request for proposal for selection of network … for network... · and monitoring of bsnl/mtnl...

123
RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017 Page 1 of 123 REQUEST FOR PROPOSAL FOR Selection of Network Service Integrator for Support, Management and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Upload: lamdung

Post on 03-Apr-2018

222 views

Category:

Documents


2 download

TRANSCRIPT

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 1 of 123

REQUEST FOR PROPOSAL

FOR

Selection of Network Service Integrator for Support, Management and Monitoring

of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility

Management Solutions at Zonal offices and Central locations

Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 2 of 123

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 for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations, invite bids from the eligible vendors, to participate hereinafter called “Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations” as per the scope, specifications, terms and conditions given in detail in this RFP.

The brief detail of the scope of this RFP is as following:

1) The Bank intends for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations for contract period of five 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/- (Rupees Fifty Thousand Only) (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 Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations”, Mumbai. No interest shall be allowed on the Earnest Money deposit. Bids without Earnest Money deposit are liable for rejection.

4) The EMD (in form of DD/PO/BG only) and cost of bid (in form of DD/PO only) will be submitted in a separate envelope. No other mode will be acceptable.

5) 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 cover. The Bids

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 3 of 123

should be delivered to the address mentioned below with acknowledgement due so as to reach before 15.00 hours on or before 16.01.2018. 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.

6) 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 16.01.2018 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.

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

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

26.12.2017 from 10.00 am onwards

Pre bid meeting 02.01.2018 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)

16.01.2018 15.00 Hrs

Date and Time of opening of Technical Bids

16.01.2018 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: 022-66684444

Bid document Availability Bidding Document to be downloaded from the Tender section of our Bank‟s web-site www.Bankofindia.co.in

8) For any technical clarification, the contact persons are Shri Mayank Sharma, Chief Manager email-([email protected]), Ph.No.-022-61319856 and / or Shri Ajay Kapoor Senior Manger Ph. No. 022-61289415 email-([email protected]).

For Bank of India

(Kamesh Mantha) Deputy General Manager

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 4 of 123

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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 5 of 123

Contents

1. Introduction: ............................................................................................................. 8

2. Submission of Bids ................................................................................................. 10

3. Bidding Process and Documentation ..................................................................... 14

4. Business Requirement ........................................................................................... 24

5. Broad scope of work - Part-A: Support, Management and Monitoring of BSNL/MTNL links, Branch Network Devices, SLA Monitoring of WAN Links ............. 25

6. Broad scope of work - Part B: Facility Management Solutions at Zonal offices for Management of Link and Network Devices ................................................................ 41

7. Management and Maintenance of Branch Routers: ............................................... 48

8. Liquidated Damages (LD) and Penalty: ................................................................. 55

9. Service Level Agreement (SLA) Terms and conditions: ......................................... 57

10.Payment Terms ..................................................................................................... 59

11.Documentation ...................................................................................................... 62

12.Taxes .................................................................................................................... 63

13.Force Majeure ....................................................................................................... 64

14.Indemnity .............................................................................................................. 64

15. Authorized Signatory ............................................................................................ 65

16. Arbitration ............................................................................................................. 65

17. Applicable law & Jurisdiction of court ................................................................... 65

18.Cancellation of the Contract &Compensation:....................................................... 66

19.Termination Clause: .............................................................................................. 66

20.Patent Rights/Intellectual Property Rights ............................................................. 67

21.Right to Audit ......................................................................................................... 67

22.Signing of Agreement or contract .......................................................................... 68

23.Confidentiality ........................................................................................................ 68

24.Prohibition against Assignment, Outsourcing or Sub contract .............................. 70

25.Insurance .............................................................................................................. 71

26.Bidder‟s Integrity: .................................................................................................. 71

27.Bidder‟s obligations ............................................................................................... 71

28.Country of Origin / Eligibility of Goods & Services ................................................. 71

29.Governing Language ............................................................................................. 72

30.Defect liability ........................................................................................................ 72

31.Notices .................................................................................................................. 72

32.Non-Disclosure Agreement ................................................................................... 72

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 6 of 123

33.Price Schedule ...................................................................................................... 72

34.Contract Performance Guarantee ......................................................................... 73

35.Inspection .............................................................................................................. 74

36.Arrangements for Business continuity to the bank: ............................................... 74

37.Order ..................................................................................................................... 75

38.Selection of L1 Bidder: .......................................................................................... 75

39.Recovery of Penalty: ............................................................................................. 75

40.System & Other Software ...................................................................................... 75

41.Acceptance Tests and Certificates ........................................................................ 75

42.Delivery & Documentation ..................................................................................... 76

43.Timelines ............................................................................................................... 77

44.BID FORM, PRICE SCHEDULES AND OTHER FORMATS .............................. 79

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 7 of 123

INSTRUCTIONS FOR BIDDERS (IFB) TABLE OF IMPORTANT CLAUSES

Clause No. Topic

Clause No. Topic

A. Introduction 22 Signing of Agreement or contract

1 Introduction 23 Confidentiality

2 Submission of Bid 24 Prohibition against Assignment, Outsourcing or Subcontract

3 Bidding process and documentation F. Notices, Guarantee & Formats

4 Business Requirement 25 Insurance

B. Scope 26 Bidder‟s Integrity

5 Broad scope of work-BSNL/MTNL Link Managment 27 Bidder‟s Obligations

6 Broad Scope of work-Facility Management Solutions 28

Country of origin/eligibility of Goods & Services

7 Broad Scope of work- AMC of Routers 29 Governing Language

C. Support, Agreement & Documentation 30 Defect Liability

8 Liquidated damages(LD)

E. Insurance, Obligations & Language

9 Service Level Agreement (SLA) Terms and Conditions 31 Notices

10 Payment Terms 32 Non- disclosure agreement

11 Documentation 33 Price Schedule

12 Taxes 34 Contract Performance Guarantee

13 Force Majeure 35 Inspection

14 Indemnity 36 Arrangements for Business continuity to the bank

15 Authorized Signatory 37 Order

D. Arbitration, Law & Contract of Bids 38 Selection of L1-Bidder

16 Arbitration 39 Recovery of Penalty

17 Applicable law and jurisdiction of court 40 System and Other Software

18 Cancellation of contract and compensation 41 Acceptance Test and Certificates

19 Termination Clause 42 Delivery and Documentation

20 Patent rights/Intellectual Property rights 43 Timelines

21 Right to Audit 44 Bid Form, Price schedules and other formats

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 8 of 123

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 “Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations” a total solution, hereinafter called “Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations ” as per the specifications, terms , conditions and scope defined in this RFP.

A vendor submitting the proposal in response to this RFP for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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. Please note that all the information desired needs to be provided. Incomplete

information may lead to rejection of bid. All Bids must be accompanied by Bid

Security and bid cost as specified in the Bid document.

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

(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 shall 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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 9 of 123

www.bankofindia.co.in. Bank reserves the right to change the dates mentioned

below or in the RFP. The same will be notified by publishing notice/ corrigendum on

our corporate website.

1.4 Definitions

AAA Authentication, Authorization and Accounting

CDMA Code division multiple access

CE Customer edge

CoS Class of Service

CPE Customer premises equipment

DC Data Centre

DRC Disaster Recovery Centre

ISDN Integrated services digital network

LAN Local Area Network

MPLS Multi-protocol label switching

NAC Network Access Control

NSI Network System Integrator

PE Provider edge

POC Proof of Concept

QoS Quality of Service

RF Radio frequency

RFP Request for Proposal

RTD Round Trip Delay

SLA Service Level Agreement

TCO Total Cost of Operations

UC Unified Communication

VSAT Very small aperture terminal

WAN Wide Area Network

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 10 of 123

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 and Annexure-B i.e. technical solution with duly complied Functional specifications of Network Monitoring Tool 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. The other required formats shall also be submitted with technical bid as applicable.

2.1.3. Price bid shall be submitted as per Annexure- G (a) and clause 33.

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.

2.1.5. The bidder shall submit the copy of RFP duly signed /undertaken by their authorized signatory. The copy of RFP document should be submitted with Qualifying and Technical bid (PART-A).

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/NSI/RFP- 02/2017 Dated 26.12.2017”on the top of the cover No.1 and “PRICE BID-PART B against Ref No. BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017” 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 below mentioned address with due acknowledgement so as to reach before 15.00 hours on or before 16.01.2018 or the amended / extended date as publicized through the website. 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. The General Manager, Bank of India, Star House-2, „G‟ Block, Head Office, Information Technology Department; 8th floor, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 66684444

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 11 of 123

2.5. The Bidder shall certify the compliance and no 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 is 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/NSI/RFP- 02/2017 Dated 26.12.2017", in the Qualifying & Technical bid envelope. The bidder shall also submit the soft copy of the price bid in MS-Excel / Office format in a CD, super scribing "Soft copy of Price bid against Ref No. BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017", 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 and qualifying bid shall be organized and submitted as per clause 3.7 which references the documents comprising the bid.

2.7 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.

2.8. 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.

2.9. 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.

2.10. 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.

2.11. 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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 12 of 123

and assurance for satisfactory performance of the project, along with the Qualifying & Technical Bid – Part A.

2.12. 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.

2.13. 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.

2.14. The order shall be placed on one single selected bidder's entity who has participated in the tender process. Order for Comprehensive maintenance, AMC, and FMS shall be placed in the name of selected bidders only. The bidder who submits the quote should have fulfilled the eligibility criteria as per RFP.

2.15. The Bidder may modify or withdraw its Bid after the Bid‟s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.

2.16. 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

2.17. No Bid may be returned or modified after the deadline for submission of Bids.

2.18. 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).

2.19. 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 as per the scheduled date in this RFP. 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 two representatives.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 13 of 123

2.20. Incomplete bids, conditional bids, bids not conforming to the terms and conditions,

bids without EMD/bid cost and bids not submitted as per RFP are liable for rejection by the Bank.

2.21. 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.

2.22. 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.

2.23. The bank reserves the right to release part order or more than one order as per requirements. The bank also reserves the right to finalize the deliverables and repeat orders in line to the scope of RFP.

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

2.25. 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:

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: 022-61319840

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 14 of 123

For any Technical Clarification Shri Mayank Sharma, Chief Manager, [email protected], Ph. No. 022-61319856 Shri Ajay Kapoor, Senior Manager, [email protected] Ph. No. 022-61289415

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 16.01.2018 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 Bidding Process and Documentation

3.1 Cost of Bidding

(a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

(b) The bidder shall submit the tender fee and EMD/bid-security amount as

mentioned in above clauses on mandatorily basis with the bid document. Failing which, the submitted bid shall straight away rejected from the process.

3.2 Bidding Documents

Content of Bidding Documents:

(a) The products required, Bidding procedures, and contract terms are prescribed in the Bidding Documents. The bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Document. Failure to furnish all information required by the Bidding Document or to submit a Bid not substantially responsive to the Bidding Document in every respect will be at the Bidder‟s risk and may result in the rejection of the Bid.

(b) The bidder has to submit all undertaking /annexures/documents/Formats duly signed by authorized signatory of bidder„s firm on mandatorily basis. If any other supporting document /clarification required after submission of bid also, the bidder shall clarify/submit the same on immediate basis to the Bank

3.3 Clarification of Bidding Documents

(a) Bidder requiring any clarification of the Bidding Document may notify the Bank in writing at the address or by e-mail indicated in Invitation to Bid on or before 02.01.2018 up to 11.00 AM.

(b) A pre-bid meeting is scheduled on 02.01.2018 between 15.00 hrs to 17:00 hrs at the location mentioned below. Relaxation in any of the terms contained in the Bid, in general, will not be permitted, but if granted, the same will be put

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 15 of 123

up on Bank‟s Website. Maximum two representatives from single bidder will be allowed to attend the pre-bid meeting. Bank Of India, 8th Floor, Information Technology Department, Star House-2, Head Office-Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 66684444

3.4 Amendment of Bidding Documents

(a)At any time prior to the deadline for submission of Bids, the Bank, for any reason, whether, at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Document, by amendment. (b) Notification of amendments will be put up on the Bank‟s Website and will be binding on all Bidders. (c) In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids.

3.5 Preparation Of Bid

(a) Language of Bid: The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Bank and supporting documents and printed literature shall be written in English.

3.6 Format and Signing of Bid

The bid shall be submitted in two parts:

Part A- Technical Proposal.

Part B- Price Proposal

The two parts should be in two separate covers, each super-scribed with the

name of the Project as well as “Technical Proposal” and “Price Proposal” as

the case may be.

(a)The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un-amended printed literature.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 16 of 123

(b)Any inter-lineation‟s, erasures or overwriting shall be valid only if they are initialed by the person signing the Bids. The Bank reserves the right to reject bids not confirming to above.

3.7 Documents Comprising the Bid

3.7.1 Documents comprising the Technical Bid Envelope, should contain the following:

a. Conformity to Eligibility Criteria in accordance with Annexure-A

b. Technical specification as per Annexure- B (Part 1 and Part-2)

c. Compliance Statement as per Annexure-C

d. Organization profile as per Annexure-D

e. Checklist as per Annexure-E

f. Performa of Bank Guarantee Format for Earnest Money Deposit as per

Annexure-F(a)

g. Performance Bank Guarantee as per Annexure-F(b)

h. Bid Form(Technical Bid) as per Annexure F(c)

i. Proposal Form(price proposal) as per Annexure-F(d)

j. Commercial/Price Bid Format as per Annexure- G (a)

k. Under taking letter format as per Annexure G (b)

l. Authorization letter format as per Annexure G (c)

m. Non-Disclosure Agreement as per Annexure G(d)

n. Bid Security deposit of Rs.20,00,000/- (Rupees Twenty lakhs only).

o. Documentary evidence establishing that the products, systems and ancillary

services to be supplied by the Bidder are eligible products and services and

conform to Part 5 of the Bidding Document.

p. Manufacturer‟s / Producers‟ authorization form as per Annexure-J

applicable.

q. A full description of the Solution of the scope described in clause 5, clause 6

and clause 7 in the form of literature, drawing and as data.

r. Details of related Projects Handled / Referral Letters.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 17 of 123

s. Additionally a Masked price bid should be kept with the Technical bid

i.e. as per Annexure G(a), listing the components as listed in the Masked Price Schedule without indicating the price in another separate closed / sealed cover. Please note that no price should be mentioned in this format.

t. And all relevant annexures/undertaking/formats mentioned/asked in the various clauses of RFP

u. Detailed monitoring and operations plan to execute the scope of work under

this RFP shall be submitted by the bidder with technical bid as Annexure K to this RFP.

v. Detailed implementation and migration plan for smooth upgradation, migration

and commissioning shall be submitted by the bidder with technical bid as Annexure L to this RFP

While submitting the Bid, forms like those of Bid Security as mentioned above, etc. should form the main section and should be submitted in one lot, separate from the section containing literature on the proposed solution and annual accounts.

3.7.2 Documents comprising Price Bid Envelope should be:

a) A Full Price Schedule of the Solution indicating all the components of

the solution and services as per Annexure G (a) of Commercial/Price

Bid format to this RFP in one separate closed sealed cover.

b) The Price Bid as per Annexure G(a) as furnished in the Bidding

Documents must be duly signed by the Bidder and completed.

c) Price bids containing any deviations or similar clauses will be

summarily rejected.

3.8 Bid Submission

The Bidder shall complete both the envelopes of the Bid Forms furnished in the Bidding Document separately. Bids are liable to be rejected if only one (i.e. Technical Bid or Price Bid) is received.

(a) Sealing and Marking of Bids: The Bidders shall seal the envelopes containing “Technical Bid” and “Price Bid” separately and the two envelopes shall be enclosed and sealed in an outer envelope. The Bidder should additionally submit soft copies of the Technical Specification in the form of CD.

(b)The inner and outer envelopes shall:

I. be addressed to the Bank at the address given; and

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 18 of 123

II. bear the Project Name " Request For Proposal for Selection of

Network Service Integrator for Support, Management,

Maintenance and Monitoring of BSNL/MTNL links, Network

Devices, SLA Monitoring of Links and Facility Management

Solutions at Zonal offices and Central locations Ref No.

BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017”, and a

statement: “DO NOT OPEN BEFORE (mention respective bid

opening dates)”.

III. All envelopes should indicate on the cover the name and address

of the bidder.

(c) If the outer envelope is not sealed and marked, the Bank will assume no responsibility for the Bid‟s misplacement or premature opening.

3.9 Bid Prices

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

a) The total price quoted shall be exclusive of applicable GST and

inclusive of all other duties, levies, charges etc. as also cost of

incidental services such as transportation, insurance etc. The charges

towards supply, installation, commissioning, integration, acceptance

and services regulatory/govt. charges, duties, AMC etc., should be

included in the total charges of the deliverables and these charges

should not be quoted separately. Otherwise, the bid is liable for

rejection as per the discretion of the bank.

b) The Vendor cannot quote for the project in part.

(i) Prices offered by the Bidder shall be fixed during the Bidder‟s performance of the Contract and shall not be subject to variation on any account, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected.

(ii) However, during the contract period, if the market price of services has been on the lower side, the Bank will request the vendor to revise the rates with mutual consent and the bidder shall pass on the benefits to the bank for such downward revisions.

3.10. Bid Currencies

Bids are to be quoted in Indian Rupees only.

3.11 Documents Establishing Bidder‟s Eligibility and Qualifications

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 19 of 123

(a) The bidder shall furnish, as part of its Bid, documents establishing the bidder‟s eligibility to Bid and its qualifications to perform the Contract, if its Bid is accepted.

(b) The documentary evidence of the bidder‟s qualifications to perform the Contract if its Bid is accepted, shall establish to the Bank‟s satisfaction:

I. that, in the case of a bidder offering to supply products and/or

systems under the Contract which the bidder did not produce, the

bidder has been duly authorized as per manufacturer and

authorization format as per Annexure-J given in the Bid, by the

products‟ producer to supply the products and/or systems in India;

II. that the Bidder has the technical and production capability

necessary to perform the Contract as per Annexure-D

(Organization Profile);

III. that adequate, specialized related software/technical expertise is already available, to ensure that the support services are responsive, and the bidder will assume total responsibility for the fault-free operation of the solution proposed and maintenance/support till the end of contract period of 5 years.

