MD s will b e returned after
completion of the bid process (without interest).
Bidders may also submit the EMD through NEFT. Account details
are as follows:
IFSC Code : PUNB0015300
Bank & Branch : Punjab National Bank, Sansad
Marg, New Delhi -110 001
Account No. 0153002100567220 ( 16 digits)
Imprest account HO IT Division
11.
Contact to Bidders

Interested Bidders are requested to send the email to
pnbtbdrfp@pnb.co.in, itdhw@pnb.co.in containing following
information, so that in case of any clarification same may be issued
to them:
Name of company, contact person, mailing address with Pin
Code, Telephone No., Fax No., email address, Mobile No. etc.





4 | P a g e

Bidder s Undertaking


The Asstt. General Manager
(IT Procurement Division)
Punjab National Bank,
IT Division,
Head Office, 5, Sansad Marg,
New Delhi

Sir,

Reg: Our bid for supply, installation and maintenance of E- Surveillance systems at
ATM sites on monthly rental basis in response to your Tender Notice.


With reference to the E- SURVEILLANCE SYSTEM being quoted by us vide this tender.

We hereby undertake that all the components / parts / assembly / software used in the E-
SURVEILLANCE SYSTEM shall be original new components / parts / assembly / from
respective OEMs of the products and that no refurbished / duplicate / second hand
components / parts / assembly are being used or shall be used. Further the software/system
used will be licensed.

Should you require, we hereby undertake to produce the certificate from our OEM bidder in
support of above undertaking at the time of delivery installation. It will be our responsibility to
produce such letters from our OEM at the time of delivery or within a reasonable time.

In case of default/ unable to comply with above at the time of delivery or during installation,
for the IT Hardware including E- SURVEILLANCE SYSTEM / Software already billed, we
agree to take back the supplied items without demur, if already supplied and return the
money if any paid to us by you in this regard. We also take full responsibility of both Parts &
Service SLA.





Date: ________
Place:
Yours faithfully,
Signature of Authorised Signatory

Designation

Seal of Company




5 | P a g e

The Asstt. General Manager
(IT Procurement Division)
Punjab National Bank,
IT Division,
Head Office, 5, Sansad Marg,
New Delhi

Sir,

Reg.: Our bid for supply, installation and maintenance of E- Surveillance systems at
ATM sites on monthly rental basis in response to your Tender Notice

We submit our Bid Documents herewith.

We understand that
You are not bound to accept the lowest or any bid received by you, and you may
reject all or any bid.
If our Bid for the above job is accepted, we undertake to enter into and execute at our
cost, when called upon by the bank to do so, a contract in the prescribed form. Unless
and until a formal contract is prepared and executed, this bid together with your
written acceptance thereof shall constitute a binding contract between us.
If our bid is accepted, we are responsible for the due performance of the contract.
You may accept or entrust the entire work to one Bidder or divide the work to more
than one bidder without assigning any reason or giving any explanation whatsoever.
Bidder means the bidder who is decided and declared so after examination of
commercial bids.
The names of successful bidder(s) to whom the contract is finally awarded after the
completion of Commercial Bid, shall be displayed on the Notice at Punjab National
Bank, Information technology Division, Head Office, 5, Sansad Marg, New Delhi-
110001.

Date:
Place:




Yours faithfully,


Signature of Authorized Signatory
Name of Signatory:
Designation:
Seal of Company














6 | P a g e


INSTRUCTION TO BIDDER

1. INTRODUCTION

Punjab National Bank, one of the leading nationalized Banks of the country, has a national
presence through a widespread network of more than 6000 Service Out-Let(s) (SOLs) all
networked under Centralized banking Solution. It also has a wide network of more than 6400
ATM(s) spread across the country. With more than 118 years of customer services, the Bank has
a large satisfied clientele throughout the country. For enhancing customer convenience levels
and overall inter-branch efficiency, the bank has been a frontrunner in implementing various IT
enabled products.
The Bank is looking for a vendor to install the latest 5
th
Generation Alarm Panels, including 2-
Way Audio, Video verification and Prevent Crime Proactively before it happens. Also, the
proposed solution should have added values like Video House Keeping monitoring and PIR
Based Monitoring from a central location and should have Guard Attendance, CRA (Cash
Replacement Agency) attendance and Housekeeping attendance facility which can be monitored
from a central location. The bank may use this Central Monitoring Solution for any other future
site control measures. Bidder may please note that bank would not allow them to use existing
communication network of the bank and they have to provide their own VPN network based on
GSM or CDMA.

The offer is for supply, installation and maintenance of E- surveillance Systems at banks
ATM sites on monthly rental basis.
Tentative number of ATM sites to be covered under E-Surveillance Systems during the
1
st
year is 250.

2. ELIGIBLE BIDDER

This invitation of bids is open to all firms / company / organization registered in India under
Companies Act, provided they fulfill the minimum qualification criteria as per Annexure-I.
Consortium not allowed.

3. SCOPE OF WORK and SERVICES
The Standard Scope of this RFP is mentioned as below:

The Bidders are expected to supply the required hardware as mentioned in the bill of Material
Section, install them and integrate with the Central Monitoring Center at bidders location. The
bidders are required to provide Central monitoring Services as mentioned in the Scope of work
and Services as mentioned below:

3.1 Scope of Work

Supply and Install all the equipment required for E-Surveillance of ATM and ATM sites.

Integrate the same to the Central Monitoring at bidders location.

The Bank expects all eligible and qualified bidders to possess CMS (Central Monitoring Systems)
Center as mentioned in the Requirements of the CMS Infrastructure as mentioned in Annexure

7 | P a g e

VII. Bank at its discretion would make visits to all qualified bidders CMS Centers for a structured
walk through and the Bidders should allow bank officials to access as and when desired.

3.2 Scope of Services

Sr.
No.
E Surveillance Monitoring Services
1 Detection of Intrusion.
2 Detection of lingering or unauthorised activity, using motion detectors on
24 x 7 x 365 basis & through PIR (Passive Infrared) sensor from 10 pm to
6 am everyday.
3 Video Verification by Viewing images of site on above event.
4 Storing of Images of Video Verification (1 Month).
5 Use of 2-Way Audio to deter the attempted crime.
6 SMS and Emails to bank official on receiving an alert as per mutually
agreed procedure.
7 Telephone Escalation to related parties on continuation of crime.
8 Store ticket related notes of conversation with various parties.( 1 Month)
9 Providing mutually agreed reports and bidder is under obligation to
provide audio-video footage as per the requirement of the bank.

Functional Specification of the E- Surveillance Systems is as per annexure VII

4. COST OF BIDDING

The Bidder shall bear all the costs associated with the preparation and submission of its
bid, the bank will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.

