Allahabad Bank Head Office

Size: px
Start display at page:

Download "Allahabad Bank Head Office"

Transcription

1 Request for Proposal For SUPPLY, DEPLOYMENT, CUSTOMIZATION, IMPLEMENTATION, MAINTENANCE AND SUPPORT OF ASSET LIABILITY MANAGEMENT (ALM) SOLUTION Allahabad Bank Head Office 2, N. S. Road Kolkata RFP Ref. No.: HO/DIT/ALM/ /16 Dated: 20 th November, 2014 Page 1

2 Contents Disclaimer Invitation for Bids Instruction to Bidders (ITB) About Allahabad Bank Objective of RFP Responsibilities of Bidder Eligibility Criteria Preparation & Submission of Bids Opening of Technical Bids Bid Security Modification and Withdrawal of Bids Rejection / Acceptance of Bid Cancellation of Bid Period of Validity of Bids Pre-Bid Meeting Selection Strategy Objective Evaluation of Technical Bid Scoring Methodology for Functional Requirements (FR) and Technical Requirements (TR) Scoring Methodology for Product Demonstration and Bid Presentation (PB) Scoring Methodology for Approach, Methodology (AM) & Past Experience Scoring Methodology for Site Visits (SV) Disqualification Parameters in Technical Bid Evaluation Evaluation of Indicative Commercial Bid & Online Reverse Auction Reverse Auction Scope of Work Broad scope Detailed scope Gap identification & Resolution Design of Solution Parameterization, Configuration and Customization of Software Testing Training Implementation Information Security Facilities Management Services (FMS) Functional & Technical Requirement Functional requirement for ALM Solution Technical Requirement Format Specification Terms & Conditions of Contract...68 Page 2

3 6.1 Source Code Software Delivery & Installation Acceptance of Software Inspection and Tests Information Ownership Adherence to Standards Security Configuration, Monitoring and Audit Considerations for Proposed Hardware & Software to support Solution Performance Guidelines Confidentiality Disaster Recovery System Service Level Agreement (SLA) Software Licenses for Solution Hardware Requirement Environments Phased Implementation Project Documentation and Manuals Interface & Integration Requirements Warranty & Annual Maintenance Training Obligations of the Bidder Termination for Default Exit Option Force Majeure Performance Security Liquidated Damages Settlement of Disputes Time Schedule Payment Paying Authority System Administration Database Access Software Maintenance Software Maintenance and Support Services during Warranty and AMC Software support Application Management Patch Management Change Management Annexures...89 Annexure Annexure Page 3

4 Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure-12 A Annexure-12 B Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure Annexure Page 4

5 Disclaimer The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) whether verbally or in documentary form by or on behalf of Allahabad Bank 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 document is not an agreement and is not an offer or invitation to bid by Allahabad Bank to any parties other than the applicants who are qualified to submit the bids ( bidders ). The purpose of this RFP is to provide the bidder(s) with information to assist them in 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. Allahabad Bank make 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. Allahabad Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. Page 5

6 1. Invitation for Bids 1. The Allahabad Bank, a body corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata , India, hereinafter called The Purchaser or 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 invite Techno-Commercial bids from eligible Bidder for Supply, Deployment, Customization, Implementation, Maintenance and Support of Asset Liability Management Solution in accordance with the Industry Best Practices and for complying with Guidelines of RBI/BCBS/IBA/GOI as also for MIS requirements pertaining to ALM. 2. A complete set of RFP documents may be purchased by any interested Bidder on the submission of a written application, in duplicate, from The Asstt. General Manager (I T) Allahabad Bank, Head Office,, 2 nd Floor, 2, Netaji Subhas Road, Kolkata , India upon payment of non-refundable fee of INR 25,000/- (INR Twenty Five Thousand only) in the form of Demand Draft or Banker s Cheque in favour of Allahabad Bank, payable at Kolkata. Only the Bidders, who purchase the RFP in their names, are eligible for submission of bid. The RFP may be obtained from the above address during office hours on all working days either in person or by post. 3. A complete set of RFP may also be downloaded from Bank s official website The Bidder who has downloaded the RFP from above website, is required to submit a non-refundable fee of INR 25000/- (INR Twenty Five Thousand only) in the form of Demand Draft or Banker s Cheque, in favour of Allahabad Bank payable at Kolkata, during office hours within the last date and time of submission of bid, failing which the Bid of the concerned Bidder will not be entertained. This tender is not transferable. Only the Bidders who have officially purchased this tender document shall be entitled to quote subject to their fulfilling the eligibility criteria. The Details are as under: Sl. No. Items Details 1 Bid Reference 2 Price of RFP Document HO/DIT/ALM/ /16 dated INR 25,000/- (INR Twenty Five Thousand Only) 3 Date of Commencement of Sale of RFP 20 th November, 2014,11:00 Hours 4 Date and time for Pre-Bid Meeting 8 th December, 2014, 15:00 Hours 5 Last date of receipt of Pre bid queries 05 th December, 2014, 12:00 Hours 5 6 Last Date and time for submission of Bid (Technical and Indicative Commercial) Date and Time of Opening of Technical Bids 22 nd December, 2014,15:00 Hours 22 nd December, 2014,16:00 Hours Page 6

