request for proposal for procurement, … mpls nw rfp... · rfp: for procurement,installation and...

78
RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated 21.07.2015 1 | Page REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION AND COMMISSIONING OF SECOND MPLS NETWORK AND EMPANELMENT OF VENDORS FOR BRANCHES / OFFICES Ref: BOI/HO/IT/MPLS/RFP- 02/2015 Dated: 21.07.2015

Upload: vukhanh

Post on 12-Feb-2018

222 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

1 | P a g e

REQUEST FOR PROPOSAL FOR

PROCUREMENT, INSTALLATION AND

COMMISSIONING OF SECOND MPLS NETWORK

AND EMPANELMENT OF VENDORS

FOR BRANCHES / OFFICES

Ref: BOI/HO/IT/MPLS/RFP- 02/2015 Dated: 21.07.2015

Page 2: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

2 | P a g e

BANK OF INDIA, HEAD OFFICE

INFORMATION TECHNOLOGY DEPARTMENT

Bank of India, a body corporate, established under the Banking companies

(Acquisition and Transfer of Undertakings) Act 1970, having its Head Office at Bank of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends to procure Second MPLS links and empanelment of vendors for branches/offices , invite bids from the eligible

vendors, to participate with complete installation, commissioning, Integration and maintenance at about all locations (Domestic branches) hereinafter called Second MPLS Network Procurement and empanelment of vendor for branches/offices as per the specifications, terms, conditions and scope given in

detail in this RFP. Bank already has one MPLS Network from BSNL for approximately 4200 branches out of total 4900 branches presently. Bank shall be using the Second Link as active link and will be used as alternate link for BSNL MPLS Links or branches connected through VSAT and other modes of connectivity.

The brief detail of the scope of this RFP is as following: 1) The Bank intends to procure a total solution for the installation,

commissioning, Integration and maintenance of Second MPLS Network Procurement and empanelment of vendors for all branches/offices for a

period of 5 years. The detailed scope with technical details is mentioned in related clauses of RFP.

2) The interested bidders can download RFP/bidding document / pre bid clarifications from the Bank’s website http://www.bankofindia.co.in under Tenders section. Cost of the Bid is Rs.50,000/- (non-refundable) and shall be payable by means of Demand Draft / Bank Order along with the completed Bid in a separate cover. The interested vendors may also collect this RFP from the Information Technology Department, Head Office located at the address as mentioned on page 3 after paying the Bid cost by means of a non-refundable Demand Draft / Pay Order for Rs. 50,000/- (Rupees Fifty

Thousand Only) favoring Bank of India. Bids without the DD / Pay Order shall not be accepted.

3) The earnest money deposit for the bid is of Rs.20,00,000/-(Rs. Twenty Lakhs Only ) by way of Bank Guarantee (format as per Annexure F(a)) from any of the commercial banks (other than Bank of India) in an acceptable form favoring “Bank of India – EMD for Procurement of Second MPLS Network Procurement and empanelment of vendors for branches/offices Ref No.

BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015”, Mumbai. No interest shall be allowed on the Earnest Money deposit. Bids without Earnest Money deposit are liable for rejection.

4) In this regard, a two-envelope bidding Procedure (Technical Bid and Price Bid) in separate envelopes will be adopted. The technically complete and commercially competitive bids shall be submitted in two parts viz. qualifying and Technical Bid – Part A and Price Bid – Part B in separate sealed

Page 3: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

3 | P a g e

cover. The Bids should be delivered to the address mentioned below with acknowledgement due so as to reach before 15.00 hours on or before 12/08/2015. If the last day of submission of bid is declared holiday under Negotiable Instruments Act by the Government subsequent to the

issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.

5) The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc, if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 12/08/2015 at 16:00 hrs in the above mentioned Premises. The

Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.

6) The important dates / schedules for the above RFP shall be as following:

Date and Time of commencement of inspection / Sale of Bid Document

21.07.2015 from 10.00 am onwards

Pre bid meeting 31.07.2015 15:00 Hrs Venue: Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051

Last Date and Time for Receipt of Bids at Bank of India (Address as given below)

12.08.2015 15.00 hrs

Date and Time of opening of Technical Bids

12.08.2015 16.00 hrs

Address for Communication and submission of bid.

The General Manager, Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051 Telephone: 66684444

Bid document Availability Bidding Document to be downloaded from the Tender section of our Bank’s web-site www.bankofindia.com

7) For any technical clarification, the contact person are Shri Mayank Sharma,

Chief Manager email-([email protected]), Ph.No.-022-61319856 and / or Shri Arun Prasad Jadiyana, Chief Manger Ph. No. 022-61289415/9420 email-([email protected]).

(Anand Shrimali) Deputy General Manager

Page 4: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

4 | P a g e

Disclaimer

The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of Bank of India (BOI), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

This RFP is neither an agreement nor an offer and is only an invitation by BOI to the interested parties for submission of bids. The purpose of this RFP is to provide the bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advice. BOI makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. BOI may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

Page 5: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

5 | P a g e

Event Dates

Sr.No. Event Description Date

1. Date on which bid document will be made available

21.07.2015

2. Pre-Bid Meeting Date and Venue

31.07.2015 15:00 Hrs Venue: Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051

2. Last Date and Time for Submission of Bid

12.08.2015 15.00 hrs

3. Date and time of opening Qualifying & Technical Bid

12.08.2015 16.00 hrs

4. Date and time of opening Price Bid of Technically responsive bidders

Will be advised Later

Page 6: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

6 | P a g e

Contents

Subject Page No.

1. Introduction……………………………………………….…..........8 2. Submission of Bids……………………………………….............9 3. Earnest Money Deposit(EMD)…………………………………..13 4. Business Requirement…………………………………………..14 5. Broad scope of work……………………………………………..15 6. Technical Requirement ………………………………………….29 7. Completion Period ……………………………………………….30 8. Maintenance support …………………………………………….33 9. Liquidated damages(LD) …………………………………..........36 10. Service Level Agreement (SLA) Terms and Conditions…...37 11. Payment Terms …………………………………………………...38 12. Documentation ……………………………………………………39 13. Validity & Repeat Orders…………………………………… …..39 14. Taxes ………………………………………………………….........39 15. Force Majeure ……………………………………………….........40 16. Indemnity …………………………………………………………..41 17. Authorized Signatory …………………………………….………41 18. Arbitration ……………………………………………….…………42 19. Applicable law and jurisdiction of court …………….….........42 20. Cancellation of contract and compensation………….………42 21. Termination clause……………………….. …………….………..43 22. Patent rights/Intellectual Property Rights……………………..44 23. Right to Audit……………………………………………………… 44 24. Signing of Agreement or Contract………………………......... 44 25. Confidentiality…………………………………………………….. 45 26. Prohibition against Assignment, outsourcing or Sub contract… 46

27. Insurance …………………………………………….……………. 47 28. Bidder’s Integrity ………………………………………………… 47 29. Bidder’s Obligations………………………….…………............ 48 30. Country of origin/Eligibility of Goods & Services………….. 48 31. Governing Language ………………………………….………... 48 32. Defect Liability ……………………………………………..…….. 48 33. Notices……………………………………………………….....….. 49 34. Non- disclosure agreement …………………………….……… 49 35. Price Schedule……………………………………………….. ….. 49 36. Contract Performance Guarantee……………………….... ….. 49 37. Inspection ………..................................................................... 51 38. Arrangements for Business continuity to the bank……….. 51 39. Order……………………………………………………………….. 51 40. Selection of L1-bidder…………………………………………….51 41. Exit Clause………………………………………………………….52 42. Bid Form, Price schedules and other formats ………...........53

Page 7: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

7 | P a g e

INSTRUCTIONS FOR BIDDERS (IFB) TABLE OF IMPORTANT CLAUSES

Clause No.

Topic Clause No.

Topic

A. Introduction 18. Arbitration

1. Introduction 19. Applicable law and jurisdiction of court

2. Submission of Bid 20. Cancellation of contract and compensation

3. Earnest Money Deposit(EMD) 22. Patent rights/Intellectual Property rights

4. Business Requirement 23. Right to Audit

B. Scope 24. Signing of Agreement or contract

5. Broad scope of work 25. Confidentiality

6. Technical Requirement 26. Prohibition against Assignment, Outsourcing or Subcontract

7. Completion Period F. Notices, Guarantee & Formats

C. Support, Agreement & Documentation 27. Insurance

8. Maintenance support 28. Bidder’s Integrity

9. Liquidated damages(LD) 29. Bidder’s Obligations

10. Service Level Agreement (SLA) Terms and Conditions

30. Country of origin/eligibility of Goods & Services

11. Payment Terms 31. Governing Language

12. Documentation 32. Defect Liability

13. Validity & Repeat Orders E. Insurance, Obligations & Language

14. Taxes 33. Notices

15. Force Majeure 34. Non- disclosure agreement

16. Indemnity 35. Price Schedule

17. Authorized Signatory 36. Contract Performance Guarantee

D. Arbitration, Law & Contract of Bids 40. Selection of L1-Bidder

Page 8: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

8 | P a g e

1. Introduction:

Bank of India, a body corporate, established under the Banking companies

(Acquisition and Transfer of Undertakings) Act 1970, having its Head Office at Bank of India, Star House-2, C-4, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India, hereinafter called “the Bank”, which term or expression unless excluded

by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns, intends to issue this bid document, hereinafter called Request For Proposal or RFP, to the vendors, to participate in the competitive

bidding for a total solution for the Procurement, Installation, and commissioning of Second MPLS Network and empanelment of vendors for Bank’s branches / offices, hereinafter called Second MPLS Network Procurement and empanelment of vendor for branches/offices as per the specifications, terms , conditions and scope

defined in this RFP.

Bank of India is having more than 4900+ branches across the country. At present 4200+ branches have been working on BSNL/MTNL MPLS Network with various Bandwidth ranging from 64kbps to 10Mbps. Majority of these branches are having ISDN/VSAT/RF/CDMA as back-up link.

A vendor submitting the proposal in response to this RFP for Second MPLS Network Procurement and empanelment of vendor for branches/offices of the Bank for a period of 5 years shall hereinafter be referred to as Bidder.

1.1 This 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. The Bidding Document may be obtained from the Bank as given hereunder or downloaded from Bank’s Website http://www.bankofindia.co.in/tenders and the bid should be submitted to the office of Bank of India, Head Office, I.T. Department, 8th floor, Star House-2, C-4,‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051.

1.2 A non-refundable bid amount of Rs.50,000/- (Rupees Fifty thousand) (As per

annexure A) to be paid by means of a demand draft / pay order favoring “BANK OF INDIA” payable in Mumbai. If bid document downloaded from website, the

cost of the bid may be paid along with the technical bid in separate envelope.

1.3 Regarding the RFP, the information will be published in News Papers advertisement/ bank corporate website and further communication or corrigendum/addendum will be displayed through our bank corporate website www.bankofindia.co.in.

Page 9: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

9 | P a g e

1.4 Definitions

MPLS Multi-Protocol Label Switching CDMA Code Division Multiple Access CPE Customer Premises Equipment CoS Class of service DC Site Data Centre DR Site Disaster Recovery Site ISDN Integrated Services digital Network LAN Local Area Network PoC Proof Of concept QoS Quality of services WAN Wide area Network TCO Total Cost of ownership SLA Service Level agreement VSAT Very small aperture terminal DoT Department Of Telecommunications, Govt. Of India.

2. Submission of Bids

2.1.1. The technically complete and commercially competitive bids shall be submitted in two parts viz. qualifying and Technical Bid – Part A and Price Bid – Part B.

2.1.2. The Qualifying & Technical Bid shall be accompanied by Annexure-A confirming

compliance to eligibility criteria. The technical solution is specified in Annexure-B and the format for explicit compliance or deviation to other conditions in the RFP is specified in Annexure C. Only those bidders who fulfill the eligibility criteria shall respond to the RFP.

2.1.3. Price bid shall be submitted as per clause 34.

2.1.4. The cost of preparing response to this RFP will be the responsibility of the bidder

and the Bank will not be liable for any costs incurred by the bidder.

2.2. Qualifying & Technical bid and Price Bid shall be submitted in English Language, in TWO separate sealed envelopes, super scribing “QUALIFYING & TECHNICAL

BID - PART A against Ref No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015”on the top of the cover No.1 and “PRICE BID-PART B against Ref No.

BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015” on the top of the cover No.2.

2.3. The Bidder shall take care of submitting the Bid properly filed so that the papers

are not loose. The bidder shall submit the bid in suitable capacity of the file such that the papers do not bulge out and tear during scrutiny.

2.4. The Bids should be delivered to the address mentioned above in clause 1.2

above with acknowledgement due so as to reach before 15.00 hours on or before 12/08/2015 or the amended / extended date as publicized through the website. If the last day of submission of bid is declared holiday under NI Act by

Page 10: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

10 | P a g e

the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.

2.5. The Bidder shall certify the compliance or deviation of all clauses, terms, conditions and specifications stipulated in RFP, as per the Compliance statement Performa given in Annexure-C. The Data sheet as per Annexure – D shall also be submitted. Technical bids accompanied by incomplete or unsigned Annexure-C or Annexure-D are liable for rejection. The bidder shall also submit the soft copy of the complete Qualifying & technical bid in MS-word / Office format in a CD, super scribing "Soft copy of Qualifying &Technical Bid against Ref No.

BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015 ", in the Qualifying & Technical bid envelope. The bidder shall also submit the soft copy of the price bidin MS-Excel / Office format in a CD, super scribing "Soft copy of Price bid against

Ref No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015 ", in the price bid envelope. The CDs should be in respective envelopes of both bids.

2.6. All details to be provided by the bidder should be specific to the requirements mentioned. Detailed clarification and/or additional information should be provided only at Bank's request. The bidder shall detail their reply for each clause in Annexure – B and Annexure-E and they shall also indicate the Page number in the bid, wherever additional information is enclosed like brochures, manual, documents etc,the bidder shall ensure correctness of referred page nos. The technical bid shall be organized as follows.

2.7. Duly signed covering letter in company’s letterhead by authorized signatory with

name, title and seal.

2.8. EMD as per clause 3

2.9. Duly filled Compliance statement as per Annexure-C

2.10. Letter from OEM for support and service during the contract period, wherever applicable.

2.11. Additional information as per Annexure-C, if any

2.12. Duly filled Data Sheet as per Annexure-D

2.13. Additional information as per Annexure-D, if any.

2.14. Duly filled Checklist as per Annexure E.

2.15. Duly filled relevant Annexure of F.

2.16. Replica of complete price bid masking the prices as per Annexure-G – (a)

Page 11: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

11 | P a g e

2.17. Duly signed Non-disclosure Agreement - Annexure G (f).

2.18. The bidder shall have their offices in India and preferably one of their offices in

Mumbai. The bidder shall submit the bid authenticated by an authorized person from any of his offices in India, preferably from Mumbai office. However, the bidder shall authorize a representative from Mumbai office for interacting with the bank during evaluation of the bid. The bidder shall indicate the addresses, contact nos. and contact persons of their Regional offices and support centers. The bidder shall also indicate address of the office on which order has to be placed, if selected.

2.19. All pages of the bid excluding Brochures are to be numbered as Page --- (current page) of --- (total pages). The numbering shall be done for the whole bid and not section-wise.

2.20. The bidder must submit a detailed statement of facts and profile of their company including year of commencement of business, Internet site details, name & title of the authorized signatory, contact numbers and e-mail address.

2.21. If the bidder is offering solutions/products from other OEMs/principals, as required in this RFP, they shall detail the responsibilities of the parties involved. The bidder should submit a letter of undertaking from OEMs/principals mentioning their consent and assurance for satisfactory performance of the project, along with the Qualifying & Technical Bid – Part A.