5. BIDDING DOCUMENT

The Bidder is expected to examine all instructions, forms, terms and conditions and
technical specifications in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or submission of a bid not substantially responsive to
the Bidding Documents in every respect will be at the Bidders risk and may result in the
rejection of its bid. Bidder should strictly submit the bid as per RFP failing which the bid
will be rejected as non-responsive.

6. AUTHENTICATION OF ERASURES/OVERWRITING ETC.

Any inter-lineation, erasures, or overwriting shall be valid only if the person(s) signing the
bid initial(s) them.

7. AMENDMENT OF BIDDING DOCUMENTS

At any time prior to the last Date and Time for submission of bids, the Bank may, for any
reason, modify the Bidding Documents through amendments at the sole discretion of the
Bank. All amendments shall be uploaded on the Banks websites (www.pnbindia.in ,
www.pnb.org.in )and will be binding on all who are interested in bidding.

In order to provide prospective Bidders a reasonable time to take the amendment if any,
into account in preparing their bid, the Bank may, at its discretion, extend the deadline
for submission of bids.

8 | P a g e




8. CONTACTING THE BANK

Any effort by a bidder to influence the bank in evaluation of the bid, bid comparison or
contract award decision may result in the rejection of the Bidders' bid. Bank's decision
will be final and without prejudice and will be binding on all parties.

9. MODIFICATION AND WITHDRAWAL

Bids once submitted will be treated, as final and no further correspondence will be
entertained on this. No bid will be modified after the deadline for submission of bids. No
bidder shall be allowed to withdraw the bid, if bidder happens to be successful bidder.

10. PERIOD OF VALIDITY

Bids shall remain valid for a period of 1 year from the date of bid opening prescribed by
the Bank. A bid valid for shorter period shall be rejected by the bank as non- responsive.

11. DEADLINE FOR SUBMISSION OF BIDS

Bids must be submitted not later than the specified date and time mentioned in the Bid
Document. In case of the specified date of submission of bids being declared a holiday
for the bank, the bids will be received up to the specified time on the next working day.
The bank may, at its discretion, extend this deadline for 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 extended. All
the correspondence/bid should be addressed to Bank at the following address:

The Asstt. General Manager
(IT Procurement Division)
Punjab National Bank,
IT Division,
Head Office, 5, Sansad Marg,
New Delhi

12. BID EARNEST MONEY

Bidders have to submit the Bid Earnest Money of Rs 10,00,000/- (Rs. Ten Lacs only) for the
bid either online or in the form of Demand Draft/ BG favoring PUNJAB NATIONAL BANK,
Information Technology Division payable at New Delhi and filling all the details in the
format available for the same in our e-procurement system at website In case of unsuccessful
bidder, EMD will be returned on completion of procurement process. Bidders may also submit
the EMD through NEFT. Account detail is mentioned in page 3 Sr. No. 10. Bid Earnest money
deposited in the form of Bank Guarantee should be valid for 6 month from the date of
submission of bid.


13. PERFORMANCE BANK GUARANTEE

The successful bidder has to submit the Performance Bank Guarantee of equal amount of
Rs. 12,00,000/- (Rs. Twelve Lacs Only) valid for a period of 36 months from the date of

9 | P a g e



signing the contract. Bank has the right to invoke the BG for any non-compliance of the
terms & conditions in terms of this RFP at any point of time.
14. BANKS RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS

The bank reserves the right to accept or reject any bid and annul the bidding process
or even reject all bids at any time prior to award of contract, without thereby incurring
any liability to the affected bidder or bidders or without any obligation to inform the
affected bidder or bidders about the grounds for the bank's action. The bank
reserves the right to accept or reject any technology proposed by the bidder.

15. RELIABILITY

Since the equipment shall be installed at critical sites, the equipment so offered should
be robust.

16. REVELATION OF PRICES

The prices in any form or by any reasons should not be disclosed in the technical or
other parts of the bid except in the commercial bid. Failure to do so will make the bid
liable to be rejected.


17. CLARIFICATIONS OF BIDS

To assist in the examination, evaluation and comparison of bids the bank may, at its
discretion, ask the bidder for clarifications. The response should be in writing and no
change in the price or substance of the bid shall be sought, offered or permitted.

18. BIDDING PROCESS (TWO STAGES)

For the purpose of the present job, a two-stage bidding process will be followed. The
response to the present tender will be submitted in two parts:
Technical bid (Part-l)
Commercial bid (Part-ll)

The bidders will have to submit the technical bid in physical as well as online form through
banks e-procurement system for this process bidder has to register with the banks new e-
procurement system. The supporting document will have to be submitted in physical form.
Commercial bid should be submitted in online form only through banks e-procurement
system

18.1 TECHNICAL BID (Part I)

The bidder will have to submit the Technical Bid in sealed envelopes, duly super scribing
RFP for supply, installation and maintenance of E- Surveillance systems on
monthly rental basis., TECHNICAL BID.

TECHNICAL BID will also contain all the documents mentioned in the RFP. All the
Annexure should be duly signed and stamped.

TECHNICAL BID should NOT contain any pricing or commercial information at all.
Technical bid documents with any commercial information will be rejected. (Check List as
per Annexure IX).

10 | P a g e


In the first stage, only TECHNICAL BIDs will be opened and evaluated. Only those
Bidders satisfying the technical requirements as determined by the Bank and accepting
the terms and conditions of this document shall be short-listed.

The bid should not contain interlineations, erasures or over writing except as necessary to
correct errors made by the Bidder, in which case such corrections shall be duly
confirmed under signature of the person(s) signing the bid.


18.2 COMMERCIAL BID(Part II)

Under the second stage, the COMMERCIAL BID of only those bidders, whose technical
bids are responsive and qualify the technical evaluation, will be opened.

The price quoted should be inclusive of all taxes.

Price quoted shall be valid for the period of the Contract (i.e. initially 1 year) from
the date of signing of the Contract by the Bidder. The price will be valid up to 2nd
year, if the Bank decides to extend the contract.

19. SUBMISSION OF BIDS

The bidders shall duly complete the formats of Technical Bid and Commercial Bid and
the same will be submitted at our office.

Bidders are also required to submit the attested true copies of technical
supporting documents in physical form in sealed cover on or before the date and
time of bid submission.

20. LANGUAGE

The bids prepared by the bidder and all correspondence and documents relating to the
bids exchanged by the bidder and PNB, should be written in English.


21. OPENING OF BIDS

All the bids will be opened at the date, time and locations mentioned in RFP (as per
tender schedule). In the first stage, only TECHNICAL BID will be opened and evaluated.
The technical bids will be opened in the presence of representatives of the bidders who
choose to attend.

22. BID CURRENCY

The Prices in the bid document should be expressed in Indian Rupees only.

23. LATE BIDS

Any bid received by the Bank after the deadline for submission of bid will be rejected
and/or returned unopened to the Bidder.