7 Sl. No. Items Details 7 Date and Time of Opening of Indicative Commercial Bids 8 Date of Online Reverse Auction 9 Place of submission and opening of Bids 10 Address for Communication To be notified subsequently to the eligible Bidders Will be intimated to the technically qualified bidders The Asstt. General Manager (IT) Allahabad Bank, Head Office, Deptt. of Information Technology, 2 nd Floor, 2, Netaji Subhash Road, Kolkata ,India Same As Above Tel : /72 Fax : ho.ditcbs@allahabadbank.in 4. Technical bids will be opened in the presence of the bidders representatives who choose to attend on the specified date and time. The indicative commercial bids of only technically qualified bidders will be opened and the lowest quote obtained through indicative commercial bids may be fixed as start price for the subsequent reverse auction to be carried out. However Bank may decide to fix the start price lower than the lowest indicative quote at its discretion. The online reverse auction process will be adopted for obtaining commercial quote from the technically qualified bidders on separate date and time which will be notified separately. 5. No further discussion/interface will be granted to the bidders whose bids have been disqualified on technical or any other ground declared/established as per terms/conditions of the RFP. 6. Non-attendance at the Bid Opening will not be a cause for disqualification of a bidder. 7. Allahabad Bank reserves the right to accept or reject, in part or full, any or all the offers without assigning any reasons whatsoever. The Asstt. General Manager (IT), Allahabad Bank, Head Office, 2, Netaji Subhas Road, Kolkata Page 7

8 2. Instruction to Bidders (ITB) 2.1 About Allahabad Bank 1. Allahabad Bank ( the Bank ) was established on 24 April 1865 in Allahabad. In the year 1969, the Government of India nationalized 14 commercial banks and Allahabad Bank was one of them. For operational convenience, the Head Office of the Bank was shifted from Allahabad to Kolkata in The Bank is a leading public sector commercial bank based in India. The Bank offers a range of financial services including cash management services, depository services, corporate agency arrangements, visa debit cum ATM card, bank assurance and mutual fund, real time gross settlement, gold card scheme for exporters, National Electronic Fund Transfer (NEFT), government business, and online payment. The bank operates through four business segments, namely, Treasury, Corporate / Wholesale Banking, Retail Banking, and Other Banking. 3. Presently, the Bank has a network of more than 2900 Domestic Branches, 7 FGM Offices, 49 Zonal Offices and 6 Staff Colleges, spread all over the country. The Bank also has an Overseas Branch at Hong Kong. 4. The Bank also has CBS Project Office & DC in Navi Mumbai, a CBS Project Monitoring Office in Kolkata and a DR Site in Lucknow. 5. The CBS implementation of the Bank was completed on 18th December Core Infrastructure for the Centralized Banking Solution is hosted at the Data Center (DC) and Disaster Recovery Center (DRC). DC & DRC are operational on 24 x 7 basis and have necessary infrastructure for that. 6. The replication is done directly at DRC from DC. The data at DRC is not more than 15 minutes behind the production data at DC. In case of disaster the DRC can be up and running within 4 hours. The above mentioned project office/ DC/ DR are for Bank s Indian operations. 7. The Bank has one overseas branch at Hong Kong. 8. Some of the business statistics (figures in crores of Indian Rupees) of the Bank as on 31st March 2014 are as under : Deposits 190, Total Advances 140, Investments (Gross) 64, Net Profit 1, The Bank has one wholly owned subsidiary All Bank Finance Ltd, One RRB Allahabad U.P. Gramin Bank, and two JVs ASREC & Universal Sompo General Insurance Co. Ltd. 10. The Bank will open/plans to open branches, offices from time to time & may also promote/acquire Associates/JVs as and when required. 2.2 Objective of RFP 1. The Bank intends to augment its existing infrastructure for ALM in line with industry best practices and extant RBI/ BCBS/IBA/GOI Guidelines and also Guidelines that may be issued up to the completion of the project. Page 8

9 2. This Request for Proposal (RFP) is intended to invite Techno-Commercial Bids from eligible bidders to provide an ALM Solution in tune with RBI/BCBS/IBA/GOI guidelines/ industry best practices. 3. The Bidder is required to, Supply, Install, Deploy, Customize, Test, Implement, Rollout, Maintain and Support the ALM Solution and train the concerned personnel of the bank as per the requirements of this RFP for the period of the contract. 4. The Bank intends to procure the hardware for the proposed solution separately. The selected vendor would be required to provide sizing and configuration of the required hardware and related software for the proposed solution. 5. The Bidder has to implement the solution as per requirements laid down in this document. 6. The Bank has appointed an external consultant for providing assistance for the implementation of ALM solution. They will provide requisite assistance/guidance to the Bank, wherever required, till project completion. 7. The Bank intends to implement ALM Solution in accordance with the provisions of following circulars/guidelines and industry best practices RBI guidelines on Liquidity Risk Management by Banks RBI No /285 DBOD.BP.No.56/ / dated November 7, RBI guidelines on Bank s Asset Liability Management Framework Interest Rate Risk RBI/ /263 DBOD. No. BP. BC. 59 / / dated November 4, RBI Guidelines on Basel III Framework on Liquidity Standards Liquidity Coverage Ratio, Liquidity Risk Monitoring Tools & LCR Disclosure Standards. RBI/ /635/DBOD.BP.BC No.120/ / dated 09th June, 2014 RBI Draft Guidelines on Liquidity Risk Management & Basel III Framework on Liquidity standards. RBI No /DBOD.BP.No./ / dated RBI guidelines on Basel III Framework on Liquidity Standards Monitoring tools for Intraday Liquidity Management. - RBI/ /293 DBR.BP.BC.No.46/ / dated November 3, Any other relevant guidelines issued by RBI/BCBS/IBA/GOI, till completion of the project, shall be applicable. 2.3 Responsibilities of Bidder The successful bidder selected on the basis of the evaluation criteria specified in this RFP should, at the minimum, 1. Implement a solution which is capable of: Achieving compliance with all RBI/BCBS/IBA/GOI guidelines issued on ALM. Supporting ALM in accordance with best industry practices. 2. Advise the Bank the appropriate sizing of the hardware, OS, RDBMS, Networking equipment, Bandwidth etc. required at its data centre at Mumbai and Disaster Recovery Site at Lucknow for successful implementation of the ALM solution. Bank will provide the required hardware infrastructure for the project. 3. Prepare a Business Requirement Document, Test Cases and Test Plans based on the gap analysis and other requirements of the RFP. The bidder shall be required to take Bank s Page 9