2.22. The Bidder shall submit an ownership certificate duly signed by the authorized

official, along with the Qualifying & Technical bid, also mentioning that change in ownership is not anticipated in the proposed period of contract. If any such change is anticipated, the scope and effect thereof shall be defined.

2.23. The bidder`s authorized signatory shall authenticate by signature and seal on each page of the Bid including brochures/pamphlet/write-up etc. Bids with erasure/over writing/cutting are liable to be rejected. If required, the corrections can be made by scoring out entries and writing afresh. The authorized signatory shall authenticate each correction. Wherever certification/undertaking is submitted, the bidder shall affix signature with name, title/designation and seal in addition to page-wise authentication.

2.24. The order shall be placed on one single selected bidder's entity who has participated in the tender process. Order for equipment and bandwidth shall be placed in the name of one single entity of selected bidders as it is a total turnkey project for required equipment and bandwidth. The bidder who submits the quote should have fulfilled the eligibility criteria as per RFP.

2.25. The Bidder may modify or withdraw its Bid after the Bid’s submission, provided that written notice of the modification, including substitution or withdrawal of the

Page 12: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

12 | P a g e

Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.

2.26. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched. Withdrawal notice may also be sent by Fax, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of Bids

2.27. No Bid may be modified after the deadline for submission of Bids.

2.28. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a Bid during this interval may result in the Bidder’s forfeiture of its Bid security (EMD).

2.29. The Bidder shall carefully examine and understand the specifications /conditions of RFP and seek clarifications, if required, to ensure that they have understood all specifications/conditions of RFP. Such clarifications should be sought before pre-bid meeting. The bidder may submit to the bank a list of queries in writing to reach us two days before pre-bid meeting. No individual

consultation shall be entertained. The Bidder’s bid should not mention sections like clarifications, 'as orally told', ‘to be discussed’, interpretations and assumptions. With the submission of the Bid, the bidder acknowledges that he/she has carefully studied and understood the RFP and any clarification provided by email completely. In the Pre-Bid meeting, each bidder can be represented by not more than three representatives.

2.30. Incomplete bids, conditional bids, bids not conforming to the terms and conditions, bids without EMD and bids not submitted as per clause 3.2 are liable for rejection by the Bank.

2.31. It is to be understood clearly by the bidders that the selection process requires them to have adequate expertise in the proposed technology. The bank evaluating the proposed solution will also consider the competence and capability of the bidders in implementation and support services.

2.32. The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. The bank reserves the right to re-tender without assigning any reasons whatsoever. The bank shall not incur any liability to the affected bidder(s) on account of such rejection. Bank shall not be obliged to inform the affected bidder(s), the grounds for the Bank's rejection. The Bank reserves the right to modify any terms, conditions and specifications of the RFP and Bank reserves the right to obtain revised price bids from the bidders with regard to change in RFP clauses. The Bank reserves the right to accept any bid in whole or in part.

Page 13: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

13 | P a g e

2.33. The bank reserves the right to release part order or more than one order. The

bank reserves the right to finalize the bill of material and repeat orders.

2.34. The bank reserves its right to appoint any consultant or consultants for evaluation of the bid.

2.35. The bidders shall arrange to give a presentation/demonstration on their solution after submitting their Bid, if required by the Bank. The Bank shall communicate the venue, date and time of presentation/demonstration to the bidders separately.

The Bids shall be addressed to:

Contact Person Shri. Rajesh Kumar Ram Assistant General Manager, IT Dept.

Address for Communication and submission of bid.

The General Manager, Bank of India Head Office, I.T. Department, 8th floor, Star House-2, C-4,‘G’ Block, , Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 022-61319843

For any Technical Clarification Shri Mayank Sharma, Chief Manager, [email protected], Ph No. 022-61319856,61289415 Shri Arun Prasad Jadiyana, Chief Manager, [email protected] Ph No. 022-61289415,61289429

The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc, if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 12/08/2015 at 16:00 hrs or amended date & time as intimated or given on website in the above mentioned

Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.

3. Earnest Money Deposit(EMD)

3.1 The Qualifying &Technical Bid, PART-A shall be accompanied by earnest money of Rs.20, 00,000/- ( Rs. Twenty Lakhs Only ) by way of Bank Guarantee

(format as per Annexure F(a)) from any of the commercial banks (other than Bank of India) in an acceptable form favoring “Bank of India – EMD for Second

Page 14: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

14 | P a g e

MPLS Network Procurement and empanelment of vendors for branches/offices Ref No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015”,

Mumbai. No interest shall be allowed on the Earnest Money. Bids without Earnest Money are liable for rejection.

3.2 The bid security in the form of Bank Guarantee shall remain valid for a period of

6 months from the last date of submission of bids with 6 months claim period. 3.3 The EMD shall be returned to the selected bidder on his/her submission of

Contract Performance Guarantee, as defined in clause 35. 3.4 Bid securities (EMD) of the unsuccessful bidders shall be returned after 30 days

of the award of the contract. 3.5 Bank reserves the right to change the dates mentioned above or in the RFP,

which will be communicated. 3.6 Returning Technical and Price Bids: For those bidders who do not qualify,

EMD shall be returned. The technical bid and price bid will not be returned to them. It shall be deemed to be the property of the Bank. The Bank has the right to peruse the same at any point of time.

4. Business Requirement

4.1 Bank of India intends to procure, install and commission Second MPLS

Network for all branches /offices from eligible bidders and empanelment of vendors (excluding BSNL and MTNL) with different Bandwidth requirement for a period of 5 years from the date of award of contract. The bank at its discretion may provide orders for additional/new locations. MPLS link with different bandwidth is also required for the upcoming new locations that may come up in future as per the Bank requirement during the contract period of this RFP. 4.2 Bank of India also intends to empanel the service providers among the

selected bidders based on the feasibility of all sites and eligibility as per RFP. Contract will expire uniformly for all sites after five years for respective selected bidder from the date of last purchase order placed for sites as per annexure-1. All sites including new sites ordered under this contract will expire uniformly on same day. 4.3 Bank may request for extension of validity of contract for a period not

exceeding six month or till the finalization of alternate arrangements. The rates applicable for the extended period shall be prorata on the fifth year pricing.

Page 15: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

15 | P a g e

5 Broad scope of work

Part-A: Procurement of Second MPLS Network for branches/offices

5.1 Bidders shall provide MPLS VPN Layer 3 Network connectivity for the locations identified by Bank for a period of 5 years from the date of award of this contract. The contract of all sites ordered under this contract shall be deemed to end after 5 years from the date of commissioning of each site end to end.

5.2 Bidders should provide adequate Backhaul link Bank`s DC and DR sites, at any

point of time the Backhaul link utilization( on Real time) should not cross 70%. Bidders has to do the sizing of backhaul link as per the number of branches order received. Bidder should ensure both backhaul links to be delivered and commissioned before the commissioning of single branch location MPLS links. Also all backhaul links should be delivered from telecom service provider other than M/s BSNL and MTNL. There will be no separate cost for backhaul links in

the project. Bidder should ensure the utilization of DC or DR Backhaul link should not cross 70% (on Real time) during the contract period and at any point of time. Bidder should upgrade the backhaul links at DC and DR immediately on reporting or observing such utilization.

5.3 The last mile of Backhaul delivered link PoP should be highly redundant and

there should not be any single point of failure. The bidder should have their own nation-wide high availability MPLS network backbone. The bidder’s core MPLS backbone should be fully meshed. Bidder has to submit the declaration for this clause during bid submission.

5.4 The bandwidth provided by the bidder should be available in full duplex mode

with any to any configuration in MPLS Cloud network. 5.5 Bidder should provide Private MPLS VPN Network for bank which should not be

integrated for any other entity. 5.6 Bidder should provide Backhaul DC and DR sites only on wired FIBER media. 5.7 Bidder should provide connectivity through stable wireless. Bidder should

provide wired media in branches where wireless not feasible with mutual consent.

5.8 The backhaul links at DC and DR will be on wired media only and there will not

be any cost for these links. All identified / ordered locations shall be preferably on stable wireless solution (as RF/ Wimax only) or on wired media. However no distinguishing on commercials can be made between wired and wireless connectivity provided by the bidder.

5.9 Bidder has to provide Layer 3 MPLS VPN link on dedicated ports with 1:1

committed flow. The end point deliverable at branches should be on V.35 (Serial

Page 16: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

16 | P a g e

interface) or Ethernet Interface. Bidder has to provide the requested end point as advised by bank in all ordered locations. There should not be any constraints at the bidders end for requested end point deliverable. Bidder should make all arrangement for providing the end point viz. converter etc. Bidder should ensure there should not be any service degradation by using such external media at ordered locations.

5.10 Bidder should provide declaration as the delivered MPLS VPN Network of bank

is fully isolated from Internet traffic in their network and separated at device level as well. The Backhaul links will be terminated on Bank provided Cisco ASR1006

router’s Ethernet interface/any other device as per the instruction of the bank. Bidder has to provide the MPLS link on branches’ router which is of Cisco or HPN or any other standard make.

5.11 Bidder has to deliver the link up to the router and terminate on the required

interface of branch router with prior approval from Bank designated team. 5.12 Bidder has to provide necessary hardware (excluding routers) for delivering the

link at bank’s identified location without any additional cost to the bank. Bidder should provide mapping, configuration and password of all equipment’s provided by the Bidders.

5.13 Bidder should do all internal cabling till branch router for successful

commissioning of the required MPLS link without any additional cost to the bank (Bidder should provide all required cables for connecting the modem or any external device to Branch router for termination of link at no extra cost to the bank).

5.14 Proper cabling at branch end or DC/DR location should be done neat and clean

with proper tagging and duct by the bidder without any additional cost to the bank.

5.15 Bank is procuring Second MPLS link which should work in active –active mode

and auto failover mechanism to the existing BSNL MPLS or VSAT link with full load at Bank branches or offices.

5.16 The Bank at its discretion may seek a pilot run for the proposed type of

connectivity offered by the selected vendor (s) in live environment. This pilot run will include a UAT (User Acceptance Test) and SAT (Security Acceptance Test) to test the workability of the entire solution. A UAT & SAT team comprising of officials from all stake holder departments and third party consultants hired by the Bank will check the solution against the various parameters given in the RFP. The terms & conditions of the pilot run will be as follows:

5.16.1 The pilot test has to be conducted without any cost to the Bank.

5.16.2 The pilot test will have to be conducted in the branches as advised by the Bank.

Page 17: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

17 | P a g e

5.16.3The pilot test will have to be initiated, within four weeks of the Bank giving the letter of intent.

5.16.4The pilot test, if mandated by the Bank, will have to be done with all types of wireless technologies offered by the vendor.

5.17 It is the responsibility of Bidder to ensure auto-failover and active-active configuration i.e. when present MPLS link get failed, should switch over full load without manual intervention to Bidder’s MPLS network and vice-versa without any downtime for locations i.e. with zero downtime.

5.18 Bidder should provide all required configuration to Bank Facility management

team for achieving the auto failover and Active-active configuration as per the clause 5.17. Bidder should work in close coordination with bank Facility management team/ Bank appointed system integrator’s team for achieving link auto failover.

5.19 Bidder should do the site survey of all locations prior to delivering the requested

MPLS link at identified branches or offices. All site survey reports should be submitted to bank with proper acknowledgment from concerned location officials. The bank can ask the bidder to present these reports at any point of time.

5.20 In case of wire-less link, Bidder should provide the complete site readiness

requirement to bank designated team and local branch officials in writing during the site-survey.

5.21 All wire-less link should be provided in the absence of wired link at branches or

offices with required bandwidth, latency and uptime. Bidder has to provide links which is of Bandwidth 2Mbps and above, preferably on stable wireless or on wired media till router.

5.22 i. Bank will only provide Rack space (max.2U only), Required Earthing

voltage and UPS Power supply for installation or commissioning of required links in branches/offices. All other required infra should be arranged by bidder at no extra cost to bank. Bank will not take any responsibility for installation of MUX/MAST/RF antenna/Modems etc. Bidder should take adequate insurance for deploying hardware at no cost to bank for preventing the equipment from any kind of damage. ii. Bank shall provide the rooftop permission for installation of Pole/other equipment’s (as per Clause No. 5.51.) wherever required. However, the bidder is refrained from installation of any other equipment other than the one required for connectivity of that specific branch and also that equipment should not be used for connectivity of any other building/customer.

Page 18: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

18 | P a g e

5.23 Provision of Dedicated Team at Bank’s office

Bbidder has to provide maintenance support as per Clause 8 along with below mentioned resources requirement at banks central locations. Each Selected bidder has to provide the number of resources required at Bank Centralized location are mentioned below:

Sr.No. NO. of Sites under support of each Bidder

At Bank Central Location ( In each shift)

1 500 to 1500 2

2 1501 to 2000 3

3 2001 to 2500 4

4 2501 to 3000 4

5 3001 to 3500 5

6 3501 to 4000 5

7 4001 to 4500 5

8 4501 to 5000 6

Central Location: This will be at Navi Mumbai, Bidder should ensure the above

mentioned resources should be available in each shift. There will be three shift in a day.

The above mentioned resources shall be dedicated for the Bank. The selected

vendor shall submit the contact details of the proposed team within one week from the date of receiving LOI from bank. Apart from above mentioned resources there will be one senior resource from each bidder should be allocate at Banks central location, who will be designated as National Project Manager, the brief roles and responsibility of such resource

is mentioned below: o Responsible as a single point of contact for any escalations across the

Nation.

o Ensure committed delivery on the project rollout front.

o Ensure committed delivery on the network uptime front.

o Ensure that the project timelines are met in a smooth fashion.

o Ensure compliance of the Contract and SLAs through supervising the performance of other personnel of the Bidder involved in service deliveries etc.

o Single point of contact for any information sought by the Bank. o Managing/Supervising timely resolution of escalations/tickets via

Circle level Project Managers and Bidders NOC.

o Required to attend Bank DC NOC on all working days of the Bank and also on other days during exigencies.

o Should be a graduate/post graduate with PMP or equivalent/higher certifications and minimum of 7-10 years’ experience in deploying and managing networks.

Page 19: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

19 | P a g e

The brief roles and responsibility of resources which are going to be

placed at Banks central location is mentioned below:

o Monitor all allotted branches links with due diligence and take follow-up with their backend team for immediate restoration of all such downlinks as per the SLA uptime.

o Contact branches end users to understand the problem if there is any fault finding.

o Allocate the down-call to all concerned regional engineers for immediate action.

o Responsible for all technical issues concerning the network.

o Single point of contact for all technical queries and fault resolution.

o Shall have the primary responsibility of ensuring a smooth network functioning without congestion, and downtime.

o To provide all kind of SLA reports to the designated bank team as per the schedule.

The experience and educational qualification of resources dedicated to

Bank is mentioned below:

National Project Manager:

o Should be a B.E/B.Tech. with PMP or equivalent/higher certifications and minimum of 7-10 years’ experience in deploying and managing such big networks.

o Should have technical knowledge of Network devices and Tele-communication.

Resources at Bank Central Location:

o Should be a Graduate/post graduate in IT/CS/EC engineering stream, Minimum CCNA or equivalent/higher certifications with minimum 3 - 5 years’ experience as network specialist, so as to be able to resolve problems related to wireless and leased line/MPLS networks

Bidder should also arrange resources at Bank DR Location as per the operational requirement as and when required.

