0% found this document useful (0 votes)
88 views16 pages

A Study On Soundbox

A detailed study on soundbox with the expansion of users that enable the society to retrograde designs for the enquiry from different industries.

Uploaded by

gmat.sil05
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
88 views16 pages

A Study On Soundbox

A detailed study on soundbox with the expansion of users that enable the society to retrograde designs for the enquiry from different industries.

Uploaded by

gmat.sil05
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 16

KOLHAPUR DISTRICT CENTRAL CO-OPERATIVE BANK LTD.

INFORMATION TECHNOLOGYDEPARTMENT

HEAD OFFICE: Kolhapur District Central Co-op. Bank Ltd.,

1092, E Ward, Shahupuri, Kolhapur.

Pin – 416001

REQUEST FOR QUOTATION (RFQ)


FOR
Procurement of QR Codes, Sound box
and Allied services

REF No.: IT/Tender/2024-25/001

PARTICULARS DEADLINE

Last date of bid submission along with Commercial Bid 20/04/2024 up to 5:00 PM

Bank email id for RFQ related communication manager.it@kdccbank.com

1
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

Disclaimer

The information contained in this RFQ 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 RFQ document and all other terms and
conditions subject to which such information is provided. This RFQ 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 RFQ is to provide the bidder(s) with information to assist the formulation of their proposals.
While effort has been made to include all information and requirements of the Bank with respect
to the solution requested, this RFQ does not claim to include all the information each bidder may
require. Each bidder should conduct its own investigation and analysis and should check the accuracy,
reliability and completeness of the information in this RFQ and wherever necessary obtain
independent advice. The Bank makes no representation o r warranty and shall incur no liability
under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this
RFQ. The Bank may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information in this RFQ.

2
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

Contents
1. Introduction ................................................................................................................................... 4
2. Detailed Scope of Work ................................................................................................................. 4
3. Evaluation Procedure ..................................................................................................................... 5
4. Instructions to the Bidders ............................................................................................................. 5
5. Eligibility Criteria ............................................................................................................................ 6
6. Commercial Bid format .................................................................................................................. 7
7. Payment Terms and Schedule ........................................................................................................ 7
8. Annexure-1 Covering Letter for Eligibility cum Technical Bid and Commercial Bid ...................... 8
9. Annexure-2 Commercial Bid Form ................................................................................................. 9
10. Annexure- 3 Undertaking For Being The OEM Of The Offered Product ...................................... 10
11. Annexure – 4 Letter of Confirmation ........................................................................................... 11
12. ANNEXURE -5 Self declaration of not been declared blacklisted. ............................................... 12
13. ANNEXURE -6 Authorization Letter.............................................................................................. 13
14. ANNEXURE -7 Particulars of the Bidder ....................................................................................... 14
15. ANNEXURE -8 Technical Specifications ........................................................................................ 15
16. ANNEXURE -9 Undertaking For Having Service Support Center In India .................................... 16

3
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

1. Introduction
Kolhapur District Central Co-operative Bank Ltd., (KDCCB), Kolhapur, having its Head office at Kolhapur, Maharashtra, The
bank is having 191 branches and with other offices like Zonal Offices and branch offices at various locations in Kolhapur
Districts. KDCC Bank (herein after called ‘the Bank) intends to procure QR Codes, Sound box and Allied services on Opex
model for the tenure of three (3) years which makes banking easy to the customers and will help in promoting and increasing
awareness of bank’s products.

This bid is meant for the exclusive purpose of bidding as per the terms and conditions and scope of work indicated. It shall
not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued.