10 approval of the Business requirement documentation and associated project plans before software customization work commences. The document should provide the plan in detail based on the criticality of the requirements. 4. Ensure that the system is in compliance with RBI requirements and other relevant regulatory guidelines. Any instances of non-compliance observed, even at a later date, will need to be rectified at no additional cost to the Bank and well within timelines stipulated by the regulator/bank. 5. Ensure that software solution being supplied is capable of being integrated with existing ADF system of the Bank and a Data Ware housing solution; which the Bank may procure at a later point of time. It needs to have standard interfacing capabilities. Bidder shall directly interact with the vendors and provide necessary integration with the required systems of the Bank at no extra cost to the Bank. There should also be a flow of report level data from the proposed system to the ADF system of the Bank for regulatory submission as well. The bidder will be required to ensure correct data flow at all times. 6. Identify Project Manager, Project Leaders and members of the development teams with relevant skills. The bidder will intimate the Bank, in advance, if there is any change in the project team during the course of implementation. The bidder will ensure proper back up of project leaders and managers and the plan should be intimated to the Bank. The minimum experience of the project team personnel like Project Manager, Project Leader and Programmers put on work should preferably be 2 years. Systems study and all development activities will have to be undertaken at the Bank s locations acceptable to Bank. 7. Provide Facilities Management support for ALM Solution proposed by the bidder for the entire project duration. 8. Ensure that the solution offered should have all components mentioned clearly with its license requirements. 9. Impart both functional and technical/system training on ALM Solution to designated personnel of the Bank. 10. Incorporate changes in system arising due to amendment to regulations/ Bank s policy at no additional cost and well within timelines stipulated by the regulator till completion of the project 11. Assist the Bank in conducting the User Acceptance Tests by providing test plans, scenarios and resolving gaps. 12. Provide complete module wise documentation including logic used, empirical analysis done, methodology etc. as per regulatory and audit requirements. 13. Provide all statutory, regulatory Management Information System (MIS), ad -hoc MIS (including development if needed) and Executive Information System (EIS) reports as required by the Bank in the desired format as per regulatory and Bank s requirements during the entire project duration at no additional cost. 14. Ensure that the system meets all functional and technical requirements specified in this RFP. 15. In case the product/ solution/ Bidder are amalgamated/ dissolved, the impact of such an event should not have any adverse implication on the service level/ time line/cost that is proposed for implementation of the solution. Such event would not dilute the responsibility of the successful bidder in completing the implementation within mutually agreed time lines. Page 10

11 16. The bidder is required to provide interface with all external IT systems of the Bank for generation of desired reports/returns without any manual intervention. The term external system also includes proposed systems such as LOS or other source systems, data capture systems, workflow tools, etc. which the Bank uses from time to time. The bidder is also expected to ascertain gaps in the data and provide solution to the bank, which should be in line with the requirements and acceptable to the Bank. Bidder should implement & maintain the application software in Main Data centre, and Disaster Recovery (DR) sites. The day to day work will be carried out at ALM Cell, Head Office. Appropriate functionality should be provided for the purpose. 17. Bidder should provide Modular wise user manual as well as Administrator s manual, postimplementation on-site support till next regulatory review from the GO LIVE date and further support till the end of agreed AMC period. 18. Data migration should be done by the bidder from the existing data already collected by the Bank (available in various source systems) to the new system with consistency. After going LIVE, the incremental data shall be moved onto the ALM solutions in a scheduled manner. Bidder to provide necessary interface and/or tools for the same. 19. Reports in regard of migration of data, as required by the Bank have to be developed and generated by the bidder during the migration with all required controls, checks and balances. 20. The successful bidder shall provide technical support for the software application systems supplied under this contract, and will have overall responsibility of the performance, functionality and operation of the systems under this contract. Any supporting software provided /installed/configured by the bidder shall be maintained /fine-tuned/ parameterized by the bidder, from time to time, so that the solution delivers optimal performance. 21. Security features should meet the standards and procedures as per Bank s IT Security Policy and procedures should be followed, in line with prevailing Industry Standards. 22. The bidder to provide the Bank with the proper backup and recovery procedure, with necessary documents so as to meet any exigencies. 23. The bidder should ensure that all verification processes in the software solutions should be governed by maker checker controls. 24. The bidder s overall responsibility includes offering suitable framework, supporting software solution, implementing DR facility, recommending the appropriate hardware, impart necessary training and supply the required documentations/manual. 25. The bidder will convey to the Bank that all the customizations that are required to Go Live, as agreed upon and signed off by the Bank are completed and the solution is ready for testing. 26. The bidder shall also be responsible for the following: Managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanours. The Supplier's representative or the local office nearest to Kolkata shall be the contact point for the Bank and all the authentic status of Delivery and Installation should be made available in writing. Keep the Bank informed on the progress of the project as per the agreed reporting schedules. The bidder and the Bank together will prepare acceptance test plan, for which bidder will station its officers at the venue decided by the Bank at no additional cost. Page 11