5.24 Bidder should ensure all recruited resources for BOI project should be professionally skilled and have good knowledge on handling the project at Customer site. During the recruitment process of required resources, bank may involve their officials to judge the technical requirement. Bank will be conducting interviews of such resources prior to granting them access/permitting their deployment at bank`s locations. If the candidate is not found suitable, Bidder has to propose a new candidate. Since these resources are going to be placed at Bank`s Critical location, it is mandatory for the bidder to ensure the Police

Page 20: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

20 | P a g e

verification report of such engineer who are going to be placed at Bank`s critical location for the Project operations support.

5.25 Bidder should ensure all links should be pro-actively monitored with their

designated NMS. Bidder must have their own NOC facility for monitoring of the network. Bidder has to submit the UP time, Bandwidth Utilization, Link error, Latency Down-call details or any other reports as required by bank within 12 hours from the time of such demand.

5.26 i. Bidder has to deploy a system/mechanism/tool which is capable of

logging calls/generation of alerts in case of disruption of services due to link failure automatically i.e. without manual intervention and alerts of such down-calls should be reported to bank by way of e-mail and SMS facility. Bidder should provide a portal to bank where real time monitoring can be observed and ticket logging and ticket status can be viewed and done. ii. Bidder should also ensure to integrate their NMS tool with bank existing ticketing system. At present bank is using HP Service Manager Version 9.34 as a tool for call logging and HP NNMi version 10 for network monitoring. Bidder should ensure all required configuration and interface should be provided during the required integration to bank. This integration is to be implemented by the selected bidder at no extra cost to the bank. Bidder resources at DC locations are also going to be trained by bank team for the existing ticketing tool of bank for day to day operation.

5.27 Bidder has to take action for all down-calls as per the required SLA and ensure

the restoration on immediate priority. 5.28 There will be no change in existing IP schema for bank branches/offices/DC/DR

locations during the implementation of Second MPLS network. 5.29 The bidders should be capable of handling the required Second MPLS VPN

network for the entire contract period. 5.30 The commercials quoted by the successful bidder shall be fixed for 5 years. And

bank at its discretion will place the new link order as per the required bandwidth on the commercials finalised during the term of the project.

5.31 Devices/equipment’s or any other materials required for implementation of the

required solution not quoted by bidder in the bid, shall be supplied by the bidder only and no extra cost is payable by the bank.

5.32 Bidder has to submit the project plan to bank as per the scope of work defined in

this RFP for project implementation before delivering the links within 7 working days from the date of award of the contract.

Page 21: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

21 | P a g e

5.33 i. The bidders should have capability to configure IPv6 traffic on MPLS VPN

network as per the bank requirement at no additional cost to the bank, as and when the bank decides to implement IPv6 in the bank’s Network.

ii. The bidder should provide all security measures for bank’s Second MPLS

VPN network which should prevent against all kind of attacks like DDOS, IP spoofing etc. iii. The bidder should ensure all IPSec 3 DES enabled traffic should flow in required MPLS network without any hiccups i.e. branch to DC or DR site and vice versa.

5.34 Bidder has to ensure all required licenses and certificates should be available from government authorities for delivering the wired or wireless as RF only link at bank branches/offices/DC and DR sites. Bidder has to comply with the bank information security policy for commissioning of links.

5.35 The Bidder should have predefined traffic transport QoS (Quality of Service)

parameters, which provide throughput, latency, packet loss, jitter commitments and application prioritization.

5.36 Bidder should ensure the round trip delay should not be more than 70milli

seconds (ms) during 50% bandwidth utilization on wired link and 100 milli seconds (ms) during 50% bandwidth utilization on wire-less link.

5.37 The bidder has to monitor the required MPLS network and bank will provide the

restricted SNMP access to any of the bank`s router subjected to compliance with the Bank`s Security requirement. However bidder has to find out the solution for providing pro-active monitoring of links without using SNMP trap from branch/offices router.

5.38 Bidder should ensure the availability of required hardware for restoration of

branch/DC/DR MPLS link. The required hardware should be available within 24 hours from the incidence reporting or ticket logged. Bidder has to ensure the hardware availability irrespective the cause of damage and to meet branch business operation continuity.

5.39 Bidder should have adequate field engineer for restoration of links with skilled

knowledge and prior experience. Bank Branch or offices MPLS link should not be remain isolated due to the requirement of Field engineer at any point of time.

5.40 Bidder has to provide full escalation matrix of all verticals of their organization

during the Bid submission. This escalation matrix is to be again reviewed by successful bidders and should submit to bank during any changes in the matrix.

Page 22: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

22 | P a g e

5.41 Bidders has to setup weekly meeting with bank officials till Project rollout or

implementation. After implementation of complete solution, bidder has to ensure monthly review meeting with bank officials. Bidder has to ensure the monthly meeting should be attended by National level officials from bidders end.

5.42 Bidders has to provide full support during involvement of additional

communication technology or PoC in Bank MPLS network without any additional cost to the bank.

5.43 Bidders should provide committed bandwidth as per this RFP or future

requirement at identified locations. Required bandwidth should be available continuously. Bidder should provide visibility of committed bandwidth to bank.

5.44 Bidder has to carry out Preventive maintenance of each site in every three (3)

month, the preventive maintenance report which should be properly sealed and signed by concerned branch officials along with dates and any remarks. These reports should be submitted during the Invoice submission for claiming the payment.

5.45 The bidder shall provide the service, system spare parts and complete

maintenance of the system for a period of not less than 5 years from the date of acceptance of each site, extendable on mutual agreement. The bidder shall submit an undertaking letter to this effect along with the Technical bid, otherwise the bid is liable for rejection.

5.46 All tools, tackles, testing instruments, consumables, vehicles, etc., as required

during all operations such as transport, installation, testing, commissioning and maintenance during the contract period shall be provided by the Bidder at no extra cost to the Bank for completing the scope of work as per this RFP.

5.47 In future, bank may carry out design modification and/or application addition to

the bank network, including modification for the security policy implementation. Accordingly vendor should carry out necessary configuration changes in the MPLS network, as advised by the bank time to time and no additional cost will be borne by the bank in this regard.

5.48 Bidder should provide connectivity with 1:1 committed bandwidth for uplink and

downlink for branches as per the bandwidth asked per site wise . 5.49 Bidder should not provide last mile network from BSNL or MTNL MPLS Network.

Bidder should also ensure there should not be any integration of network with BSNL or MTNL.

Page 23: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

23 | P a g e

5.50 Bank requirement is the Second MPLS solution deployment for the all branches

and empanelment of TSPs (Telecom Service Providers). Bank at its discretion may call bidders who are feasible for remaining locations as per eligibility criteria. The Bank at its discretion may provide orders for additional links or reduce the number of links also.

5.51 i. Since Bank need to build Second MPLS network for the locations under

this RFP. Bidders should ensure the feasibility of wired/Wire-less link should be considered only on wired or stable wireless as Radio Frequency link (RF connectivity) / wimax solution.

ii. In case of RF, the bidder will try and achieve feasibility through an antenna/pole/mast of a height of up to 9 meters, which will be at the bidder’s cost. However, in case an antenna/mast of greater height is required, specific reference per site, detailing reasons, needs to be made to the Bank prior to setting up such antenna/mast. The Bank will ordinarily not refuse approvals for such references; however the bidder has to also bear the cost of such higher antenna/masts and related additional equipment. Bidder should ensure all required wire-less certificates or licenses from competent and government authority should be available before deploying such solutions in project. Any issues related to wire-less licenses to be taken care by the successful bidders. External antennas should have proper lightening conductors. Bidder should ensure the compliance for wired link availability for such locations as per clause no. 5.8 of this RFP.

5.52 As per regulatory and corporate compliance we have to open new branches in every financial year. For all such locations where new branches are proposed for opening will be provided new link apart from the requested location under this RFP. Bidder has to deliver the link as per the timeline mentioned under this RFP. All such new links will be under similar SLA and scope of work as mentioned locations under this RFP.

5.53 Bidder should ensure the availability of Uptime of all requested links as per SLA.

The Second MPLS link procured by bank under this RFP should not be treated as Back-up MPLS link for existing working links under the branches. Bidder has to ensure that bifurcation of the traffic for the applications. At any point of time branch should have availability of both the links. Bidder has to comply with this requirement and have to provide necessary configuration for testing of link as active-active and also failure one link all traffic should divert on other link and vice versa. Bidder has to submit the declaration during the bid submission.

5.54 Bidder has to configure the MPLS network as per the bank`s QoS policy in coordination with bank`s Facility Management Team. This feature should be available from day one of the project.

Page 24: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

24 | P a g e

5.55 The selected Bidder should comply with the Bank’s IT and IS policy. The best IT security practices that the Bank will be looking forward to be necessarily adopted are given in Annexure H. These will have to be complied with during the pilot as

well as in the rollout and during the contract and implementation should acceptable to the Bank.

5.56 Bidder should provide one week minimum advance intimation to bank

designated team for carrying out any maintenance activity in bidder network. Such activity should not be more than 1hour on single occasion and bidder should ensure such activity should be carried out between 01.00 AM to 04.00AM without impacting bank`s business. Two activities in a year is permitted by bank with a duration of one hour. Bidder should ensure availability of network after the completion of maintenance activity for all branches and offices. After completion of the activity bidder has to submit the activity report to bank designated team, such reports should states the availability of network for bank branches and offices.

5.57 The bidder should submit the details (complete address) of all MPLS PoP and

RF PoP locations during the bid submission. Bank deserved the right to visit PoP locations of the bidder.

5.58 At present bank is using Codec G.711/G.722/G.729 for IP Phone

Communication. Bidder should ensure all IP phone installed in bank branches or offices should work in any to any configuration without any issue.

5.59 The bidder will ensure that each location is within a radius of 5 kilometers from

any of his BTS/Repeater Towers. However for flatland rural areas, the radius may be extended up to 10 kilometers. Such BTS/Repeater should be in line of sight of bank location. Bidder should ensure that all commissioned sites should get stable connectivity as per the validity of project. In case during the validity of Project any LOS issue occur than such bidders has to made the required arrangements for providing the stable connectivity without any additional cost to the Bank. It will the discretion of the bank to consider such sites on other solution proposed by bidder on case to case basis. However the total criteria should not exceed as per clause no.7.2.3.

5.60 All clearances, wherever required, in respect of the mast/pole/antenna from any government/local/statutory bodies etc. like municipal corporations, airport authorities are the responsibility of the bidder.

5.61 It shall be the responsibility of the Bidder to configure the solution as per the

Secure Configuration Document (SCD) of the Bank, fixing security vulnerabilities, mitigation of various audit points and taking prompt action on the advisories shared by the Bank at any point of time during the validity of the contract period.

5.63 Bidder shall ensure that all supplies (hardware, software etc.) must not be End

of Support / End of Service and spares/upgrades should be available for at least 5 years from date of commissioning.

Page 25: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

25 | P a g e

5.62 Vendor shall identify adequate number of Field Engineers (FEs) at the ground

level with a minimum of one non dedicated field engineer, available at centers (around 60 centers) where Zonal Offices of the Bank are located. The contact details of these FEs will be shared with the Bank. The FEs should be easily reachable, particularly during the office hours of the branches/Bank.

5.63 Bidder should provide a system capable to send incident alerts through email and SMS to respective authorities. For example, i) on branch outage, alert should be sent to Branch Manager/ZO IT/Bank Team. ii) For ZO links outage, alert should be sent to In charge ZO IT/Bank Team iii) For critical links, alert should be sent to central monitoring team along with other stake holders.

5.64 The Field engineers will preferably be full time employees of the vendor having diploma in computer science, IT, Telecommunications or equivalent/higher qualifications with at least one year domain expertise.

5.65 The vendor should have a clear Disaster Recovery and Business Continuity

Plan in place for support services and should submit the BCP plan to the Bank. In case the Bidder does not have ready business continuity plan, he should undertake to implement business continuity plan within two months from the date of issue of the first Purchase Order.

5.66 “Site Survey‟, “Installation Certificate” , “In Operations Certificate” and

“Acceptance report for successful commissioning” must be maintained by the selected vendor for future reference like Penalty Calculation. The formats would be finalized in consultation with the Bank. The vendor is also required to submit Proof of Delivery (POD) and Bill of material of all the equipment delivered at the sites specified by the Bank. This shall be one time activity and the date of successful commissioning of link as these documents shall be considered as the billing's start date.

5.67 Bidder shall be responsible and comply with the preparation and processes of

Banks change management process. 5.68 The Bidder should have a clear DR (Disaster Recovery) and BCP (Business

Continuity Plan) in place for support services and should submit the BCP plan to the bank. In case the bidder does not have ready business continuity plan, then bidder should undertake to implement BCP within two months from the date of issue of the LOI.

5.69 The bidder shall arrange and ensure proper contingency plans to meet any

unexpected obstruction to the service provider or any employees or sub-contractors of the service provider ( as the bank may permit) in rendering the services or any part of the same under this agreement to the bank. Selected Bidder should ensure the last mile delivered at bank location should be preferably from Selected Bidder own network or from other major Telecom Service provider with whom selected bidder has made arrangement. Such TSP

Page 26: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

26 | P a g e

should also to be on board by the selected bidder as per bank eligibility criteria only.

5.70 Bidder shall provide, without any additional cost to the Bank, adequate

protection for the masts/pole/antenna like Platform/Monkey protection cage/Snow Shield/other obstructions wherever necessary, to prevent disturbances to the alignment causing communications failure. Any other equipment which are not mentioned in this RFP but are required for making the branch/ office live on the network via wired/wireless link shall be provided by the selected bidder at no extra cost to the Bank.

5.71 Bidder should also advise one common corporate e-mail address for

communicating our communication initiated by our Head Office / NBGs/Zonal Offices / other Centers. The escalation matrix with email-ids should also be provided.

Part-B: Empanelment of telecom service providers (TSPs) for existing and new links for procurement of Second MPLS Network for branches/offices

5.72 Bank intends to empanel the vendors for the contracted period of the project

for procurement of MPLS Links for all domestic branches/offices of Bank. in addition to the empanelment of vendors for all India Basis, our other offices may also empanel vendors for their requirements, if required or may float open tender. Thus the vendors empanelled by us i.e. Bank Of India Head Office, Vendors additionally empanelled by other offices if any, and any other vendors satisfying the eligibility criteria as decided by that Zonal office/NBG as per the RFP, shall be eligible to participate in the tenders, as shall be mentioned in individual RFPs floated by various offices of the bank across India. Bank reserves the right to accept or reject proposals from the current

empanelled vendors, who have not participated in the procurement process on regular basis at its own sole discretion. The bank will review the performance of empanelled bidders on year to year basis, bank at its own discretion may cancel their empanelment in the bank if it is not satisfactory.

5.73 For empanelment in the bank for future requirement under this project,

bidder should be eligible and successfully qualified as per this RFP. For additional /new requirement bank may invite quotes from empanelled vendors and process for individual sites.

5.74 The empanelment will be in force initially for contract period (subject to

review on year to year basis) from the date of notification of empanelment to the successful Bidder. The Bank may, at its sole discretion, extend the currency of the panel further. The Bank reserves the right to scrap the panel at any time, without assigning any reasons there for. The Bank's decisions in this regard shall be binding and final.

Page 27: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

27 | P a g e

5.75 During the currency of the panel, whenever the Bank desires to procure any

of the indicated links for the branches/offices, all/some of the empanelled vendors, depending upon the availability of service support at/nearer to the locations where the commissioning of link is desired, would be invited to submit quotations and the vendor who had offered the best terms, as per the Bank’s evaluation, would be awarded the Purchase Contract. Such quotations may be invited either by the Bank’s Head Office, NBGs or any of its Zonal Offices.