3.12. Documents Establishing Eligibility of Products and Conformity to Bid Documents.

The Bidder shall furnish, as part of its Bid, documents establishing the eligibility and conformity to the bidding documents of all products and / or system and/or services, which the bidder proposes to supply under the Contract.

3.13. Bid Security

(a) The Qualifying & Technical Bid, PART-A shall be accompanied by earnest money of Rs.20, 00,000/- (Rupees 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 Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations Ref No. BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017”, Mumbai. No interest shall be allowed on the Earnest Money. Bids without Earnest Money are liable for rejection.

(b) The bid security in the form of Bank Guarantee shall remain valid for a period of one year from the last date of submission of bids with 6 months claim period.

(c) The EMD shall be returned to the selected bidder on his/her submission of Contract Performance Guarantee, as per clause 34.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 20 of 123

(d) Bank reserves the right to change the dates mentioned above or in the RFP, which will be communicated. (e) The Bid security is required to protect the Bank against the risk of bidder‟s conduct, which would warrant the security‟s forfeiture.

(f) The Bid security shall be denominated in Indian Rupees and shall be in one of the following forms:

(i) A bank guarantee issued by a scheduled commercial bank in India (other than Bank of India), acceptable to the Bank, in the form as per Annexure F provided in the Bid, valid for one year as per validity of the Bid;

OR

(ii) a Banker‟s Cheque / Demand Draft, issued by a nationalized/ public/ private sector bank in India, drawn in favor of Bank of India .

(g) Any Bid not secured, as above, will be rejected by the Bank, as nonresponsive.

(h) Unsuccessful bidders‟ Bid security will be discharged or returned as promptly as possible after concluding the process (i.e. not later than prescribed by the Bank). (i) The successful bidder‟s Bid security will be discharged upon the bidder signing the Contract and furnishing the performance security as per Annexure F (b).

(j) The Bid security may be forfeited:

I. if a bidder withdraws its Bid during the period of Bid validity specified

by the bidder on the Bid Form; or

II. if a bidder makes any statement or encloses any form which turns out

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

III. in the case of a successful bidder, if the bidder fails;

to sign the Contract;

OR

to furnish Performance Security, as mentioned in Clause 34 herein.

3.14 Period of Validity of Bids

(a) Bids shall remain valid for a period of one year from the date of opening of the Bid. Bid valid for a shorter period shall be rejected by the Bank as non-responsive.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 21 of 123

(b) In exceptional circumstances, the Bank may solicit the bidders‟ consent to an extension of the period of validity. The request and the responses thereto, shall be made in writing. The Bid security provided shall also be suitably extended. A bidder may refuse the request without forfeiting its Bid security.

3.15. Deadline for Submission of Bids

(a) Bids must be received by the Bank at the address specified, no later than the date and time specified in the Invitation to Bid.

(b) The Bank may, at its discretion, extend this deadline for the submission of Bids by amending the Bid Documents, in which case, all rights and obligations of the Bank and bidders, previously subject to the deadline, will thereafter be subject to the deadline as extended.

(c) Late Bids - Any Bid received by the Bank after the deadline for submission of

Bids prescribed, will be rejected and returned unopened to the Bidder.

3.16. Modification and Withdrawal of Bids

(a) The Bidder may modify or withdraw its Bid after the Bid‟s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.

(b) The Bidder‟s modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A 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.

(c) No Bid may be modified after the deadline for submission of Bids.

(d) 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.

3.17 Bid Opening and Evaluation

(a) Opening of Bids by the Bank

(i) The bidders‟ names, Bid modifications or withdrawals and the presence or absence of requisite Bid Security and such other details as the Bank, at its discretion, may consider appropriate, will be announced at the Bid opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder.

(ii) Bids (and modifications sent) that are not opened at Bid Opening shall

not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 22 of 123

(b) Clarification of Bids

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

3.18 Preliminary Examination

(a) The Bank will examine the Bids to determine whether they are complete, required formats have been furnished, the documents have been properly signed, and the Bids are generally in order.

(b) The Bank may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid, which does not constitute a material deviation.

(c) The Bank will first examine whether the Bid and the bidder is eligible in terms of Clause 3 and other related clauses.

(d) 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 those concerning Bid Security, Applicable Law, Performance Security, Qualification Criteria, Insurance, AMC and Force Majeure will be deemed to be a 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 reserves the right to evaluate the bids on technical and functional parameters, including possible visit to inspect live site/s of the Vendor and witness demos of the system and verify functionalities, response times, etc.

(e) If a Bid is not substantially responsive, it will be rejected by the Bank and may not subsequently be made responsive by the bidder by correction of the nonconformity. The technical evaluation will take into account the capability of the bidder to implement the proposed solution.

(f) Only those bidders whose Technical bids have been found substantially responsive would be intimated by the Bank about their responsiveness and about the revised / updated Technical & Functional Specification (if any) arising out of normalization (if any). In case of normalization and/or revision, they would also be advised to submit fresh “Price Bid” which should either be less than the Prices quoted in the Original Price Bid. The Original bids as above would then be opened in the presence of the bidders‟ representatives on a specified date and time to be intimated to the respective bidders. The lower of the two prices quoted by the bidders shall only be reckoned for the purpose of price evaluation.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 23 of 123

3.19 Technical Evaluation

(a) Only those bidders and Bids who have been found to be in the conformity of the eligibility terms and conditions during the preliminary evaluation, would be taken up by the Bank for further detailed evaluation. Those Bids, which do not qualify the eligibility criteria and all terms during preliminary examination, will not be taken up for further evaluation.

(b) The Bank may use the services of external consultants for technical evaluation.

(c) The Bank reserves the right to evaluate the bids on technical and functional parameters, including visit to inspect live site/s of the bidder and witness demos of the system and verify functionalities, response times, etc in which all the travelling/lodging etc. expenses will be borne by the Bidder.

(d) The Bank will do the evaluation on the responses provided by the bidder in the as per eligibility criteria clause of this RFP.

(e) Bank reserves the right to waive any of the Technical and Functional Specifications during technical evaluation, if in the Bank‟s opinion it is found to be minor deviation or acceptable deviation.

(f) Bill of Materials (with Masked Price Schedule) as required under the scope of the RFP shall be submitted by the bidder along with Technical Bid, will be first evaluated and if the Bank during the evaluation, deems it fit, may request bidder to revise the bill of materials submitted originally in the pricing schedule.

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

3.20 Opening of Price Bids / Reverse Auction

(a) Only those bids which are found to be technically responsive will be informed of the date / time / venue of opening of price bids / reverse auction.

(b) The Technical Bids will be evaluated as per eligibility criteria. Thereafter the Bank reserves the right of selection of vendor either by opening of commercial Bids or rates quoted by the vendors in reverse auction (who are found eligible after evaluation of Technical Bids).

(c) After opening of price bids and declaring the prices, the Bank will evaluate and compare the Price Bids. Alternatively, the Bank may shortlist the vendors, who were found eligible after evaluation of Technical Bids, for participating in the reverse auction.

(d) Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 24 of 123

multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Successful Bidder does not accept the correction of the errors, its Bid will be rejected, and its Bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail.

(e) The Bank‟s evaluation of a Price Bid will take into account, in addition to the

Bid price quoted, one or more of the following factors:

I. Deviations in payment schedule & Delivery Schedule from that specified;

II. Deviation in prices quoted;

III. Other specific criteria indicated in the Bid and/or in the Technical &

Functional Specifications & Price schedule.

3.21 Quotation of Prices for all Items.

The Bidder should quote for complete consignment of items proposed / listed in this Bid. In case, prices are not quoted by any bidder for any specific item / product / service for the purpose of evaluation, the highest of the prices quoted by other bidders, participating in the bidding process, will be reckoned as the notional price for that product / service, for that bidder. However, if selected, at the time of award of Contract, the lowest of the price(s) quoted by other bidders (whose Price Bids are also opened) for that product / service will be reckoned. This shall be binding on all the bidders. However, the Bank reserves the right to reject all such incomplete bids.

3.22 Contacting the Bank

(a) No Bidder shall contact the Bank on any matter relating to its Bid, from the time of opening of Bid, to the time the Contract is awarded.

(b) Any effort by a bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison or contract award, may result in the rejection of the bidder‟s Bid.

4 Business Requirement

4.1 Bank of India intends to select Network Service Integrator for Support, Management

and Monitoring of BSNL/MTNL links, Branch Routers, SLA Monitoring of Other Links and Facility Management Solutions at Zonal offices and Central locations, a total solution, hereinafter called “Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations ” as per the specifications, terms , conditions and scope defined in this RFP for a contract period of five years. The project start

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 25 of 123

date will commence from the date on which the first branch is commissioned/upgraded as per the scope of this RFP.

4.2 Bank may request for extension of validity of contract for a period of one year or till

the finalization of alternate arrangements for all or selected ordered and commissioned links under the Project. The rates applicable for the extended period shall be on the fifth year pricing.

4.3 The bidder under this RFP has to provide NOC (Network Operations Centre) facility where calls should be handled and approachable efficiently by domestic branch/office locations to support in case of any issue observed. Bidder has to share dedicated contact details of the concerned team which will be stationed at Head Office/Zonal Office/Offices. The NOC should have robust and skilled team for handling the task effectively as per the scope. Bidders should ensure to log the call for each and every call received from the branch/office locations and book its fault number.

4.4 Although bank has asked pro-active monitoring of links, it is again the responsibility

of bidders to advise the caller about their circuit status if they ask/enquire time to time. At any point of time bank can review and change the required process at NOC, bidders also have to provide required statistics of all calls which are landing at NOC, registered in NMS, or via email to bank for taking further business decisions.

5 Broad scope of work - Part-A: Support, Management and Monitoring of

BSNL/MTNL links, Branch Network Devices, SLA Monitoring of WAN Links

5.1 Procurement of New BSNL/MTNL Link, Up-gradation of bandwidth and shifting of existing link:

New links for branches/ offices/ e-Gallery/ Training centre of domestic branches, Circle Offices and Zonal Offices, DC, DR and its sponsored/ associated organizations/ banks or any other location desired by the bank, shall be procured as per requirement of the Bank from BSNL/MTNL as per rate card finalised by the Bank. Presently, the Bank is having following arrangements for providing the links to the branches which has to be taken over by the bidder:

A. Provision of Primary or First Link: Bank is having contract/ agreement with BSNL for providing bandwidth services up to branch CPE and management of the same is done by MNS Partner of BSNL. In current scenario, the rate list of different bandwidth (Non-MNS) is being finalised by the bank with BSNL. The same rate card will be advised to successful bidder for further processing and procurement of new links and commissioning the links. The bidder shall be doing the processing for procurement of new / upcoming BSNL/MTNL MPLS Links as per requirement on finalised rate card/list with BSNL/MTNL and ensure smooth take-over from exiting MNS Partner of BSNL. In case, the branch is

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 26 of 123

not feasible on BSNL-MPLS, the bidder has to commission the link on alternate solution offered by BSNL at the said location. The end to end commissioning, support and management of commissioned links will be done by the bidder in coordination with BSNL Circle / Field/ Enterprise Business Offices. The cost of modem, Ethernet converter, POE /intermediary devices/cables for commissioning of the new link shall be inclusive in One time Charges of commissioning of the link as applicable. The Modem/POE devices should be supported on Ethernet handoff at branch CPE end. These modems/Ethernet converters will be handed over by the bidder to the Bank in Rs.1 per modem/Ethernet converter cost at completion the contract or at termination of contract whichever earlier. The delivery timelines for commissioning of new link shall be four weeks per link after getting the feasibility from the BSNL/MTNL. The link management charges as per commercial bid shall only be applicable from the date of successful commissioning of the new link on ordered bandwidth. The bidder shall maintain the complete inventory of the links with detail of Branch/office and commissioning date. All kind of MIS related to working or new links will be maintained and presented by the bidder during any kind of requirements under the BSNL MPLS Project.

B. Bandwidth Up-gradation of Branches/ Offices:

B.1.1 The bank is going to upgrade all BSNL/MTNL MPLS links of its branches/offices on minimum 2 MBPS Bandwidth within three months from the award of contract to the bidder and from the date of issuance of purchase order under this RFP. The bidder shall coordinate with BSNL/MTNL for up gradation of the links and shall ensure commissioning of existing links on upgraded bandwidth. In addition to above requirement, the bank may upgrade the bandwidth of the links at its branches/offices as per requirement on time to time. The bank will intimate to the bidder for upgradation of the link on required/ feasible higher bandwidth. The cost of intermediary devices such as modem / Ethernet converter if required for upgradtion of commissioning shall be inclusive in One time Charges of upgradation or commissioning as applicable. These modems/ Ethernet converters will be handed over by the bidder to the Bank in Rs.1 per modem/Ethernet converter cost at completion the contract or at termination of contract whichever earlier. The Modem/POE devices should be supported on Ethernet handoff at branch CPE end. For upcoming requirements of upgradation, the bidder shall also ensure to upgrade the links as and when required and timelines for such upgradtion shall be two weeks per link from the date of its purchase order/intimation after ascertaining feasibility from BSNL/MTNL.

B.1.2 The link management charges as per commercial/price bid shall only be

applicable from the date of successful up-gradation/ commissioning on ordered bandwidth of the links. The bidder shall provide the link

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 27 of 123

management, maintenance including modem support, repair or any kind of replacement of required network devices under the scope of Link management. The all kind of MIS related to upgraded links with upgradation date will be maintained and presented by the bidder during any kind of requirements under the BSNL MPLS Project.

B.2 The Bidder shall ensure feasibility in coordination with BSNL /MTNL

and shall process the request of upgrading the existing links on required bandwidth. The bidder shall provide all network intermediary devices such as modems, cables for terminating the link up to branch routers. The conventional MPLS (wired) links may also be converted to MLLN MPLS lines as per requirements. The price proposal of link upgradation /commissioning with modem and without modem shall be provided by the bidder in separate line items. The support of all such intermediary network devices, modems and cables will be in scope of link management provided by bidder. The bidder shall be doing all kind of replacement /repair with no extra cost to the Bank for working of the links with maximum uptime as per SLA during entire period of contract. The bidder shall provide the data with SN of Modem wherever provided.

B.3 The bidder shall prepare a detailed plan and process document for

upgradation of existing links in stipulated timelines and finalise the same with Bank‟s consent and requirement.

C. Shifting of branches or offices link:

C.1 After receiving the intimation from bank in letter or by way of e-mail, bidder has to ascertain feasibility from BSNL/MTNL within one week and if feasible, bidder has to process the request in coordination with BSNL/MTNL from old location to new location within two weeks from the date of such intimation as per laid down process along with the shifting of network devices. Bank may further place the order for link shifting as per the necessity and bidder has to shift the link accordingly to feasibility of BSNL/MTNL as per the above mentioned timelines.

C.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 shall coordinate for the shifting and commissioning of the given link at any other feasible site as specified by the Bank.

C.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:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 28 of 123

C.4 Successful Bidder shall undertake the above activities. Successful Bidder shall be responsible for following activities while assessing / upgradation / conversion/ commission of all type of links / media for network.

Provide the link feasibility with bandwidth details from BSNL/MTNL

Check physical proximity between branches and local exchanges for shortest route.

Selection of appropriate media based on requirement and availability.

Define Network routing architecture between two end points.

Ensure cost effectiveness of link.

Apply and obtain necessary concurrence/approval from Bank

Based on requirement, application for procurement of link will be submitted by the successful bidder to the bandwidth provider.

Getting Demand note from bandwidth provider and its submission to Bank and collect payment from Bank and deposit the payment to bandwidth Provider.

Obtaining Advice note & work order.

Liaisoning for availability of proper infrastructure at Bandwidth provider‟s POP/ exchange

Liaisoning for early commissioning / shifting / surrendering/ upgradation/ conversion of links.

Liaisoning for Cable laying and port/channel allocation, internal cabling inside the Bank‟s premises up to branch end CPE.

Bandwidth Assessment for up gradation of link

Any other work related to commissioning of new link, upgrading and conversion of existing link, shifting and surrendering of any link

i. The network shall be managed, maintained and monitored by the successful

Bidder consisting of entire Wide Area Network. This includes monitoring of SLA and uptime of the links procured from various bandwidth service providers connected in the above network. Besides this, successful Bidder has to manage the Local Area Network at DC, DR & NR offices and has to integrate WAN network with the Local Area Network at each of the offices.

ii. The successful bidder shall co-ordinate with BSNL/MTNL for

commissioning, upgradation of bandwidth or shifting of MPLS links of BSNL and MTNL at branches/offices with all required peripherals, cables etc. and ensure end to end delivery at Bank‟s locations. The bidder shall also explore the other means which are introduced by BSNL and MTNL time to time for providing stable connectivity for specific regions with prior consent by the Bank.

iii. The successful bidder shall also be required to co-ordinate with Bank‟s

approved service provider (BSNL/MTNL or any other service provider) for

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 29 of 123

providing links to the bank‟s branches/ offices, its sponsored/ associated organizations/ banks for its domestic branches and monitor SLA of them. The bidder shall also do the troubleshooting including lodging of complaints for reachability of any application used or to be used by the Bank. These shall include network accessibility of Intranet or Internet banking services, ATM services or any application / services desired by the Bank. The successful bidder shall also coordinate/ liaison with service providers/ organizations/ banks for integration/ troubleshooting of Bank‟s network (LAN/WAN) till the integration is complete and/ or link is restored in all aspects. This will involve holding discussions/ meetings with service providers/ vendors/ third party integrators, etc., understanding their network and preparing the network design and other network requirements (including integration) for setting up/ restoring the disrupted link. This includes coordinating and escalation of issues relating to link disruption and faulty equipment of any service provider or equipment supplier. The period, rates for services and scope of work, terms and conditions would be the same for all Banks‟s sponsored/ associated organizations/ banks.

iv. The successful bidder will work closely with Information Security team /

Security Operations Centre Team for finalizing the robust and secure network design or any other work related to Bank‟s LAN/ WAN as per regulatory guidelines.

v. The transition period for handing over the network related activities and

documents to successful bidder would start prior to three months from the expiry of contract or selection of new network integrator, whichever is earlier.