12 Incorporate the review comments received from the users. Prepare contingency plans. Customize software at the Bank s premises. Incorporate change management as per mutual agreement. Help in change management and implementation support at agreed costs, if so desired by the Bank. Inform the Bank about IT infrastructure required for implementation. Framing the Service Level Agreement (SLA) Document in consultation with the Bank. 2.4 Eligibility Criteria 1) The Bank is looking to identify an ALM Solution provider who has demonstrable technical competency for implementing ALM in tune with RBI/BCBS guidelines and Industry Best Practices. The Bidder should have capability to review the existing ALM framework of the Bank (including the prevailing policies, structures, processes, etc.).the Bidder is expected to have adequate experience in implementation of software products/ projects compliant with the integrated risk management framework for ALM, and also possess high quality process accreditation(s). 2) The Bidder should be well established and have sound financial standing. Only those Bidders who fulfil all the eligibility criteria are eligible to respond to the RFP. Any effort by Bidder to influence the Bank in the Bank s bid evaluation, bid comparison or contract award decision may result in the rejection of the Bidder s bid. Bank s decision will be final and without prejudice and will be binding on all Bidders. 3) The bidders are required to meet the following eligibility criteria and provide adequate documentary evidence as specified for each of the criteria stipulated. Only those bids would be further processed, which satisfy all the eligibility criteria. 4) ALM Solution for the purpose of Eligibility Criteria will comprise of the core ALM functionalities i.e. Liquidity Risk Report (SLS) and Interest Rate Risk Reports (IRST & IRSD). Sr. No. General Eligibility Eligibility Criteria Documentary Evidence to be submitted to the bank 1 The bidder should be in existence for 5 years as on 31st March (In case of mergers/acquisitions/restructuring or name change, the date of establishment of earlier/original firm would be taken into consideration.) Certificate of incorporation. 2 The bidder as well as the OEM should be a Profit making entity for last three financial years i.e , , and (If results are not finalized yet, then , , will be considered). Copies of Annual Reports in case of listed companies and Copies of audited balance sheets and P&L statements in case of others for past 3 financial years. Page 12

13 Sr. No Eligibility Criteria The Bidder must have a presence in India for at least 3 years and should have average revenues in excess of INR Cr. (INR Fifty Crores) for the past 3 financial years i.e , , and (If results are not finalized yet, then , , will be considered). The bidder should own the intellectual property rights of the product/solution or he should have rights from the owner, if not, the Bidder should have in place proper tieups, commercial agreements, authorised implementation partnerships etc. for development /resale/ customisation of software with the product bidder or any third party, whose software products are offered. The Bidder and OEM should not have been blacklisted at the time of submission by the Central/any of the State Governments/ statutory body/ regulatory body/indian Banks Association in India Documentary Evidence to be submitted to the bank Copies of Annual Reports in case of listed companies and Copies of audited balance sheets and P&L statements in case of others for past 3 financial years. Letter /Certificate from OEM Self-declaration of bidder & OEM Product Capabilities 6 The ALM Solution should have been procured by at least 2 Scheduled Commercial Banks amongst which at least 1 should be a Public Sector Bank. Credential letter on bank s letter head 7 8 The ALM Solution should have been satisfactorily implemented by a Bank operating in India as on The Bidder should have experience of implementing ALM solution in a Bank in India. Credential letter on bank s letter head The bidder needs to submit the credentials of the team who will do the implementation. 2.5 Preparation & Submission of Bids Mode of submission The bidder shall prepare two copies each of the Technical, Indicative Commercial and Eligibility Criteria. The bidder shall seal the original and copy of these three bids in separate envelopes (Total Six envelopes). All the original bids should be further sealed in to one outer envelope marked as Original Bid and all the copy bids should be sealed in a separate outer envelope marked as Copy Bid. The two outer envelopes shall be marked as BID FOR ALM SOLUTION AGAINST RFP REF. NO.: HO/DIT/ALM/ /16 ORIGINAL BID and BID FOR ALM SOLUTION AGAINST RFP REF. NO.: HO/DIT/ALM/ /16 COPY BID. In case the bidders opt to remit the non- Page 13