5.76 Provided that an empanelled vendor, who do not participate in the tender

process or whose reputation and/or conduct of business as per the laws of the land and/or record of supply/installation/service had changed adversely after empanelling, and/or if after having been awarded any Purchase Order by the Bank, the vendor had not fulfilled its commitments of supply/installation/service to the satisfaction of the Bank (in respect of any Purchase Order/Contract awarded by the Bank), and/or for such other/similar reasons, its name may be deleted from the panel and it would not be invited to submit price quotations thereafter or the bid if submitted by such vendor shall not considered for evaluation. The bank’s decision in this regard shall be final and binding on all the empanelled vendors.

5.77 Notwithstanding the empanelment and/or any provision contained herein, the

Bank reserves the sole right to invite price quotations from any/all/none of the empanelled Suppliers.

5.78 In particular, in case of bulk purchases exceeding a value as may be decided

by the Bank at its sole discretion, and /or in case of procurements being effected in compliance of guidelines of multi-lateral agencies like the World Bank and/or in case of procurement being effected under National/International Competitive Bidding norms and/or in case of procurements being effected of hardware/software peripherals which, in the opinion of the Bank, are of specialized nature or for the specialized projects in such cases the Bank may initiate a separate open tender/procurement process independent of the said empanelment.

5.79 During evaluation of the Bids, the Bank, at its discretion, may ask the Bidder for clarification of its Bid. The request for clarification and the response shall be in writing, and no change in the substance of the Bid shall be sought, offered, or permitted.

5.80 Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a substantially responsive Bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations from, or objections or reservations to critical provisions, such as Performance Security, Applicable Law, Validity period of the price quotation, Qualification Criteria, Warranty and Force Majeure will be deemed to be a

Page 28: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

28 | P a g e

material deviation. The Bank’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself, without recourse to extrinsic evidence. The Bank would also evaluate the bids on technical parameters including possible visit to inspect Bidder’s/Supplier’s facilities. In such case the entire cost of inspection, including boarding, lodging, travelling, incidental expenses of the Bank’s representative and/or Bank’s Consultant shall totally be borne by the supplier for the complete duration of the inspection.

5.81 Subsequent to empanelment, it is expected from the empanelled vendors to

participate in the Quotations/Tender Process initiated by the Bank (Head Office, NBG, Training Centre, and Zonal Offices) for procuring items as mention in price proposal where the vendor is having their Head/Regional/Zonal Offices as also direct service support centers or service support through its franchisee.

5.82. Post-qualification

5.82.1 For each lot of purchases subsequent to empanelment, the Bank will invite

Price Quotations from the empanelled Suppliers or proceed with the selection of L1 Vendor.

5.82.2 The size of the lot will be decided by the Bank at its own discretion and shall

be binding on the empanelled Suppliers. All the price bids after their evaluation on the parameters mentioned in the price quotations/RFP terms would be arranged in descending order and the contract would be awarded to the bidder whose bid has been evaluated to be the lowest.

5.83. Award Criteria

5.83.1 The Bank will award the Contract to the successful Bidder, out of the Bidders

who have responded to Bank's Invitation for Quotation/RFP as referred above, who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest evaluated Bid. However, the Bank also reserves the right to distribute the orders depending on the procurement/project as would be enumerated in RFP.

Bank reserves the right to distribute the order among the vendors who are L1 in each item as would be enumerated in RFP.

5.83.2 The Bank reserves the right at the time of award of contract to increase or

decrease, by ascertaining percentage as enumerated in RFP of the quantity of goods and services originally specified while floating the Invitation for Quotation, in the Schedule of Requirements without any change in unit price or any other terms and conditions

Page 29: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

29 | P a g e

5.84 After a Purchase Contract is awarded to a Supplier, the Bank may, at his

discretion, award further Purchase Contracts to the same supplier for all/some of the links originally quoted by him at the same/reduced prices up to a period of 18 (eighteen) months from the date of the first Purchase Contract without calling for fresh quotations. i) The Bidder should furnish a brief write-up, backed with adequate data,

explaining its available capacity and experience (both technical and commercial) for the required items/units within the specified time of completion after meeting all its current commitments.

ii) The Bidder should clearly confirm that all the facilities exist in his

factory/service center/business premises for inspection and testing and these will be made available to the Bank or its representative for inspection.

5.85 The empanelled vendor is expected to participate in all the Quotation/Tender

processes initiated by any of the offices of the Bank. In case, any of the empanelled vendor do not participate in the tenders floated by the Bank from time to time, the vendor shall have to pay to the Bank an amount of Rs.5000/- for 1st NON-Participation, Rs.10000/- for 2nd NON-Participation and disqualified from the empanelled list for 3rd NON-Participation) Further, the vendors are requested to note regarding forfeiture of contract performance security submitted to the Bank. Bank may invoke this option at its own discretion and the decision of the Bank may be final in this regard.

5.86 The empanelled bidder should comply all the terms and conditions mentioned in this RFP in terms of delivery timelines, SLA/uptime, liquidated damages and shifting/diversion of links.

6 Technical Requirement

Bank required second MPLS Network from Established Telecom Service Provider other than BSNL or MTNL to build redundancy for their branches or offices across the country. Bidder has to provide Layer 3 MPLS VPN link for the branches or offices as per required bandwidth. Bidder has to create dedicated Layer 3 MPLS VPN Network for Bank with High availability. At present bank is having all branches or offices connected on BSNL MPLS Network with various Bandwidth to DC and DR locations. All branches are simultaneously connecting to DC and DR site at any point of time. Branches or offices are required to access applications hosted at DC or DR site on continuous basis. A branch has to access application at DR site, and then it will go directly to DR site instead of coming at DC site.

Bidder has to provide the seamless MPLS VPN Network for branches where branches can have the portability to connect any sites i.e. any to any configuration should be available in MPLS VPN Network. In case of failure of Existing BSNL

Page 30: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

30 | P a g e

MPLS Link at branches, the branch traffic should be diverted to second MPLS Network to reach DC or DR site without manual intervention. After restoration of Primary MPLS Network it should be auto diverted to Primary MPLS network. Bidder should provide committed bandwidth for all required sites and the bidder should be able to demonstrate the same and bank should have visibility. At present all branches traffic is working on IPSec3 DES encryption format between branch to DC and DR sites and vice versa, bidder should ensure this traffic should reached to DC and DR sites without any issues. All sites should have gone through UAT and SAT for successful commissioning and acceptance

7 Completion Period

7.1 DC and DR Backhaul Links:

Bidder has to complete the site survey of DC and DR sites within 7 days from the date of award of contract to the successful bidder. Bidder has to specify the complete requirement during the site survey for delivering the required backhaul links. Bidder should ensure link level redundancy, PoP level redundancy, service provider level redundancy while providing the backhaul at DC and also the same at DR site. Bank will only provide sufficient space and power for the installation of MUX if any at DC and DR site. Bidder has to provide sufficient battery backup for their installed equipment at DC and DR sites and which should be last for 1 hour minimum. Bidder has to commission the two backhaul links at DC and two at DR sites (with alternate service providers, excluding BSNL, MTNL and Railtel) within three weeks from the date of award of contract to the successful bidder. Backhaul links should be terminated on bank premises Core Routers at

DC and DR sites on Ethernet interface. It is the responsibility of bidder to carry out all required internal cabling till CPE. Cabling should be neat and clean with proper tagging and duct by the bidder without any additional cost to the bank. Bidder has to coordinate with bank System Integrator of Facility Management Team for successful link delivery with tested load as specified in Clause 5 of this RFP. Bidder should give utmost priority for commissioning of Backhaul links at DC and DR sites simultaneously to achieve delivery of links at branches or offices. Delay in commissioning of Backhaul links will attract applicable Liquidated Damage as per the Clause 9 of this RFP.

7.2 Branches or Offices links:

7.2.1 Bidder has to complete the site survey of all locations as requested in this RFP within two weeks from the date of award of the contract to the successful

bidder. Bidder has to specify the complete requirement to the concerned branch for commissioning of the required link in writing. All required links at branches or offices should be commissioned and tested within four weeks from the date of

award of contract to the successful bidder. All link testing as specified in clause 5 of this RFP should be done by the bidder in coordination with bank system integrator and facility management team. It is the responsibility of bidder to compete the required link testing for declaring the successful link commissioning. Testing is the responsibility of bidder and link will be accepted only after the successful testing. All required hardware for commissioning of the links at

Page 31: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

31 | P a g e

branches or offices should be delivered by the bidder at concerned location within the above mentioned timeline only. Delay in link commission due to non-availability of required hardware is the responsibility of bidder only. At present all branches or offices are working on Primary MPLS network, so required power and space is available at all locations. 7.2.2 The successful bidders shall provide connectivity for minimum 500 locations under the scope. The bidders has to endeavor to make all ordered for locations feasible by expanding its reach/infrastructure, wherever necessary. 7.2.3 In case the selected bidder is still not in a position to make any ordered location feasible on Wired or on stable wireless RF/WiMax as last mile, the bidder may approach to the bank with detailed reasons and seek approval for providing connectivity on 3G/4G/EVDO/MPLS over Broad band technology solutions. However, such connectivity on 3G/4G/EVDO/MPLS over Broad band should not exceed 10% of total locations ordered. However the bank reserves the right to agree to the 3G/4G/EVDO/MPLS over Broad band solution for such branches or offices even after successful UAT and SAT. The price for such amended connectivity (3G/4G/EVDO/MPLS over Broad band) will be 50% less of the L1 rate discovered(Wired MPLS/ RF/ WiMax) for such bandwidth under this tender process i.e. the required bandwidth of such sites commercials will be treat as 50% of the least discovered rate for such bandwidth from specific bidders. No One time charges are payable in any case. The bidder has to deploy external device to establish such connectivity till the bank router without any additional cost to the bank. 7.2.4 In case a bidder is not able to cover 100% of the sites, even after the relaxation of 10% to offer connectivity through 3G/4G/CDMA-EVDO/ MPLS over broadband( as per Clause 7.2.3), the bidder may request the Bank on a case to case basis for exemption. The Bank will consider such requests of the bidder keeping in mind the reasons for non-feasibility such as extraordinary large CAPEX involved for making the site feasible, any technical reason, government restrictions etc. In case the Bank accepts the exemption request of the bidder for any particular location, the penalty stipulated at clause 9.5 will not apply. However, the decision of the Bank in this regard will be final. 7.2.5 If bidder is feasible at a given location, but due to any issue, if Bank is not able to obtain rooftop rights within six months of the declaration of feasibility by the bidder, the date of communication to the bidder by the Bank regarding obtaining rooftop rights will be deemed as the date of PO for the given site. However all other RFP terms will continue to be applicable.

Page 32: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

32 | P a g e

7.3 Shifting of branches or offices link (wired or stable wireless as RF/ Wimax

only):

7.3.1 After receiving the intimation from bank in letter or by e-mail, bidder has to shift the requested link (wired or stable wireless as RF/Wimax only) from old location to new location within 5 calendar days (including Saturday) from the date of such intimation. Shifting charges for such sites will be treated as one month rental of such sites. 7.3.2. The Bank reserves the right to migrate a Branch and Office (covered under this RFP) to some other technology (that may be provided by some other service provider) at any stage during the contract period. In such cases, the selected bidder has to ensure the shifting and commissioning of the given link at any other feasible site as specified by the Bank.

7.3.3. The selected bidder shall be responsible for the preparation of “Change Management Process” document for the Bank wherein the entire process/procedure shall be defined pertaining to various activities involved during the tenure of the contract including, but not limited, to the following:

7.4 New Link (Wired or stable wireless as RF/Wimax only) commissioning:

Apart from the attached list of branches in this RFP bank will place the order for new link for their upcoming locations during the validity of the project. Bank will share such locations address with assigned team for feasibility, team has to confirm the feasibility of such locations to bank team in four working days. After receiving the feasibility, Bank will issue the necessary PO for new links and bidder has to carry out the site survey within a week time from the date of PO. The required new link will be commissioned at new location within 4 weeks from the date of PO. The link will be treated as successfully commissioned after the required testing as specified in clause 5 of this RFP. Delay in commissioning of new links will attract the LD as mentioned in clause 9 of this RFP. Bank prefer new links should be delivered on wired media, if wired media is not available then bidder has to provide the requested link on wire-less media i.e. RF/Wi-Max with maximum 9 meter height. All terms and conditions including scope of work will be same as per the old links which are ordered under this RFP for new links. Bidder should ensure the delivery of new links should be done as per the requirement raised by bank, as these locations are to be opened or made LIVE in a framed time only, to meet the regulators and corporate goals requirement. The Bank has the right to place order for any of its existing branches / offices in India or any branch / Office which might be opened in future till the tenure of this project. All requirements of additional and new links will be procure from the empanelled bidders selected through this empanelment Process.

Page 33: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

33 | P a g e

7.5 Link Upgradation:

After receiving the intimation from bank by way of letter or e-mail, bidder has to upgrade the requested location bandwidth as requested Link up gradation activity should be competed with in three days from the intimation given by bank. Bidder has to ensure required hardware should be available at branch end for bandwidth upgradation in mentioned timeline only. Bidder not to charge any extra cost towards link upgradation, bank will only pay applicable bandwidth charges from the date of enhanced bandwidth of such locations as per the commercials submitted by the successful bidders. Successful bidders should ensure all new links or up gradation of links commercials will be as per the Annexure-G of this RFP. These commercials will be applicable till the tenure of the project.

The selected bidder shall nominate a National Project Manager immediately on acceptance of the order, who shall be the single point of contact (SPOC) at Mumbai. However, for escalation purpose, details of other persons shall also be given. The National project manager nominated by the bidder should have prior experience in implementing similar project. All sites under this RFP should be commissioned and will be operationalized in 4 weeks from the date of award of contract. Purchase order issued by bank will be deemed accepted within 5 days from the date of PO, if successful bidder has not acknowledged the receipt of PO.

8 Maintenance support

All bidders should have NOC facility where calls should be handled efficiently by banks locations or officials to support in case of any issue observed. Bidders has to allot dedicated toll free no. at their NOC for bank locations which should be accessible through mobile or landline. Bank locations will call the designated toll free number for fault booking or status updating. The bidders NOC should have preferably separate team for BOI project. Bidders should ensure after booking the fault through toll free no. a SMS alert with fault booking number should be gone to the caller. Further update of such fault should also to be updated through SMS to concerned person.

Although bank has asked pro-active monitoring of link, it is the responsibility of bidders to advise the caller about their circuit status. At any point of time bank can review the required process at bidders NOC, bidders also have to provide required statistics of all calls which are landing at bidders NOC to bank for taking further business decisions. 8.1 Bank is procuring Second MPLS network to build redundancy in their WAN network for connected branches or offices across the country. Bidder has to provide Pro-active maintenance support for all links provided by them. Bidder has to provide resources for 24x7x365 at bank`s location as specified in Clause 5 of

Page 34: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

34 | P a g e

this RFP. All links has to be monitored on Real time basis through bidder’s NMS tool which should be accessible from the banks WAN at DC/DR location by bank team at any point of time. Bidder has to advise the portal to bank for reviewing the all connected links for bandwidth utilization, down-call, and incidence reported, fault ticket status, fault ticket logging etc. The Bidders portal should have facility to provide required SLA reports also in MS-EXCEL format and further customization feature should be available for analysis. Bidder should ensure all links should be monitored Pro-actively i.e as and when link went down a fault ticket has to be created by the bidder NMS automatically and alert should be given to bank`s team or designated bank officials by e-mail and SMS. The bidder shall provide service support at all ordered locations. The bidder shall ensure a response and restoration of the connectivity as per below mentioned time-lines:

For Metro Branches/offices: Restoration of links should be done within 1 hour

from the call logging including travelling time. Response time is Fifteen minutes from the call logging.