(a) It is the responsibility of the successful bidder to rollout the Project within

stipulated timelines from award of Letter /Purchase order. The bidder shall ensure and extend full support for continuity of operations during the migration and contract period.

(b) The successful bidder has to present the detailed process for completing

the transition to the bank. At every stage, a signoff needs to be taken from the Bank‟s respective administrative offices (for branches-> ZO & for DC/DR- Head Office-IT Department).

(c) The successful bidder shall inform contact details of SPOC/Project

Incharge identified promptly after receipt of purchase order for smooth roll out under the Project with in stipulated timelines.

(d) The successful bidder shall deploy and also share the profile of its

support staff and technical personnel at each Head Office, Zonal Office, Data Centre and DR, within 4 weeks from date of receipt of purchase order with consent from Bank's team,.

(e) The successful bidder has to submit a daily Roster of resources, status

report, Tracker of down calls, dashboard of links to the Head Office and

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 30 of 123

Zonal Office regarding number of branches whose transition has been completed.

(f) Once the successful bidder has updated the Bank about the completion

of the transition of a branch, from that point onwards the whole responsibility of that branch (maintaining SLA‟s, uptimes) is with the successful bidder.

(g) The delay in transition beyond 3 months will be liable for liquidated

damages recovered from the successful bidder provided delay is happening due to reasons contributed by the Bidder.

D. Site Preparation

Successful bidder has to do site survey for all proposed sites to be migrated into the network covering following aspects and submit the report to the concerned Zonal office for necessary arrangements.

Power availability (UPS) at the site and the power requirement for the network equipment‟s proposed for the site.

Power cabling diagram along with technical details of the power point requirements.

Ensure standard earthing should be maintained at all sites, in case of deficiencies the details to be provided and resolve the issue, if any, in co-ordination with the electrical contractor of the site.

Rack mounting facilities for all sites.

Make a repeat visit to the site, with in a week‟s time, to ensure compliance of deficiencies, if any, informed through the site survey report.

Besides above, successful bidder shall be responsible for following activities: a. Checking of site parameters e.g. earthing, power (UPS) etc., at least

once in a half year or as and when required,

b. All equipment should be rack mountable

5.2 Comprehensive maintenance, Support, Monitoring and SLA management of BSNL/MTNL links with all intermediary Network Devices at Zonal Office, Branches, Other Offices and Offsite E- Galleries

a. The successful bidder have to deploy the one Level-1 engineer at each

Zonal Office within four weeks from the date of award of purchase order and allocate single point of contact (SPOC) at Centralised Locations. The SPOC or Project Manager will coordinate with the respective Zonal Office & Head Office team and would share the plan for upgradation / takeover of branches/ offices and respective allocated engineers. The bidder shall place resources

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 31 of 123

at zonal offices of the Bank. The Bank‟s Head Office & Zonal Office may also decide the additional locations where Level-1 engineers shall be posted by the bidder as per requirements on finalised commercials under the contract.

b. The successful bidder shall carry out the following activities in takeover

branches/ offices as well as for new sites and would submit the relevant checklist within a period of two weeks. The checklist would include the following:

b.i The successful bidder has to visit each location and has to fill the survey

report/checklist which is to be submitted to the zonal offices and preserve a copy for further requirement. The bidder shall furnish the report as and when required by Bank‟s HO/ZO team.

b.ii Power conditioning/ availability (UPS) at the site and the power requirement for the network equipment proposed for the site needs to be commented as a part of the site survey report.

b.iii To study network planning and design to cover node/ link failure (evaluating

alternate paths e.g. BSNL MPLS lease line, RF MPLS, VSAT, wireless connectivity or any other suitable services) and give recommendations and implement thereof in consultation with and after obtaining necessary approval from Bank.

b.iv Once the site survey is done and complete understanding of network has

been done by the successful bidder, the detailed site readiness report will have to be submitted by the successful bidder to the bank. The format of checklist and site readiness report will be shared with successful bidder separately by the bank.

C. The brief roles and responsibility of the resources which are going to

be placed at zonal offices is mentioned below:

Monitor all branches BSNL/MTNL links and Network of the zone with due diligence and take follow-up with their backend team for immediate restoration of all downlinks as per the SLA uptime.

Contact branch officials to understand the problem if there is any fault finding.

The bidder shall monitor and integrate all kind of routers/ network devices and links in the NMS and shall provide/publish the SLA report of Network Link and Network devices / Routers to the Bank on monthly basis.

Allocate the down-call to all concerned field engineers along with BSNL/MTNL officials for immediate action.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 32 of 123

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

Should have technical knowledge of Network devices and Tele-communication as defined in qualification requirement for the engineers to be deputed at zonal offices as per this RFP.

To update the concerned Zonal ITs for any outage in MPLS links on proactive basis.

To assist Zonal ITs to ascertain the feasibility of BSNL/MPLS links which will be required on time to time basis for branch location/offices/e-Galleries. It is required to do this exercise for ascertaining feasibility by visiting the location only.

Once the said feasibility is confirmed, the concerned engineer has to take confirmation feasibility from BSNL/MTNL duly confirmed/ signed by SDE and any other responsible official and submit the hardcopy of feasibility to the Bank so that link commissioning can be proceeded accordingly.

To assist ZOITs in timely replacement of link/ modem /Ethernet converter/ router as defined under the scope of this RFP in case a particular link / router/ intermediary devices goes down due to any issue.

The deputed engineer shall configure the links with intermediary devices including router as well as manageable switches as and when required as per the prevailing scenario in a particular office/location.

5.3 Comprehensive maintenance, Support, Monitoring and SLA management

of BSNL/MTNL links with all intermediary Network Devices at Head Office, DC, DR and Near DR Site:

a. The successful bidder would deploy its dedicated Project managers and

other resources within a period of four weeks of date of award of purchase order and would be single point of contact for PAN India to share the project status on daily basis and as & when required by Bank and they have to submit the following documents at Bank‟s Network Department and without this, the project wouldn‟t be understood to be taken over or signed off by Bank(The billing of services will start as per delivery of resources/ deliverables under the project.

b. Roles and Responsibilities of Project Managers/Support Engineers at

DC/DR and NR location:

The brief roles and responsibility (but not limited to this) of resources which are going to be placed at Banks central location is mentioned below:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 33 of 123

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

The bidder shall monitor and integrate all kind of connectivity at branches/offices in NMS tool and any other upcoming new links during the contract period as specified in clause 6.4 of this RFP with due diligence and report to respective service provider for corrective action through e-mail and logging call for immediate restoration of all down links along with submission of its SLA report on monthly basis.

Monitor and integrate the all existing routers in NMS as defined in the scope of this RFP along with other upcoming new routers to be implemented in future along with submission of its SLA report on monthly basis.

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

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

Responsible for all technical issues concerning the network. Single point of contact for all technical queries and fault resolution. Shall have the primary responsibility of ensuring a smooth network

functioning without congestion, and downtime. To submit the all kind of SLA reports viz. router and links on

monthly basis to the designated bank team upon completion of a particular month preferably with in three working days upon completion of a particular monthly duration proactively.

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

The concerned Project manager will be responsible for timely commissioning of link with all peripherals as defined under the scope of this RFP. Procurement of work order from BSNL/MTNL will be under the complete responsibility of the said Project manager.

Bank will share its critical links and the same has to be configured in the monitoring tool. Auto-alert mechanism has to add for these critical links so that the bidder can shift the traffic on alternate media available at the branch and thus leading to minimal downtime of branch.

Weekly updation of monitoring tool shall be done by the bidder‟s team in sync with Bank team and is to be updated to Bank team. Care has to be taken to update the Zone Name, sol ID and branch

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 34 of 123

name very carefully and correctly. Any incorrectness will lead to applicable SLA for incorrect reports.

A centralized tool for monitoring of links at Head Office (on internet platform) and zonal wise tool has to be provided to each of the zones for monitoring of their respective branches.

c. The successful bidder shall conduct study of Bank‟s existing network

(including IP scheme, router configuration, IPSec encryption, routing protocols etc.,) and design the architecture of existing network.

d. Network Design document and configuration document of all Bank

applications has to be submitted separately.

e. U7U7For smooth operation, management of existing network, integration with other network and further expansion of network, the successful bidder has to upgrade the network hardware/ related software etc. requirements along with proper justification without any additional cost to bank.

f. The successful bidder has to submit detailed report to Bank containing but

not limited to network equipments requirement (like managed switches, etc.), bandwidth requirement, LAN design alteration etc.

g. Disaster Recovery plan (for network including links, equipment) should be

prepared with step-by-step procedure of the network recovery, time taken for each operation and dependencies.

h. The successful bidder should ensure designing and implementation of the

existing and upcoming DC, DR, Offices / Branches in such a way that both the links (Primary link and backup/alternate link) are made operational in active-active mode i.e. the traffic is distributed application-wise on both the links for load sharing/ balancing. In case of failure of any of the links (primary or backup / alternate link) all the traffic should automatically and seamlessly switch to other available link to ensure no isolation / disruption in connectivity.

i. The successful bidder team has also to check and submit the report for

segregation of intranet & internet traffic in the branches/offices/Head offices.

j. The Successful bidder shall prepare and implement the process for network Managment and plans for continuity of services and the bidder shall submit the same to Bank on quarterly basis.

5.4 Planning & Support: Network Study, Assessment, Expansion and necessary Modification

i. The Bank has already provided all its branches/offices/training centers etc. and its sponsored/associated organizations/banks

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 35 of 123

or any other location desired by the bank, with dual connectivity to various servers located at different locations in the country and outside the country.

ii. Successful Bidder shall conduct study of Bank‟s existing network

(including IP scheme, router configuration, IPSec encryption, routing protocols etc.) Design and Architecture of existing network including DC/DR/ other offices LAN infrastructure) for smooth operation, management of existing network, integration with other network and further expansion of network, successful bidder has to submit the requirements along with proper justification. The report should contain the recommendation as per regulatory guidelines and best standard industry practice while considering scalability as well as provisioning of future requirements including bandwidth/device requirement of various applications.

iii. This work /report should be completed within one months from

date of order placed to the vendor and should be reviewed and incorporate changes once in quarter. The same will also to be done for its sponsored/associated organizations/banks or any other location desired by the bank.

iv. To study network planning and design to cover node/ link failure

(evaluating alternate paths e.g. MPLS lease line, VSAT, wireless connectivity or any other suitable services) and give recommendations and implement thereof in consultation with and after obtaining necessary approval from bank. The study should also incorporate to have readiness of sudden DR drill while less involvement of 3rd party TSP or other vendors.

5.5 Disaster Recovery Plan

i. The network switchover should be automatic from the primary to the

secondary and vice versa for every affected link/ location. DR site is also working as Active location for some of applications, hence the traffic from branches/offices are directly landing at theirs. In case of failure of connectivity at DR site, the traffic should be automatically routable from DC site to DR site.

ii. In case of failure of primary link of any location, traffic through the

backup link should be routed to DC or through the DR site in such a way that all traffic will reach DC ultimately. The backup link will be active in case of failure of the primary link for DC & DR.

iii. On disaster at DC, all the branches should be automatically

connected to DR.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 36 of 123

iv. On restoration of disrupted link, traffic should be dropped from other link automatically at the affected site

v. On restoration of DC, traffic should be stopped from DR link

automatically.

vi. Wherever, primary link is MPLS, RF/VSAT/CDMA/(any emerging media), it is to be ensured by selected bidder that the second link is always in operational mode.

vii. The successful Bidder has to ensure speedy recovery of MPLS and

bring back the availability of network on main media so as to have the better availability of uptime.

viii. There is multiple of third party integration for which the connectivity

from our DC & DR has been ensured. In case of failure of links/Device at our primary site (i.e. DC), the traffic should be routed through DR to DC in co-ordination with third party.

ix. In the scenario where DC & DR location of 3rd party has been

connected to Bank‟s DC & DR and there may be some issue at DC location of 3rd party and there may be requirement to route Bank‟s DC traffic through our DR to 3rd party DR location. In case of any issue with third party DC site, the successful bidder has to ensure support to route the traffic from third party DR to bank DC/DR location.

x. Successful bidder should ensure testing of secondary/alternate link

and a daily report regarding failure of secondary link with reason thereof should be submitted at all controlling offices. The successful bidder has to test the failover from primary link to secondary link on weekly basis. The schedule of testing will be shared with successful bidder by the bank. The successful bidder has to ensure that there should not be much involvement of 3rd party TSPs or other vendors in case of DR drill by Bank.

xi. The Bidder shall review and publish the disaster recovery plan on

quarterly basis or as per Standards and Bank IS Policy.

5.6 Managing & Supporting Network at Field level

I. The Successful Bidder shall provide technical expertise at the site to resolve any type of network problem e.g. Service Provider‟s exchange/ POP problem, local lead problem, power problem etc. for smooth operation of the bank applications.

II. At DC, DR, NR, Head Office and critical Locations, support will be provided on (24 *

7*365) on all days including holidays, accordingly field support shall be provided by bidder to meet the SLA. At Zonal Offices Support should be available during business hours till the day-end of last branches in their respective controlling

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 37 of 123

offices), on all working days and holidays including Sundays for all sites (including sponsored/associated organizations/banks or any other location desired by the bank).

III. In case the BSNL/MTNL or other links goes down, the bidder has to ensure that

timely action / communication is initiated by its engineers deputed at Zonal Office level to restore the link at the earliest to meet the SLA. The communication of the same has to be provided to the bidder‟s team at Head Office.

IV. In the event of any problem at any location the support shall be made available

immediately irrespective of the locations working on Wired/Wireless connectivity including the links from any service providers, notwithstanding the time schedule mentioned above i.e. point (ii).

V. To resolve the problem successful bidder shall liaison with all concerned service

providers and extend technical and other support.

VI. The Successful Bidder shall be responsible for escalating the unresolved problems by field engineers to his higher authorities and get it rectified within stipulated time period and ensure uptime as defined in this bid document. (Successful bidder is to provide the call escalation matrix to every location).

VII. The Successful Bidder shall arrange manpower as specified in clause 6 -Manpower

requirement, of the document at various locations for day-to-day smooth functioning of network at the discretion of Bank.

VIII. The field engineers should attend to the calls within maximum of 2 hrs. of reporting

the call within the city limit area and in maximum 6 hours in other areas.

IX. If a branch is getting decommissioned, the selected bidder will be responsible for coordinating with the service provider for link termination, handing over the requisite equipments to bank officials with detailed report.

X. Make visit(s) to the site to ensure compliance of deficiencies, if any, informed

through the site survey report.

XI. The bidder shall provide all kind of support, maintenance, repair and replacement of faulty Modems under the link management after commissioning or upgrading the link on ordered bandwidth. The replaced Modem or intermediary devices/Ethernet converter supplied for continuity of the link and shall be handover in Rs. 1 per modem / Ethernet converter cost to the Bank after end of contract.

XII. In case of supply of new devices, the Bidder shall arrange for Road Permit by

paying all applicable taxes to the govt. agency to deliver and install

routers/modems in case of branches/ offices where network devices has gone

faulty during its AMC and link management period. The bidder has to provide

standby network device (router or modem) of same make and model or above

model (with all interfaces/modules) with in 24 hour of reporting and replacement

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 38 of 123

within 5 days. Bidder has to ensure all kind of troubleshooting should not be go

beyond 3 hours with the non-responding hardware, bidder has to ensure the

availability of field engineer or sufficient resources for arranging the replacement of

faulty hardware to meet the SLA/Uptime.

XIII. The Bidder shall ensure that Products which are offered in the response of this

RFP should not reach END of support/Life till the contract period of this RFP i.e. 5

years from the date of installation of routers. Necessary supporting documents

should be attached from the OEM for the same.

5.7 Bandwidth Assessment

Bank has to provide links to all its branches/on-site ATMs/offices/training centres/e-Galleries etc. and its sponsored/associated organizations/banks, with MPLS connectivity from BSNL/MTNL. Successful Bidder shall have to assess the requirement & to arrange for commissioning of links for these sites on quarterly basis and as and when required by the bank.

5.8 Bandwidth sizing considerations/ optimization

Upon the finalisation of bidder and after award of contract under this RFP, the bidder shall assess the total number of users at branch/ office locations along with list of applications and the successful bidder should study & estimate the bandwidth requirement at all branches/offices, DC, DR and other offices also. The threshold limit of any link/equipment shall be 70%. The successful bidder should suggest for necessary upgradation, alternate path/media for better operation of network based on the existing network application in the same sequence. The successful bidder shall suggest and configure Bandwidth optimization devices (presently having Cisco WAAS) in the branches/offices as per requirement. In case of MPLS is not available, successful bidder should suggest alternate media. However, after commissioning of alternate media efforts for procurement of MPLS link shall be continued.

5.9. Uptime maintenance

The overall site (branches/offices/on-site ATMs/ e-galleries) availability uptime for Bank, its sponsored/associated organizations/banks or any other location desired by the bank shall be 99.50% on all days irrespective of holidays throughout the year.

To prevent site (DC/ DR/ branch/ offices, Training Centres, HO Divisions, Back Offices of domestic/overseas branches, Circle Offices and Zonal Offices /branches of its sponsored/associated organizations/banks or any other location desired by the bank) down due to failure of dual link or equipment, successful bidder shall have to maintain the site uptime as specified in the uptime clause of General Terms & Conditions.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 39 of 123

No down time (site) shall be permitted in case of DC & DR. DR Site will act as DC at the time of DC disaster as per DRP (Disaster Recovery Plan).

In case of on-site ATMs/e-Gallery, the bidder has to ensure that the site is not down due to connectivity issues and the confirmation in this regard is to be submitted to the respective controlling offices immediately.