11 | P a g e

24. CONTENTS OF DOCUMENTS TO BE SUBMITTED
I. Supporting documents in respect of minimum Eligibility criteria (Annexure-I)
Acceptance of terms and conditions for participation in the bid
event. (Annexure-II)
II. Bidders Information (Annexure-III)
III. Compliance Statement (Annexure-IV)
IV. Service Support Details (Annexure-V)
V. Performance Statement (Annexure-VI)
VI. Functional specifications (Annexure-VII)
VII. Any other document indicating the feature of the product
VIII. ISO Certification document, if any.
IX. Last three years audited balanced sheet and profit and loss account
statement duly attested.
X. Bid Earnest Money in the form of Demand Draft
XI. Power of attorney in case of authorized person. Supporting document in
respect of confirmation of the eligibility criteria mentioned in Annexure I.
XII. Description of the solution as mentioned in Annexure XI
XIII. Bidder undertaking Annexure XII

25. BID OPENING AND EVALUATION

Bids will be opened at the date time & place as mentioned in the RFP in the presence of
the vendor who wants to attend. Any change to date and time will be displayed on the e-
procurement site of the bank and no separate notice will be send. In the event of the
specified date of bid opening being declared a holiday for bank, the bids shall be opened
at the specified time and place on next working day. Those bidders satisfying the
technical requirements as determined by the Bank and accepting the terms and
conditions of this document shall be declared technically qualified and will be eligible for
commercial stage of evaluation. The Bank reserves the right to accept or reject any
technology proposed by the bidder without assigning any reason thereof. Decision of
the Bank in this regard shall be final and binding on the bidders.

26. MODIFICATIONS AND/OR WITHDRAWAL OF BIDS
i. Bids once submitted will be treated, as final and no further correspondence will be
entertained on this.
ii. No bid will be modified after the deadline for submission of bids.
iii. No bidder shall be allowed to withdraw the bid, if the bidder happens to be a successful
bidder.

27. TECHNICAL EVALUATION PROCESS:

The technical bids shall be evaluated by a committee for the following:

- Compliance of eligibility criteria. (As per Annexure I)
- Performance Statement. (As per Annexure VI)
- Details of Service Support details. (As per Annexure V)
- Compliance of technical specifications of the products quoted. (As per Annexure VII)

Bank may, if it deems necessary, ask for presentations of the bidder or site visits of their
facilities to asses and satisfy itself on manufacturing/supply chain and support capabilities
of the bidders.

12 | P a g e




Bank would ask the eligible bidder to do POC within a stipulated period which will be
informed at the time of intimation for doing the POC. Check list of POC is mentioned in
Annexure Annexure XII.

28. PROCEDURE FOR FINALIZING L1 BIDDER:

L-1 bidder(s) will be shortlisted from the list of the bidders who have qualified the technical
bid based on the lowest monthly rental of E-Surveillance system.

Bank may hold the reverse auction for E-surveillance system to decide the final L-1 bidder in
case three or more bidders qualify for the commercial stage. In case of single/two bids, the
L-1 bidder may be called for negotiation meeting.
Price Variation Factor (Pre-qualification for Reverse auction)
If a bidder quoting higher prices, higher by more than 40% as compared to the average
quoted prices (of all technically qualified bidders) for all items in aggregate, the same bidder
shall not be called for reverse auction process.
The procedure for Reverse Auction will be as under:
Initiation on the Bid Process
Opening bid price and bid decrements will be intimated at the start of the bidding process by
the means of on-line messages. In case of not receiving the details, the supplier has to
inform PNB system administrator one hour before the scheduled event time through email
and request for the details.
Opening Price
Opening price is the upper/ceiling price of the contract value fixed by PNB for the lot/item.
Suppliers can bid only lower than the opening price in case of Reverse Auctions (Bid price
would be based on the total price arrived at multiplying specified quantities with unit rates
and summing up for the entire requirement).
Weight age / Loading Factor
This factor shall be incorporated by the System Automatically during the event. This factor is
the effect of financial implication arising out of the deviation taken by the Bidder in his Bid.
Auction Types
Bank may either go for Price Base Auction when the price quoted by each bidder is shown to
all the participants or Rank Base Auction when only rank of the particular bidder is visible
instead of price.
Alias Name
Each bidder will be given a unique alias name, generated by the system and informed by
system generated email. Bidders can see the bids of other suppliers but the real name will
not be visible on the screen. Complete, schedule of the auction will be intimated through a
system generated emails to the participating suppliers. The normal duration of Reverse

13 | P a g e

auction will be 1 hour (60 minutes) with provision of auto extension as per auction rules to be
decided by Commercial Evaluation Committee before start of auction. In the event a bidder
is placing his bid in last 5 minutes of the scheduled end time of the event, the event will get
automatically extended for next 5 minutes infinitely. The auction time will get automatically
extended so as to allow other the bidder an opportunity to participate and give better offer to
win the bid. In the event of any typographic error while posting the bid, the auction would
still get extended so as to allow the bidder an opportunity to correct the mistake. Screen will
refresh automatically in every seven (7) second. It is recommended to manually refresh
screen by pressing F-5 from keyboard, if no changes are seen on screen for unusual period.
Bid Decrement
Bid Decrement is the minimum fixed amount by which, or by multiples of which, the next bid
value can be decreased. Bid decrement is usually calculated 0.25% of the opening price.
However PNB reserves the right to decide appropriate bid decrement factor. Bidders should
enter the next bid price considering the Bid Decrement, with reference to self bid for Rank
Auction and L1 bid with reference to Price Auction. However in no case would the system
accept modification to a higher value.
Auto Bid
Auto Bid is disabled from the start time of bidding.
Surrogate Bidding
Surrogate bidding is not allowed.
Price Break Up
Bidders are required to submit the price break up of the final bid price just after the event on
to the formats/ price breakup sheet.
Mistake Proofing
If a bid placed X times below or higher of the bid decrement / increment as decided by PNB,
a warning message will be flashed on screen to confirm the placed bid, Bid once placed will
not be deleted in any circumstances and the supplier will be bound to deliver the item on the
quoted bid.
The following terms and conditions are deemed as accepted by vendor on participation in
the bid event
Bidders/ participants are deemed to have accepted the auction rules on participation at the
bid event. Participation in a bid event is by invitation from PNB. Any other supplier does not
automatically qualify for participation. PNB will make every effort to make the bid process
transparent. However, the award decision by PNB would be final and binding on the bidders.
a. Bidders agrees to non-disclosure of trade information regarding the purchase,
identity of PNB, bid process, bid technology, bid documentation and bid
details.
b. Bidder cannot change price or quantity or delivery terms (or any other terms
that impact the price) post the bid event.

14 | P a g e

c. Deed to furnish the item rate form within the stipulated time after the bid event.
d. Bidder cannot divulge either his bids or those of other suppliers to any other
external party.
e. Technical and other non-commercial queries (not impacting price) can be
routed to the respective PNB contact personnel indicated in the RFP.
f. Bidder is advised to understand auto bid process to safeguard in case of
technical failure. Inability to bid due to telephone line glitch, Internet response
issues, software or hardware hangs will not be the responsibility of PNB.