For Urban or District Headquarter branches/Offices: Restoration of links

should be done within 2 hours from the call logging including travelling time. Response time is Thirty minutes from the call logging.

For Semi Urban and Rural Branches/Offices: Restoration of links should be

done within 4 hours from the call logging including travelling time. Response time is Thirty minutes from the call logging.

Locations( Excluding DC and DR sites) which are isolated in night ( i.e after 11.00 PM) should be attended by the Field engineer next day morning before the start of the branch operations, normally at 9 am, and bidder should take all necessary steps for restorations of such locations before the start of branch business hours. Bidder has to submit the declaration in writing advising the strength of filed engineers along with their hierarchy across the country. Bidder should ensure availability of engineers in the branches or offices well on time and make all possible efforts to restore the links before starting business hours of the branches.

8.2 Bidder should not take more than one hour for remote trouble shooting of the links. If a links is down or non-working due to branch router issue or any hardware failure or any infra issue at branch end, bidder should ensure such information should be assigned to concerned team by e-mail or in writing with in two hour from the reported incidence.

8.3 Bidder should be able to configure Quality/Class of services in the MPLS Network as asked by bank and at no extra cost to the bank. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network for all locations. Bidder should provide COS for business critical application or data in the 80:20 ratio. Where 80%should be prioritized for data traffic and 20% would be for voice over IP traffic. Bidder should also ensure in case of no VOIP traffic, 100% should be used for data traffic only.

Page 35: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

35 | P a g e

8.4 Bidder has to provide all kind of reports which are going to be used for SLA calculation in a mutually agreed format viz. Bandwidth utilization report of any site at any point of time, down-call report with complete details etc. Bidder has to pro-actively shared the bandwidth utilization report of all branches where utilization is beyond 70% on weekly basis after due diligence from there end. Bidder should ensure all SLA reports should be available from the bidders NMS portal.

8.5 Bidder should ensure all required hardware used for link commission, delivery and maintenance should be New and under proper warranty with respective OEM. Bidder should have all required licenses from the OEM for deploying such products for bank requirements. Non-compliance of same will be the full responsibility of successful bidder only.

8.6 Bidder should take all preventive measures to protect MPLS Network deployed for bank from any kind of vulnerabilities, which are released on time to time basis globally. Bank has full rights to ask the confirmation from the successful bidder in writing for prevention from such vulnerabilities.

8.7 Bidder has also to follow the Bank ticketing tool also, where all branches are pro-actively monitored. Bank tool will assigned the ticket for every fault booking of applicable sites to bidder’s team placed at DC. Bidder’s team has to work on all such calls and do the required troubleshooting of the links as per scope of work of this RFP. If bidder team found link is ok and suspecting hardware issue then bidder team has to provide such update on generated fault ticket with in 15 (fifteen) minutes from the time ticket has been assigned. Bidder should also follow there NMS tool for SLA. All required reports under this RFP has to be submitted by the bidders own tool. Bank will arrange the required training or knowledge transfer for the bank tool to bidder’s team placed at DC.

8.8 Bidders monitoring tool should have Real time dash board showing summary of the network like number of up and down branches, and links in form of pie chart, bar graph and percentage etc. or as advised by bank. All terminated links at bank locations should be available on the bidder’s portal including backhaul links. Bidder should provide the services on monitoring tool to extract information branch wise/zone wise/entire locations. Bidder monitoring tool should have customization facility as per bank requirement. The bidder will make necessary customization for the bank to provide monitoring portal to bank`s location with read and download privileges to the designated users of the bank, these numbers may be around 70 or more.

8.9 It will be the responsibility of the bidder to submit SLA reports or exception reports to the bank including the downtime penalty calculations. Nonetheless the data of the Bank`s System Integrator will be treated as final in this regard. However, on justification the bidder has option to ask for the Bank`s SI data and to represent in case of any major discrepancy. The bank reserves the right to examine such request on merit.

Page 36: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

36 | P a g e

8.10 The bidder has to organize below mentioned Project Review meeting with strict scheduled as mentioned below.

Weekly Review meeting at Bank`s designated central location for the rollout- and implantation progress.

Monthly Review meeting at Bank`s central location for the rollout- and implantation progress, this meeting will be attended by Bidders country level executives. This meeting will recurring till the installation of all proposed sites.

Monthly Review meeting at Bank`s central location for service assurance, this meeting will be attended by Bidders country level executives.

Monthly Review meeting at Bank`s each zonal office for service assurance, this meeting will be attended by Bidders Senior Level executive of such State or region.

9 Liquidated Damages (LD)

9.1 Time is the essence of the contract. If the bidder fails to complete the commissioning as per clause 7 of this RFP, the bank shall impose Liquidated Damages as mentioned below:

For Branches or offices links (Including new wired or wireless as RF only link commissioning): a sum Rs. 500/- (Rupees five hundred) per day per site will be applicable for the delay. The LD for link commissioning shall be applied on the total bandwidth charges for the whole contractual period (5 years) for the each location/site. However, the maximum cap on the LD shall be 10% of the total bandwidth charges for the whole contractual period (5 years) of ordered location/site. At the maximum cap bank may consider termination of contract.

For DC and DR Backhaul links: A sum of Rs.3000/-(Rupees Three thousand) per day per site will be applicable for the delay.

9.2 If the bidder fails to upgrade the link as per clause 7.5 of this RFP, the bank shall impose Penalty of Rs.1000/-(Rupees One Thousand) per day per site.

9.3 If the bidder fails to shift the link as per clause 7.3 of this RFP, the bank shall impose Penalty of Rs.500/-(Rupees Five Hundred per day per site). This Penalty will be exclusive from the above mentioned Penalty clauses.

9.4 Penalty for non-commissioning of sites ordered: For non-commissioning of the complete order, the bank may decide not to invoke the PBG or EMD and to continue the contract even though the bidder is unable to commission all circuits ordered, in which case the following penalty may be imposed:

Page 37: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

37 | P a g e

Six months rental value of each of the balance number of sites for the contract period, which were not commissioned after release of order from bank. This penalty will be exclusive from the other penalty clauses.

10 Service Level Agreement(SLA) Terms and conditions:

DC and DR Backhaul links:

The monthly UP Time of DC and DR Backhaul links should be 99.99% at each location. The percentage uptime is calculated on monthly basis as follows:

(Total contracted hours in a month – downtime hours within contracted hours) ---------------------------------------------------------------* 100 Total contracted hours in a month

MTTR (Mean Time To Respond) for DC and DR backhaul links should be Fifteen minutes and restoration time should be thirty minutes.

SLA Calculation: If the uptime is below 99.99%, the Bank shall deduct a penalty from

the Bandwidth Charges , which will be @ 1% of cost of monthly rental of all ordered sites for every 0.01% or part thereof of reduction in the uptime. However, if uptime is less than 98%, the Bank shall levy penalty and extension of period as below and shall

have full right to terminate the contract. The right of termination shall be in addition to the below extension period and penalty. Apart from above mentioned penalty clause, Bank will levy extra Penalty of Rs.5000/- in for every one hour downtime on each incidence. As these links are critical links on which all branches or offices are connected.

Branches/offices links:

The monthly UP Time for branches /offices links should be 99.50% per site. The percentage uptime is calculated on monthly basis as follows:

(Total contracted hours in a month – downtime hours within contracted hours) ---------------------------------------------------------------* 100 Total contracted hours in a month

MTTR should be as per clause 8.1 for branches/offices links.

SLA Calculation: If the uptime is below 99.50%, the Bank shall deduct a penalty

from the Bandwidth Charges , which will be @ 1% of cost of monthly rental per location/site for every 0.01% or part thereof of reduction in the uptime. However, if uptime is less than 98%, the Bank shall levy penalty and extension of period as below

and shall have full right to terminate the contract. The right of termination shall be in addition to the below extension period and penalty. Bank will levy Extra Penalty of

Page 38: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

38 | P a g e

Rs.1000/- per month on each incidence in addition to above mentioned SLA calculation, if branch remain isolated for more than 12 hours per day.

Bidder has to submit RCA report for every major incidence within 7 days of the reported incidence. If bidder fails to submit the RCA report as per above mentioned timeline, the Rs.1000/- per day will be penalized for non-submission for every single day default. This penalty is exclusive from the above mentioned penalties. Major incidence refers to outage of more than 10% of total sites at a particular time ordered under this RFP.

11 Payment Terms

11.1 Applicable bidders has to raise the invoice to concerned BOI Zonal Office of locations allotted to them, all payments will be process through the designated zonal offices after scrutinizing the applicable SLA penalty. The selected bidder shall submit invoice and other documents necessary as per the terms duly authenticating on each document, site-wise, along with the request letter for payment of rental charges. The payment shall be directly credited to the designated account provided by the successful bidder through electronically after deducting applicable TDS if any. The payment after deducting applicable TDS will be released from Bank's concerned zonal offices. The payments will be released only on acceptance of the order and on signing the agreement/contract by the selected bidder as per the Annexure G (f) of this RFP and also on submission of contract performance guarantee under clause 35 of this RFP. The bidder shall be responsible for extending the validity date and claim period of all the bank guarantees as and when it is due on account of incompletion of work under guarantees. The bank shall invoke the guarantee before expiry of validity. if the work is not completed and the guarantee is not extended, accordingly.

11.2 The bandwidth charges are payable on quarterly basis in arrear per site basis from the date of installation & acceptance by the bank for every site ordered, installed and accepted by the Bank. The charges towards all items are payable within 45 days from the date of receipt of invoice. All invoice raised for bandwidth charges should carry the site name along with site address with allotted bandwidth. The selected bidder should provide Invoices for each site separately. Invoices need to be submitted at respective zonal offices and processed at zonal offices only.

11.3 All submitted invoices are to be supported with required documents only. All invoices should have complete details of site with respect to the claim period and plan of service, rate breakup (if any), tax breakup as well. All invoices will be payable after deducting applicable penalty or LD amount if any.

11.4 Bidder should provide all SLA reports (reports on parameters like packet loss, jitter, latency, availability, down-call from the commissioning date ,bandwidth utilization for any duration, within the contract period, in the format desired by the Bank) for calculating the LD and penalty from the system in place. Which will be further asked in mutually agreed format for processing the invoices after deducting the penalty or LD amount.

Page 39: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

39 | P a g e

11.5 It is the responsibility of Bidder to ensure all kind of field reports viz. site survey reports, preventive maintenance reports, call attended reports etc. should be made available at any point of time clearly visible. Mandatory all these reports should have branch officials Name/Signature/Sealed/Date and Remark (if any).

12. Documentation:

All related documentations shall be supplied by the selected bidder in CD and also in printed media at no extra cost. The documentation has to be provided by the bidder location wise as per the requirement. Training on MPLS Network operations and FLM (First Level Maintenance) of the link or equipment’s shall be provided to the branch staff at the time of installation. It should be mentioned specifically in the installation and acceptance certificate given by the branch Manager. Bidder has also to submit the Project plan after award of the contract. Bidder should annually submit the complete project document covering all details of all sites on yearly basis. After expiry of the contract bidder has also to submit the complete document of the project covering all details of all orders sites under this project. Bank at its discretion can ask bidder to provide all kind of details related to project in the document. Bank will give the Project sign-off after the submission of requested document only.

13. Validity & repeat orders

13.1 The bidder should keep validity of the bid for six calendar months from the last date of submission of bids. The Bank shall have the right to place the order to either single or multiple locations or for all locations which can be spread over a period of Eighteen month from the date of award of contract

13.2 The Bank shall have the right at its absolute discretion to place further orders on the selected bidder for future requirement on the rates finalized for various items and services during the period of contract( through empanelment process). Such orders, if any, shall be governed by this RFP and agreed terms. The validity is further renewable with mutual consent of bidder and bank for more no. of sites.

14. Taxes

14.1 Prices shall include all applicable taxes, duties, levies, charges, license fees, road permits etc. in connection with delivery of links at site including incidental services and commissioning. However, service tax (wherever applicable) will be paid extra at actual from time to time and the same is payable at Bank’s Head Office. The charges towards supply, installation, commissioning, integration, acceptance and services regulatory/govt. charges, duties, AMC etc, should be included in the total bandwidth charges of the equipment along with Bandwidth and these charges should not be quoted separately. However, service tax, if any, is to be quoted separately. Otherwise, the bid is liable for rejection at the discretion of the bank.

14.2 Invoice submitted by the vendor should indicate exact cost of the items ordered and supplied along with the Tax amount.

Page 40: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

40 | P a g e

14.3 It is the responsibility of the selected bidder to obtain the necessary approval from the Government /any other authorities for importing such products, if the items to be supplied by the bidder are to be imported from any other country.

14.4The Bidder shall be solely responsible for arranging the foreign exchange release and import license for any materials, components, bought out items that may be required to be imported for the purpose of performing the work under this RFP and accordingly the bid prices shall include all the customs, customs clearance, import duties, levies, license fee etc. payable by the Bidder on imported items. Bank is not liable in this regard whatsoever. All prices quoted shall be in Indian Rupees only and no exchange rate fluctuations shall be borne by the bank for whatever be the reason incurred by the bidder.

14.5 Any certificate required to be submitted by the Bank in case of acquiring encryption hardware or software shall be explicitly specified in the technical bid by the bidder.

14.6 Income Tax /Corporate Taxes in India: The bidder shall be liable to pay all corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India and the price bid by the bidder shall include all such taxes in the contract price.

14.7 Tax Deduction at source: Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the bidder. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force.

15 Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or the Bank as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the Contract, such as:

15.1 Natural phenomena, including but not limited to floods, droughts,

earthquakes, epidemics, 15.2 Acts of any Government, including but not limited to war, declared or

undeclared, priorities, quarantines, embargoes,

Terrorist attacks, public unrest in work area;

15.3 Provided either party shall within ten (10) days from the occurrence of such a cause notify the other in writing of such causes. The Bidder or the Bank shall not be liable for delays in performing his/her obligations resulting from any Force Majeure cause as referred to and/or defined above. However, any delay

Page 41: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

41 | P a g e

occurred in compliance to procedure or obtaining of necessary permits/license for importing of the equipment’s /movement of the equipment’s to the ordered sites, change of procedure by the Government / any other authorities will not be categorized under Force Majeure.

16 Indemnity

(i) The Bidder shall indemnify the bank and be liable for loss due to malfunctioning of those equipment’s under the project as are supplied and installed by the bidder. The total liability of the bidder shall not exceed the total cost of the project under this Contract.

(ii) The Bidder also do hereby Indemnify the Bank, and shall keep indemnified and hold the Bank harmless from and against any and all losses, liabilities, claims, actions, costs and expenses (including attorneys' fees) without any cap relating to, resulting directly from or in any way arising out of any claim, suit or proceeding brought against the Bank as a result of:

(a) an act or omission of gross misconduct or willful negligence of the Bidder, its employees, its agents, sub-contractors in the performance of the obligations of the Bidder under this Agreement and/ or

(b) claims against the Bank, made by employees or other persons who are deployed by the Bidder and/or

(c) breach of any representation or warranty of the Bidder under this Agreement, or

(d) Violation of the Confidentiality obligations of the banks customers’ data by the Bidder and/or its officials/employees or any other person employed by them in connection with the Contract.

(e) Any breach of Intellectual Property Rights (IPR) violations by the Bidder on materials if any supplied by the Bidder.