Besides above, in case of any link failure, the necessary coordination for link restoration shall be done by the successful bidder within the time period specified in the link restoration clause of General Terms & Conditions to ensure continuous CBS connectivity for business continuity in the branch.

The bidder should be having it‟s own escalation matrix maintained for the field level as well as NOC/central team.

The successful bidder shall be responsible to attend the issue as reported through any of the following:

The network trouble tickets generated in the help desk and /or NMS tool

SMS, Telephonic information

E-mail information etc.

Irrespective of the channel through which the issues are reported, the successful bidder is expected to capture the date and time of notification

In case the helpdesk is unable to perform above mentioned tasks than it will attract the penalties

The MIS of down calls with downtime should be maintained and published by the bidder for each day.

5.10 Integration of new network devices/Links/applications on existing

Network

Based on the requirement successful bidder has to integrate any new network to the Banks existing network smoothly, which may be obtained from existing bandwidth provider or any new bandwidth provider as per the decision of the bank. Successful Bidders may advice bank in the selection of media.

Bank may implement new applications over the network such as IP Telephony, VoIP, video conferencing etc. The successful bidder shall implement such application/network for which it has to prepare plan, bandwidth sizing & identify network equipment specification for the integration.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 40 of 123

Successful Bidder shall install & configure network equipment for integration of new application, additional network etc., shall support for smooth operation of its entire network, its sponsored/associated organizations/banks or any other location desired by the bank, conduct user training at the location specified by the bank and provide consultation, management and monitoring for other network related problems of any applications.

Review of DC/DR every quarter and submit recommendations for improvement to HO team.

Design and configuration documents are to be submitted by the successful bidder for approval from Bank‟s side.

To prepare Disaster Recovery plan (for network including links, equipments) including step-by-step procedure of the network recovery, time taken for each operation and dependencies.

To prepare/integrate IPv6 migration plan/strategies of the existing network (internet/intranet) including step-by-step procedure, time taken for each operation and dependencies.

To prepare DC/DR co-location (if required) network plan/strategies including step by step procedure, time taken for each operation and dependencies.

5.11 Handing Over of project deliverables to the new Service Integrator

In the event of failure of the existing network integrator to render some or all of the Services or in the event of termination of agreement or expiry of term or otherwise, without prejudice to any other right, the Bank at its sole discretion may make alternate arrangement for getting the Services contracted with another network integrator. In such case, the Bank shall give prior notice to the bidder. The existing network integrator shall continue to provide services as per the terms of contract until a “New network integrator‟ completely takes over the work. During the transition phase, the existing network integrator shall render all reasonable assistance to the successful bidder within such period prescribed by the Bank, at no extra cost to the Bank, for ensuring smooth switch over and continuity of services. If the selected bidder breaches this obligation, bank may invoke the Performance Bank Guarantee. In case of such scenario, the Handover activity will be done in phased manner as under:

a. Phase I: DC/ DR b. Phase II: Admin offices c. Phase III: Branches

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 41 of 123

6. Broad scope of work - Part B: Facility Management Solutions at Zonal offices for Management of Link and Network Devices

6.1 FMS at Zonal level

A. At the Zonal Office for support coverage, a minimum of 1 technical experts

must be provided during business hours, to resolve the problems for day to day smooth operations as per requirement and will coordinate with BSNL/MTNL and service providers for new implementation of links with network devices. The engineers will be stationed at Zonal Office and will also convene the review meetings with appropriate authorities of BSNL/MTNL Circles for enhanced support and timely execution of any activities like upgradation, shifting and new commissioning of the links with integration of branch end network devices and DC/DR equipments.

B. The resources count at Zonal level is tabulated below :

SN Location Level-1 Level-2 Level-3/Project Manager

1 Zonal Office (presently Total

54)

54 0 0

Total 54 0 0

The number of engineers at zones may be increased or decreased in future and resources should be arranged by the bidder accordingly as per bank’s intimation.

C. The Zonal Offices engineers are required to resolve problems in the branches/offices and to co-ordinate with their field engineers to resolve the link problems of all the links in the Zone. The engineers shall function as support engineer functionary and shall be the single point contact for all the issues pertaining to network. The support engineers shall be responsible to resolve the problems pertaining to network equipment deployed across the network. The engineers to co-ordinate with NOC at DC/ DR and get the configuration etc. issues pertain to new / existing network equipments resolved.

D. The support for all Zonal Offices should be available during business hours including holidays/ Sundays.

E. The successful bidder shall ensure the readiness of the backup link at all

branches/ offices/ Training Centres / HO Divisions/ Back Offices /critical locations of domestic/overseas branches and its subsidiaries/affiliates, NBG Offices and Zonal Offices on 24*7*365 days basis.

F. The successful bidder shall also ensure that in case, primary links goes

down, the traffic is to be routed automatically on back up link. Both the primary & its backup link are required to be operational on Active- Active

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 42 of 123

mode irrespective of service providers and media. The successful bidder should be equipped for enabling the same .The bidder shall be required to run some of specific applications through specific links where dual media is available. The bidder has to ensure that both the primary and secondary link should work as and when required by Bank.

G. The successful bidder‟s engineer should visit all branches once in six

months to to check for power conditioning/ earthing at router and modem thereby ensuring healthy upkeepment of network devices.

H. The Successful bidder shall be responsible to attend the call within

maximum of 2 hrs (including of travel time) as whenever reported through any of the following:

a. The network trouble tickets generated in the Network Management System tool b. SMS, Telephonic information c. E-mail information etc.

I. The bidder shall provide the advanced intimation of at least one month for changing any assigned / deputed resource and ensure proper handover to new resource for continuous operation and support.

6.2 FMS at DC, DR, NR Level:

Successful Bidder shall provide manpower (having experience in a similar set up of at least two years) to support the network as detailed hereunder: i. The support at DC & DR NOC should be available for on 24X7X365 basis.

ii. The NOC should be manned by dedicated manpower as per the details

tabulated below (for all shifts).

SN Location Level-1 Level-2 Level-3/ Project

Manager

1 DC, CBD Belapur 16 7 2

2 DRC, Bangalore or other DR Location

2 0 0

Total 18 7 2

iii. Minimum one Level-3 engineer at the role of Project Manager should be available at DC (during business hours 8 am – 8pm) for overall managing the project.

iv. Minimum eight (8) nos. Level 1 engineer during business hours and minimum four (4) no. Level 1 engineer during non-business hours at DC &

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 43 of 123

Minimum one (1) nos. Level 1 engineer during business hours and minimum one (1) no. Level 1 engineer during non-business hours at DR. The Level-1 engineers during business hours/non-business hours shall handle calls from branches/offices, SMS, manage trouble tickets generated in NMS/ tools, preparation of reports etc.

v. Minimum four (4) numbers of Level-2 engineers across business hours and 2 Level-2 engineer across non business hours at DC Location and at DR location if required, bank will intimate separately on need basis.

vi. Minimum two Level-3 resources shall be deputed during business hours (i.e. 8 AM to 8 PM) and minimum one Level-3 in the non-business hours at DC.

vii. Level-2 and Level-3 engineers should be on roll of the company and as per

the qualification and experience as per RFP.

iii) The successful bidder should give the name and other contact details like, telephone number (home, office, mobile, office & home address etc.)The engineer shall be responsible for smooth functioning of the network of branches and the offices terminated at the specified Circle Office/ Zonal Office.

iv) Bank can take additional manpower as per requirement from time to time.

The bidder shall provide the additional manpower as and when required.

v) In case of any problem at site, if required, successful bidder should deploy additional manpower to ensure the desired uptime of site without any extra cost to bank.

vi. Bank reserves the right to opt for remotely managed, maintained and

Integrated network where lesser number of manpower is required due to adoption of automation or can continue with existing manpower based management, maintenance and integration of the network. If required, bidder will have to remotely monitor and manage the NOC from bidder‟s premises with prescribed number of onsite engineers. Also, bidder will have to deploy minimum number of engineers as specified by bank from time to time. The count of engineers shall be increased or decreased by the Bank as per requirement time to time within duration of the contract.

vii. Bank may increase/decrease the number of resources at the location mentioned (i.e. DC/DR/Near Site) at its sole discretion and bidder has to withdraw/provide additional resources as per the requirement.

6.3 Qualifications of FMS / Manpower Requirement:

Position Skill Set

B.Sc. (IT)/ BCA / Diploma in Computer Science or equivalent/ Graduation in Computer Science/ Electronics Engineering/ Information Technology or

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 44 of 123

Level-1 Engineer (for Zones/ NBG Offices other than DC and DR, NR & HO)

equivalent or higher.

Minimum 1 year experience in network handling/ with CCNA or equivalent Certification.

Proficiency in working in MPLS and other wireless media

Person should have adequate knowledge of networking devices.

Ability for configuration in Branch end devices (such as 1900/2900/4000 routers & L2 switches etc.)

Sound knowledge of routing protocol for EWAN

Ability to perform the activities for various links such as ticket lodging, generation of reports from NMS, call handling, ticket tracking etc.

Ability to troubleshooting of LAN & WAN issues

Good communication skills

Sound analytical and troubleshooting skills

Good Team Management and co-ordination skills

Level-1 (for DC and DR, NR and HO)

BE/ B.Tech. in Computer Science/ Electronics Engineering/Information Technology / MCA/M.Sc (IT) or equivalent.

Certification in CCNA.

Minimum one years of experience in handling large corporate network or Banking network.

Person should have adequate knowledge of routing and switching protocol and networking devices.

Ability to analyse/ configure/ troubleshoot in Branch end devices as well as high end Core Devices (Routers & Switches)

Experience in handling of DC/DR Network as well as EWAN

Skills for troubleshooting in LAN & WAN issues.

Proficiency in working in MPLS and other wireless media

Proficiency in troubleshooting of Get VPN and IPSec technologies

Sound analytical and troubleshooting skills

Good Team Management and co-ordination skills

BE/B.Tech. in Computer Science/ Electronics Engineering/Information Technology / MCA/ M.Sc.(IT) or equivalent.

Certification in minimum CCNP.

Minimum 4 years of experience in handling large corporate network or Banking network.

Person should have adequate knowledge of routing

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 45 of 123

Level-2 Engineer (for DC, DR, NR and HO)

and switching protocol and networking devices.

Ability to analyse/ configure/ troubleshoot in Branch end devices as well as high end Core Devices (Routers such as low end routers Cisco 1900 series to high end series ASR 1000 series& Switches such as low end Cisco 2900 series to Nexus 7k/9k series) and also in L4 Devices such as Link Load Balance/Server Load balancer, firewall etc.

Experience in handling of DC/DR Network as well as EWAN

Skills for troubleshooting in DC/DR LAN & WAN issues.

Proficiency in working in MPLS and other wireless media

Proficiency in troubleshooting of SDWAN and IPSec technologies. Sound analytical and troubleshooting skills

Good Team Management and co-ordination skills

Level-3/ Delivery Lead/Project Manager

BE/ B.Tech. in Computer Science/ Electronics Engineering/Information Technology / MCA/ M.Sc. (IT) or equivalent.

Minimum 7 years of experience in handling Bank‟s WAN or a similar network with minimum CCNP/CCIE certification with minimum 2 years of relevant experience in management.

Person should have adequate knowledge of routing and switching protocol and networking devices.

Ability to analyse / configure / troubleshoot in Branch end devices as well as high end Core Devices (Routers such as low end routers Cisco 1900 series to high end series ASR 1000 series & Switches such as low end Cisco 2900 series to Nexus 7k/9k series) and also in L4 Devices such as Link Load Balance/Server Load balancer, firewall etc.

Experience in handling of DC/DR Network as well as EWAN

Skills for troubleshooting in DC/DR LAN & WAN issues.

Proficiency in working in MPLS& it‟s associated VRF and other wireless media

Proficiency in troubleshooting/implementation of SDWAN and IPSec technologies.

Network designing & its implementation/ integration for new solution/requirement

Proficiency in designing for automatic routing of traffic in case of fail-over either of link or DC/DR isolation

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 46 of 123

Proficiency in troubleshooting/implementation of Site-to-Site, Edge to Site, Edge to Edge VPN.

Proficiency in compliance of Network Audit requirement.

Proficiency in providing Root Cause Analysis (RCA) and compliance for its resolution.

Proficiency in providing solution document, planning and implementation.

Ability to work in-coordination with Bank‟s network team and share the plan of action to execute the activities.

Proficiency in compliance of Change Request Form (CRF).

Proficiency in conducting DR drill for various application of Bank.

Sound analytical and troubleshooting skills, Quick Decision making.

Good Team Management and co-ordination skills

To coordinate with various service providers

Note: (a) Bank will take interview of the resources (Level-1, Level-2 and Level-3 level engineers) deployed by the successful bidder for Zones, DC, DR and central locations. Further, Bank reserves the right to accept/ reject the engineers deployed by the successful bidder.

(b) Bank reserves the right to call CCIE level engineer whenever required.

6.4 Monitoring Tool/ Network Management System:

i. The bidder shall provide an enterprise Network Management System (NMS)

tool for monitoring of Network Devices and all WAN links which are under

the scope of BSNL/MTNL, Second MPLS Links, VSAT links and upcoming

links on any media which will be commissioned during the five year contract

period. Complete system shall be software configurable and up-gradable

under on-line conditions from the NMS. All links is to be monitored on Real

time basis through bidder‟s NMS tool which should be accessible from the

banks WAN at DC/DR/Zonal Office location by bank team at any point of

time. The bidder shall integrate all the Network Devices (Branch/Offices

Routers) with the Network Management System (NMS) tool to monitor the

availability of Network.

ii. The NMS shall be capable of providing the bandwidth utilization report,

down-call report, SLA/Uptime reports and incidence reported, fault ticket

status, fault ticket logging etc. on monthly basis for all links and routers.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 47 of 123

Bidder should ensure all links/routers should be monitored pro-actively i.e.

as and when link/router 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.

iii. All related report shall be available from the Bidder NMS system for site

wise. Bidder has to ensure the required customization should be done as per

Bank requirement in there NMS tool for monitoring and reporting. The bidder

NMS tool should be capable of showing branch/office link and router status

with colour coding and should be grouped as per bank zone classification

with specified branch unique code or branch code/SOLID. Bidder should

ensure all required reports which has to be submitted to bank must have

zone name, branch name and branch code with other required details. Bank

will provide these details during the order placement for each branch. It is

bidder‟s responsibility to update these details on regular basis for better

support and control.

iv. Bidders NMS tool should have real time dash board showing summary of the

network like number of up and down links and its summary in form of pie

chart, bar graph and percentage etc. or as advised by bank. Bidder should

provide the services on monitoring tool to extract information branch

wise/zone wise/entire locations.

v. The Access of NMS portal should also be provided to Bank personnel of

Bank‟s designated Team at Domestic Data Center, Domestic DR Site or at

zonal office, for online monitoring of remote links and routers and for viewing

the reports related to these links and router uptime, performance, historical

data, utilisation report etc.

vi. NMS should support monitoring, control and configuration of the entire

system and should be integrated with existing network monitoring tool of the

bank.

vii. Any additional requirement regarding hardware and software, after awarding

the contract will not be entertained by the Bank. The Bidder shall be

responsible for the same.

viii. The cost of any hardware and software for NMS, if required, will be borne by

the bidder, bank will not pay any additional amount for these requirements.

ix. All claims for functional / technical delivery made by the Bidders in their

responses to the RFP shall be assumed as deliverable, within the quoted

financials.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 48 of 123

x. The solution implemented should have high availability features to ensure that systems will be available continuously. The NMS should have capability to add more links along with devices/routers for monitoring as intimated by the Bank as per requirement time to time.

xi. All the hardware and software should support IPv4 and IPv6 and the bidder

has to migrate the application into IPv6 version within one month of time as

per the request of the Bank without any additional cost to the Bank.

xii. The Selected bidder has to submit documentation for overall project after

installation of routers.

xiii. The selected Bidder will ensure knowledge transfer to the Bank officials at

every stage of the project to enable the Bank to carry out the work as

specified in this RFP in future after completion of this assignment.

xiv. Technical and functional training or certifications of the system to be

provided to bank designated team administrators without any additional cost.

xv. Bidder has to provide implementation schedule for entire solution and NMS

shall be customised by the bidder on demand as per requirement raised by

the bank.

xvi. Implementation of entire project to be completed as per stipulated time as

mentioned in RFP.

xvii. The minimum functional specifications of NMS shall be provided by the

bidder fully from day one as per this RFP.

xviii. Functional Specification of NMS is mentioned as per Annexure B (Part-

2).The bidder shall strictly comply the functional and technical specifications.