14 refundable bid submission fee by way of DD/Banker s Cheque at the time of bid submission, the same shall be safely kept in the outer envelope containing Original Bids. In addition to the DD/Banker s Cheque, this outer envelopes shall contain following envelopes (Original /copy as the case may be) : 1. Envelope labelled as Eligibility Criteria ; 2. Envelope labelled as Technical Bid ; 3. Envelope titled Indicative Commercial Bid ; All documents/papers should be self-attested by the authorized representative of the bidder and stamped properly. Soft copies of the requisite documents/papers contained in a Compact Disc (CD) should also be included in the respective envelopes. The response should be organized and submitted in the following manner: 1) Envelope labelled as Eligibility Criteria This envelope should contain the documentary proof and annexure required if any in respect of each of the criterion listed out in Section-2.4. The check list for submission of eligibility criteria is given in Annexure-4. This envelope should also contain- The profile of bidder as specified in Annexure-5. Letter with details of authorized signatories/power of Attorney s in the name of the authorized signatories who can represent the Bidder/s with regard to the obligations under the RFP or contract Two hardcopies (one original and one duplicate) of duly filled up Annexure 4 & 5, along with supporting documents. 2) Envelope labelled as Technical Bid The Technical Bid containing the response to both technical and functional requirements for the Solution is to be sealed in a separate Envelope superscripted on the top of the cover as TECHNICAL BID. The Technical Bid must not contain any price information. Soft copy of the response to the technical bids should also be provided in MS excel/ms word. The soft copy is to be placed in the envelope. The Bidder should certify that the contents of the soft copy are same as that provided in hardcopy as per Annexure - 21 Undertaking Document Correctness. In case of any discrepancies between the hardcopy and softcopy the Bank will use the hardcopy submitted by the Bidder for the evaluation. Two hard copies of the technical proposal (one original and one duplicate) with pages properly numbered, each page signed and stamped. The technical proposal should be bound in such a way that the sections of the proposal can be removed and separated easily. Signed copy of the RFP, all annexure and appendices fully filled up need to be submitted. Contents of Technical Bid 1. Implementation methodology as given in Annexure-6 2. Responses against functional and technical requirement specified in this RFP (as indicated in above paragraphs). 3. Reference site details in the format specified in Annexure-7 4. Details of past experience as specified in the Annexure-8 5. The proposed project team profile as given in Annexure-9 Page 14

15 6. The details of training programs conducted by the bidder in format specified in Annexure The documentary proof in support of these programmes in the customer- Bank s letter head shall also be included in this envelope. Other Relevant Information a. Executive summary of Bidder s response b. Detailed technical write up covering the detailed scope of work c. Duly signed covering letter by the authorized signatory Bid Form d. Manufacturers Authorization Form from the Bidders proposed partners e. Data Centres requirements f. Comments on the RFP terms and conditions g. Reverse auction compliance statement h. Soft copy of the technical bid only. i. Two originals of all the documents submitted in the technical bid j. Any other information in general This envelope shall also contain all the Annexures specified in this RFP related to technical evaluation. It shall also include documentary proof required for substantiating the information given in Annexure, if any. In addition to the Annexures specifically listed out in this RFP this envelope shall also include: 1. Technology, architecture of proposed solution, exact tools to be used 2. List of all software / tools to be used together with licensing details 3. Tentative project time schedule and plan 4. Project management, control and tracking mechanism 5. Quality control setup and procedures to be followed 6. Implementation & Training plan 7. Technical brochures and user manual In case any Bidder does not quote for any of the components, the response would be deemed to include the quote for such unquoted components required for meeting the functional and technical requirements including the service levels specified in this RFP. The Bank reserves the right not to permit changes in the technical specifications and not to evaluate the offer in case of non-submission of the technical details in the required format or partial submission of technical details. 3) Envelope titled Indicative Commercial Bid The Indicative Commercial Bid should be given by the Bidders in the format as shown in Annexure -13. The Bidder is expected to quote unit price in Indian Rupees (without decimal places) for all components on a fixed price basis as part of the commercial Bid inclusive of all costs and taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation, training etc. at the respective delivery location of the Bank but exclusive of only applicable (in India) Sales Tax/VAT, Service Tax and Octroi / Entry Tax / equivalent local authority cess, which shall be paid / reimbursed on actual basis on production of bills. Further, receipts of such payments made to relevant authorities must be produced for Octroi / Entry Tax / equivalent local authority cess. The Bank will not pay any other taxes, cost or charges. The indicative price should be quoted for each item, each unit with total cost, module wise, if modular. Indicative Prices for all items including optional items, if any, should also be mentioned. AMC for each item year wise should be provided. The envelope labelled as Indicative Commercial Bid should include the following: 1. Covering letter duly signed by the authorized signatory Page 15

16 2. Details of cost of deliverables for the system (in the format given in Annexure-12 A 3. Details of hardware sizing/configuration suggested for the proposed solution in the format given in Annexure -12 B. 4. Annexure - 13 containing the total cost of ownership computation. The Bidders have to note that the commercial proposal post reverse auction must contain the following: 1. The bid covering letter cum declaration format is given in Annexure Format for furnishing details of Software & Hardware (Annexure 12 A & 12 B) 3. Complete Table for Arriving at the Total Ownership Cost (as per Annexure 13) including all tables (i.e. Tables A, B, C, D & E). 4. Soft copy of Commercial Bid/Commercial Proposal. The Bidder shall take care to submit the Bid properly filed so that the papers are intact. The Bidder shall submit the bid in suitable capacity of the file such that the papers do not bulge out and tear during scrutiny. The Bids, which are not sealed as indicated above, are also liable to be rejected. The price schedule shall be submitted in indicative commercial Bid only. In a nutshell, the indicative commercial Bid details will need to be provided for all requirements of the Bank to arrive at TCO (Total Cost of ownership) of the solution. The Bidder while furnishing the cost under the above heads must furnish the split up cost particulars of all major components/line items under each head. The indicative commercial bid is obtained for the complete solution and Bank will place the order after finalizing the Bidder. Further, while the Bidder has to quote for all the components of the solution, Bank may at its discretion wherever beneficial, procure licenses for some software separately, based on any existing agreements entered into for purchase of such software. The envelope shall be addressed to the Bank at the address given below; The Asstt. General Manager (IT), Allahabad Bank, Head Office, 2, Netaji Subhash Road, Kolkata , India The Project name and a statement: DO NOT OPEN BEFORE 22 nd December, 2014, 16:00 Hours should also be mentioned on the envelopes. 2.6 Opening of Technical Bids The technical bids (containing Technical & Eligibility Criteria) will be opened at 16:00 Hours on 22 nd December, 2014 in the presence of Bidders Representatives. 1) The Bidders may note that no further notice will be given in this regard. Further, in case Bank does not function on the aforesaid date due to unforeseen circumstances or holiday then the Page 16