Bidder should be prepared with competitive price quotes on the day of the bidding event.
Participate in the online bidding event as per the schedule. Submit the item wise price
break up for all the items as per his last bid price in the stipulated time as per the schedule
immediately after the online sourcing event. The bidder has to necessarily quote for all the
items listed in the BOQ. In case of incompleteness of the bid, same may be rejected.

29. INDEMINITY
Bidder shall have to indemnify the Bank against any loss/expenditure incurred or any
disputes/claims from anybody for having used/using patented designs in their hardware
pertaining t o t hi s or der onl y. Any patented design used in E- Sur vei l l ance
syst em equipment shall be under manufacturers license agreements and a copy
of such agreement authorizing the bidder to manufacture the patented designs shall be
given to the Bank.

The bi dder shall furnish Indemnity bond for providing adequate maintenance/service
support for their E- Sur vei l l ance system which bank shall have the right to proceed
against the bi dder for damages legally or otherwise.

The bidder shall indemnify the bank against all third party claims of infringement of
patent, trademark or industrial design rights arising from use of the Goods, or any part
thereof in India.

i. The bidder shall, at their own expense, defend and indemnify the Bank against all
third party claims or infringement of intellectual Property Right, including Patent,
trademark, copyright, trade secret or industrial design rights arising from use of the
products or any part thereof in India or abroad.

ii. The bidder shall expeditiously extinguish any such claims and shall have full
rights to defend it there from. If the Bank is required to pay compensation to a
third party resulting from such infringement, the bidder shall be fully responsible for,
including all expenses and court and legal fees.

iii. The Bank will give notice to the Bidder of any such claim without delay, provide
reasonable assistance to the Bidder in disposing of the claim, and shall at no
time admit to any liability for or express any intent to settle the claim.

30. SITE PREPARATION AND INSTALLATION

The Bank will designate the installation site before the scheduled installation date, to
allow the bidder to perform a site inspection to verify the appropriateness of the sites
before the installation/commissioning of the solution.





15 | P a g e

31. INSTALLATION/COMMISSIONING OF EQUIPMENT

The bidder is responsible for all unpacking and installation of systems. The bidder will
test hardware/system operations and accomplish all adjustments necessary for
successful and continuous operation of the hardware/software at all installation sites.

32. PRELIMINARY EXAMINATION

The Bank will examine the bids to determine whether they are complete; whether any
computational errors have been made; whether required information has been
provided as underlined in the bid document; whether the documents have been properly
signed, and whether bids are generally in order. Bids from agents without proper
authorization from the manufacturer as per the authorization form, shall be treated as
non-responsive and will be out-rightly rejected. Arithmetic errors will be rectified on the
following basis. If there is a discrepancy between unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall prevail and total
price shall be corrected. If there is discrepancy between words and figures, the amount in
the words will prevail. The bid determined as not substantially responsive will be
rejected by the bank.

33. SIGNING OF CONTRACT

The successful bidder(s) shall be required to enter into a contract with the bank after
monthly rental approval according to the terms and conditions of the RFP, within 30 days
of the award of the tender or within such extended period as may be specified by
Dy.General Manager, TBD, Punjab National Bank, HO: 5, Sansad Marg, New Delhi, on
the basis of the Tender Document, the Tender Response of the successful bidder, the
letter of acceptance and such other terms and conditions as may be determined by the
Bank to be necessary for the due performance of the work. Bank shall place order as per
approved rate to approved bidder.

34. GOVERNING LAW AND DISPUTES

All disputes or differences whatsoever arising between the parties out of or in relation to
the construction, meaning and operation or effect of these Tender Documents or breach
thereof shall be settled amicably. If, however, the parties are not able to solve them
amicably, the same shall be settled by arbitration in accordance with the applicable
Indian Laws, and the award made in pursuance thereof shall be binding on the
parties. The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be
subject to the exclusive jurisdiction of courts at Union Territory of Delhi.

The Bidder shall continue work under the contract during the arbitration proceedings
unless otherwise directed in writing by the Bank or unless the matter is such that the
work cannot possibly be continued until the decision of the arbitrator or the umpire, as
the case may be, is obtained. The venue of the arbitration shall be Union Territory of
Delhi.

35. USE OF CONTRACT DOCUMENTS AND INFORMATION

The bidder shall not, without the banks prior written consent, make use of any
document or information provided by Bidder in Bid document or otherwise except for
purposes of performing contract.




16 | P a g e

36. ASSIGNMENT

The bidder shall not assign, in whole or in part, its obligations to perform under the
contract, except with the Banks prior written consent.

37. DELAY IN THE BIDDERS PERFORMANCE

Delivery of the goods and performance of the Services shall be made by the bidder in
accordance with the time schedule specified by bank. Any delay in performing the
obligation by the bidder will result in imposition of liquidated damages and/or
termination of rate contract for default.

38. LIMITATION OF LIABILITY

Bidders aggregate liability under the contract shall be limited to a maximum of the
contract value. This limit shall not apply to third party claims for

a. IP Infringement indemnity.

b. Bodily injury (including Death) and damage to real property and tangible property
caused by Bidder/s gross negligence. For the purpose for the section, contract
value at any given point of time, means the aggregate value of the purchase
orders placed by bank on the Bidder that gave rise to claim, under this tender.
Bidder shall not be liable for any indirect, consequential, incidental or special
damages under the agreement/ purchase order.

39. PLACING THE ORDER AND PAYMENT BY CONCERNED OFFICES
Orders for E- Surveillance system shall be placed by the respective Circle Offices. The
Bidder shall give acceptance within 5 days from the date of receipt of the order and install
the same within 30 days of acceptance of order. However, Bank has right to cancel the
order, if the same is not accepted within 5 days from the date of receipt of order.
40. Payment in case of Rental basis:
Payment shall be made on quarterly basis (on completion of the quarter) on the monthly
invoice raised by the Bidder by respective circle office under whose jurisdiction it falls after
verification of uptime report submitted and deducting the penalties if any. Payment shall
become due from the date of operationalization of the system at the ATM location.
Payment of monthly rent will be made after deducting TDS as per Income tax guidelines.

Vendor should submit the monthly invoice within 7 days at the end of the quarter along
with the uptime report.

41. Penalty clause

a) For delay in supply and installation- The complete E-surveillance system for ATMs
should be delivered and installed and made operational at the identified ATM within 30
days of acceptance of order. A penalty of Rs. 2000/- per week per location shall be
charged by the Bank in case of delay in installation and making operational beyond 30
days of acceptance of order. The maximum penalty would not exceed the monthly rental
charges. Beyond this bank shall have the option of cancelling the orders/ or invoking Bank
Guarantee unless delay is on part of the bank or reasons beyond control of both
vendor/bank.