7. Management and Maintenance of Branch Routers:

i. Presently, the support, maintenance and monitoring of branch routers is

with the various selected service providers.The detail of Projects which are

expiring during the contract period and would be awarded to SI for

maintenance and support is tabulated below:

Table-1

S No

Service Provider Qty. of routers (tentative)

Project expiry date

1 M/s DD 650 17.03.2018

2 M/s HP 2100 31.10.2019

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 49 of 123

ii. The bidder shall completely take over the support, monitoring and

maintenance of above projects and the routers upon expiry of contracts.

iii. The said requirement/ count of routers from same make/ model can also be

increased/ decreased as per the requirement of Bank from time to time.

iv. The selected bidder has to upgrade the patches/ IOS/ software of routers

with its latest compatible version upon its release by the OEM time to time

without any additional cost to the bank.

v. The Bidder (Service Provider) should provide time bound escalation matrix

for project implementation as well as regular support and maintenance and

bidder shall promptly intimate and update to bank upon any change in

escalation matrix provided to the bank.

vi. The Bidder should ensure that End-to-End QoS configured (prioritization of

the traffic, partitioning of bandwidth for applications etc.) etc.

vii. The network monitoring portal / reports available from the Bidder should

comprehensively address all the issues relating to performance, availability,

Bandwidth Utilization and uptime etc. and some of the salient features,

which are desirable, are given below.

a. It should provide the statistics regarding resource utilization and faults in

the network.

b. It should be capable of reporting network parameters based on IP SLA

and show traffic reports.

viii. The Bidder should clearly spell out any assumption made anywhere while

designing the solution. Detailed design solution to be provided, explaining

each component.

ix. The Bidder should give supporting document with technical details to

assure reliability and capability of delivering the network to meet the

requirements.

x. Facility Management services at Bank of India Data Center by deploying the

professionals to support 24x7x365 days basis with shifting duty hours for

managing all links of branches/offices and routers as deployed in Bank WAN

Network.

xi. Bidder has to provide full support for any POC/demonstration/site visit which

will be conducted by Bank‟s Team for technical evaluation, POC, inspection

and assessment of the proposed solution.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 50 of 123

xii. The bidder shall deploy the resources as per clause 6.1 to provide onsite

facility management at Zonal Office location and as per clause 6.2 at

centralized location i.e. BOI Building, CBD Belapur, Navi Mumbai.

xiii. The Bidder should implement IP Sec 3DES/AES encryption for every

location as per existing setup of the Bank branches/offices. The Bidder will

be responsible for all required configurations in the branch routers if required

at any stage.

xiv. The bidder will integrate links / network devices required under this RFP for

trouble ticketing (Pro-active/Complaints), call escalation, resolution

procedure for attending downfall for each location as per Network Monitoring

tool. The SLA will be submitted by the bidder on monthly basis and will be

reviewed by the bank. Uptime will also be calculated on monthly basis. The

bidder shall ensure that all the links and devices must be active and working

without any defect or interruption with at least 99.5% on monthly basis. The

Bidder shall submit the monthly SLA / Uptime report along with invoices of

Facility Management / AMC for payment as cited in payment terms under

this RFP.

xv. The bidder should provide following reports:

(a) Link utilization report

(b) Uptime report of branches and offices. Bidder has to preserve the

historical data of links and network devices from the date of inception of

project with the bidder. These reports can be required at any course of time

during the entire contract period.

(c) Router interface report and its traffic statistics

(d) Interface response time monitoring and errors report

(e) Other related reports as and when required.

xvi. Any software support like update/enhancement/upgrade etc. till the

completion of contract period shall be supplied, installed and commissioned

free of cost by the bidder. However, any such software support like

update/enhancement/upgrade shall be communicated to the Bank by the

Bidder within a period of two weeks from the date of release, during the

entire contract period.

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

maintenance of the network devices and links for contract period for 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 51 of 123

xviii. The bidder shall provide service support by timely deputation of resources at Head Office, Zonal Office and other offices as mentioned under the scope this RFP. The bidder shall ensure a response and restoration of services within 2 hours from the time the call is logged for Metro and Urban areas including travelling time, and for the other locations within 6 hours, including travelling time irrespective of the reason for disruption.

The MTTR support required from Bidder is tabulated below:

Geographical Classification of branches

Maximum Time to Respond

Maximum Time to Resolve (including Travelling

Time)

Metro and Urban 30 minutes 2 hour

Semi-Urban and Rural 1 hour 6 hour

The above MTTR is applicable from the time call logged in Bidder NMS for down sites or logged by bidder engineer placed at bank DC location. Upon the lodging of the call, the bidder has to co-ordinate as per the description given below: a. In case of Network device/Router/Modem/intermediary devices goes down, the

bidder has to ensure that timely action / communication is initiated by its engineers deputed at Zonal Office/Centralised /NOC level to restore the fault at the earliest to meet the SLA and uptime. The status of the same has to be shared with Bank‟s team. The bidder shall ensure smooth takeover of the existing routers ordered for AMC support as per the scope of RFP. The bidder shall provide the comprehensive maintenance including repairing /replacement of faulty routers.

b. The bidder shall furnish list of their service/ support center along with contact

person, contact nos. and address. The bidder shall specify the availability and details of Technical expertise (personnel) and adequate stocking of spares for each of the location. Irrespective of the reasons that caused damage to the equipment‟s, the bidder should ensure that the services are restored within the stipulated time mentioned above by replacing the damaged parts. Non availability of damaged parts at the service locations cannot be considered as force majeure and appropriate penalty shall be levied as per the uptime requirement mentioned in this RFP. Each bidder should provide a declaration at the time of participating in the tender that they have in their stores at least 10% of the spare part under this tender else their bid shall be liable for rejection.

xix. Only licensed copies of software/IOS shall be supplied and ported on the routers

at no extra cost to the bank. The bidder shall grant an irrevocable perpetual

license to the bank to use the software. Further, all software supplied shall be of

latest version and updated time to time proactively by the bidder at no extra cost

to the bank.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 52 of 123

xx. For sites where the routers are already installed, if the bank decides to relocate

the existing live site, the vendor has to make arrangement reinstallation including

shifting of routers within one week from the date of shifting letter at free of cost,

failing downtime will be included into SLA after completion of one week.

xxi. The bidder should take care not to hamper the working of the branches and offices.

Any interruption in the branches/offices has to be foreseen by the bidder and the

same has to be brought to the notice of the Bank in writing and only on approval by

the Bank, the bidder shall proceed ahead. The bidder shall always take prior

permission of the premises in- charge of the bank before starting any work. The

selected bidder shall supply identity cards to all their employees scheduled to work

in the bank‟s premises and formally submit request letter to the bank‟s official for

permitting access. The bidder shall abide by the security rules & procedures of the

bank. Any requirement of working after office-hours and on holidays of the bank

shall be foreseen and a request in writing shall be made to the bank in advance and

obtain permission from the bank.

xxii. In case of any damage of bank‟s property during execution of work is attributable to

the bidder, bidder has to replace the damaged property at his own cost.

xxiii. The 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.

xxiv. All kind of configuration required for branch business / ongoing projects/ upcoming

projects should be facilitated by bidder for branch routers without any additional

cost to the bank. Bank has liberty to re-deploy the mentioned router to any of the

bank locations or third party locations. Bidder has to provide the necessary support

for all routers irrespective of their locations where they have been deployed.

xxv. A comprehensive Annual Maintenance support of the router and modem shall be

offered by the bidder up to the end of contract for each site ordered. Such support

shall be for 24 * 7 basis on 365 days of the year for all locations ordered.

xxvi. Preventive maintenance should be carried out by the selected bidder at least once

in a six months. They have to submit the site visit report duly counter signed by the

branch officials. Preventive maintenance visits report should be submitted while

claiming the quarterly AMC charges. Failing which the selected bidder will be

penalized with 3 months AMC Charges while claiming AMC Charges of second

quarter of six month and for no PM sites, any down time due to whatsoever be the

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 53 of 123

reason (including earthing) for that site will be treated as non-compliance to uptime

SLA as per this RFP. Bank will not pay any additional charges for such preventive

maintenance visits.

xxvii. If any router and related items get burnt /damaged due to non-preventive measures

by the bidders, shall be provided by the bidder at no extra cost to the bank.

xxviii. The solution must cover all the Bank‟s identified branches and Offices or any

location as advised by bank.

xxix. The Bidder must have minimum annual turnover of Rs.30.00 Crores for each of the

last three (3) financial years and should also be in net profit during these three

financial years. (Certified / Audited Balance Sheets and P&L statements for last 3

years should be submitted in support of the turnover and profitability.) The Bidder

should have earned profits during each of the last three financial years. In case the

Bidder‟s company is having loss for the last 3 years, a confirmation is to be given

that the current net worth is positive and bank may consider such bids after duly

evaluating the financial strengths of the company.

xxx. The Bidder should either be OEM or an authorized partner with the highest

partnership level of the OEM for the last minimum 3 years and for the next

minimum five years (Either the authorized partner on behalf of the Principal / OEM

or Principal / OEM itself can bid but both cannot bid simultaneously for the same

item / product for this tender.). The bidder should not have been blacklisted by

Public Sector Bank in India in the past. A self-declaration letter by the Bidder, on

the Company‟s letterhead should be submitted along with technical bid.

xxxi. The bidder must undertake to make all IOS up gradation / modifications necessary

to conform to any changes or modifications required by the Bank, from time to time.

(Above details are MANDATORY and are to be included in technical bid. Without the above details, the Bid is liable to be rejected.)

7.2 Annual Maintenance Services of Routers

A comprehensive Annual Maintenance support of the routers shall be offered by

the bidder for contract period under this RFP. Such support shall be for 24 * 7 basis

on 365 days of the year for all locations ordered.

AMC Support services include but not limited to the following:

i. Onsite Comprehensive Preventive maintenance of all applicable routers and accessories on quarterly basis and sensitization of end user for avoiding upcoming hazards on regular basis. If any part/ item/ accessories of the router found non-working/ defective during preventive maintenance, it will be replaced by the bidder at no extra cost to the Bank. The PM reports of each router shall be duly recorded in two copies and produced as and when required.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 54 of 123

ii. Providing software upgrades in time for the devices supplied by the bidder from the Original Equipment Manufacturer (OEM)

iii. Arranging for the replacement of defective equipment / faulty parts on time basis as per SLA and the necessary coordination with OEM for the same.

iv. During AMC, it will be mandatory on the part of the supplier to attend and resolve breakdown calls if any, as per the parameters/ time-frame defined in the “Service Level Agreement”. The bidder shall be responsible for non-compliance of SLA, due to delayed replacement of defective equipment /faulty parts/ software upgrades.

v. The vendor will attend to all breakdowns in the Equipment/Systems and rectify problems thereof and replace the faulty components of the systems with serviceable components. Such replacements will be free of cost on exchange basis. In the event the maintenance/ repair of any unit is to be carried out at any of the workshops, the vendor shall make all arrangements for removal and transportation of equipment to the respective workshop and back to site at their risk and cost and will hand over the equipment in 100% working condition after repair/maintenance/rectification.

vi. Bank may procure & install new component (s) as a part of up gradation of existing system. In such cases, the original equipment will continue to be governed by the AMC agreement.

vii. The bidder shall have to handover the system in 100% working condition on termination of the contract or at the end of the contract. Any breakdown call that has been reported before termination of the contract shall have to be corrected by the bidder before handing over to BOI or its authorized service agency.

viii. For on-site comprehensive maintenance of equipment, the tools, test equipment and fixtures etc. required (if any) for maintenance shall be provided by the bidder only.

ix. AMC contract can be extended at the discretion of the bank at the same rates after the expiry of the contract period with mutual consent.

x. The entire solution is required to be up and running for 99.5% on a monthly

basis, barring scheduled and mutually agreed upon downtime for maintenance

or training purposes. That is, the system should be up and available to the Bank

personnel on all working days with an uptime of 99.5%.

xi. Include all applicable Software Modules / Components items as

applicable and indicated in the Price Schedule.

xii. In case of discrepancy between unit price and total price, the unit price shall

prevail.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 55 of 123

xiii. In case of discrepancy between figures and words, the amount in words shall

prevail.

xiv. AMC charges will be considered for Price evaluation.

xv. The AMC charges of all applicable routers shall be paid by the bank in equal

quarterly instalments in arrear within forty five (45) days from the date

submission of invoice after completion of respective quarter, subject to monthly

uptime/SLA and preventive maintenance carried out from the date of

installation, commissioning and acceptance of the system at the rates quoted in

the price schedule after deducting the applicable penalty as mentioned in clause

price schedule of the RFP. The support period will be up to completion of

contract period.

xvi. Preventive maintenance should be carried out by the selected bidder at least

once in a six months. They have to submit the site visit report duly counter

signed by the branch officials. Preventive maintenance visits report should be

submitted while claiming the quarterly AMC charges. Failing which the selected

bidder will be penalized with 3 months AMC Charges while claiming AMC

Charges of second quarter of six months and for no PM sites, any down time

due to whatsoever be the reason (including earthing) for that site will be treated

as non-compliance to uptime SLA as per this RFP. Bank will not pay any

additional charges for such preventive maintenance visits.

8. Liquidated Damages (LD) and Penalty:

Time is the essence of the contract. The bidder finalized under this RFP has to provide the deliverables as below:

(a) Liquidated Damages for delay in assigning of resources at DC/DR and

Zonal Office: A sum Rs. 200/- (Rupees Two hundred) per day per site will be applicable for the delay in assigning of resources within stipulated time. LD for delay in assigning of resources will be capped at 10% of the total contract value of ordered resources.

(b) Liquidated Damages on non-up gradation of BSNL / MTNL- MPLS Links: i. The bank intends to upgrade all existing links on minimum two MB

bandwidth. If the bidder fails to upgrade the all existing BSNL/MTNL links within the three months from the date of award/ purchase order due to the reasons attributed to the bidder, penalty of Rs. 200/- per day per link will be levied subject to capping of charges of links up-gradation and commissioning with all peripherals and all accessories inline to S.N.-2 and S.N.-3 (as applicable) of Commercial Bid as per Annexure G (a) of this RFP.

ii. The bank may further upgrade the link on higher bandwidth during the contract period subject to facility from BSNL/MTNL. The bidder shall upgrade such ordered links with in two weeks. If the bidder fails to upgrade the link in

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 56 of 123

stipulated timelines in co-ordination with respective service provider (BSNL/MTNL) from its purchase order under this RFP, the bank shall impose Penalty of Rs.200/-(Rupees One Hundred only) per day per site subject to capping of charges of link up gradation and commissioning with all peripherals and all accessories inline to S.N. 2 or S.N. 3 (as applicable) of Commercial Bid as per Annexure G (a) of this RFP.

If the location is not found feasible on higher MPLS bandwidth, the bidder shall extend support for commissioning the link on alternate technologies offered by BSNL/MTNL (i.e. VSAT, VPNoBB, Wimax or RF etc.). The bidder shall provide support of such branches on existing bandwidth.

(d) LD for delay in Commissioning of New BSNL/MTNL links: If the bidder fails to commission the newly procured BSNL/MTNL links after obtaining feasibility from BSNL/MTNL, with in the four weeks for the reasons attributed to the bidder, penalty of Rs 200/- per day will be levied subject to capping of one time charges for commissioning of new link (S.N.-4 of Commercial Bid Format, Annexure G (a) of this RFP).

(e) LD on delivery of NMS: The bidder shall install the NMS and ensure its signoff with all features to Bank officials within four weeks from the date of purchase order. If the Supplier fails to deliver any or all of the features within the time period specified in the Contract, the Bank shall, without prejudice to its other remedies under the Contract, deduct a sum equivalent to 0.5% per week of the total price of NMS for each week or part thereof of delay, until actual delivery subject to maximum deduction of 10% of the total price of the NMS system.

(f) Penalty on non-shifting of links: If the bidder fails to shift the link in co-

ordination with respective service provider as per timelines under this RFP, the bank shall impose Penalty of Rs.100/-(Rupees One Hundred only) per day per site.

(g) Penalty due to manpower deficiency: There should be availability of 100%

engineers at all locations as per Manpower requirement. In case of deficiency, the penalty may be calculated as under:

SN Type of resource Penalty on absence per day (Rs.)

1 Level-1 200

2 Level-2 300

3 Level-3/Project Manager

400

If the manpower provided by the successful bidder is not as per specified qualification and manpower strength mentioned in the RFP, the same will be also considered as manpower deficiency. Apart from this, Bank reserves the right to apply penalty on the whole payment as per above terms. Note: The overall penalty per quarter which may be applicable will not exceed 30% of the

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 57 of 123

quarterly payment amount. In case, the engineer remains absent a particular zonal office or any other location, the bidder should arrange alternate resource on immediate basis for continuing the support and avoiding inconvenience.

(h) Bidder has to submit RCA report for every major incidence which occurs in the

network in co-ordination with various service providers within 7 days of the reported incidence. If bidder fails to submit the RCA report as per above mentioned timeline, the Rs.200/- per day will be penalized for non-submission for every single day default.

(i) Penalty on non-working of NMS: The bidder shall ensure the Network

Monitoring System should be in high availability mode with redundancy for its continuous monitoring of the Network. For non-availability of NMS to monitor the network, the bidder shall be levied 0.05% of yearly cost of NMS for every Hour downtime. The penalty amount shall be capped to yearly NMS cost.

9. Service Level Agreement (SLA) Terms and conditions:

9.1 DC and DR Backhaul links: The bank provision the dual backhaul links DC and dual backhaul links at DR. The bidder has to ensure monthly UP Time of 99.99% for DC and DR dual back-haul links under BSNL MPLS Project in coordination with respective service provider. The bidder shall ensure necessary coordination with the respective service provider / TSP of backhaul links. 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 backhaul links combined uptime at DC is below 99.99%, the Bank shall deduct a penalty from the link management charges (as per S No 1. Of Price bid) of all ordered links, which will be @ 1% of cost of monthly rental of total link management charges for all links for every 0.01% or part thereof of reduction in the uptime. The penalty amount shall be capped to monthly total link management charges of all branches/offices. 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. Similarly if the backhaul links combined uptime at DR is below 99.99%, the Bank shall deduct a penalty from the total link management charges (as per S No 1. Of Price bid) of all ordered links, which will be @ 1% of cost of monthly rental of total link management charges for all links for every 0.01% or part thereof of reduction in the uptime. The penalty amount shall be capped to monthly total link management charges of all branches/offices. However, if uptime is less than 98%, the Bank shall

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 58 of 123

levy penalty and extension of period as below and shall have full right to terminate the contract. The backhaul links at DC and DR should be simultaneously up for smooth operations and connectivity at branches.

9.2 Branches/offices links:

The monthly UP Time for branches /offices links (under BSNL MPLS Project) should be 99.50% per branch/office. 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

SLA Calculation: If the network uptime(monthly) is below 99.50%, the Bank shall deduct a penalty from the link management charges, which will be @ 1% of monthly link management charges for every 0.2% or part thereof of reduction in the uptime. The penalty amount shall be capped to monthly link management charges of the affected branch/offices. However, if uptime is less than 98%, the Bank shall levy penalty and shall have full right to terminate the contract.