17 bid will be accepted on the next working day and bids will be opened at the same venue on the same day. 2) Bank however reserves the right to change the date & time for opening of Technical bid without assigning any reason whatsoever. In case there is a change in the schedule the same will be intimated to the Bidders by putting up on the Bank s website for enabling them to be present during the Bid opening. 3) The Bidders names, bid modifications or withdrawals and the presence or absence of the 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 late bids, which shall be returned unopened to the Bidder. 4) The technically qualified Bidders will be intimated to participate in the demo sessions. Date and schedule of demo sessions will be announced at an appropriate date and time. 5) These bidders will also be informed about the Online Reverse Auction Process, to identify Lowest Quoted (L1) Bidder. Online Reverse Auction procedures and timings will be informed separately. Technically qualified Bidders will be informed the modus operandi for this purpose and Bidders will have to abide by the E-Tendering rules. 6) Bank shall be under no obligation to accept the lowest price bid or any other offer received in response to this RFP. Bank will not be obliged to meet and have discussions with any Bidder, and / or to listen to any representations in respect of the rejection. 2.7 Bid Security 1) The bidder shall furnish a bid security for Rs. 50,00,000 (Rs. Fifty Lacs only) as a part of their bid. 2) The Bid security is required to protect the Bank against the risk of Bidder s conduct, which would warrant the security s forfeiture. 3) The Bid security shall be denominated in Indian Rupees and shall be one of the following forms:- a. A bank guarantee for Rs. 50,00,000/- (Rupees Fifty Lakhs Only) issued by a Private sector / Public Sector bank in India (other than Allahabad Bank), acceptable to the Bank, in the form as per format in Annexure-20, valid for Sixty (60) days beyond the validity of the Bid. b. A Banker s Cheque / Demand Draft, issued by a Private Sector / Public sector Bank in India (other than Allahabad Bank), drawn in favour of Allahabad Bank payable at Kolkata for a sum of Rs. 50,00,000/- (Rupees Fifty Lakhs Only). 4) Unsuccessful Bidders Bid Security will be discharged or returned after the issuance of Purchase Order to the Successful Bidder. The successful Bidder s Bid Security will be discharged upon the Bidders signing the Contract and furnishing the Performance Security. 5) The Bid Security will be forfeited, I. If the Bidder a. withdraws its Bid during the period of bid validity or b. does not accept the correction of errors in accordance with the Instructions to Bidders; or II. 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 Page 17

18 b. fails or refuses to furnish the performance security, in accordance with the Terms & Conditions of the RFP or contract. 2.8 Modification and Withdrawal of Bids The bidder may modify or withdraw its bid after the bid s submission, provided that the Bank receives written notice for modification or withdrawal of the bids, before the expiration of deadline prescribed for submission of bids. In case of modifications, the bidder is expected to resubmit entire bid before the last date of submission. Only addendums/amendments will not be accepted. 2.9 Rejection / Acceptance of Bid The Bank reserves the right to accept or reject any or all the bids without assigning any reason whatsoever. Any decision of the Bank in this regard shall be final, conclusive and binding on the bidder Cancellation of Bid The Bank reserves right to re-issue/re-commence the entire bid process and or any part in case of any anomaly, irregularity or discrepancy in regard thereof without assigning any reason whatsoever, at its sole discretion. The decision of the Bank in this regard shall be final, conclusive and binding on the bidder Period of Validity of Bids Validity Period: - Bids shall remain valid for 180 days from the last date specified for submission of bids in this RFP. The Bank holds the rights to reject a bid valid for a period shorter than 180 days. Extension of Period of Validity: - In exceptional circumstances, the Bank may solicit the Bidder s consent to an extension of the validity period. The request and the response thereto shall be made in writing. Extension of validity period by the Bidder should be unconditional and irrevocable Pre-Bid Meeting The prospective bidders, who have purchased a copy of the RFP and submitted the bid price (for downloaded RFP), shall be permitted to attend a pre-bid meeting to be held as indicated in the Invitations for Bids. Up to a maximum of 2 (two) representatives of each prospective bidder will be permitted to attend the pre-bid meeting. However the Bank, at its discretion, may permit any additional representative of any prospective bidder to attend the pre-bid meeting. The purpose of the meeting is to clarify issues and to answer queries on any matter that may be raised up to that stage. The issues/queries to be raised must be in writing and submitted at least 2 working days before the scheduled pre bid meeting. The Bank will have liberty to invite any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the queries of the bidders in the meeting. Any modification in the RFP, which may become necessary as a result of the Pre-Bid Meeting, shall be made by the Bank exclusively through the issue of an Addendum and will be sent to all Page 18

19 prospective bidders who have purchased the RFP, at least 4 working days prior to the last date for submission of bids. Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a bidder. The text of the questions raised (without identifying the source of enquiry) and the responses given, together with amendment to the bid document, if any, will be posted on our web site and also informed to all purchasers of the bid documents. Page 19