2. Detailed Scope of Work


I. The Bank is inviting offers from Bidders, capable and experienced in providing End-to-End Solutions for Merchant acquiring
business through QR Code by deploying QR Code (sticker/standee/Sound box)with co-branding and capable of accepting
payments through UPI and to provide back-end services on monthly charges applicable to those live merchants wherever the
QR codes are provided by the bank.
II. QR Code Infrastructure of Bidder should be compliant to PCI–DSS/ PA-DSS standards and as per other industry’s standard
specifications.
III. The Bidder has to upgrade its infrastructure deployed for QR codes based on the new Regulatory guidelines introduced by GOI
or any regulatory body such as NPCI, RBI etc. time to time with no extra cost (agreed commercial will be applicable throughout
the contract tenure) to the Bank or Bank’s on boarded/ future customer.
IV. Bidder to ensure that the QR Code, Sound box to be deployed are fully tested, compliant with industry standard specifications
and incorporating latest features/software updates with co-branding. Bidder to ensure not to deploy old/ used/ refurbished/
different make-model sound box.
V. Bidder should have the capability to generate and install QR Code along with sticker/standee/Sound box with co-branding
mechanism, Merchant Management (Bank CRM portal, Merchant technical and operational cycle) and Training (both i.e. Bank
and Merchant), while the Bank will provide the Lead and required assistance in sourcing the Merchants.
VI. Bidder should have allied services with payment features like split payment, payouts, Loan EMI collection, UPI mandate
(recurring charges/ payments/ EMI) , virtual account for instant collection etc. with no extra cost (agreed commercial will be
applicable throughout the contract tenure) to the Bank or Bank’s on boarded/ future customer. If required, Bank may ask for
presentation to showcase the capabilities.
VII. The approved/ agreed commercial will be applicable for the entire contract tenure i.e. three (3) years.
VIII. Bidder should provide services for QR based payments like Instant notifications (SMS/App), Voice notification for sound box,
Real time transaction report, Reconciled statements, Supports Marathi, Hindi, English language, Dashboard for Merchant
onboarding and their real time transaction details with active/ inactive status, required format reports to bank as well as
individual merchants without any additional cost throughout the contract tenure.
IX. Bidder should perform transaction settlement as per Merchant’s requirement in accordance with industry best practices and
defined by NPCI guidelines, maintenance and also manage day to day operational tasks regarding transactions and resolve all
transaction related dispute on high priority/ as per the TAT defined by statutory authorities time to time.
X. Bidder should arrange dedicated competent team for day to day technical and operational support and provide escalation
matrix.
XI. It is Bidder’s entire responsibility to deploy appropriate resources.
XII. The deployed resource should be on bidder’s payroll.
XIII. Bidder should provide the details of team members along with KYC document before deployment who will provide day to day
technical and operational support. Bank may take an interview of bidder’s appointed resources. Bank have right to accept or
to reject any team member deployed for day to day technical and operational support.
XIV. Bank and Merchants will not pay any expenses/ charges/ fees towards day to day technical and operational support.
XV. Bidder should sign NDA (Non Disclosure Agreement) with the Bank.
XVI. Either Bank or Bidder, may terminate the Contract with a notice of one (1) month.
4
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

3. Evaluation Procedure
A. Eligibility Evaluation
B. Post eligibility evaluation commercial bid will be opened for all the eligible bidders. Bank have rights to negotiate with all bidders
and declare the LOWEST COMMERCIAL PRICE quoted bidder as the WINER and award letter issued to the Firm/Company.
C. Bank may reject the RFQ process any time without any reason to bidders. Bank’s decision is final. Incase If after evaluation
of Bids, bank end-ups with one responsive bid only. In such situation, the bid process shall be considered valid even if there is
one responsive Bid, provided that: -

a. The Bid is technically qualified.


b. The price quoted by the bidder is assessed to be reasonable;
c. The Bid is unconditional and complete in all respects;
d. The bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the bidding document

4. Instructions to the Bidders


i. Bidders are required to submit the Eligibility Bid cum Technical Bid and Commercial bid in different PDF file
through email at manager.it@kdccbank.com as per the submission timeline. The Language of Bid should be in
English.

ii. The bidder will take care of submitting the Bid properly filed so that the papers are not loose. The Bids, which are not
sealed as indicated above, may be liable for rejection.
iii. The tender not submitted in the prescribed format or incomplete in any aspect is liable for rejection. The Bank is not
responsible for non-receipt of bid within the specified date and time due to any reason including postal delays or
Holidays.

iv. The Eligibility cum Technical Bid will be submitted in separate P D F f i l e marked as Technical Bid for Procurement of QR
Codes, Sound box and Allied services” and commercial bid will be in a separate password protected PDF file marked
as “Commercial Bid for Procurement of QR Codes, Sound box and Allied services”. Both the bid put together in zip folder
as “RFQ response for Procurement of QR Codes, Sound box and Allied services”. The commercial bid should be password
protected and the password of the Commercial Bid file should be shared in separate mail only after KDCC Bank’s request
email. If the commercial bid submitted by the bidder without password along with the technical bid, then the bidder will
be considered as disqualified. The email id are as follows:
manager.it@kdccbank.com

v. Cost of Tender - Rs. 5,000/- + Rs. 900/- (GST) = Rs. 5,900/- (Five Thousand Nine Hundred Only) in form of NEFT A/c
no. : 000113032000001 , IFSC : IBKL0463KDC, A/c Name: - Kolhapur District Central Cooperative Bank Ltd, Branch: Head
Office). Bidder should submit the UTR/fund transfer details with the eligibility cum technical bid. If any bid response
found without any bid document cost, then the bid will be rejected by the bank
vi. Telex, Cable, Facsimile or Hard Copy Bids will not be accepted.