9.3 For management the branch Routers: The selected bidder shall guarantee a network uptime of 99.5% during warranty and also during AMC which shall be calculated on monthly basis. The selected bidder shall provide call log-in procedure, preventive break down/corrective maintenance during warranty and AMC. The "Uptime" is, for calculation purposes, equals to the Total contracted hours in a month less Downtime. The "Downtime" is the time between the Time of Failure and Time of Restoration within the contracted hours. "Failure" is the condition that renders the Bank unable to perform any of the defined functions on the Router. "Restoration" is the condition when the selected bidder demonstrates that the Router is in working order and the Bank acknowledges the same.

The percentage uptime is calculated on monthly basis as follows:

(Total contracted hours in a month – downtime hours within contracted

hours)

-----------------------------------------------------------------------------------------X 100

Total contracted hours in a month

If the monthly uptime is below 99.5%, the Bank shall deduct a penalty @

1% of monthly AMC payment cost of defaulted equipment at location/ site

for every 0.2% or part thereof reduction in the uptime. The penalty amount

shall be capped to monthly AMC charges of the affected routers.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 59 of 123

However, if uptime is less than 98%, the Bank shall levy penalty and

extension of period as above and shall have full right to terminate the

contract. The right of termination shall be in addition to the above extension

period or penalty. The above extension and penalty shall be applied for

each router location separately and the total extension period or penalty

shall be calculated cumulatively. The Selected bidder has to perform

preventative maintenance for routers and links once in six months and upon

receiving of satisfactory signed report from branch official, failing which any

burnt or damages if occurred, the bidder shall provide replacement of Bank

will release payment for AMC and Facility management after deduction of

any uptime penalty. AMC will be entered into by the Bank, at its sole

discretion.

10. Payment Terms

Payment shall be made in Indian Rupees, as given below for deliverables as mentioned in price schedule.

10.1 Payment for comprehensive maintenance, support, monitoring and

SLA management of BSNL/MTNL MPLS links with all intermediary devices (such as modem and POE devices):

The charges are payable on quarterly basis in arrear per site basis from

the date of allocation of resources at Head Office, Zonal Office and other offices as mentioned in this RFP and accepted by the Bank. The charges towards all items are payable within 45 days from the date of receipt of invoice. All the invoices under this project will be submitted centrally at Head Office at CBD Belapur office with all relevant annexures (UAT report and attendance report) need to be submitted and processed at Head Office level only.

10.2 Payment of link up-gradation and commissioning up to branch router with all peripheral including required intermediate devices (Modem etc.) and accessories:

(a) These are one time charges which are payable on quarterly basis on pro-

rate in arrear per site after one month successful working of the link on upgraded bandwidth from the date on which BSNL/MTNL link is migrated from its existing bandwidth to higher bandwidth. The link should work on upgraded bandwidth at least for one month for observation. The link management charges will be applicable only upon successful sign off on working of link on upgraded bandwidth. The cost of Modem/Ethernet converter or intermediary device shall be included in One time Charges. The bidder shall submit the UAT report of the link commissioning/ upgradtion with Serial Number/Id of Modems/Ethernet converter or intermediary devices duly signed by branch official for processing of OTC payment. The format of UAT shall be provided to the successful bidder.

(b) During the course of project, other than the existing BSNL/MTNL links, new links from BSNL/MTNL will also be procured. These are one time

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 60 of 123

commissioning charges which will be payable after one month successful working of the link on commissioned bandwidth from the date of commissioning. Upon commissioning of MPLS links at such new locations, these links will also automatically come under the scope of link management of bidder from upgradtion /commissioning date and the bidder shall maintain the network these links as defined in this RFP.

(c) The bidder has to raise separate quarterly invoice in arrear for those

branches/offices where bidder has provided intermediary device such as modem/Ethernet converter for commissioning of the link. In such cases, bidder has to provide a proof of installation report along with a sign off report (duly stamped and signed by branch official with his employee mentioned) while claiming payment of One time charges of complete upgradtion and commissioning of link. The payment is to be processed as one time charges quarterly in arrears only inline to above clause. These intermediary devices will be handed over to bank in one rupee cost at any point in time during contract or in case of termination or completion of contract.

10.3 Payment for shifting of links with all network devices including modem

and accessories at new location: The BSNL/MTNL links are to be shifted from existing to new premises of

branch/location as per the request received from concerned zonal office by the bidder during the scope of this project. The bidder shall process such requests inline to clause 5. Accordingly, the payment of such shifting processing charges shall be raised and processed quarterly in arrears. The bidder shall submit the supporting document like acceptance test report at new location duly signed and stamped by branch official with his employee id mentioned on it. The format of UAT report will be shared to successful bidder.

10.4 Payment of FMS pertaining to operations, support, maintenance,

management, monitoring of nationwide network from Network operation center:

The Facility Management charges shall be paid by the bank quarterly in

arrears within forty five (45) days from the date submission of invoice after

completion of respective period after deducting the applicable prorate

amount of deficit resources. The payment will be subjected to satisfactory

services rendered from the date of commencement of services and

acceptance of the support system at the rates quoted in the price schedule.

The FMS will be started from the deployment of resources as per

requirement under the RFP. The start date of FMS will be calculated from

the date of deployment of resources at central site as per project and

delivery of NMS tool for monitoring of all routers. Attendance report of the

resources is to be maintained by the bidder and has to be produced at the

time of raising the invoice.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 61 of 123

(a) The payment/invoices of FMS pertaining to resources deputed at zonal

office shall be submitted at Zonal Offices and checked, processed at the

concerned zonal office only.

(b) The FMS resources deputed at Head Office shall be processed at HO

Level.

During the Payment, the bidder shall submit the SLA management

report/ availability reports of all kind of deliverables/ links of Service

Provider and all links/routers, which will mandatory supporting document

for payment processing. These SLA management report should be

verifiable from NMS Portal provided by the bidder for monitoring and

support. Any deviation in the same will not be accepted.

10.5 Payment for AMC:

The AMC charges of applicable routers shall be paid by the bank quarterly in

arrear within forty five (45) days from the date submission of invoice with

correct supporting documents and after deducting the applicable penalty.

The payment will be made subject to satisfactory services rendered and

preventive maintenance carried out as per schedule. The invoice should be

clear and with all supporting documents else the payment processing shall

be delayed and bank will not be responsible for any delay in non-payment

beyond stipulated time to the bidder due to non-availability of supporting

documents. The total support period will be up to the end of contract period.

10.6 Payment of NMS tool:

i. On Delivery and Installation: Forty percentages (40%) of the Total amount quoted (for five years) shall be paid on acceptance and installation of NMS tool as per technical specifications and requirements mentioned in this RFP.

i. On support: Sixty percentages (60%) of the Total amount quoted

shall be paid of annual basis in rest four years on support and

availability of NMS tool as per requirement of bank under the scope of

this RFP after deducting the applicable penalty. The bidder should

ensure that deployed tool should be working as per the criteria

mentioned in this RFP for release of the payment of the NMS tool.

10.7 Other terms and conditions for payment:

(a) All submitted invoices are to be supported with required documents only. All invoices should have complete details of site, resources with respect to the claim period and plan of service, rate breakup (if any),

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 62 of 123

tax breakup as well. All invoices will be payable after deducting applicable penalty or LD amount if any.

(b) Bidder should provide all SLA reports pertaining to management of

links and network devices (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 advised format by the Bank for processing the invoices after deducting the penalty or LD amount.

(c) 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. All the mandatory reports should have branch officials Name/Signature/Sealed/Date and Remark.

(d)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 delivery, installation, AMC 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 by the Bank. The payments will be released only on acceptance of the order and all deliverables by the selected bidder of this RFP and also on submission of contract performance guarantee as per clause 34. 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.

(e) Payment against Bank Guarantees:

For all the payments to be made against bank guarantees, the bank guarantees shall be issued by a nationalized / public sector bank in India (other than Bank of India), acceptable to the Bank as per Annexure F of this RFP.

11. 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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 63 of 123

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.

12. Taxes

12.1 The total price quoted shall be exclusive of applicable GST and inclusive of

all other duties, levies, charges etc. as also cost of incidental services such as transportation, insurance etc. 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 charges of the deliverables and these charges should not be quoted separately. Otherwise, the bid is liable for rejection as per the discretion of the bank.

12.2 Invoice submitted by the vendor should indicate exact cost of the deliverables

ordered and supplied along with the Tax amount.

12.3 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.

12.4 The 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.

12.5 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.

12.6 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 64 of 123

12.7 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.

13. 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:

13.1Natural phenomena, including but not limited to floods, droughts,

earthquakes, epidemics,

13.2Acts of any Government, including but not limited to war, declared or undeclared, priorities, quarantines, embargoes, Terrorist attacks, public unrest in work area;

13.3 Provided either party shall within two days from the occurrence of such a

cause notify the other in writing of such causes. The Bidder will 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 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.

14. 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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 65 of 123

(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.

15. 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.

16. 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.

17. 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).

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 66 of 123

18. 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:

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

the bid.

18.2 The bidder goes into liquidation voluntarily or otherwise.

18.3 An attachment is levied or continues to be levied for a period of 7 days upon the effects of the bid.

18.4 The progress made by the selected bidder is found to be unsatisfactory.

18.5 If deductions on account of liquidated Damages exceeds more than 10% of the total contract price.

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

18.7 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 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.

18.8 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.

18.9 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.

19 Termination Clause:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 67 of 123

19.1 Termination 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.

19.2 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.

19.3 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.

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

20 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. The Supplier

shall indemnify the Bank against all third-party claims of infringement of patent,

trademark, intellectual property, copyrights or industrial design rights arising from

use of the Products or any part thereof.

21 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 68 of 123

22 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 (e) of this RFP. The agreement has to be signed by the bidder within three months or 90 days from the date of award of the contract. Bidder has to prepare the contract or agreement as per the Annexure G (e) 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.

23 Confidentiality

23.1 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.

23.2 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.

23.3 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 69 of 123

23.4 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.

23.5 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”).

23.6 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 .

23.7 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 70 of 123

24 Prohibition against Assignment, Outsourcing or Sub contract

24.1 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.

24.2 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.

24.3 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

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.

24.4 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 71 of 123

25 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 without any cost to the Bank. 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.

26 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.

27 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.

28 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 72 of 123

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.

29 Governing Language

The governing language shall be English.

30 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.

31 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.

32 Non-Disclosure Agreement

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

33 Price Schedule

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 73 of 123

33.1 The price schedule shall be furnished as per this RFP, specifically with reference to scope of work as per clauses 5,6 & 7. Support and technical specifications are detailed in Annexure-G(a).

33.2 Price shall exclusive of GST and inclusive of all other charges, 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. 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.

33.3 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.

33.4 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.

33.5 Price must be quoted in Indian Rupees only.

33.6 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.

33.7 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. Price bid soft copy in form of digitally signed Excel file and Hard Copy of the same file duly signed by the authorized signatory should be provided. Digital signature should be of the authorized signatory of the bidder's organization. A certificate / declaration in this regard should be provided along with the bidding documents.

34 Contract Performance Guarantee

34.1 The Selected bidder shall furnish an unconditional and irrevocable Bank Guarantee for 10% of the total value of contract, in favour of the Bank, from a nationalized/ public sector bank or scheduled commercial bank, other than Bank of India, towards 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 21 days from the start date of the contract. The Contract Performance guarantee shall be kept valid up to end of the contract period i.e. for five years from the start date of the contract. The guarantee shall contain a claim period of three months from the last date of validity.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 74 of 123

34.2 The proceeds of the Performance Security shall be payable to the Bank as

compensation for any loss resulting from the Service Integrator‟s failure to complete its obligations under the Contract.

34.3 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) 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.

34.4 The Performance Security will be discharged by the Bank and returned to

the service integrator within 90 days after claim period, following the date of completion of the Service Integrator‟s performance and other obligations under the Contract.

34.5 In the event of any contract amendment, the Service Integrator shall furnish

the amendment to the Performance security within 21 days after receipt of such amendment, rendering the same valid for the duration of the Contract. In the event of any correction of defects or replacement of defective system during the maintenance period the performance guarantee for a proportionate value shall be extended for a further period of 90 days.

35 Inspection

Bank may visit the successful bidders centralized NOC or HUB or POP or Location

where MPLS Network equipment‟s are housed.

36 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 75 of 123

37. 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. Upcoming Requirements/ 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.

38. Selection of L1 Bidder:

38.1.1 The selection of bidder will be based on the lowest quote and/or

through reverse auction process.

38.1.2 The bidder has to be submit the price proposal strictly as per annexure G (a) and procedure defined in this RFP.

38.1.3 In case of reverse auction process, the selected bidder shall submit

the price break up as per commercial/price format within 24 hours upon finalization and completion of reverse auction.

39. Recovery of Penalty:

Amount of penalty will be recovered from the bidder, on demand from Bank. The vendor will have to undertake to pay the penalty amount as prescribed by the Bank. The penalty will be recovered from either performance bank guarantee or any payment due to the bidder. The bidder will have to pay the penalty amount as and when demanded by the bank, within 15 days from the demand date, otherwise bank reserves the right to invoke performance bank guarantee for recovery of the penalty amount.

In case the bidder refuses to accept / execute the order, bank is having all the rights to recover the penalty amount from PBG as well as any amount payable to the bidder. If required, Bank may also take action against the bidder and blacklist them without any correspondence in this regard.

40. System & Other Software:

For the System & Other Software, the following will apply: The Supplier shall provide complete and legal documentation of subsystems, licensed system hardware and software, licensed utility software and other licensed software. The Supplier shall also provide licensed software for all software products, whether developed by it or acquired from others. The Supplier shall also indemnify the Bank against any levies/penalties on account of any default in this regard.

41. Acceptance Tests and Certificates:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 76 of 123

(a) The Acceptance criteria for the FMS and NMS Routers for Domestic and RRB Branches are subject to Installation reports and User Acceptance Test (UAT) Certificate signed by the Bank/ Branch officials for installed routers after its successful installation and with satisfactory access of all the applications required.

(b) The installation reports/ User Acceptance Test (UAT) Certificate should be in format

duly vetted and checked by the bank officials as per requirements. Installation reports and User Acceptance Test (UAT) Certificate shall be duly signed by Branch officials and bidder‟s engineer for installed routers with satisfactory access of all the applications required.

(c) The Acceptance Test Procedures (ATP) to demonstrate the feature, quality, and

encryption enabled and capabilities of all deliverables supplied and installed by the bidder as per bank requirements, such as Hardware, Software and Network equipment. The ATP shall be finalized based on UAT report shared by the Bank with the selected bidder. Bidder shall plan in advance the locations for which the pilot ATP is to be conducted with bank designated official. Bidder shall demonstrate all the features to Bank Officials for signing the ATP. Bidder and Bank officials shall sign ATP document after checking all applications accessibility. Pending completion of acceptance tests, the bank reserves the right to use the system and such usage shall not be deemed as acceptance of the system by the selected bidder. Unsatisfactory performance in interconnectivity or integration or migration may result in the Bank's rejection of part or all of the system. The Routers shall be accepted from the date of installation and commissioning and on successful completion of user acceptance test.

(d) On successful completion of the acceptance tests, receipt of deliverables, etc., and

after the solution runs successfully after going live and Bank is satisfied with the working of the solution/system, the acceptance certificate signed by the Supplier and the representative of the Bank will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the system/solution proposed.

42. Delivery & Documentation (a) Delivery, Installation, commissioning and comprehensive maintenance of the

Routers at Bank‟s domestic and RRB Branches including bank central sites shall be made by the Service Integrator in accordance within eight weeks from the date of order. No credit shall be given to early deliveries.

(b) Before taken over by the Bank, the bidder shall supply technical / systems Manuals

for all the systems supplied and for all required interfaces. Operation and maintenance Manuals for all the configurations and applications covering the operations needed to start, run, other operations, transfer to fall back system / site including business continuity plan to be provided by the vendor. The manuals shall be in English.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 77 of 123

(c) The Service Integrator shall provide one set of Design Manual, System Manual, User manual and Security Manual for Network establishment. Soft and hard Copy Manuals shall commensurate with number of installations of Products in the Bank.

(d) Unless and otherwise agreed, the Deliverables and equipment shall not be

considered to be completed for the purpose of taking over, until such manuals and drawings have been supplied to the Bank.

(e) Documentation should be comprehensive & include:

Product Literature.

Operating manuals.

General Specifications.

Operator Reference manuals for each operator task.

Messages manuals.

Documentation on troubleshooting

(f) Delivery of the products/software shall be made by the Supplier in accordance with the system approved/ordered. The details of documents to be furnished by the Supplier are specified hereunder:

i. 3 copies of Supplier‟s invoice showing contract number, products description,

quantity, unit price and total amount; ii. Delivery note or acknowledgement of receipt of products from the Consignee or in

case of products from abroad, original and two copies of the negotiable, clean Airway Bill;

The above documents shall be received by the Bank before arrival of products (except where it is handed over to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.

43. Timelines

The timelines for deliverables to be provided by the bidder under the scope of this RFP is mentioned below:

S No Deliverables Timeline for completion

1 Up-gradation of all ordered BSNL/MTNL links of branches/offices to 2 Mbps bandwidth

Three months

2 New Link commissioning (BSNL/MTNL) Four Weeks

3 Feasibility from BSNL/MTNL for shifting/commissioning of link at new location

One week

4 Completion of BSNL/MTNL link shifting upon receipt of feasibility

Two weeks

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 78 of 123

S No Deliverables Timeline for completion

5 Upgradation of link on higher bandwidth from date of purchase order

Two weeks

6

To deploy and share the profile of Level-1, Level-2 and Level-3 engineer/Project managers and technical personnel at Data Centre, DR and each zonal office from the date of purchase order

Four weeks

7 Deployment of Level-1 engineer at Zonal Office from the date of purchase order

Four weeks

8 Deployment of Project manager from the date of award of purchase order

Four weeks

8 Preventive maintenance of link, network devices (router/modem/Ethernet converter)

Once in Six months

9 NMS Delivery and Installation from the date of purchase order

Four weeks

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 79 of 123

44 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 Business Rules and Terms & Conditions of Reverse Auction Annexure – I IT best practices to be followed by bidders Annexure- J Manufacture Authorization form Annexure- K Monitoring and implementation plan Annexure- L Implementation plan for smooth migration

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 80 of 123

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 has handled minimum two projects of same level in last 5 years especially in BFSI Sector?