20 3. Selection Strategy 3.1 Objective 1) The objective of the evaluation process is to evaluate the bids to select an effective and best fit solution at a competitive price. The evaluation will be undertaken by the Selection Committee formed by the Bank, which may also include external experts/consultants. The committee or authorised official shall recommend the successful bidder to be engaged for this assignment to the Board and the decision of our Board shall be final, conclusive and binding on the bidders. 2) Through this Request for Proposal, Bank aims to select a Bidder/ application provider who would undertake the designing and implementation of the required solution. The Bidder shall be entrusted with end to end responsibility for the execution of the project under the scope of this RFP. 3) The Bank will scrutinize the offers to determine whether they are complete, whether any errors have been made in the offer, whether required technical documentation has been furnished, whether the documents have been properly signed, and whether items are quoted as per the schedule. The Bank may, at its discretion, waive any minor non- conformity or any minor deficiency in an offer. This shall be binding on all Bidders and the Bank reserves the right for such waivers and the Bank s decision in the matter will be final. 4) Bank may call for any clarifications/additional particulars required, if any, on the technical/ commercial bids submitted. The bidder has to submit the clarifications/ additional particulars in writing within the specified date and time. The bidder s offer may be disqualified, if the clarifications/ additional particulars sought are not submitted within the specified date and time. Bank reserves the right to call for presentation/s, product walkthroughs, on the features of the solution offered etc., from the bidders based on the technical bids submitted by them. Bank also reserves the right to conduct Reference Site Visits at the bidder s client sites. Based upon the final technical scoring, short listing would be made of the eligible bidders for final commercial bidding. 5) The evaluation will be a four-phase process:- Phase 1 Eligibility Criteria Evaluation Phase 2 Technical Bid Evaluation Phase 3 Indicative Commercial Bid Evaluation &Online Reverse Auction Phase 4 Weighted Evaluation 6) The Technical evaluation and the Commercial evaluation (post reverse auction) shall have the weight-age of 70% and 30% respectively for evaluation, and this weight-age shall be taken into consideration for arriving at the Successful Bidder. NOTE: The Bank's decision in respect of eligibility criteria, evaluation methodology and short listing of bidders will be final and no claims, whatsoever in this respect, shall be entertained. The Bidders meeting the eligibility criteria as laid out in Section 2.4 would be shortlisted for the Technical Bid Evaluation. 3.2 Evaluation of Technical Bid The proposal submitted by the Bidders shall be evaluated on the following group of parameters. Page 20

21 Functional Requirements (FR) Technical Requirements (TR) Product Demonstration and Bid Presentation (PB) Approach and Methodology (AM) & Past Experience (PE) Site Visits (SV) 1) The marks are assigned for each individual parameter under these groups and marks scored by each bidder under each parameter are aggregated to find out the total technical score of the bidder. 2) The score for evaluation of different Modules & systems shall be decided by the Internal Selection Committee. 3) The selection parameters are explained in following paragraphs 4) This evaluation will be carried out on a total score of 1,000 on the basis of the following evaluation parameters defined in this section Sl. No. Proposal Bid Evaluation Sub Scores 1 Functional Requirement (FR) Technical Requirement (TR) Product Demonstration & Bid Presentation (PB) Approach, Methodology (AM) & Past Experience (PE) Site Visit (SV) 150 Maximum Technical Proposal Bid Evaluation Score Scoring Methodology for Functional Requirements (FR) and Technical Requirements (TR) 1) The expected functional capabilities are given in Section 5. All the functional and technical requirements which are necessary for achieving regulatory compliance are mandatory. Bidder shall indicate the availability against each requirement/capability. The means of indicating availability is given in the following table. The marks thus scored will be scaled to the Sub-Score given in Sec The Type of Response/Scale Description** Max. Marks S Standardized, this scale indicates that this feature is a standard feature of the solution. 10 A Alternative available 7 C Customization required. Vendor will provide the customization with the stipulated date of the phased rollout 5 U Unavailable. Functionality is not available and will not be provided by the bidder. 0 **Any responses other than S/C/A/U are not acceptable and will be treated as U. 2) The Software solution offered, however, should have at least 75% of the requirements as standardized. The remaining should be customized before GO LIVE, at no extra cost to the Bank. Page 21

22 3.4 Scoring Methodology for Product Demonstration and Bid Presentation (PB) 1) Eligible Bidders will be required to make presentations to supplement their bids and show a detailed product demonstration. The number of eligible bidders called for product demonstration is purely a matter of discretion of the Bank. The Bank will schedule presentations and the time and location will be communicated to the Bidders. Failure of a Bidder to complete a scheduled presentation to the Bank will result in rejection of the proposal. 2) The marks awarded under this parameter shall be based on the effectiveness of the demonstrations and presentations made by the bidder. Using the Functional & Technical Requirements as a base in part or as a whole, the Bank may formulate a detailed questionnaire for the product demonstrations. 3.5 Scoring Methodology for Approach, Methodology (AM) & Past Experience 1) The bidder is expected to provide, as a part of the technical bid, a detailed document that explains the approach and methodology proposed by the bidder for the implementation of the proposed solution. The Approach and Methodology adopted for the Implementation would be evaluated by Bank and would at the minimum cover Team Strength, Project Management and Training. 2) Team Strength: Bidder responses to each point under Team Strength in Proposed Team Profile, including the team profile provided by the Bidder, would be evaluated. The Bidder should ensure that the people above the role of the Team Lead who are proposed for this project should have worked on projects in Banks earlier. The members of the proposed project team and team lead should have a minimum experience of 2 years and 5 years respectively in implementation of similar kind of projects in India /Abroad. 3) In addition to the profile of his team members, the bidder is bound to furnish the profile of team members of his partner. The format for furnishing the team profile is given in Annexure 09. The marks assigned under this parameter are based on the qualifications and experience of team members. 4) Project Management: Bidders are required to respond to each point under Project Management in Annexure-6. Each question will be evaluated for suitability of response. The Bidder should provide explanation on the Project Management process that is proposed for the Bank including details of how the same was applied in a similar project. 5) The Bank will require the Bidders to make presentations regarding the various aspects of the proposed solutions. This process will also enable the Bank to clarify issues that may be identified from the Bidders responses to the RFP. The Evaluation Committee decided by the Bank would be scoring the presentation made by the Bidders at Bank s premises based on a structured questionnaire broadly across the following:- a. Project Execution Methodology b. Solution Architecture and Design Key Features and Functionalities c. Interface approach and methodology d. Adherence to Project Timelines e. Execution Competency (Solution Accelerators, Functional & Technical Competency) f. Approach and Resource Commitment (for Managed Services and People profiles of all key personnel as part of this project) g. Project Execution Methodology h. Solution Architecture and Design Key Features and Functionalities 6) Past Experience: The Bidder s past experience shall be evaluated on the basis on the details given in the Annexure-8 Past Experience Page 22