17 Authorized Signatory

The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the RFP or Contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company to discuss, sign agreements/contracts with the Bank, raise invoice and accept payments and also to correspond. The bidder shall furnish proof of signature identification for above purposes as required by the bank.

Page 42: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

42 | P a g e

18 Arbitration

All disputes or differences between the parties shall be resolved amicably. If amicable settlement is not possible, then such disputes and differences shall be resolved through an Arbitrator mutually agreed upon between the parties. If the parties cannot agree upon an Arbitrator, then both the Bidder and the bank shall appoint one Arbitrator each, and both the Arbitrators jointly shall appoint a third Arbitrator. The decision of the majority of the Arbitrators shall be final and binding on the parties. The arbitrators shall give a reasoned Award. The Arbitration Proceeding shall be governed by the provisions of the Arbitration and Conciliation Act, 1996.

Work under the Contract shall be continued by the selected bidder during the arbitration proceedings unless otherwise directed in writing by the Bank unless the matter is such that the works cannot possibly be continued until the decision of the arbitrator or of the umpire, as the case may be, is obtained and save as those which are otherwise explicitly provided in the Contract, no payment due or payable by the Bank, to the bidder shall be withheld on account of the ongoing arbitration proceedings, if any, unless it is the subject matter or one of the subject matters thereof. The venue of the arbitration shall be at MUMBAI, INDIA.

19 Applicable law & Jurisdiction of court

The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at Mumbai(with the exclusion of all other Courts).

20 Cancellation of the Contract & Compensation :

The Bank reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred by the Bank under any one of the following circumstances:

20.1 The selected bidder commits a breach of any of the terms and conditions of

the bid. 20.2 The bidder goes into liquidation voluntarily or otherwise. 20.3 An attachment is levied or continues to be levied for a period of 7 days

upon the effects of the bid. 20.4 The progress made by the selected bidder is found to be unsatisfactory. 20.5 If deductions on account of liquidated Damages exceeds more than 10% of

the total contract price. 20.6 If uptime is less than 98% for more than 1% of total sites during one month,

during the contract period. 20.7 In case the selected bidder fails to deliver the quantity as stipulated in the

delivery schedule, the Bank reserves the right to procure the same or similar materials from alternate sources at the risk, cost and responsibility

Page 43: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

43 | P a g e

of the selected bidder. After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving three months’ notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Bank may have to incur in executing the balance of the contract. This clause is applicable, if for any reason, when the contract is cancelled.

20.8 Alternatively at the discretion of the bank, if the Contract is cancelled during

the contract period, the bidder shall remove all equipment supplied and installed by them without any extra cost to the Bank. The Bank shall not be liable for anything, whatsoever, in this regard. If the Contract is cancelled at any time during the contract period due to unsatisfactory performance, the Bank shall invoke the performance guarantee provided by the bidder at the time of entering into the contract to the full extent of the performance guarantee provided by the bidder at the time of entering into this contract.

20.9 The Bank reserves the right to recover any dues payable by the selected

bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and security deposit, if any, under this contract or any other contract/order.

21 Termination Clause:

21.1Termination for Insolvency: The Bank may, at any time, terminate the

Contract by giving written notice to the Bidder if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

21.2 Termination for the convenience of bank: The bank may, at any point

during the currency of this contract may terminate the contract by giving 90 days advance notice to the bidders without assigning whatsoever reason. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank. 21.3 Termination for non-performance and not meeting SLA: The bank will

review the performance of vendors on quarterly basis and bank may exit from contract (site-wise) if bidder will not provide satisfactory services as per SLA and uptime as per the contract. The bank’s decision in this regard will be final. Bank will not bear any compensation for these exits as they are due to non-performance of service provider and for site-wise it will be 30 days advance notice. 21.4 Termination for Downward rates: The bank may exit from contract (site-

wise), if the rates will be observed down from the existing rates by giving 90 days’

Page 44: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

44 | P a g e

notice. Bank may call fresh quotes from the vendors and may award the contract to new selected vendor.

22. Patent Rights/Intellectual Property Rights

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

trademark, trade names, copy right, patent, intellectual property rights or

industrial design rights arising from the use of the products supplied by the

BIDDER or any part thereof in India, the BIDDER shall act expeditiously to

extinguish such claim. If the BIDDER fails to comply and the BANK is required

to pay compensation to a third party resulting from such infringement, the

BIDDER shall be responsible for the compensation including all expenses,

court costs and lawyer fees. The BANK will give notice to the BIDDER of such

claim, if it is made, without delay.

23. Right to Audit

Bank has full right to review and audit bidder’s network and whole setup by bank officials or engaging third party consultant for auditing the bank requirement under this RFP.

24 Signing of Agreement or contract

After the award of the contract to the successful bidder, contract or agreement has to be signed by the bidder as per the Annexure G (f) of this RFP. The agreement has to be signed by the bidder within one month or 90 days from the date of award of the contract. Bidder has to prepare the contract or agreement as per the Annexure G (f) of this RFP and submit to the bank for review, bank will review the contract shared by the successful bidder by engaging the bank legal department. Bank has full right to add further standard clauses or details required under this RFP in the contract or agreement for protecting bank`s interest. After the final review done by bank legal department successful bidder has to do the final stamping and printing of the contract with no cost to the bank and submit the duly signed contact to bank. Bank will signed the contact or agreement and submit one copy of the contract or agreement to the successful bidder and keep one copy for their internal record. Bidder should ensure contract or agreement should be completed under the above mentioned stipulated time. Bank will process any kind of payment payable towards under this project to successful bidder only after the signing of agreement or contract with bank.

Page 45: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

45 | P a g e

25 Confidentiality

25.1 The Bidder acknowledges that in the course of performing their obligations under this contract the BIDDER shall be exposed to or acquire Confidential Information of the BANK or its clients. The BIDDER understands and acknowledges that it has been given access to such Confidential Information solely as a consequence of and pursuant to this Agreement.

25.2 The BIDDER will, at all times, maintain confidentiality regarding the

contents of this Agreement and proprietary information including of the

BANK’s Customers, Card Holders, any business, technical or financial

information/data whether at the time of disclosure, designated in writing as

confidential or not.

25.3 The BIDDER agrees to keep in confidence and not disclose to any third

party any and all Confidential Information available to the BIDDER,

whether such information is given in writing or, is oral or visual, and whether

such writing is marked to indicate the claims of ownership and/or secrecy or

otherwise. Except as otherwise provided in this Agreement, the BIDDER

agrees that it shall not use, nor reproduce for use in any way, any

Confidential Information of the BANK except to the extent required to fulfil

its obligations under the Agreement. The BIDDER agrees to protect the

Confidential Information of the BANK with at least the same standard of

care and procedures used by to protect its own Confidential Information of

similar importance but at all times using at least a reasonable degree of

care.

25.4 The BIDDER shall also ensure that its officials/employees and if BIDDER is

permitted to hire another person to assist it in the performance of its

obligations under this Agreement, such person also shall maintain the

confidentiality of the Confidential Information in the same manner as the

BIDDER is bound to maintain the confidentiality.

25.5 During the course of implementing the transactions contemplated hereby or providing the Services hereunder and during the course of the relationship contemplated hereby either Party may become aware of the other Party's business information, lists, marketing plans or strategies, methods of doing business, or similar information which the disclosing Party designates, either orally or in writing, to be of a confidential or proprietary nature, or which the receiving Party has reason to believe should be treated as such, including, but not limited to: technical drawings, designs and concepts; software programs, routines, formulae and concepts; production plans, designs, layouts and schedules; marketing analyses, plans, and surveys; all matters relating to the Parties’ finances and personnel (collectively, the “Business Information”).

Page 46: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

46 | P a g e

25.6 Each Party shall: (a) protect and maintain the confidentiality of the Business

Information; (b) not disclose, or allow to be disclosed, the Business

Information to any party other than to its employees, officers or directors who

have a need-to-know in order to perform the Services or are under a binding

obligation of confidentiality with respect to any such information; (c) not use

the Business Information for any purpose other than to perform the Services

under this Contract; and (d) treat all Business Information of the other Party

with the same degree of care to avoid disclosure to third parties as is used

with respect to the recipient Party’s own Business Information, but not less

than a reasonable degree of care. A Party’s obligations of confidentiality

hereunder shall terminate when such Party can document that the Business

Information (a) at the time of its disclosure was known to the Party to whom

disclosed; (b) is already in the public domain or becomes generally known or

published without breach of this Contract; (c) is lawfully disclosed to a third

party free to disclose such information; (d) is subsequently independently

developed by the Party to whom disclosed without reference to or use of the

Business Information; or (e) is legally required to be disclosed provided that

the Party so compelled shall promptly notify the other Party so as to permit

such other Party to appear in any proceedings and object to the disclosure .

25.7 The provisions of this Article shall survive notwithstanding the expiration or termination of this Agreement for any reason whatsoever for a period of one (1) year after termination, except the data of the customers of the Parties which shall survive the termination or expiration of this Agreement.

26 Prohibition against Assignment, Outsourcing or Sub contract

26.1 Neither Party shall directly or indirectly transfer or assign its rights or

obligations hereunder or interests herein, either in whole or in part, without

the prior written consent of the other Party.

26.2 Notwithstanding anything contained herein the BIDDER shall not

assign, outsource, or sub-contract to any third party, in whole or in part, its

duties, human resources and obligations under the Contract, except with the

BANK’s prior written consent and if so permitted on such terms and

conditions as may be stipulated by the BANK. The BANK shall be within its

absolute right at its sole discretion to refuse / deny approval & give consent

and the same shall not be challenged by the BIDDER.

26.3 BIDDER shall ensure that outsourcing or Subcontracts, if permitted by

the BANK, shall comply with the provisions of this Agreement. It is clearly

understood that the BIDDER shall be solely and primarily responsible to fulfil

its obligations and adhere to the time limits agreed upon and stated in this

Agreement irrespective of whether any sub-Contracting is permitted by the

Page 47: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

47 | P a g e

BANK. It is clarified that the BANK shall not be liable or answerable to the

Sub-Contractors under any circumstances. The BANK and/or the RBI shall

be authorized to make inquiries and audit the Sub-Contractors compliance

with its obligations and the BIDDER agrees to provide the BANK with such

information and access for audit of the Sub-Contractors, as requested for by

the BANK and/or RBI. At all times, the BANK and/or the RBI shall have the

right to inspect the premises, Books and records of the BANK/Sub-

Contractors directly or through its representatives. All BANK’s/ Sub-

Contractor’s records with respect to any matters covered by this Agreement

and/or as may be required by RBI and/or the BANK shall be made available

to the BANK or its designees as often as the BANK deems necessary, to

audit, examine, and make excerpts or transcripts of all relevant data. The

BIDDER shall accordingly incorporate the necessary clauses to that effect in

the agreement with the Sub Contractor. The BIDDER is aware that any

failure to permit inspection may result in RBI imposing fine/penalty and all

such amounts shall be paid by the BIDDER.

26.4 Notwithstanding anything stated herein above, the BIDDER may sub contract certain jobs/activities under this Contract for which the BANK may not have any objection, and such type of sub contract may be informed to the BANK by the BIDDER.

27 Insurance

It is the responsibility of the bidder to insure the equipment’s installed at the sites against all risks and the charges are to be borne by the bidder. The insurance shall be against all risks basis including War Risks and Strikes, valid during contract period of 5 years. The Bank assumes no responsibility for any loss/damage to the equipment installed at the branches and no compensation shall be provided in case of any damage or loss to the equipment due to whatever is the reason. If any equipment is lost/damaged, bidder should initiate and pursue claim till settlement. Bidder should promptly make arrangements for repair/replacement with new equipment, irrespective of settlement of claim by the underwriters. Penalty will be imposed on such sites experiencing any service outage due to such damage as per the provisions of clause 10 and its sub clauses of this RFP.

28 Bidder’s Integrity:

The Bidder is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.

Page 48: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

48 | P a g e

29 Bidder’s obligations

The Bidder is obliged to work closely with the Bank’s staff, act within its own authority and abide by directives issued by the Bank and implementation activities.

The Bidder will abide by the job safety measures prevalent in India and will free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Bidder’s negligence. The Bidder will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated.

The Bidder is responsible for managing the activities of its personnel or sub- contracted personnel and will hold itself responsible for any misdemeanours.

The Bidder will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank.

30 Country of Origin / Eligibility of Goods & Services

All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India.

For purposes of this clause, “origin” means the place where the goods are mined, grown, or manufactured or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

31 Governing Language

The governing language shall be English. 32 Defect liability

In case the supplied equipment under the Contract are found to be defective as to material and workmanship and / or not in accordance with the requirement, and/or do not achieve the guaranteed performance as specified herein, the bidder shall forthwith replace/make good such defective supplies at no extra cost to the bank without prejudice to the other remedies as may be available to the bank under the contract.

Page 49: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

49 | P a g e

33 Notices

Notice or other communications given or required to be given under the Contract shall be in writing and shall be hand-delivered with acknowledgement thereof, or transmitted by pre-paid registered post, or by facsimile, provided that where such notice is sent by facsimile, a confirmation copy shall be sent by pre-paid registered post within five days of the transmission by facsimile, at the address to the receiving party by the other in writing, provided such change of address has been notified at least ten days prior to the date on which such notice has been given under the terms of the contract. Any notice or other communications shall be deemed to have validly given on date of delivery if hand-delivered; if sent by registered post, then on the expiration of seven days from the date of posting; and if transmitted by facsimile, then on the next business date after the date of transmission.

34. Non-Disclosure Agreement

The Bidder should sign the Bank’s standard non-disclosure agreement as per Annexure G (e) and submit along with the Bid. Bank has full right to add further details in the NDA format to protect bank`s interest.

35. Price Schedule

35.1 The price schedule shall be submitted in Price Bid only.

35.2 The price schedule shall be furnished as per this RFP, specifically with

reference to scope of work as per clauses 5. Support and technical specifications are detailed in Annexure-B.

35.3 Price shall include all charges, applicable taxes, duties, levies, charges,

license fees, road permits, regulatory / Govt. Charges etc. in connection with delivery, installation, maintenance of product at site including AMC, incidental services and commissioning. However, service tax (wherever applicable) will be paid extra. The charges towards supply, installation, commissioning, integration, acceptance and services regulatory/govt. charges, duties, AMC etc, should be included in the rental charges and it should not be quoted separately. Otherwise, the bid is liable for rejection at the discretion of the bank.

35.4 No escalation in price quoted is permitted for any reason whatsoever.

Prices quoted must be firm till the complete execution of the contract. Any benefit of downward movement of prices in future in the industry for similar product/services should be passed on to the bank.

Page 50: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

50 | P a g e

35.5 If Prices quoted both in figures as well as in words have any discrepancy between the rates given in figures and in words, the rates given in words will be considered.

35.6 Price must be quoted in Indian Rupees only. 35.7 The rates quoted by the bidders shall be uniform across the country for all

locations. 35.8 The bidder shall not omit items or leave blank against price of an item,

instead, the bidder shall indicate ‘Nil’ or “included in item----” explicitly. 35.9 The price bid shall be as per the bill of material required to meet the terms

& conditions and specifications of the RFP.

35.10 The price bid shall contain complete bill of material with the prices indicated item-wise in hardcopy along with softcopy in CD. However if any discrepancies is found in the rates between soft and hard copy of price bid, the hard copy rates will prevail.

36 Contract Performance Guarantee

36.1 The Selected bidder shall furnish an unconditional and irrevocable Bank Guarantee for 10% of the total order value allotted, in favor of the Bank, from a scheduled Commercial Bank, other than Bank of India, towards due performance of the contract in accordance with the specification and conditions of the bid document and agreed upon on final bid evaluation. The above guarantee shall be submitted by the bidder within one week from the award of the contract The Contract Performance guarantee shall be kept valid till date of acceptance of all the sites under this order. The guarantee shall contain a claim period of three months from the last date of validity. This bank guarantee should be submitted to bank`s Head office.