5
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

5. Eligibility Criteria
Sl. No. Eligibility Criteria Supporting Documents
Bidder should be a legal entity registered in Certificate of Incorporation/Partnership deed /shop
1 India, since last 3 (Three) years under Indian act and other Documentary evidences to be attached
Companies Act 1956 or partnership act 1932 *Consortium is not allowed.
or partnership/LLP act 2013.
The Bidder should not have been blacklisted Self-declaration by competent authority of the
by any of the Ministry/ Department of bidder
2 Government of India/ State Governments
and also neither convicted nor is any criminal
case pending against it before any court of
competent jurisdiction
3 The Agency should have valid GSTIN- Copy of GSTN certificate to be submitted.
(Copy of GSTIN)
The bidder should be an OEM of the Bidder to provide Undertaking as per Annexure 3 on
4 offered services/devices. company’s letter head, brochures and data sheets
along with the proposal for each quoted product.
The Bidder should be in the business of Necessary specific documentary evidence to be
managing QR codes and have supplied attached such as Purchase order, Credential letter,
5 and managed minimum 5000 QR code Work order etc.
scanners and 1000 Sound boxes in last 3
years.
The Bidder should have prior experience of Necessary specific documentary evidence to be
Supply, Installation of QR codes, Sound attached such as Purchase order, Credential letter,
6 boxes to at least one Nationalized/Private Work order etc.
bank and two Co-operative Banks.
QR Code and Sound box Infrastructure of Necessary specific Certifications to be submitted.
Bidder should be compliant to PCI–DSS/ PA-
7
DSS standards and as per other industry’s
standard specifications.
The Bidder should have certification from Valid certification from NPCI
8 NPCI. certifications evidence required form bidder.
The Bidder should have their own Bidder to provide details as per
9 Centralized Support Center in India for Annexure 10 on Company’s letter head.
providing 24x7x365 support service,

6
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

6. Commercial Bid format


The L1 bidder shall be evaluated on the base of the Composite rate of both the above items.

Terms:
1. The quoted price is valid for next 180 days.
2. Taxes are extra at actuals
3. If any changes in taxes during the project tenure the same will be borne by the bank.

7. Payment Terms and Schedule


The commercial bid submitted by the Bidder must be in conformity with the payment terms proposed. Any deviation
from the proposed payment terms would not be accepted. In case of delays or defaults on the part of the Bidder, the
Bank shall have the right to withhold payment of the effected product and/or service due to the Bidder or withhold the
payment of the disputed amount. Such withholding of payment shall not amount to a default on the part of the Bank.
KDCC will release payment within 45 days of receipt of Invoice and along with all other required documents for all
undisputed cases. In case of any disputed amount, the payment will be released within 30 days of resolution of the
dispute.

i. Delivery schedule:
a. QR codes with co-branding will be delivered at Merchant location/Bank’s HO as
suggested by Bank within 5 days from the date of PO issuance.
b. Soundbox with Co-Branding will be delivered at Merchant location within One (1) week
after Bank’s requirement.
c. Bidder to submit delivery challan of sound box to Bank which is delivered at Merchant
locations.
ii. All the payments will be eligible post contract execution.
iii. Payment schedule:
a. For Sound box: 100% payment after successful delivery, installation, in operation &
training and sign off from respective merchant.
b. For QR Standees : Payment 50% in advance and remaining 50% payment after
successful delivery, installation, in operation & training and sign off from respective
merchant.
iv. For Monthly rental charges if any, Bank will discuss and finalize with final selected bidder.
v. The currency or currencies in which payments shall be made to the supplier/ selected bidder under
this Contract shall be Indian Rupees (INR) only.
vi. Taxes, as applicable, will be deducted/ paid as per the prevalent rules and regulations.

7
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

8. Annexure-1 Covering Letter for Eligibility cum Technical Bid and Commercial Bid
To,
The Chief Executive Officer
Kolhapur District Central Co-operative Bank Ltd. Head
Office: 1092, E Ward, Shahupuri.
Kolhapur, Pin – 416001

Having examined the RFQ (RFQ No.: IT/Tender/2024-25/001 dated 1 3 /04/2024) including all annexure,
the receipt of which is hereby duly acknowledged, we, the undersigned, offer to deliver services in
conformity with the said RFQ and in accordance with our proposal and total cost indicated in the
Commercial Bid and made part of this bid.