17 | P a g e


b) In case E-surveillance system for ATMs is non-functional for more than 30min of the time
during the 24 hrs on any day then no payment shall be made for that day and this amount
shall be deducted on pro rata basis from the final payment of that month.

c) In addition to the above, if the system remains non-functional beyond 24 hrs, as monitored by
the bidders centralized monitoring or from lodgement of complaint by the bank, the penalty will
be deducted as per the following slab

I. 10% of monthly rentals of failure for 24 Hrs. provided that total penalty in a month
should not exceed total monthly rental payable.
II. 25% of monthly rentals of failure beyond 24 Hrs.up to 48 Hrs.
III. 50% of monthly rentals of failure beyond 48 Hrs.up to 72 Hrs.
IV. 100% of monthly rentals of failure beyond 72 Hrs.

d) The penalties referred in clause 41 a,b & c above may be recovered from the future rentals
and /or by invoking the performance bank guarantee.

42. DETAILS OF LICENSES
The Successful bidder must furnish a list of all the licenses number of all the software
supplied by the Bidder, along with a COA (Certificate of authenticity) from respective
OEMs. This must be submitted once every year.

43. FORCE MAJEURE

Notwithstanding the above provisions, the successful bidder shall not be liable for
penalty or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the contract is the result of an event of
force majeure. For purposes of this clause, force majeure means an event beyond the
control of the bidder and not involving the bidders fault or negligence and not
foreseeable. Such events may include, but are not restricted to, war or revolution and
epidemics. If a force majeure situation arises, the bidder shall promptly notify the bank in
writing of such condition and the cause thereof. Unless otherwise directed by the bank
in writing, the bidder shall continue to perform its obligation under the contract as far as
is reasonably practical, and shall seek all reasonable alternative means of
performance not prevented by the force majeure event.

44. CLARIFICATIONS & AMENDMENTS

If deemed necessary the Bank may seek clarifications on any aspect from the bidder.
However that would not entitle the bidder to change or cause any change in the substances
of the bid already submitted

At any time prior to the deadline for submission of bids, Bank may modify the bidding
document by amendment. Any clarification issued by Bank will be in the form of an
addendum/ corrigendum and will be available in Banks website or will be e-mail to all
Bidders. The amendment will be binding on all bidders. Bank, at its discretion may extend
the deadline for submission of bids in order to allow prospective bidders a reasonable time
to take the amendment into account.

45. PRE-BID MEETING
Bank may, at its sole discretion, organise a pre-bid meeting, to resolve any queries,
prospective bidders may have. Any further information will be provided to all bidders on
Bank website as corrigendum or will be e-mail to all Bidders. The exact date, time and

18 | P a g e



location of the pre-bid meeting will be communicated to each bidder through Bank website
or through e-mail.

Authorised Signatory

Signature
Designation
Seal
Date & Place

19 | P a g e

Annexure-I
Minimum Eligibility Criteria for bidders


Sr.
No
Pre-Qualification Criteria Compliance
(Yes/No)
Remarks
(if any)
1 The bidder must be a firm/ company / organization registered
in India under Companies Act.

2 Bidder should be providing CMS(Central Monitoring Systems)
for a minimum 100 ATM/ Currency Chest/Cash Vault/Bank
Branches in India as on 31
st
March 2013. All documentary
evidence should be provided.

















3 The Bidder should have successfully implemented E-
Surveillance Systems in t h e ATM/ Currency Chest/Cash
Vault/Bank Branches o f at least 2 Nationalized
Banks/Private Sector banks/ NBFCs or similar financial
institutions. The certificate to this effect from the organization
should be furnished along with Technical bid. Performance
report from the organization along with the quantity of
equipment supplied to the organization is to be submitted.



















4 Bidder should have a positive net worth during last year and
should have earned operational profit during at least two
years out of last three years.









5 The bidder must be in position to provide the total support
as detailed in scope of work (Clause no. 3). An undertaking
to this effect must be submitted along with Technical Bid as
per Annexure - XII









6 The bidder should be able to provide 24X7 support at all
locations where the equipment will be supplied & installed
under this bid. A letter of commitment to this effect
should be furnished as Per Annexure XII









7 The bidder shall not be under a declaration of ineligibility for
corrupt and fraudulent practices/ blacklist issued by the Govt.
of India / State Governments / Regulatory Agencies. An
undertaking to this effect must be submitted along with
Technical Bid as per Annexure -XII



SUPPORTING DOCUMENT FOR PRE QUALIFICATION FOR BIDDER
All the interested bidders are requested not to upload the supporting document in e- Procurement
system instead they may submit the same in physical form within bid submission time. Please
enclose documentary proof for all the above criteria wherever specified. In absence of these, the bids
will not be considered for further evaluation. No further correspondence will be entertained in this
case. Further, those bidders who have not satisfactorily completed any earlier contract with the
Bank shall not be eligible for participating in this tender.

Authorised Signatory

Signature
Designation
Seal
Date & Place


20 | P a g e


ANNEXURE- II

TERMS AND CONDITIONS

1. ACCEPTANCE/ CANCELLATION OF ORDER:-
If the Bidder fails to deliver and/ or install the equipment within the stipulated time
schedule or the extended date communicated by the Bank, it will be a breach of
contract. Bank reserves its right to cancel the order in the event of delay in delivery/
installation/ commissioning of equipments.

2. TAXES

The prices are inclusive of all charges, Taxes, Statuary levies etc.

3. ACCEPTANCE TEST

The system is subject to an Acceptance test. Bidder has to arrange one Engineer at the
site at the date and time mentioned by the Bank to assist in the acceptance test.

4. PAYMENT

Rent will be paid quarterly after the submission of monthly invoices along with the uptime
report. There would be no provision for advance r ent al payment. Payment of monthly
rent will be made after deducting TDS as per Income tax guidelines. Service tax will be
paid extra.

5. INSTALLATION:

Bidder shall be responsible for installation of the systems ordered at site within 10 days
from the date of acceptance of order without any installation cost. However bank has
right to cancel the order, if the same is not delivered within 10 days.

6. SERVICES:

The approved Bidder shall provide free maintenance services. Professionally qualified
personnel who have expertise in the solution supplied by the Bidder will provide these
services.

7. PENALTY

a) For delay in supply and installation- The complete E-surveillance system for
ATMs should be delivered and installed and made operational at the identified
ATM within 30 days of acceptance of order. A penalty of Rs. 2000/- per week per
location shall be charged by the Bank in case of delay in installation and making
operational beyond 30 days of acceptance of order. The maximum penalty would
not exceed the monthly rental charges. Beyond this bank shall have the option of
cancelling the orders/ or invoking Bank Guarantee unless delay is on part of the
bank or reasons beyond control of both vendor/bank.