6 Has the Bidder managed minimum of 2000 MPLS VPN Layer-3 links in any single Banking and Financial Services Institution?

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., 2014-15, 2015-2016 and 2016-17 from this activity. Please enclose a Certified / Audited Balance Sheets and P&L statements for last 3 years should be submitted in support of the turnover and profitability. (Organizations which are fully owned by Government of India are exempted for this clause.)

11

The Bidder must have minimum annual turnover of Rs.30.00 Crores for each of the last three (3) financial years and. (Certified / Audited Balance Sheets and P&L statements for last 3 years should be submitted in support of the turnover and profitability.)

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 81 of 123

12

Whether the bidder has managed a minimum of 2000 Branch Routers for any single Banking and Financial Services Institution/organization or Government organization having PAN – India presence using the same kind of applications

13 Whether the Bidder has provided similar kind of facility Managment solutions for managing the routers and MPLSVPS Network in BFSI or Government Sector.

14

Whether the Bidder has their own NOC facility which should be in existence from last 3 years in India and valid till the validity of this project term. Submit the declaration.

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

16 Bidder should have valid certifications(ISO 9001:2015 or ISO 27001/BS7799 or equivalent)

Note- 1) Bids, which are not meeting the above criteria, shall not be considered for

further evaluation and bids will be rejected. 2. The bidder has to submit the quotes for all locations.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 82 of 123

Annexure-B

Technical Specifications (Part-1)

Sl. No.

Technical Specification Yes/No Remark

1. Number of years of experience in the field of network management

2.

Whether the Bidder has implemented End to End IP sec traffic on MPLS network in banking and finance sector. Attach References

3. Whether Bidder has done any to any or specific/dynamic configuration on MPLS VPN Network

4.

Whether bidder has designed and implemented the migration of existing network on IPv6 with dual stake technology

5.

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

6.

Whether bidder has commissioned active –active link configuration in BFSI sector. Attach references and solution diagram

7.

Bidder shall ensure and design network so that Jitter of the connectivity should not be more than 10ms. Please attach design / solution

8. Bidders shall manage and support IPV4 & IPV6 addressing scheme.

9.

The bidder shall ensure that Network should manage and support multicast support in the MPLS network.

10. Whether bidder has managed and implemented data centre of similar organisations.

11.

Whether bidder has implemented and support dynamic routing protocols like Open Shortest Path First (OSPF), Border Gateway Protocol (BGP) etc.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 83 of 123

Sl. No.

Technical Specification Yes/No Remark

12.

Bidder should provide all monthly 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) from the bidders monitoring tool.

13.

Bidder should be able to configure Quality/Class of services in the MPLS Network as asked by bank. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network for all locations.

14.

The network design shall be capable of handling incidents like distributed denial of service (DDOS), Brute force attack etc.

15.

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

16. SNMPv3 support , Access control list (ACL) Support

17. The bidder will ensure physical and/or logical segregation of BOI network from that of other networks.

18.

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

19. The selected Bidder should comply with the Bank‟s IT and IS policy in concerned areas relevant to the RFP

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 84 of 123

Sl. No.

Technical Specification Yes/No Remark

20.

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 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.

21.

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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 85 of 123

Annexure-B

Technical Specifications

Part-2

Functional Specifications of Network Monitoring Tool

Sr. No.

Required Specifications for NMS /Monitoring Tool

Vendor's compliance (Yes /

No)

Vendor's remarks

1 Performance Monitoring

A Customizable dashboards, alerts and reports

B Quick identification of network and application reliability and performance issues with deep packet inspection

2 IP Control

A Eliminate IP Conflicts

B DHCP, DNS, IP Address Management

C Switch, WAP, port and end point monitoring

D Manage change and fix problems faster with IP discovery, metadata documentation, and reporting

3 Network bandwidth Analyzer

A Detect, diagnose and resolve network performance issues

B Track response time, availability and uptime of routers, switches and other SNMP-enabled devices

C Analyze and monitor network bandwidth performance and traffic patterns

D Identify bandwidth logs and see which applications are using the most bandwidth

E Graphic display of network performance metrics in real-time via dynamic interactive maps

4 Network Configuration Management

A Multi-vendor Network Change and Configuration Management

B Configuration Backup

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 86 of 123

C Real-time Configuration Change Notification

D Configuration Compliance Auditing

E Network Change Automation

F Network Device Life-cycle Management

5 Network Troubleshooting Features

A Critical path performance and availability

B Deep packet inspection and quality of experience monitoring

C Intelligent alerting engine

D Troubleshoot Traffic and bandwidth analysis

E Real-time network diagnostics and repair

F Multi-vendor device support

6 IP Address Manager

A Automated IP address management

B Integrated DHCP and DNS administration

C IP alerting, troubleshooting and reporting

D Delegated administration

E IP detail and history tracking

7 User Device Tracker

A Enhance network security by quickly finding missing and rogue devices, as well as receiving alerts when a user or device connects to the network

B Get critical insight into switch port utilization to optimize and plan capacity

C Endpoint device search

D Device connection and user logon histories

E User identification

F Endpoint device vendor identification

G Device and user watch lists

H WAP, switch, and port monitoring

8 Net flow Traffic Analyzer

A Network traffic and bandwidth utilization in an easy-to-view dashboard

B Monitor business critical application

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 87 of 123

performance and ensure optimal network utilization and bandwidth usage

C Monitor network traffic usage by application, user, protocol or location and detect network traffic anomalies

9 VoIP & Network Quality Manager

A VoIP and WAN performance monitoring, troubleshooting, and service level dashboard

B Ensure performance of your VoIP infrastructure by monitoring and troubleshooting call quality metrics

C Monitor WAN service level performance using Cisco IP SLA technology

10 Engineer's Tools

A Diagnose, troubleshoot, and fix network issues with must have network tools

B Discover, monitor, configure, and diagnose network infrastructure issues with must-have network tools

C One-click integration with network management products

11 Network Topology Mapper

A Automatically discover and map your Layer 2 and Layer 3 network topology, switch ports, VLANs, subnets, and inventory in just minutes

B Auto-detect changes and export diagrams to Vision, Orion Network Atlas, PDF, and PNG

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 88 of 123

Annexure – C

Compliance Statement We certify that we agree to abide by all 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 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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 89 of 123

Annexure – D Organizational Profile

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

CONSTITUTION 1. Proprietary 2. Private Ltd. 3. 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)

Name Phone Nos. (with STD Codes)

Names of Proprietor/ Partners/ Directors

: 1.

2.

3.

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.

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:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 90 of 123

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.N. 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. Technical/Qualifying/Price Bids Submitted as per clause 3

9. Whether the Bid is authenticated by authorized person

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 91 of 123

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

11. Bank and Bidder‟s scope, deliverable 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. Price for Bandwidth charges to be included in the price bid and confirm that there is no hidden cost

19

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

20. Validity of the bid for one year

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

22

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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 92 of 123

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 _________ 2017.

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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 93 of 123

Annexure – F (b)

Proforma of Bank Guarantee for Contract Performance Performance Security Form

Bank Guarantee No. ….. Date: …………. Issued by…….. To, Bank of India (As per RFP) …..……. ………………………. WHEREAS…………………………………………., having its registered office at…………………..…………………………… (hereinafter called the “Service Provider") has undertaken, in pursuance of your RFP Reference No. Ref: ………………….Dated …………….. for the supply, Installation and commissioning under for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017 (hereinafter called "the Contract"). 2. AND WHEREAS it has been stipulated by you in the said Contract that the Service Provider shall furnish you with a Bank Guarantee by a recognized Bank for the sum of Rs………. as security for compliance with the Service Provider‟s performance obligations in accordance with the said Contract. 3. AND WHEREAS we ………………………………having our Head Office at…………….. and a Branch office at……………………… at the request of the Service Provider issue this Guarantee in your favour guaranteeing the due performance of the Service Provider of the said Contract. 4. We ………………………. Bank hereby agree and affirm that we are Guarantors and responsible to you, on behalf of the Service Provider, up to a sum of Rs … ( Rupees in words) and we undertake to pay you the said amounts without demur or objection, upon your first written demand declaring the Service Provider to be in default under the said Contract. We shall pay the said amounts without cavil or argument as aforesaid, without needing to prove or to show grounds or reasons for your demand or the sum specified therein. 5. We undertake to pay you any money so demanded notwithstanding any dispute or disputes raised by the Service Provider in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. 6. We,_______________________ (indicate the name of bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 94 of 123

would be taken for the performance of the said Contract and that it shall continue to be enforceable till all the dues of the Bank of India under or by virtue of the said Contract have been fully paid and its claims satisfied or discharged or till Bank of India certifies that the terms and conditions of the said Contract have been fully and properly carried out by the said Service Provider and accordingly discharges this guarantee. This Guarantee shall be valid up to………. and unless a demand or claim under this guarantee is made on us in writing on or before the……. +3months we shall be discharged from all liability under this guarantee thereafter. 7. We, ________________________ (indicate the name of bank) further agree with Bank of India that Bank of India shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Contract or to extend time of performance by the said Service Provider from time to time or to postpone for any time or from time to time any of the powers exercisable by Bank of India against the said Service Provider and to forbear or enforce any of the terms and conditions relating to the said Contract and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Service Provider or for any forbearance, act or omission on the part of Bank of India or any indulgence by the Bank of India to the said Service Provider or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 8. This guarantee will not be discharged due to the change in our constitution or of the Service Provider 9. We, ________________________________________ (indicate the name of bank) lastly undertake not to revoke this guarantee during its currency. Executed at……………… on this the …………………. Day of ………………………. Signature and Seal of Guarantors (Service Provider‟s Bank) .................................................................... Date.................................................... .................................................................... Address:..................................................... ....................................................................

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 95 of 123

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 BandraKurla Complex Bandra (East), Mumbai-400 051.

Gentlemen: Reg.: Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and

Central locations Ref: Your RFP Ref No. BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer in response to Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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 ............................ 2017 _________________________________ ________________________________ (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of _________________________________

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 96 of 123

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.

Reg.: Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and

Central locations RFP Ref: No. BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017

--------------------------------------------------------------------------------------------- Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer in response to Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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 ............................ 2017 _________________________________ ________________________________ (Signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of _________________________________

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 97 of 123

Annexure – G (a) Commercial Bid Format

S No

Item Unit Rate (in Rs.) A Minimum Tentative

Quantity B

Total Cost (in Rs.) C=AxB

1

Comprehensive maintenance, support, Monitoring and SLA Management of BSNL/MTNL MPLS Links with all intermediary network devices (such as modem, Ethernet converter or POE devices)

Please mention per link management charges per year cost

7000

2

Link Up gradation and commissioning with all peripheral up to Branch CPE with new modem/ Ethernet converter and all accessories

Please mention one time charges per link

5400

3

Link Up gradation and commissioning with all peripheral up to Branch CPE with BSNL/MTNL provided modem and all accessories

Please mention one time charges per link

600

4

New Link applications, liaisoning, commissioning, with all network peripheral up to Branch CPE i.e. new modem/Ethernet converter and accessories and other activities for smooth Roll out of branches

Please mention one time charges per link

1000

5

New Link applications, liaisoning, commissioning, with BSNL/MTNL provided modem and all accessories up to Branch CPE and other activities for smooth Roll out of branches

Please mention one time charges per link

500

6

Shifting applications, liaisoning and commissioning of link with all Network devices including required modem and accessories at new location

Please mention one time charges per link

400

7 Operations, support, maintenance, management,

Cost of Per Level-1 engineer per year

18 Level-1 Engineers

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 98 of 123

S No

Item Unit Rate (in Rs.) A Minimum Tentative

Quantity B

Total Cost (in Rs.) C=AxB

monitoring of nationwide network from NOC at data centre. Full-fledged help desk facility at DC and DR as mentioned in technical requirement. Per Year Cost for DC and DR

Cost of Per Level- 2 engineer per year

7 Level-2 Engineers

Cost of Per Level-3 engineer per year

2 Level-3 engineers at Central locations

8

Operations, support, maintenance, management, monitoring of circle network from Circle help desk as mentioned in technical requirement. Per Year cost per ZO [presently 54+2]

(Please mention per year cost per Level-1 Engineer other than

DC & DR here)

54 Level-1 Engineers at

ZO

9 Comprehensive onsite AMC of CISCO 1921 Routers (as per scope mentioned in clause 7)

(Please mention per year AMC cost post expiry of existing

support per router)

650

600 10

Comprehensive onsite AMC of CISCO1941 Routers (as per scope mentioned in clause 7)

11 Comprehensive onsite AMC of HP MSR 30-20 Routers (as per scope mentioned in clause 7)

(Please mention per year AMC cost post expiry of existing support per router)

1500

12

Comprehensive onsite AMC of Cisco 2600 series/2800 series/2900 series/3700 series/3800 series, Cisco 800 series/HP- MSR-2011/HPE 2000/1000 series

(Please mention per year AMC cost post expiry of existing support per router)

200

13

Enterprise Network Monitoring System (with implementation) to monitor and manage the Enterprise WAN Network comprising of all branches/offices Network Routers, BSNL/MTNL Links and second MPLS/RF/Wimax/ 3G/4G/EVDO or VSAT Links as per clause 6.4 & 6.5 and technical specification Annexure B Part 2

(Please mention the total cost with 5 years enterprise license with integration of all locations/ devices here)

1

TOTAL L1

Note: (A) Above mentioned quantities are tentative only which may increase/ vary as per actual requirement of the bank.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 99 of 123

(B) Tender will be awarded to eligible and technically qualified L1 bidder through lowest quote and reverse auction process. (C) Above prices are exclusive of GST. Please refer Taxes clause of this RFP.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 100 of 123

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 Dear Sir, Sub: Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and

Central locations Ref No. BOI /HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017 ----------------------------------------------------------------------------

We, the undersigned, as a bidder, having examined the complete RFP document (along with its annexure), do hereby offer in response to Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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 one year 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 6 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) For and On behalf of _______________________________ Place: Date:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 101 of 123

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; BandraKurla Complex, Bandra (East), Mumbai – 400 051 Dear Sir,

SUB: Authorization Letter for attending the Bid Opening

Ref No.BOI/HO/IT/NSI/RFP- 02/2017 Dated 26.12.2017

This has reference to your above RFP for Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations.

Mr/Miss/Mrs. ______________________________ is hereby authorized to attend the bid opening of the above RFP _______________ Dated- _____________ 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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 102 of 123

Annexure – G (d)

Non-Disclosure Agreement

WHEREAS, we, ________________________________________, having Registered Office at __________________________________, hereinafter referred to as the COMPANY, are agreeable to offering in response to Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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 Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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 Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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 Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations 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

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 103 of 123

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:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 104 of 123

Annexure – G (e)

Contract Form

THIS AGREEMENT made the .......day of.................................., 2017 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/NSI/RFP- 02/2017 Dated

26.12.2017 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 Request For Proposal for Selection of Network Service Integrator for Support, Management, Maintenance and Monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices services and to remedy defects therein, in conformity in all respects with the provisions of the Contract.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 105 of 123

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.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 106 of 123

FORMAT- H

BUSINESS RULES AND TERMS & CONDITIONS OF REVERSE

AUCTION

Reverse Auction event will be carried out among the Technically Qualified Bidders,

for providing opportunity to the Bidders, to quote the price dynamically, for the

procurement for which RFP is floated.

A) Definitions:

1) “Bank” means Bank of India.

2) “Service Provider” means the third party agency / company who has

been selected by the Bank for conducting Reverse Auction.

3) “L1” means the Bidder who has quoted lowest price in the Reverse

Auction process.

4) “L2” means the Bidder who has quoted second lowest price in the

Reverse Auction process.

B) Eligibility of Bidders to participate in Reverse Auction:

1) Bidders who are technically qualified in terms of the relative Terms &

Conditions of the RFP and accept the Business Rules, Terms &

conditions of Reversion Auction and submit the undertakings as per

Annexure-H(A) , can only participate in Reverse Auction related to the

procurement for which RFP is floated. Bidders not submitting the above

undertaking or submitting with deviations / amendments thereto, will be

disqualified from further evaluation / participation in the process of

relevant procurement.

2) Bidders should ensure that they have valid digital certificate well in

advance to participate in the Reverse Auction. Bank and / or Service

Provider will not be responsible in case Bidder could not participate in

Reverse Auction due to non-availability of valid digital certificate.

C) Training:

1) Bank will engage the services of Service Provider to provide

necessary training to representatives of all eligible Bidders for

participation in Reverse Auction. All rules & procedure related to Reverse

Auction will be explained during the training.

2) Date, Time, Venue etc. of training will be advised at appropriate time.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 107 of 123

3) Eligible Bidder / his authorized nominee has to attend the training as

per the schedule and at the specified venue at his / Bidder‟s own cost.

4) No request from the Bidders for change in training schedule and/or

venue will be entertained.

5) However, Bank reserves the right to postpone / change / cancel the

training schedule, for whatsoever reasons, without assigning any reasons

therefor, even after its communication to eligible Bidders.

6) Any Bidder not participating in the training process will do so at his

own risk.

D) Reverse Auction Schedule:

1) The date and time of start of Reverse Auction and its duration of time

will be informed to the eligible Bidders well in advance, at least a week

before the Reverse Auction date.

2) Bank reserves the right to postpone / change / cancel the Reverse

Auction event, even after its communication to Bidders, without assigning

any reasons therefor.

E) Bidding Currency:

Bidding will be conducted in Indian Rupees (INR).

F) Start Price:

Bank will determine the Start Price for Reverse Auction –

1) on its own and / or;

2) evaluating the price band information called for separately from each

eligible Bidder at appropriate time and / or;

3) based on the price bids received and if opened, Bank may determine

the start price on the basis of the lower quote received.