We undertake, if our bid is accepted, to deliver services and complete the project in accordance with
the scheduled timelines.

We agree to abide by this bid for the period of 180 days from the date fixed for Technical bid opening
and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this bid, together with the bank’s written
acceptance thereof and bank’s notification of award, shall constitute a binding Contract between
us.

We undertake that, in competing for (and, if the award is made to us, in executing) the contract, we
will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.

We understand that the bank is not bound to accept the lowest or any bid the bank may receive.

Place:
Dated: this day of 2024.

……………………………………………………………………………
(Signature) (In the Capacity of)
Duly authorized to sign bid for and on behalf of

8
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

9. Annexure-2 Commercial Bid Form

A) Commercial Bid For QR code Standee with Co-Branding

Sr No. Particulars Unit Price Remark

1 One time installation


charge for Standee
2 Monthly Rental charges

B) Commercial Bid For QR code Soundbox with Co-Branding

Sr No.
Particulars Unit Price Remark

1 One time installation


charge for Audio Device
2 Device Monthly Rental
charges inclusive of SIM

Note:
 Taxes extra at actual.
 The unit price should be including delivery, installation and training cost.

9
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

10. Annexure- 3 Undertaking For Being The OEM Of The Offered Product
(To be provided on the Letter head of the OEM duly signed & stamped by their Authorized Signatory.)

To,
The Chief Executive Officer
Kolhapur District Central Co-operative Bank Ltd. Head
Office: 1092, E Ward, Shahupuri.
Kolhapur, Pin – 416001
Dear Sir,
Sub: RFQ no. IT/Tender/2024-25/001 dated 13.04.2024

We hereby submit the following:-


We, M/s___________________ are the OEM/OSD of the software, hardware, component, services,
licenses, etc. (as per Table) headquartered at __________________________________________ do
hereby offer our quotation against the above bid invitation with our products.

SL Solution/ Software/services Name Version No. and Software/component/services/licenses


No. Release Date conforms to all the technical
specifications and requirements
mentioned in this RFQ

(Add as many rows as required)


We hereby extend our guarantee and warranty as per the terms and conditions of this RFQ and its
subsequent Corrigendum and/or Clarifications, if any, and the contract for the software, hardware,
component, services, licenses, etc. offered against this invitation. We also hereby undertake to perform
the obligations as set out in the RFQ in respect of such equipment and services.
With reference to all the software, hardware, component, services, licenses, etc. used inside the company
products being quoted by us vide your tender cited above, we hereby undertake that all the software,
hardware, component, services, licenses, etc. used inside the company products/software shall be original
new software, hardware, component, services, licenses, etc. only and that no refurbished, duplicate,
second hand Software, component/ services, licenses are being supplied.
In case of default/non-compliance of the IT asset supplied including hardware and software as per RFP
requirements during the contract period, we agree to replace the IT asset including hardware and software
supplied with new one in accordance with RFP requirements
Date:
Place:
Yours faithfully

Signature of Authorized Signatory


Name of Signatory:
Designation:
Email ID:
Contact No:
Seal of Company:

10
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

11.Annexure – 4 Letter of Confirmation

Ref: RFQ/IT/2024-25/001, dated 13.04.2024

Date:

To,

The Chief Executive Officer


Kolhapur District Central Co-operative Bank Ltd.
Head Office: 1092, E Ward, Shahupuri.
Kolhapur, Pin – 416001

Dear Sir,

We confirm having submitted the Bid and annexures in accordance with the said RFQ. The details
submitted by us are true and correct to the best of our knowledge and if it is proved otherwise at any stage
of execution of the contract, Kolhapur District Central Co-operative Bank has the right to summarily reject
the proposal and disqualify us from the process.

We confirm that we will abide by the conditions mentioned in the Tender Document (RFQ and
annexure) in full or in accordance with the deviations in “Terms & Conditions” accepted by the bank.

We, hereby acknowledge and confirm, having accepted that the Bank can at its absolute discretion,
apply whatever criteria is deemed appropriate, not just limiting to those criteria set out in the RFQ and related
documents, in short listing of bidders.

We shall observe confidentiality of all the information passed on to us in course of the tendering
process and shall not use the information for any other purpose than the current tender.

We also confirm that we have not been blacklisted by any Govt. Department/ PSU/PSE or Banks or
otherwise not involved in any such incident with any concern whatsoever, where the job
undertaken/performed and conduct has been questioned by any authority, which may lead to legal action.