21 | P a g e

b) In case E-surveillance system for ATMs in non-functional for more than 30min of the
time during the 24 hrs on any day then no payment shall be made for that day and
this amount shall be deducted on pro rata basis from the final payment of that month.

c) In addition to the above, if the system remains non-functional beyond 24 hrs, as
monitored by the bidders centralized monitoring or from lodgement of complaint by the
bank, the penalty will be deducted as per the following slab

V. 10% of monthly rentals of failure for 24 Hrs. provided that total penalty in a
month should not exceed total monthly rental payable.
VI. 25% of monthly rentals of failure beyond 24 Hrs.up to 48 Hrs.
VII. 50% of monthly rentals of failure beyond 48 Hrs.up to 72 Hrs.
VIII. 100% of monthly rentals of failure beyond 72 Hrs.

d) The penalties referred in clause 41 a,b & c above may be recovered from the future
rentals and /or by invoking the performance bank guarantee.

8. OBTAINING REQUISITE FORMS LIKE FORM 32 ETC.

Requisite form, Like 32, will be the sole responsibility of the bidder. However, Bank
will sign the forms as per the requirement from the bidder. For obtaining the requisite
form the bidder will provide the necessary documents i.e. Performa invoice etc.

9. The Bidders shall adhere to the terms of this RFP and shall not deviate from the
same. If the Bidders have absolutely genuine issues only then should they provide
their nature of non compliance to the same in the format provided. The Bank
reserves its right to not accept such deviations to the Tender terms.

10. If the successful bidder, fails to fulfill its obligations under this arrangement, the
banks shall have the right to-Terminate the contract.

11. The selected bidder will enter into a monthly rental agreement with the bank for supply
of various equipments as per models, specifications and functionality approved by the
bank. The mont hl y rentals will be valid for a period of THREE YEARS, if not revised
earlier. The bidder will pass on to the bank, the benefit of discounts if any announced
during any period in respect of orders placed during that period. The bidder will also
provide the latest model available, if there is upward revision in the model offered, at
no extra cost to the Bank.



Authorised Signatory

Signature
Designation
Seal
Date & Place


22 | P a g e

Annexure-III


PART - I: Bidder Information
Please provide following information about the Company (Attach separate sheet if required): -

S.
No.
Information Particulars / Response
1. Company Name
2. Date of Incorporation
3. Company Head Office / Registered Office and
Addresses
Contact Person(s)
Name of all Directors along with names of
companies in which they are interested
Phone
Fax
E-mail
Website

4. Provide the range of services /options offered
by you covering service description and
different schemes available for:
Customization
Implementation Support
Post-implementation
Ongoing Support for: -
o Helpdesk
o Training
o Documentation
o Others (specify)
Yes / No / Comments (if option is
No)


5. Any pending or past litigation (within three
years)? If yes please give details
Yes/No/Comments (if option is Yes)


23 | P a g e


Also mention the details of claims and
complaints received in the last three years
(About the Company / Software that are sold /
licensed by the company).


6. Please mention Net worth & Operating Profit
for two years of last three years and include
the copies of Balance Sheet in support of it.
Year Net worth
(in lacs)
Operating
Profit (in
lacs)



7 Whether company has been debarred or
blacklisted for participating in a bid by any
bank/financial institution/Govt Company


Signature of Bidder

Name :

Stamp of the Company


24 | P a g e

ANNEXURE-IV

TERMS AND CONDITIONS COMPLIANCE
DECLARATION

We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank
in the RFP including all annexure, addendum and corrigendum

Signature and Seal of Bidder

TECHNICAL COMPLIANCE
We certify that the systems/services offered by us for tender conforms to the Technical
specifications stipulated by you with the following deviations
List of deviations
1)

2)

3)

4)

Signature and Seal of Bidder



(If left blank it will be construed that there is no deviation)





25 | P a g e


Annexure V
SERVICE SUPPORT DETAILS


Sr.
No.
Location Status of
Office
working
days
&
hours
No. of
Maintenance
Engineers
Address Office
Telephone
Number
email Fax
No.
Name
of
contact
Person
with
contact
number












































































































































































































































































































Authorised Signatory

Signature
Designation
Seal
Date & Place





26 | P a g e

Annexure VI


PERFORMANCE STATEMENT
(FOR A PERIOD OF LAST 2YEARS)


NAME OF BID


NAME OF FIRM

Order
Placed by
(Full
Address of
Bank)

Order No.
and Date
Description
and
Quantity of
Ordered
Equipment


Value of
Order
Date of
Completion
As per
actual
contract
Remark
(reason for
late
Delivery) if
applicable.


Performance

of equipment
(Attach
certificate from
customer.
















































Authorised Signatory

Signature
Designation
Seal
Date & Place













27 | P a g e

Annexure VII

FUNCTIONAL & TECHNICAL SPECIFICATIONS(E-Surveillance systems)
The following features should be available in the E-Surveillance systems. Absence of any
of the features may lead to the rejection of the bids. These features shall be provided by
the vendor without any extra charges.
a) Envisaged Bill of Materials

Sr.
No.
Items
1 On-Line Alarm Panel with TCP/IP communications over secure
wireless VPN network.
2 10 Hours battery back up for Alarm panel.
3 Removal Sensor - ATM 1, ATM 2 or more (if available), UPS, Cheque
Drop Box, CCTV 1 (Lobby), CCTV 2 (ATM Back Room), Speaker and
MIC, AC blower 1 & 2
4 Vibration Sensor - ATM 1,ATM 2 or more (Drilling and Hammering
protection)
5 Chest Door Contact Sensor - ATM 1, ATM 2 or more (Silent Zone)
6 Door Open Sensor Cheque Drop Box (Silent Zone), ATM Back
Room.
7 Panic / Duress Button (At Back room)
8 Fire / Smoke Detector (Installed in Back room)
9 Alarm panel tamper & Alarm panel Enclosure Tamper
10 House Keeping Switch, Security Attendance Switch, CRA (Cash
Replacement Agency) Attendance Switch (Silent Zone)
11 Glass Break Detector
12 Motion Sensor
13 Power Input Sensor Mains Input (ON / OFF) (Silent Zone)
14 Power Output Sensor - UPS Output (ON / OFF) (Silent Zone)
15 Siren
16 DVR
17 800 GB SATA Hard Disk for DVR
18 Analogue IR Camera (Lobby & Back Room)
20 Speaker
21 Microphone



28 | P a g e



CMS Center Features

The Bank expects the Bidders to provide 24x7x365 ATM Site Monitoring. The bidders are
expected to meet certain standard CMS parameters, such that the services are continuous and
enough contingencies are built in the system to address any individual system failures.

Desired CMS Features.