36.2 Bidder has also to submit the Performance guarantee by way of Bank Guarantee in favor of Bank from a scheduled bank towards the performance of the contract after the acceptance of all sites till the validity of contract of each site. Bidder has to submit a bank guarantee of 10% of the total order value of the project which should be valid till the expiry of contract (Five year). This Bank guarantee can be renewed on yearly basis and should have claim period of three months from the validity date. This bank guarantee should be submitted to bank`s Head office.

36.3 The Performance Security shall be payable to the Bank as compensation for any

loss resulting from the Bidders failure to complete its obligations on delivery & successful installation and acceptance of all links under the Contract.

36.4 The Performance Security shall be denominated in Indian Rupees and shall be by way of Bank Guarantee issued by a Public / Private Sector Bank in India (Other than Bank of India), acceptable to the Bank as per Annexure–F(b) in provided in the Bid. Bank has full right to add further details in the above mentioned performance security format for protecting the bank`s interest.

Page 51: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

51 | P a g e

37 Inspection

Bank may visit the successful bidders centralized NOC or HUB or POP or Location where MPLS Network equipment’s are housed.

38 Arrangements for Business continuity to the bank:

The Service Provider agrees for the following continuity arrangements to ensure the business continuity of the Bank:

a. In the event this Agreement comes to end on account of termination or by the expiry of the term/ renewed term of the Agreement or otherwise, the Service Provider shall render all reasonable assistance and help to the Bank and to any new contractor engaged by the Bank, for the smooth switch over and continuity of the Services. b. In the event of failure of the Service Provider to render the Service, without prejudice to any other right the Bank shall have as per this Agreement, the Bank at its sole discretion may make alternative arrangements for getting the Services from any other source. And if the Bank gives a prior notice to the Service Provider before availing such service from any other alternative source, the Service Provider shall be liable to reimburse the expenses, if any incurred by the Bank in availing such services from the alternative source.

39 Order:

Bank reserves the right for placing the order for any number of sites in one

Purchase order or multiple Purchase orders during the eighteen month from the date of first order. New sites under this project will be placed through empanelled process. Further it is the bank discretion to place more or less number of sites under this project.

40 Selection of L1 Bidder: 40.1 At present bank requirement is second MPLS link at all locations as per the

locations details mentioned in Annexure-1 of this RFP. All eligible bidders should quote the commercials for each site as per the proposed BW.

40.2 In this way all bidders has to submit the commercials of each site and bank

will finalize the L1 bidder on the basis of price discovery of each site. 40.3 Bidders should ensure all locations should be quoted as per the bank

requirement. Bank will select the bidder through location wise L1 quote through Price bid only.

Page 52: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

52 | P a g e

40.4 There will be no reverse auction under this RFP and bidders will be finalized

through Price Bid submission of each branches only. 40.5 Bank will place the order to successful L1 bidders site-wise, accordingly

proposed locations will be distributed to successful bidders. Single bidder can have 50% of the total sites, rest all sites will be awarded to L2 and L3 bidders subject to matching of L1-price. In case other bidders don’t agree with the price of L1 bidder, the bank may place the order for these locations to next eligible/successful bidders subject to matching the price of L1. Bank at its own discretion will allocate the sites /branches at the ratio of 50%, 25% and 25 % amongst L1, L2 and L3 vendors respectively. For better understanding the below mentioned example will be consider.

For example: Total locations of bank is 5000, bidder A has come out L1 in 3000 locations and

Bidder B come as L1 in 1500 locations and Bidder C comes as L1 in 500 locations. So the distribution of branches will be like A will get 50% of branches i.e. 2500 , B will get 25% of branches i.e. 1250 and C will get 25% branches i.e. 1250 subjected C will match the price of L1 price for 750 locations. If B or C doesn’t match the L1-price, order may be placed to respective L1 Vendor for these locations. Bank will try to allocate the sites amongst the bidders based upon geographical presence and availability of infrastructure to facilitate faster rollout of the project.

Bank will prefer only three bidders under this project i.e. L1, L2 and L3. If L3 is not

available then bank will go with L4 and L5 subjected to the fulfilment of RFP terms and matching the L1 price.

41. Exit Clause

The performance of bidder will be continuously reviewed by the Bank to maintain the terms & conditions as specified in this document. Based on the review, if the selected bidder fails to satisfy / maintain their commitment with respect to Uptime, Performance, Timely implementation of the project etc. the contract may be terminated by giving 3 months’ notice period. Bank’s decision in this regard will be final. In case of termination of this contract, the Bank shall have the right to avail services of any other bidder / agency to continue the project without any let or hindrance from bidder and the bidder has to provide necessary help for smooth switch over. Bank will not pay any charges to the bidder towards packing / forwarding / freight / transit insurance etc., for the equipment at the time of termination/completion of the contract. In addition to the cancellation of purchase order, Bank reserves the right to appropriate the bid security / performance Bank guarantee given by the vendor.

Page 53: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

53 | P a g e

42. BID FORM, PRICE SCHEDULES AND OTHER FORMATS

FORMATS

Annexure – A Eligibility Criteria Annexure – B Technical Specification Annexure – C Compliance Statement

Annexure – D Organizational Profile Annexure – E Checklist Annexure – F (a) Performa of Bank Guarantee Format for Earnest Money

Deposit Annexure – F (b) Performa of Bank guarantee for contract performance Annexure – F (c) BID FORM (TECHNICAL BID) Annexure – F (d) PROPOSAL FORM (PRICE PROPOSAL) Annexure – G (a) Proforma for Total link Summary Annexure – G (b) Undertaking letter format Annexure – G (c) Authorization letter format Annexure – G (d) Non-Disclosure Agreement. Annexure – G (e) Contract Form

Annexure – H IT best practices to be followed by bidders

Page 54: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

54 | P a g e

Annexure – A

Sl. No.

Eligibility Criteria Bidder’s Response [Y / N] (enclose the proofs wherever applicable)

1 Whether the Bidder has paid Rs.50, 000/- as cost of Bid (Organization which are fully owned by Government of India exempted for the cost of Bid i.e. Rs.50,000/- )

2. Whether the Bidder has submitted EMD Amount?

3 Whether softcopy of Technical bid submitted?

4. Whether bidder has their presence in India for more than 5 years and registered in India?

5 Whether Bidder is having valid license (up to expiry of the contract) from respective Govt. body for MPLS VPN services in India for last 5 years?

6 Has the Bidder installed minimum of 5000 MPLS VPN Layer 3 links on their own Backbone in India?

7 Is the bidder operating from India?

8 Whether the bidder’s office is in India and one of their offices is preferably in Mumbai?

9 The bidder must submit a detailed statement of facts and profile of their company including year of commencement of business, Internet site details and name and title of the authorized signatory for their bid and their contact numbers and e-mail address.

10 Bidder should be making Net profit/positive Net worth for the last 3 Balance Sheets i.e., 2012-2013, 2013-2014 and 2014-15 from this activity. Please Enclose a certificate in this regard duly certified by the auditor of the company. (Organizations which are fully owned by Government of India are exempted for this clause.)

11 Whether the bidder has installed a minimum of 1000 MPLS VPN Layer 3 link for any single Financial organization using the same kind of application having PAN – India presence,

Page 55: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

55 | P a g e

12 The Bidder should have Layer 3 MPLS VPN service provider License from Govt. of India and National Long Distance service operator having own MPLS VPN Network.

13 Bidder should have their own NOC facility which should be in existence from last 5 years in India and should be valid till the validity of this project term. Submit the declaration.

14 Bidder should not have been blacklisted and insolvent by any Government organization or PSU in past. Bidder should submit the declaration with the Bid.

15 Bidder should have valid certifications(ISO 9001:2008 or ISO 27001/BS7799 and TL 9000)

16 Whether bidder has submitted feasibility and quotes for all locations as per annexure-1

Note-

1). Bids, which are not meeting the above criteria, shall not be considered for further evaluation and bids will be rejected.

Page 56: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

56 | P a g e

Annexure-B Technical Specifications

Sl. No.

Technical Specification Yes/No Remark

1 Bidder should ensure round trip delay should not be more than 70milli seconds (ms) during 50% bandwidth utilization on wired link and 100 milli seconds (ms) during 50% bandwidth utilization on wire-less link.

2. End to end packet loss should not be more than 10^(-7)

3 Bidder should provide support for End to End IP sec traffic on MPLS network.

4. Bidder should provide any to any configuration on MPLS VPN Network

5 Bidder should ensure RF antenna height should not be beyond 9 meter from the base.

6 End to end traffic categorization, bandwidth provisioning and prioritization for specific traffic as required by Bank

7 The MTU (maximum transmission unit) size should be 1500 bytes.

8 Jitter of the connectivity should not be more than 10ms.

9 Bidders should support IPV4 & IPV6 addressing scheme.

10 Bidder should not consider CDMA /2G/3G/4G/GPRS as last mile option from any TSP for Wired/RF/WiMAx feasible locations.

11 Bidder Network should support multicast support in the MPLS network.

12 Bidder network should able to provide Multi VRF environment.

13 Bidder’s network should support dynamic routing protocols like Open Shortest Path First (OSPF), Border Gateway Protocol (BGP) etc.

14 Bidder should provide all monthly SLA reports (reports on parameters like packet loss, jitter, latency, availability, down-call from the commissioning date,

Page 57: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

57 | P a g e

bandwidth utilization for any duration, within the contract period, in the format desired by the Bank) from the bidders monitoring tool.

15 Bidder should be able to configure Quality/Class of services in the MPLS Network as asked by bank and at no extra cost to the bank. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network for all locations.

16 The minimum permissible signal strength is -55 dbm.

17 The external device should support IPv6 18 The network of the TSP shall be capable of handling

incidents like distributed denial of service (DDOS), Brute force attack etc.

19 Network Time Protocol Version 4 (NTPv4), Syslog, Ping, Trivial File Transfer Protocol (TFTP) and Secure Shell version 2 (SSHv2)

20 SNMPv3 support , Access control list (ACL) Support

21 Bidder has to ensure complete data privacy and should use private IP addresses only. The bidder will ensure physical and/or logical segregation of SBI network from that of other networks.

22 Bidder shall do adequately strengthened encryption algorithm to encrypt the entire data when it is traveling through the air.

23 In case of radio frequency (RF) connectivity, bidder may provide point to point or point to multi point connectivity on WiMAX, provided it adheres to the terms and conditions mentioned in the RFP, like committed bandwidth, security parameters etc.

24 The selected Bidder should comply with the Bank’s IT and IS policy in concerned areas relevant to the RFP

25 The selected Bidder should undertake to implement the observations/recommendations of the Bank’s IS-Audit, Security Audit Team or any other audit conducted by the Bank or external agencies and any escalation at no extra cost to the Bank. All upgrades/patches/firmware

Page 58: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

58 | P a g e

etc. shall be installed by the bidder promptly and at no cost to the Bank. It shall be the responsibility of the bidder to conduct all activities related to such upgrades etc.

26 The vendor should have a clear Disaster Recovery and Business Continuity Plan (BCP) in place for support services and should submit the BCP plan to the Bank. In case the Bidder does not have ready business continuity plan, he should undertake to implement business continuity plan within two months from the date of issue of the first Purchase order.

Specification for mast height <=3metres

27 Monopole tower should be used

28 A monopole tower should be guyed or self-supported

29 Hollow, heavy duty, thick non-corrosive steel tube , with high strength should be used

30 Weight of structure should be less than 15 Kg

31 Deflection of antenna should be less than 05Cm for winds <=150Kmph

32 Total floor area covered by the installation should not be more than 1 square foot.

Specification for mast height for more than 3metre and less than equal to 9 meters

33 Tower should be guyed and may be fitted with climbing rungs where necessary

34 Guyed masts may be in lattice, triangular or square, tapered or straight, as well as monopole structural forms.

35 Weight of structure should be less than 200 Kg

36 Deflection of antenna should be less than 15Cm for winds <=150Kmph

37 Total floor area covered by the installation should not be more than 4 square feet excluding the guy wires.

Page 59: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

59 | P a g e

Specification for mast height for more than 9 meters

38 Tower should be in lattice, triangular or square, tapered or straight

39 Base of the tower should be on a concrete structure. If tower is erected on ground, should have a firm foundation made of good quality concrete structure of which minimum 1 meter part should be inside a pit in the ground.

40 Tower may be guyed and should be fitted with climbing rungs

41 Bidder should not have any tie up arrangement with BSNL/MTNL for the locations mentioned in RFP or additional/new Locations.

42 Deflection of antenna should be less than 05Cm for winds <=150Kmph

43 Total floor area covered by the installation should not be more than 9 square feet

44 Mast/tower should have protection including anti climb system against birds, moneys and other animals

45 All structural components including washers, clips, nuts & bolts should be galvanized (anti rust)

46 Separate down conductors shall be installed from each tower to earth

47 Wires from the antenna should be properly guided and firmly bound to mast

48 Outdoor wire should have proper shielding from antenna till system room

49 Maintenance of the tower

50 Towers require regular maintenance for Purposes of early detection of deterioration and as a mandatory measure to prevent breakdowns and the attendant consequences. Engineers should visit and conduct health checkup of the tower in every first and third quarter or as and when

Page 60: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

60 | P a g e

called by branch. If anything is found to be faulty should be replaced/repaired without any cost to bank

51 The top of mast or tower should be painted red. Rest of the pole, mast or tower should be painted blue (non gloss paint)

52 Tower should be painted every two years ,

53 For every tower site, vendor shall keep a maintenance log book and get signatures from branch for every preventive checkup visit. Log book should contain the following information: a. Installation Date b. Next preventive due dates c. Next Painting due dates d. Adhoc Maintenance dates e. Details of activity carried out and replaced parts f .Name and address of engineer

Page 61: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

61 | P a g e

Annexure - C

Compliance Statement We certify that except for the following deviations, we agree to abide by all other clauses, terms, conditions and specifications mentioned in the RFP.

Main RFP / Annexure No.

Clause / Sub Clause No.

Deviation Specific Page no. of the Response

Place: Date: Signature of Authorized signatory with seal Note: If there are no deviations the bidder has to give his response by writing ‘NIL’ in the statement. If no deviations are mentioned in Annexure C it shall be deemed that there is no deviation, irrespective of the fact whether any mention in the bid document anywhere.

Page 62: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

62 | P a g e

ANNEXURE – D

ORGANISATIONAL PROFILE

(Include in Technical Proposal Only – Not to be included in Price Proposal)

CONSTITUTION 1. Proprietary 2. Partnership 3. Private Ltd. 4. Public Ltd.

:

Established since Commercial Production of the solution on Offer started since

: :

Address of Registered Office :

Category : Software Producer / Developer (Principal) Hardware Manufacturer (Principal) Bidder (Service Provider) / Solution Provider (Third-party) Any Other (please specify)

If Consortium, then specify name of members

: 1. 2.

Name Phone Nos. (with STD Codes)

Names of Proprietor/ Partners/ Directors

: 1.

2.

3.

4.

5.

Number of Engineers familiar with the solution

:

Number of Total Employees :

Solution being offered, sold so far to:

Purchaser, with full address and Details of contact person (Phone, Fax and E-Mail)

Modules in Use

Date of Sale

Whether Warranty/AMC still continues

1.

2.

3.