Place:

Date:

SEAL (Authorized Signatory)

11
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

12.ANNEXURE -5 Self declaration of not been declared blacklisted.


(To be submitted on the letter head of the bidder)

To,
The Chief Executive Officer
Kolhapur District Central Co-operative Bank Ltd.
Head Office: 1092, E Ward, Shahupuri.
Kolhapur, Pin – 416001

Sir/Madam,

In response to the RFQ/IT/2024-25/001 Date - 13/04/2024. Ms./Mr._______, as a_____________ , I /


We hereby declare that our firm/organization/company __________is having unblemished past record and
have not been declared blacklisted by any Central/State Government/PSU institution and there has been no
pending litigation with any government department on account of similar services. I/We further declare that
our company has not defaulted in executing any Government order in the past.

Signature of witness Signature of the Bidder


Date: Date:
Place: Place:

12
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

13.ANNEXURE -6 Authorization Letter

RFQ/IT/2024-25/001 Date - 13/04/2024

To,
The Chief Executive Officer
Kolhapur District Central Co-operative Bank Ltd.
Head Office: 1092, E Ward, Shahupuri.
Kolhapur, Pin – 416001

Sir/Madam,

Ms. /Mr. is hereby authorized to sign relevant documents on behalf of the firm
/organization/company in dealing with the RFQ/IT/2024-25/001 Date - 13/04/2024, She/he is also
authorized to attend meetings & submit the commercial information as may be required by you in
the course of processing above said application.

Thanking you,

Authorized Signatory

13
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

14.ANNEXURE -7 Particulars of the Bidder


RFQ/IT/2024-25/001 Date - 13/04/2024

Sr. No. Particulars Bidder’s Information

1 Name of the Firm/Organization

2 Organization Status of Registration

3 Address of Corporate Office

4 Mobile No/Landline Number/Fax No with STD Code

5 Email Address

6 Registration No of Certificate of Incorporation &


Date / Shop Act License Establishment date

Permanent Account Number of Income Tax and Date


7
of Registration

8 GST Registration number and Date

No. of years of proven experience of providing


9
similar Services:

Signature of the Bidder


Date:
Place:

14
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

15.ANNEXURE -8 Technical Specifications


RFQ/IT/2024-25/001 Date - 13/04/2024

MINIMUM TECHNICAL CUM FUNCTIONAL SPECIFICATIONS FOR QR CODE


(To be submitted on Company’s Letter Head)
Sl. Feature Compliance (Yes/No)
No.
1 QR code adhesive Sticker should be of standard size
in dimension inclusive of Bank branding and any
regulatory guidelines
2 QR code with standee should be of standard size in
dimension inclusive of Bank branding and any
regulatory guidelines
3 QR code with soundbox should have QR code
displayed of standard size inclusive of Bank branding
and any regulatory guidelines

MINIMUM TECHNICAL CUM FUNCTIONAL SPECIFICATIONS FOR SOUND BOX


(To be submitted on Company’s Letter Head)
Sl. Feature Sound box Specifications Compliance (Yes/No)
No.
1 Processor High Performance more than or
equal 500 mHz
2 Memory Min.12MB flash or higher
Min.6 MB RAM or higher
3 Speaker Min.110 db
4 Battery Rechargeable , Min.2000 mAH with
min. backup of 24 Hrs.
5 Adaptor 100-240V
6 Audio Support wav, mp3 format etc.
7 Indicator light Power indicator, Status indicator
8 Certification SRRC , CTA ,CCC,CE etc
9 Ports C-USB, SIM
10 Communication 5G, 4G,3G,2G,Wi-Fi
11 Language Multiple language: Marathi, Hindi,
English
12 Display Alert LED

Note: For Co-Branding, Bank will share the required details to successful bidder.

15
RFQ No. : I T/Tender/2024-25/001 Date: 13/04/2024

16.ANNEXURE -9 Undertaking For Having Service Support Center In India


To,
The Chief Executive Officer
Kolhapur District Central Co-operative Bank Ltd.
Head Office: 1092, E Ward, Shahupuri.
Kolhapur, Pin – 416001

Sub: RFQ no. IT/Tender/2024-25/001 dated 13.04.2024

Sir/Madam,
We, M/s___________________ hereby submit the following information regarding our Centralized
Service Support Center in India:
We have Centralized Service Support center in India at following locations:

Sl Full Address Contact person Designation Contact Number


No. Name

Date: ___________
Place: ___________

Signature of Authorized Signatory


Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company:

16

You might also like