Sr.
No.
TCP/IP Networking
1 Secure VPN Connectivity at all sites.
2 Minimum 10 MBPS Back-Haul from Network provider to Central
Monitoring Station.
3 Minimum 10 MBPS Back-Up to Back-Haul with auto switch over.
4 Central Alarm Monitoring Station Infrastructure Requirements
(Vendor Location).
a UPS Supply to all systems.
b Generator Back-Up to Mains Power with auto-Start.
c Data Storage on Network Access Storage for high data redundancy.
5 Central Alarm Monitoring Station Alert Handling Requirement.
a Receive alerts on-line from connected Alarm
panels System to open a unique ticket for each
alert. The report should cover the following
aspects
Zone Alert Type
Type of alert
Date and Time of Alert
Location:
Address
Contact details for that site
History of the Panel
History of the Ticket
Sensor Status of all the sensors of that panel

b The ticket should have provision to enter details of closure comments
c Video Verification: The CM Executive should be able to view images of the
site to ascertain whether its a false call or there is a security incident in
progress.
d If no security incident is suspected
The ticket will be closed with appropriate closure comments.
e 2-Way Audio: If security incident is suspected,
The CM Executive should be able to turn on the voice and communicate
with the site.
CME needs to activate the escalation matrix

29 | P a g e

Functional Specifications of CMS.
Sr.
No.
Items
1 Intimation by SMS, Email and Call
Send rule based SMS & Emails based on priority defined for Contact list (Contact
list to be defined at the time of signing the SLA)(If ticket is still open in that time)
through system without any manual intervention
Zero minute to Priority 1 list
After 5 Minutes to Priority 2 List
After 10 Minutes to Priority 3 List
After 15 Minutes to Priority 4 List
2 Periodic MIS Reports
(To be decided by Bank)
3 Previous Preview Functionality
The Central monitoring station must have a previous preview functionality
attached to the ticket where they can view previous images of the site of last 10
minutes. This is required to get images even if the burglar has blocked the camera
before perpetrating the crime.

4 CMS should be able to Start the Siren and Stop Siren from Central command

5 CMS should have the ability to Bypass faulty sensors on-line.

6 Panel on Test Mode
CMS should have the ability to put a Panel on Test Mode on-line.
Putting a panel on Test Mode must require dual authentication
7 Keep Alive Message
CMS should be able to detect loss of communication from the panel if the Panel
stops sending the Keep Alive Message.
8 Central Recording
When the CMS has viewed the site through the ticket to deter a crime, the images
should be recorded centrally to ensure that images are available forensic purpose
even if the burglars destroy the DVR at the site. Whenever the panel door of the
DVR storage unit is opened forcibly, the video recording shall be activated at the
CMS.

9 Centralized Image Pulling
Central Monitoring Station must have the ability to centrally pull images of
previous 15 days. The HDD should be able to be duplicated and a copy given to
the bank in a common format as and when called for at no extra cost to the bank.
MIS Report (Sample)

1 Reports. (Report performa may change as per the requirement)
All Ticket Report with all details that include
Date and Time of Alert
Site ID
Site Address including location, state and city
Type of Alert
Name of Operator to whom ticket was assigned
Time of acknowledging the ticket
Time lapsed to acknowledge the ticket
Time when operator started deterrence (If any)

30 | P a g e

Operator comments of his conversation with escalation persons (Upto 4 persons)
Operator closure comments
2 Mains Power Report with all details that include
Date and Time of Mains Power Change (ON or OFF)
Status of Change (ON or OFF)
Site ID
Site Address including location, state and city
3 UPS Power Report with all details that include
Date and Time of UPS Power Change (ON or OFF)
Residual power alert
Status of Change (ON or OFF)
Site ID
Site Address including location, state and city
4 Alarm panel not responding report with all details that include
Date and Time of when not getting status message from panel
Site ID
Site Address including location, state and city
Type of Alert
Date and Time of regaining communication




Authorised Signatory

Signature
Designation
Seal
Date & Place









31 | P a g e

ANNEXURE-VIII

The Dy. General Manager
Information technology Division
Punjab National Bank,
Head Office 5 Sansad Marg,
New Delhi

Sir,

Reg.: Bid submitted for supply, installation and maintenance of E- Sur vei l l ance
systems on monthly rental basis.

With reference to E- Surveillance system on monthly rental basis of our company make, being
quoted by our bidder, vide your tender cited above, we undertake as under:-

We take full responsibility of both Parts & Service SLA as per the content of this RFP, even
if there is any defect by our authorized Bidder / Service Centre / Reseller / SI etc.

Date:
Place:


Yours faithfully,



Signature of Authorized Signatory
Name of Signatory:
Designation:
Seal of Company:

























32 | P a g e

Annexure-IX
Check List

Sl. No Documents (Yes/No) Document attached
at Page no - to -
1. Supporting documents in respect of minimum
qualification criteria as per Annexure I.

2. Acceptance of terms & conditions as contained in
Annexure II.

3. Bidders Information as per Annexure III.
4. Compliance Statement Annexure IV.
5. Service Support Details as per Annexure V.
6. Performance statement as per Annexure VI.
7. Functional specifications as per. Annexure VII.
8. Bid Earnest Money in the form of Demand Draft.
9. Any other document indicating the feature of the
product.

10. ISO Certification document, if any.
11. Undertaking from Company Secretary/Authorised
signatory certifying that all the components, parts
assembly etc used inside the company products /
Hardware are new and original.

12. Power of attorney, if applicable.
13. Last three years audited balance sheet and profit
and loss account statement.

14. Detailed Description of the solution as mentioned in
annexure XI.

15. Under taking as per annexure VIII.
16. Annexure X.
17 Annexure XII











33 | P a g e

Annexure-X
Commercial Bid
Format for Commercial Bid:
S. No. Particulars Cost (Rs) in figures
and words
1. Per month rental charges for all the components required
for installation, maintenance and operationalization of E-
Surveillance System for ATMs including monitoring
system. [The location can be in Rural, Semi-Urban, Urban
or Metro area - anywhere in the country](Rent should be
inclusive of all taxes, however service tax will be paid
extra)


(A) The bidder has to submit the commercial bid only in the above format. Any other
format would be summarily rejected at the time of opening the bid.
(B) The price should be mentioned in Words also. In case of any difference between
amount mentioned in words and number, the amount mentioned in words will prevail.

Date:

Place:


Yours faithfully,




Signature of Authorized Signatory
Name of Signatory:
Designation:
Seal of Company:

34 | P a g e

Annexure-XI

DETAIL DESCRIPTION OF THE SOLUTION


1) Architecture of the Proposed Solution.

2) Hardware Requirements.

3) Deployment Methodology.

4) Compliance of proposed solution with reference to requirements of the Bank.

5) Capability of the Bidders to provide additional services apart from the requirements
explicitly mentioned in this RFP.

6) Additional details.

7) Location of Central Monitoring System.

8) Business Continuity Plan.

35 | P a g e


Annexure-XII
Undertaking


The Dy. General Manager
Punjab National Bank,
Information technology Division,
Head Office, 5, Sansad Marg,
New Delhi

Sir,

Reg: Our bid for supply, installation and maintenance of E- Surveillance systems at
ATM sites on monthly rental basis in response to your Tender Notice.