G) Decremental Bid Value:

1) The bid decrement value will be specified by Bank before the start of

Reverse Auction event. It can be a fixed amount or percentage of Start

Price or both whichever is higher.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 108 of 123

2) Bidder is required to quote his bid price only at a decremental value.

3) Bidder need not quote bid price at immediate next available lower

level, but it can be even at 2/3/4 ….. level of next available lower level .

H) Conduct of Reverse Auction event:

1) Reverse Auction will be conducted on a specific web portal, meant for this

purpose, with the help of the Service Provider identified by the Bank.

2) Service Provider will make all necessary arrangement for fair and

transparent conduct of Reverse Auction like hosting the web portal,

imparting training to eligible Bidders etc., and finally conduct of Reverse

Auction.

3) Bidders will be participating in Reverse Auction event from their own

office / place of their choice. Internet connectivity and other paraphernalia

requirements shall have to be ensured by Bidder themselves.

a) In the event of failure of their internet connectivity (due to any

reason whatsoever it may be), it is the Bidders responsibility /

decision to send fax communication immediately to Service

Provider, furnishing the bid price they want to bid online, with a

request to upload the faxed bid price online, so that the service

provider will upload that price online on behalf of the Bidder. It shall

be noted clearly that the concerned Bidder, communicating this

price to service provider, has to solely ensure that the fax message

is received by Service Provider in a readable / legible form and also

the Bidder should simultaneously check up with Service Provider

over phone about the clear receipt of the bid price faxed. It shall

also be clearly understood that the Bidder shall be at liberty to send

such fax communications of prices to be uploaded by Service

Provider only before the closure of Reverse Auction time and under

no circumstances it shall be allowed beyond the closure of Reverse

Auction event time. Such Bidders have to ensure that the service

provider is given reasonable time by the Bidders, to upload such

faxed bid prices online and if such required time is not available at

the disposal of Service Provider at the time of receipt of the fax

message from the Bidders, Service Provider will not be uploading

the bid prices. It is to be noted that neither the Bank nor the Service

Provider will be responsible for these unforeseen circumstances.

b) In order to ward-off such contingent situation, Bidders are advised to

make all the necessary arrangements / alternatives such as back –

up power supply or whatever required, so that they are able to

circumvent such situation and still be able to participate in the

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 109 of 123

reverse auction successfully. However, the vendors are requested

to not to wait till the last moment to quote their bids to avoid any

such complex situations. Failure of power at the premises of

vendors during the Reverse auction cannot be the cause for not

participating in the reverse auction. On account of this, the time for

the auction cannot be extended and BANK is not responsible for

such eventualities.

4) Bank and / or Service Provider will not have any liability to Bidders for any

interruption or delay in access to site of Reverse Auction irrespective of

the cause.

5) For making the process of Reverse Auction and its result legally binding

on the participating Bidders, Service Provider will enter into an agreement

with each eligible Bidder, before the start of Reverse Auction event.

Without this, Bidder will not be eligible to participate in the event. The

format of the agreement is as per the Annexure-H(C).

6) Bidders name will be masked in the Reverse Auction process and will be

given random dummy names by the Service Provider.

7) Bidder / his authorized representatives will be given unique Login ID &

Password by Service Provider. Bidder / his authorized representative will

change the

Password after the receipt of initial Password from Service Provider to ensure confidentiality. All bids made from the Login ID given to the Bidders will be deemed to have been made by the concerned Bidder / his company.

8) Reverse auction will be conducted as per English Reverse Auction with

no tie, where more than one Bidder cannot have identical bid price.

9) Any bid once made by the Bidder through registered Login ID &

Password, the same cannot be cancelled. The Bidder is bound to supply

as per the RFP at the bid price of Reverse Auction.

10) Auto Bid:

i) Bidder can take the advantage of Auto Bid facility available in

Reverse Auction system. Auto Bid feature allows Bidder to place an

automated bid against other Bidders in an auction by confirming to

one decrement and bid without having to enter a new price each

time a competing Bidder submits a new offer.

ii) Auto Bid facility can be used by the Bidder only once. Bidder can at no point of time during the course of the Reverse Auction, revise /

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 110 of 123

delete his Auto Bid price. Bidder has the facility to revise his Auto Bid value only prior to the start of the Reverse Auction event.

iii) Only after the lowest price quoted by other Bidders is equal to or less

than the minimum Auto Bid value put in the system by Auto Bid

Bidder, he will get the option to manually bid.

iv) If more than one Bidder opts for the Auto Bid facility and if the lowest

price quoted by more than one in Auto Bid facility is same, then the

Bidder who has opted for the Auto Bid facility first will get the

advantage of being the “L1‟, with the second bidder being “L2‟ at a

price one decrement higher than the “L1‟ value and so on.

v) If one of the Bidder has opted for the Auto Bid facility, the system

automatically places a bid by conforming to one decrement from the

bid that any of the other Bidders might have quoted. In such a case,

if the manual Bidder directly quotes the same price as the lowest

price which the Bidder who has opted for the auto bid facility, then

the bid submitted by the manual Bidder would be accepted as the

“L1‟ bid. But at that point of time onwards, the manual control of the

Auto Bidder would be enabled for the Auto Bidder.

vi) Service Provider will explain in detail about the Auto Bid during the

training.

11) Reverse Auction will normally, be for a period of one hour. If a Bidder

places a bid price in last 10 minutes of closing of the Reverse auction, the

auction period shall get extended automatically for another 10 minutes.

Maximum 3 extensions each of 10 minutes will be allowed after auction

period of 1 hour i.e. entire process can last maximum for 1 ½ hour only.

In case there is no bid price in the last 10 minutes of closing of Reverse

Auction, the auction shall get closed automatically without any extension.

(The time period of Reverse Auction & Maximum number of its

extensions & time are subject to change and will be advised to eligible

Bidders before the start of the Reverse Auction event.)

12) Bidder will be able to view the following on their screen along with the

necessary fields in Reverse Auction :

i) Opening Price

ii) Leading / Lowest Bid Price in Auction (only total

price)

iii) Last Bid Price placed by the respective Bidder.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 111 of 123

13) During Reverse Auction, if no bid price is received within the specified

time, Bank, at its discretion, may decide to revise Start Price /

Decremental Value / scrap the reverse auction process / proceed with

conventional mode of tendering.

I) Reverse Auction Process:

1) At the end of Reverse Auction event Service Provider will provide the

Bank all necessary details of the bid prices and reports of Reverse

Auction.

2) Upon receipt of above information from Service Provider, Bank will

evaluate the same and will decide upon the winner i.e. Successful Bidder.

3) Successful Bidder has to fax the duly signed filled-in prescribed format

(Annexure H(B)) as provided on case-to-case basis to Bank within 4

hours of Reverse Auction without fail. The Original signed Annexure-B

should be couriered so as to reach us within 48 hours of Reverse Auction

without fail.

4) Any variation between the on-line Reverse Auction bid price and signed

document will be considered as sabotaging the tender process and will

invite disqualification of Bidder/vender to conduct business with Bank as

per prevailing procedure.

5) Successful Bidder has to give break-up of his last/lowest bid price as per

Bill of Material at the end of Reverse auction event within 3 working days

without fail.

6) Successful Bidder is bound to supply at their final bid price of Reverse

Auction. In case of back out or not supply as per the rates quoted, Bank

will take appropriate action against such Bidder and / or forfeit the Bid

Security amount, debar him from participating in future

7) In case Bank decides not to go for Reverse Auction related to the

procurement for which RFP is floated and price bids if any already

submitted and available with Bank shall be opened as per Bank‟s

standard practice.

J) Bidder’s Obligation:

1) Bidder will not involve himself or any of his representatives in Price

manipulation of any kind directly or indirectly with other suppliers /

Bidders

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 112 of 123

2) Bidder will not divulge either his Bid details or any other details of

Bank to any other party without written permission from the Bank.

K) Change in Business Rules, Terms & Conditions of Reverse Auction:

1) Bank reserves the right to modify / withdraw any of the Business rules,

Terms & conditions of Reverse Auction at any point of time.

2) Modifications of Business rules, Terms & conditions of Reverse Auction will

be made available on website immediately.

3) Modifications made during the running of Reverse Auction event will be

advised to participating Bidders immediately.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 113 of 123

Annexure-H (A)

(to be submitted on company letter head by all Bidders participating in

Reverse Auction)

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Date:

Acceptance of Reverse Auction Business Rules and Terms &

conditions in respect of Tender / RFP Ref. No. _______________

Dated ______

For procurement of ______________________________________

==========================================================

We refer to the captioned subject and confirm that –

1) The undersigned is our authorized representative.

2) We have accepted and abide by all Terms of captioned Tender documents

and Business Rules and Terms & conditions of Reverse Auction for the

procurement for which RFP is floated.

3) Bank and Service Provider shall not be liable & responsible in any manner

whatsoever for my / our failure to access & bid in Reverse Auction due to loss

of internet connectivity, electricity failure, virus attack, problems with the PC,

any other unforeseen circumstances etc. before or during the auction event.

4) We understand that in the event we are not able to access the auction site,

we may authorize Service Provider to bid on our behalf by sending a fax

containing our offer price before the auction close time and no claim can be

made by us on either Bank or Service Provider regarding any loss etc.

suffered by us due to acting upon our authenticated fax instructions.

5) I / We do understand that Service Provider may bid on behalf of other Bidders

as well in case of above mentioned exigencies.

6) We also confirm that we have a valid digital certificate issued by a valid

Certifying Authority.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 114 of 123

7) We will participate in Reverse Auction conducted

by

____________________________ (name of Service Provider) and agree to

enter into an agreement with him (Service Provider) for making the process

of Reverse Auction and its result legally binding on us.

8) We will fax duly signed filled-in prescribed format (Annexure-H (B))as

provided on caseto-case basis, to Bank within 24 hours of end of Reverse

Auction without fail.

9) We will give break-up of our last / lowest bid price as per Bill of Material at the

end of Reverse Auction event within 48 hours without fail.

10) We undertake to supply at our final lowest bid price of Reverse Auction. In

case of back out or not supply as per the rates quoted by us , Bank is free to

take appropriate action against us and / or forfeit the Bid Security amount,

debar us from participating in future tenders.

11) We nominate our official Shri _________________________________

Designation _____________ of our company to participate in Reverse

Auction. We authorize Bank to issue USER ID & PASSWORD to him. His

official e-mail & contact number are as under –

Email :

Mobile :

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

Signature with company seal :

Name of Authorised Representative : Designation:

Email : Mobile :

Tel. No: Fax No.:

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 115 of 123

Annexure-H (B)

(to be submitted / faxed by Successful Bidder of Reverse Auction within 24

hours from the end of Reverse Auction event)

Date :

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Final / Lowest Bid Price quoted in Reverse held on _______________ in respect of Tender / RFP Ref. No. _______________ Dated ______ for procurement of ______________________________________ ======================================================

We confirm that the final total bid price quoted by us in the captioned Reverse

Auction event for captioned tender is as under –

Rs. ( in figure) : ___________________________

Rs. (in words):

_________________________________________________________

We confirm that –

1) [ ] We enclose herewith the detailed break-up of above price as per Bill of

Material

OR

[ ] We undertake to give detailed break-up of above bid price as per Bill of

Material within 48 hours from the end-of Reverse Auction event.

2) Any variation between the on-line Reverse Auction bid price quoted by us

and this document will be considered as sabotaging the tender process

and will invite disqualification of Bidder/vender to conduct business with

Bank as per prevailing procedure. In such case Bank is free to take

appropriate action and / or forfeit the Bid Security amount and / or debar

him from participating in future

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 116 of 123

3) We are bound to supply at the above final bid price of Reverse Auction.

4) We note that in case of back out or not supply as per the above rates

quoted by us, Bank will take appropriate action against us and / or forfeit

our Bid Security amount and / or debar him from participating in future

Signature with company seal: Mobile :

Name of Authorized Representative: Tel. No :

Designation : Fax No :

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 117 of 123

Annexure- H(C): Process Compliance Form

(The Bidders are required to print this on their company‟s letter head and sign,

stamp before faxing to Service Provider)

To

(Name & Address of Service Provider)

Sub: Agreement to the Process related Terms and Conditions For the Reverse Auction -----------------------------------------------------------------------------------

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in

the Tender document for procurement of Hardware against the Tender No.

___________________________________________________________________

___

This letter is to confirm that:

1) The undersigned is authorized representative of the company.

2) We have studied the Commercial Terms and the Business rules governing

the Reverse Auction and the RFP as mentioned in your letter and confirm our

agreement to them.

3) We also confirm that we have taken the training on the auction tool and have

understood the functionality of the same thoroughly.

4) We confirm that _____(Bank) and _____(Service Provider) shall not be liable

& responsible in any manner whatsoever for my/our failure to access & bid on

the auction platform due to loss of internet connectivity, electricity failure,

virus attack, problems with the PC, any other unforeseen circumstances etc.

before or during the auction event.

5) We understand that in the event we are not able to access the auction site,

we may authorize _____ (Service Provider) to bid on our behalf by sending a

fax containing our offer price before the auction close time and no claim can

be made by us on either _____ (Bank) or _____ (Service Provider) regarding

any loss etc. suffered by us due to acting upon our authenticated fax

instructions.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 118 of 123

6) I/we do understand that _____(Service Provider) may bid on behalf of other

Bidders as well in case of above mentioned exigencies.

7) We also confirm that we have a valid digital certificate issued by a valid

Certifying Authority.

8) We also confirm that we will fax the price confirmation & break up of our

quoted price as per Annexure B as requested by _____ (Bank) / _____

(Service Provider) within the stipulated time.

We, hereby confirm that we will honour the Bids placed by us during the auction

process.

With regards,

Signature with company seal

Name –

Company / Organization –

Designation within Company / Organization –

Address of Company / Organization –

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 119 of 123

Annexure-I

IT best practices to be followed by bidders

A. Device Management

The devices should be hardened according to latest Secure Configuration

Document as per Bank‟s Policy.

Unwanted services should be disabled on the devices.

Remote Device management should be done with secure channel e.g. SSH V2 & above.

Access of devices should be provided to authorize users based on IP, MAC,

Ingress / Egress Packet Filtering etc.

Administrative access of devices should not be through generic user id.

Centralized Access control mechanism should be in place like TACACS,

RADIUS etc. to access these devices.

All devices should be time-based (NTP) synchronized.

Management traffic should be separate from the data traffic.

Devices should be physically secured.

Devices should not contain ACL i.e. “IP ANY – ANY Rule.”

Bank should have rights to audit/review the whole setup catering to Bank‟s application

B. Capability of devices

The devices should have:-

ACL Support

SNMP v3/v4 support

NTPv4,Syslog , Ping, TFTP and SSHv2

Firewall functionality

IPS functionality

IPV6 support.

Capability of handling incidents like DDOS, Brute force attack etc. C. Security of traffic flow

Business Traffic should be encrypted by IPSEC using algorithm AES -128 or higher version.

Prevention mechanism for Denial of Service (DoS) attacks such as control plan DoS attack i.e. LDP.

Strong Hashing encryption algorithm should be used for authentication e.g. SHA -2(160 bits key size or more)

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 120 of 123

Prevention mechanism for attacks like reply attack, Black –hole, Grey – hole, Worm-hole, Router error injection, Attacks against IPSec, Rogue IPsec VPN gateway, offline cracking of Pre Shared Key.

Secure IP Routing should be used.

Strong exchange key algorithm should be used for encryption and decryption e.g. DH Group 5 & above.

PFS [Perfect Forward Secrecy] should be enabled.

Management traffic to and from device should be encrypted.

SCD Compliance D. Incident management

Prevention mechanism for mis-configuration

Alert mechanism should be in place for any malicious event occurred etc.

Every incident reported should be notified to Bank and documented. E. Patch management

Network devices should be updated with latest firmware and security patches.

Process for performing updated should be maintained and approved by Bank.

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 121 of 123

Annexure-J

MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM

No. Date: To The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051. Dear Sir, Ref: Your RFP Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017 We who are established and reputable manufacturers / producers of ________________________ having factories / development facilities at (address of factory / facility) do hereby authorise M/s ___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation. We hereby extend our full guarantee for the Solution, Products and services offered by the above firm against this Bid Invitation. We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Supplier: (a) Such Products as the Bank may opt to purchase from the Supplier, provided, that this option shall not relieve the Supplier of any warranty obligations under the Contract; and (b) in the event of termination of production of such Products:

i. notification to the Bank of the pending termination, in sufficient time to permit the Bank to procure needed requirements; and

ii. following such termination, furnishing at no cost to the Bank, the blueprints, design documents, operations manuals, standards, source codes and specifications of the Products, if requested. We duly authorise the said firm to act on our behalf in fulfilling all installations,

Technical support and maintenance obligations required by the contract.

Yours faithfully, (Name of Producers)

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 122 of 123

Annexure- K

Monitoring and Operations plan Ref No. Date: To The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051. Dear Sir, Ref: Your RFP Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

We hereby submit the comprehensive monitoring and implementation plan as per Annexure-K in line to the scope of RFP Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017 to execute the Management, continuous monitoring and smooth operations. The plan shall be reviewed by the team on periodic basis for better outcomes.

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

Place Date:

Note: Please support the above facts with documentary evidence. Referral Letters from Clients mentioned above

RFP for selection of Network Service Integrator for support, management and monitoring of BSNL/MTNL links, Network Devices, SLA Monitoring of Links and Facility Management Solutions at Zonal offices and Central locations vide Ref BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

Page 123 of 123

Annexure- L

Implementation and Migration Plan

Ref No. Date: To The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051. Dear Sir, Ref: Your RFP Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017

We hereby submit the comprehensive Implementation and Migration Plan as per Annexure-L in line to the scope of RFP RFP Ref: BOI/HO/IT/NSI/RFP- 02/2017 Dated: 26.12.2017 . The plan illustrate the procedural steps to upgrade and commissioning of the links, shifting of links as per scope of RFP and shall be reviewed on periodic basis.

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

Place Date:

Note: Please support the above facts with documentary evidence. Referral Letters from Clients mentioned above