Note: Please support the above facts with documentary evidence. Please also attach Income-Tax Clearance Certificate (latest) Referral Letters from Clients mentioned above

Signature of Bidder: __________________ Name: _____________________________ Business address: ____________________

Place Date:

Page 63: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

63 | P a g e

ANNEXURE – E

CHECKLIST

The bidder shall confirm whether following are submitted in their bid. The bidder shall indicate the page no. at which the details asked below are furnished, otherwise, bid is liable for rejection.

S.No. DETAILS SUBMITTED

Yes/No

Page No. at which details are enclosed

1. Technical Solutions given in Technical bid and price/rate/ cost estimate/price performance figures/cost benefit analysis etc given in price bid only

2. Bids in two parts in English, sealed and super scribed (2 copies- one original and one photocopy)

3. Bid is filed in proper capacity files. Original and Photocopies are filed in separate files. Photocopy is complete.

4. Cost of RFP ( non-refundable), if downloaded from the Bank’s Website & EMD Submitted in Qualifying & Technical BID (Part- A)

5. Duly filled and signed compliance statement in Annexure-C

6. Duly filled Data sheet in Annexure- D

7. Soft Copy of Technical bid and Price bid in MSWORD /MS – Excel format submitted in CD

8. Bids Submitted as per clause 3.2

9. Whether the Bid is authenticated by authorized person

10. Address of Office on which order has to be placed

11. Bank and Bidder’s scope, deliverable

Page 64: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

64 | P a g e

and responsibilities during warranty

12. All the pages are numbered properly

13. All pages are authenticated by sign and seal (Full signature to be affixed and not initials).

Erasures/Overwriting/Cutting/Corrections authenticated

Certification/Undertaking is authenticated.

14. The latest Annual Report and Audited Balance Sheet, Company details and Capabilities submitted

15. Ownership certificate submitted

16. Details of service support and response time as per this RFP

17. Price bid as per the clause submitted

18. Whether price quoted are exclusive of Sales Tax and other taxes viz. Octroi / Entry tax, etc.

19. Price for Bandwidth charges to be included in the price bid and confirm that there is no hidden cost

20

Whether replica of price Bid is enclosed in Technical Bid masking price

21. Validity of the bid for 6 months mentioned.

22 Support offered for 5 years on 24 hours basis on 365 day. (i.e. 24 * 7*365 basis)

23

Call log in Procedure, Preventive and Break down/Corrective Maintenance during warranty and AMC

Page 65: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

65 | P a g e

Annexure – F (a)

PROFORMA OF BANK GUARANTEE FORMAT FOR BID SECURITY FORM (EMD)

BID SECURITY FORM

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

...................... (date of submission of Bid) for the supply of ................................. (name and/or

description of the Products/system) (hereinafter called “the Bid”).

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

(name of country), having our registered office at .................. (address of bank) (hereinafter

called “the Bank”), are bound unto ............................. (name of Purchaser) (hereinafter called

“the Purchaser”) in the sum of _______________________for which payment well and truly to

be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these

presents. Sealed with the Common Seal of the said Bank this ____ day of _________ 2015.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the

period of Bid validity:

(a) fails or refuses to execute the Contract Form if required; or (b) fails or refuses to furnish the performance security, in accordance with the Instruction

to Bidders. We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 6 months after the period of the Bid validity, i.e. up to ________, and any demand in respect thereof should reach the Bank not later than the above date.

................................... (Signature of the Bidder’s Bank) Note: Presence of restrictive clauses in the Bid Security Form such as suit filed

clause/clause requiring the Purchaser to initiate action to enforce the claim etc.,

will render the Bid non-responsive.

Page 66: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

66 | P a g e

Annexure – F (b)

Proforma of Bank guarantee for contract performance

PERFORMANCE SECURITY FORM To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of Contract No................. dated,........... 2015. to supply...................... .................................................(Description of Products and Services) (hereinafter called "the Contract"). AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein, as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of................... Signature and Seal of Guarantors (Supplier’s Bank) .................................................................... Date.................................................... .................................................................... .................................................................... Address:....................................................... .................................................................... ....................................................................

Page 67: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

67 | P a g e

Annexure F( c )

BID FORM (TECHNICAL BID)

(To be included in Technical Bid Envelope)

Date :.............................. To: Bank of India, Head Office, Star House-2, C-4, “G”-Block, 8th Floor, I. T. Department Bandra Kurla Complex Bandra (East), Mumbai-400 051.

Gentlemen:

Reg.: Procurement of Second MPLS Network for branches/offices of Bank for a period of 5 years

Ref: Your Ref No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we,

the undersigned, offer Second MPLS Network Procurement for branches/offices of Bank for a period of 5 year, in conformity with the said Bidding documents.

We undertake, if our Bid is accepted, to deliver, install and commission the Solution in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10 percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Bank. We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us. Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your 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 above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We understand that you are not bound to accept the lowest or any Bid you may receive. Dated this ....... day of ............................ 2015 _________________________________ ________________________________ (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of _________________________________

Page 68: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

68 | P a g e

Annexure F(d) PROPOSAL FORM (PRICE PROPOSAL)

(To be included in Price Proposal Envelope) To, Bank of India, Head Office, Star House-2, C-4, “G”-Block, 8th Floor, I. T. Department Bandra Kurla Complex Bandra (East), Mumbai-400 051.

Gentlemen

Reg.: Procurement of Second MPLS Network for branches/offices of Bank for a period of 5 years

Ref: No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015 ---------------------------------------------------------------------------------------------

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we,

the undersigned, offer Second MPLS Network Procurement for branches/offices of Bank for a period of 5 year, in conformity with the said Bidding documents for the sum of

...................………….. (Total Proposal amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Proposal. (To be modified suitably to contain the details of all items under this RFP and its prices) We undertake, if our Proposal is accepted, to deliver, install and commission the system,in accordance with the delivery schedule specified in the Schedule of Requirements. We agree to abide by the Proposal and the rates quoted therein for the orders awarded by the Bank. Until a formal contract is prepared and executed, this Proposal, together with your written acceptance thereof and your 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 above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We understand that you are not bound to accept the lowest or any Proposal you may receive. Dated this ....... day of ............................ 2015 _________________________________ ________________________________ (Signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of _________________________________

Page 69: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

69 | P a g e

Annexure – G (a)

Proforma for Total link Summary- Part of Price Bid (Please note Annexure G (a) should be submitted with price quotes. Otherwise the bid is liable for rejection)

Table-A: L1 selection sheet. (List of all branches/offices are mentioned in Annexure-1 of this RFP)

Sr.No.(As per Annexure-1 only)

Location BW Solution/Technology

Year-1 Cost

Year-2 Cost

Year-3 Cost

Year-4 Cost

Year-5 Cost

Total Cost

(L1

Criteria

Cost)

1 Branch A As per

annexur

e-1

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

2 Branch B As per

annexur

e-1

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

3 Branch C As per

annexur

e-1

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

4 Branch D As per

annexur

e-1

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

---- ------------ -------- ------------ ------------ ------------ ------------ ------------ ------------

----- ------------ -------- ------------ ------------ ------------ ------------ ------------ ------------ Last branch

Branch Z As per

annexur

e-1

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

For being selected or empaneled, Bidders should ensure to provide quotes for all branches.

Bidder`s should ensure the above mentioned rate card will be valid till the expiry of the contract.

The bidder has to strictly follow the serial number of Annexure -1 of this RFP during price bid-submission.

Page 70: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

70 | P a g e

Table-B a)Bandwidth Upgrade Rates up to 2 Mbps

Bank would go for up gradation of bandwidth for branches where 512 Kbps is initially provisioned and needs up gradation as per requirement. The multiplication factors of such requirements will be as per below mentioned table.

Bandwidth Category Multiplication factor

512 Kbps X (discovered price)

1 Mbps 1.10 X

2 Mbps 1.20 X b) Bandwidth Upgrade Rates above 2 Mbps

Bank would require higher bandwidth for some of its locations. The multiplication factors for the particular bandwidth, on the basis of which price of other bandwidths will be computed, are given below:

Bandwidth Category Multiplication factor

2 Mbps Y (discovered price)

4 Mbps 1.50 Y

6 Mbps 2.00 Y

8 Mbps 2.50 Y

10 Mbps 3.00 Y

20 Mbps 3.50 Y

30 Mbps 4.00 Y

40 Mbps 4.50 Y

50 Mbps 5.00 Y

Note: I. The bidder shall necessarily agree to the multiplication factor provided for the above bandwidths. E.g., the bidder will have to accept the multiplication factor for 4, 6, 8 and 10 Mbps and so on up to 50 mbps. However, in any case the charges will not exceed the TRAI prescribed charges/ceiling on charges for Point to Point connectivity or MPLS connectivity, whichever lower, for the bandwidth under consideration. Bidder should provide a declaration as a part of price bid for above rates.

Page 71: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

71 | P a g e

Annexure – G (b)

Undertaking letter format

Offer Reference No: Date: To The General Manager, Bank of India, Head Office, Star House-2, C-4, ‘G’ Block, 8th floor, I.T. Department; Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Email: [email protected] Dear Sir,

Sub: Second MPLS VPN Network Procurement for branches or offices Ref No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015

----------------------------------------------------------------------------

We, the undersigned, as a bidder, having examined the complete RFP document (along with its annexure), do hereby offer to Second MPLS VPN Network Procurement for branches or

offices in full conformity of your requirements as elaborated in above said RFP for the amounts mentioned by us in the Price Bid or such other sums as may be agreed to between us. We hereby agree to all the terms and conditions stipulated in the RFP except for the variations and deviations of requirements as mentioned by us in the Compliance Statement, submitted along with our Technical Proposal. We agree to abide by our Offer for a period of 6 months from the date of last day of Bid submission and it shall remain binding upon us and may be accepted by the Bank at any time before the expiration of this period. Until a formal contract is prepared and executed, this offer together with the Bank’s notification of award by means of order shall constitute a binding contract between us. We undertake, if our Bid is accepted, to provide Contract Performance Guarantee, and other Guarantees as mentioned in RFP and in the amounts and within the times stipulated in the RFP. We also undertake, if our bid is accepted, to provide technical consultancy and guidance for successful operation of the MPLS links and its expansion in future by the bank as per clause 5 of this RFP. We understand that the Bank may reject any or all of the offers without assigning any reason whatsoever. We understand that you are not bound to accept the lowest or any bid you may receive. Yours faithfully, (NAME AND DESIGNATION) Place : For and On behalf of _______________________________ Date :

Page 72: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

72 | P a g e

Annexure – G (c) Authorization letter format

To The General Manager, Bank of India, Head Office, Star House-2,C-4, ‘G’ Block, 8th floor, I.T. Department; Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Email: [email protected]

Dear Sir,

SUB: Authorization Letter for attending the Bid Opening

Ref No. BOI/HO/IT/MPLS/RFP- 02/2015 Dated 21.07.2015

This has reference to your above RFP for Second MPLS VPN Network Procurement for branches or offices. Mr/Miss/Mrs. ______________________________ is hereby authorized

to attend the bid opening of the above RFP _______________ DT: _____________ on _____________ on behalf of our organization.

The specimen signature is attested below: _________________________________ Specimen Signature of Representative __________________________________ _________________________________ Signature of Authorizing Authority Signature of Attesting Authority ________________________________ Name of Authorizing Authority

Page 73: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

73 | P a g e

Annexure – G (d) NON-DISCLOSURE AGREEMENT

WHEREAS, we, ________________________________________, having Registered Office at __________________________________, hereinafter referred to as the COMPANY, are agreeable to offering the Second MPLS VPN Network Procurement for branches or offices to Bank of India, having its registered office at Star House-2, C-4, “G” Block, Bandra Kurla Complex, Mumbai – 400 051, hereinafter referred to as the BANK and,

WHEREAS, the COMPANY understands that the information regarding the Bank’s Second MPLS VPN Network Procurement and Services shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and WHEREAS, the COMPANY understands that in the course of submission of the offer for the said Second MPLS VPN Network Procurement and Services and/or in the aftermath thereof, it may be necessary that the COMPANY may perform certain jobs/duties on the Bank’s properties and/or have access to certain plans, documents, approvals or information of the BANK; NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following conditions, in order to induce the BANK to grant the COMPANY specific access to the BANK’s property/information The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs for others, any confidential or proprietary information belonging to the BANK, unless the COMPANY has first obtained the BANK’s written authorisation to do so; The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the COMPANY for the purpose of submitting the offer to the BANK for the said Second MPLS VPN Network Procurement for branches or offices will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK The COMPANY shall not, without the BANK’s written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the COMPANY for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance.

Authorised Signatory Name: Designation: Office Seal: Place Date:

Page 74: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

74 | P a g e

Annexure – G (e)

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 2015 between

.......................... (Name of Purchaser) (hereinafter called "the Purchaser") of the one part

and ..................... (Name of Service Provider) of ......................... (City and Country of

Service Provider) (hereinafter called "the Service Provider") of the other part :

WHEREAS the Purchaser invited Bids for certain Products and services viz.,

..................................... (Brief Description of Products and Services) and has accepted a

Bid by the Service Provider for the installation and commissioning of Point to Point link

and services in the sum of .............................. (Contract Price in Words and Figures)

(hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents of RFP Ref No.: BOI/HO/IT/MPLS/RFP- 02/2015 Dated

21.07.2015 shall be deemed to form and be read and construed as part of this Agreement, viz.:

a) the Bid Form and the Price Schedule submitted by the Bidder;

b) the Bill of Material;

c) the Technical & Functional Specifications;

d) the Terms and Conditions of Contract;

e) the Purchaser's Notification of Award; f) Schedule of Dates, Amounts etc. (SDA)

g) All pre bid clarifications /mail communications shared with the bidder during the processing of this bid.

3. In consideration of the payments to be made by the Purchaser to the Service

Provider as hereinafter mentioned, the Service Provider hereby covenants with the Purchaser to provide the Second MPLS VPN Network services and to remedy defects therein, in conformity in all respects with the provisions of the Contract.

Page 75: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

75 | P a g e

4. The Purchaser hereby covenants to pay the Service Provider in consideration of the provision of the Products and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of MPLS links services which shall be installed by the Service Provider are as under:

SL.

NO.

LOCATION CAPACITY TOTAL

PRICE (Rs.)

TOTAL VALUE: (Rs.)

DELIVERY SCHEDULE: IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Service Provider) in the presence of:.......................................

Note : This is the standard contract form in which contract will be signed with service provider. Bank has full right to add further standard clauses in this contract format during the finalization in interest of bank.

Page 76: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

76 | P a g e

ANNEXURE-H

IT best practices to be followed by bidders A. Device Management

V2 & above.

Ingress / Egress Packet Filtering etc.

in place like TACACS, RADIUS etc. to access these devices.

-based (NTP) synchronized.

i.e. “IP ANY – ANY Rule.”

application B. Capability of devices

The devices should have:-

functionality

C. Security of traffic flow

-128 or higher version.

tion mechanism for Denial of Service (DoS) attacks such as control plan DoS attack i.e. LDP.

-2(160 bits key size or more)

ack, Black –hole, Grey – hole, Worm-hole, Router error injection, Attacks against IPSec, Rogue IPsec VPN gateway, offline cracking of Pre Shared Key.

DH Group 5 & above.

Page 77: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

77 | P a g e

D. Incident management

echanism for mis-configuration

E. Patch management

and security patches.

Page 78: REQUEST FOR PROPOSAL FOR PROCUREMENT, … MPLS NW RFP... · RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices

RFP: For Procurement,Installation and commisioning of Second MPLS Network and empanelment of vendors for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-02/2015 Dated

21.07.2015

78 | P a g e

ANNEXURE-1 List of Branches and offices