With reference to the E- SURVEILLANCE SYSTEM being quoted by us vide this tender.


a. We hereby undertake t o provide the total support for complete system as per the scope
of work mentioned in clause no. 3.

b. We hereby undertake t o provide 24 X 7 efficient and effective support at all locations
where the equipment will be supplied & installed under this bid.

c. We hereby undertake that, we are not under a declaration of ineligibility for corrupt and
fraudulent practices/ blacklist issued by the Govt. of India / State Governments /
Regulatory Agencies..





Date: ________
Place:
Yours faithfully,
Signature of Authorised Signatory

Designation

Seal of Company

36 | P a g e

Check list of POC


Sr.
No.
E Surveillance Monitoring Services
1 Detection of Intrusion.
2 Detection of lingering or unauthorised activity, using motion detectors on
24 x 7 x 365 basis & through PIR (Passive Infrared) sensor from 10 pm to
6 am everyday.
3 Video Verification by Viewing images of site on above event.
4 Storing of Images of Video Verification (1 Month).
5 Use of 2-Way Audio to deter the attempted crime.
6 SMS and Emails to bank official on receiving an alert as per mutually
agreed procedure.
7 Telephone Escalation to related parties on continuation of crime.
8 Store ticket related notes of conversation with various parties.( 1 Month)
9 Providing mutually agreed reports and bidder is under obligation to
provide audio-video footage as per the requirement of the bank.


FUNCTIONAL & TECHNICAL SPECIFICATIONS(E-Surveillance systems)
Sr.
No.
Items
1 On-Line Alarm Panel with TCP/IP communications over secure
wireless VPN network.
2 10 Hours battery back up for Alarm panel.
3 Removal Sensor - ATM 1, ATM 2 or more (if available), UPS, Cheque
Drop Box, CCTV 1 (Lobby), CCTV 2 (ATM Back Room), Speaker and
MIC, AC blower 1 & 2
4 Vibration Sensor - ATM 1,ATM 2 or more (Drilling and Hammering
protection)
5 Chest Door Contact Sensor - ATM 1, ATM 2 or more (Silent Zone)
6 Door Open Sensor Cheque Drop Box (Silent Zone), ATM Back
Room.
7 Panic / Duress Button (At Back room)
8 Fire / Smoke Detector (Installed in Back room)
9 Alarm panel tamper & Alarm panel Enclosure Tamper
10 House Keeping Switch, Security Attendance Switch, CRA (Cash
Replacement Agency) Attendance Switch (Silent Zone)
11 Glass Break Detector
12 Motion Sensor
13 Power Input Sensor Mains Input (ON / OFF) (Silent Zone)
14 Power Output Sensor - UPS Output (ON / OFF) (Silent Zone)
15 Siren
16 DVR
17 800 GB SATA Hard Disk for DVR
18 Analogue IR Camera (Lobby & Back Room)
20 Speaker
21 Microphone


37 | P a g e


CMS Center Features
Sr.
No.
Items Yes No
1 Secure VPN Connectivity at all sites.
2 Minimum 10 MBPS Back-Haul from Network provider to Central
Monitoring Station.

3 Minimum 10 MBPS Back-Up to Back-Haul with auto switch over.
4 Central Alarm Monitoring Station Infrastructure Requirements (Vendor
Location).

a UPS Supply to all systems.
b Generator Back-Up to Mains Power with auto-Start.
c Data Storage on Network Access Storage for high data redundancy.
5 Central Alarm Monitoring Station Alert Handling Requirement.
a Receive alerts on-line from connected Alarm panels System to open
a unique ticket for each alert. The report should cover the following
aspects
i. Zone Alert Type
ii. Type of alert
iii. Date and Time of Alert
iv. Location:
v. Address
vi. Contact details for that site
vii. History of the Panel
viii. History of the Ticket
ix. Sensor Status of all the sensors of that panel

b The ticket should have provision to enter details of closure comments
c Video Verification: The CM Executive should be able to view images of
the site to ascertain whether its a false call or there is a security incident
in progress.

d If no security incident is suspected
The ticket will be closed with appropriate closure comments.

e 2-Way Audio: If security incident is suspected, The CM Executive
should be able to turn on the voice and communicate with the site.
CME needs to activate the escalation matrix


38 | P a g e

Functional Specifications of CMS.

Sr.
No.
Items Yes No
1 Intimation by SMS, Email and Call
Send rule based SMS & Emails based on priority defined for Contact list (Contact
list to be defined at the time of signing the SLA)(If ticket is still open in that time)
through system without any manual intervention

Zero minute to Priority 1 list
After 5 Minutes to Priority 2 List
After 10 Minutes to Priority 3 List
After 15 Minutes to Priority 4 List
2 Periodic MIS Reports
(To be decided by Bank)

3 Previous Preview Functionality
The Central monitoring station must have a previous preview functionality
attached to the ticket where they can view previous images of the site of last 10
minutes. This is required to get images even if the burglar has blocked the
camera before perpetrating the crime.


4 CMS should be able to Start the Siren and Stop Siren from Central command


5 CMS should have the ability to Bypass faulty sensors on-line.


6 Panel on Test Mode
CMS should have the ability to put a Panel on Test Mode on-line.
Putting a panel on Test Mode must require dual authentication

7 Keep Alive Message
CMS should be able to detect loss of communication from the panel if the Panel
stops sending the Keep Alive Message.

8 Central Recording
When the CMS has viewed the site through the ticket to deter a crime, the images
should be recorded centrally to ensure that images are available forensic purpose
even if the burglars destroy the DVR at the site. Whenever the panel door of the
DVR storage unit is opened forcibly, the video recording shall be activated at the
CMS.


9 Centralized Image Pulling
Central Monitoring Station must have the ability to centrally pull images of
previous 15 days. The HDD should be able to be duplicated.

10 Reports. (Report performa may change as per the requirement)
All Ticket Report with all details that include
Date and Time of Alert
Site ID
Site Address including location, state and city
Type of Alert
Name of Operator to whom ticket was assigned
Time of acknowledging the ticket
Time lapsed to acknowledge the ticket
Time when operator started deterrence (If any)
Operator comments of his conversation with escalation persons (Upto 4 persons)
Operator closure comments

12 Mains Power Report with all details that include

39 | P a g e

Date and Time of Mains Power Change (ON or OFF)
Status of Change (ON or OFF)
Site ID
Site Address including location, state and city
13 UPS Power Report with all details that include
Date and Time of UPS Power Change (ON or OFF)
Residual power alert
Status of Change (ON or OFF)
Site ID
Site Address including location, state and city

14 Alarm panel not responding report with all details that include
Date and Time of when not getting status message from panel
Site ID
Site Address including location, state and city
Type of Alert
Date and Time of regaining communication

You might also like