Empanelment of Vendors for Load Testing

Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

Development of application Software for Election Commission

Development of application Software for Election Commission M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business 31.08.2015 HO : Near Bajrang Bhawan, Delhi Road Rohtak 124 001 (Haryana) www.shgb.co.in A. General Information

More information

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business Reference Number: RFP P&D(39)/184 /2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications

More information

Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015

Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015 Tender Notice NSIC Technical Services Centre Okhla Industrial Estate, Phase-III, Near Govindpuri Metro Station, New Delhi-110020 Tel: +91-11-26826796/26826801/26826848 Email: ntscok@nsic.co.in Tender no.

More information

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Request for Techno-Commercial Proposal Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Dr. Marri Channa Reddy Human Resource Development Institute of Andhra Pradesh

More information

PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS

PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS Punjab National Bank HO: Information Technology Division 5, Sansad Marg, New Delhi-01 Information Technology Division

More information

Oracle Financial Services Applications

Oracle Financial Services Applications Small Industries Development Bank of India REQUEST FOR PROPOSAL FOR RENEWAL OF ANNUAL TECHNICAL SUPPORT (ATS) Oracle Financial Services Applications (ALM & FTP components) Tender No.: 400/2012/815/BYO/ISD

More information

Request for Proposal (RFP) For Selection of Consultant For Core Banking Advisory Services

Request for Proposal (RFP) For Selection of Consultant For Core Banking Advisory Services ALLAHABAD BANK DEPARTMENT OF INFORMATION TECHNOLOGY HEAD OFFICE: 2, N.S. ROAD, KOLKATA 700001, INDIA Request for Proposal (RFP) For Selection of Consultant For Core Banking Advisory Services Ref. No. :

More information

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New

More information

Document Control Sheet

Document Control Sheet Document Control Sheet S.No DESCRIPTION PARTICULARS 1 EOI- Document Ref. Number IDBI /PCELL / EOI/ 2015-16/020 2 Date of Issue of EOI 20 October 2015 3 Last date of receipt of pre bid queries. 26 October

More information

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION

More information

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for THE ANDHRA PRADESH MINERAL DEVELOPMENT CORPORATION LIMITED H.No: 6-2-915, 3rd Floor,

More information

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO Request for Proposal Scanning of Policy and non policy documents at SBI Life HO SBI Life Insurance Co Ltd RFP for Centralized Scanning Services Page 1 1. INTRODUCTION AND BACKGROUND SBI Life is a joint

More information

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM)

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM) Expression of Interest (EOI) For Enterprise Content Management Solution (ECM) The last date for submission : August 8, 2014 by 03:00 PM. For details please visit Bank's website at www.idbi.com Page 1 of

More information

ANNEXURE - I MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1

ANNEXURE - I MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1 MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1 PREFACE The Rubber Board a statutory Body under the Ministry of Commerce & Industry, Govt. of India, for the development

More information

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool)

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool) Star Union Dai-ichi Life Insurance Company Limited Request for Proposal (RFP) For Learning Management System (Online e-learning tool) Issue Date :-27 th June 2014 Last Date of Submission of Proposal: -4

More information

Expression of Interest. Scanning of Documents

Expression of Interest. Scanning of Documents 1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: edusecondaryhry@gmail.com

More information

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth

More information

Request for Proposal(RFP) for Selection of Consultant for Implementation of Data Warehousing and CRM

Request for Proposal(RFP) for Selection of Consultant for Implementation of Data Warehousing and CRM ALLAHABAD BANK DEPARTMENT OF INFORMATION TECHNOLOGY, HEAD OFFICE : 2, N. S. ROAD, KOLKATA 700 001, INDIA Request for Proposal(RFP) for Selection of Consultant for Implementation of Data Warehousing and

More information

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office of the PM Purulia R. E. Project N.R.E.P. Building, 2 nd. Floor, PO & Dist.- Purulia,Telephone Fax No.03252

More information

School of Open Learning University of Delhi

School of Open Learning University of Delhi ` School of Open Learning University of Delhi REQUEST FOR PROPOSAL FOR RENEWAL OF ORACLE ANNUAL TECHNICAL SUPPORT Dated:25/10/12 Cost: Rs.500/- Last Day of Submission:9/11/2012 Request for Proposal (RfP)

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS 1/10 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS Delhi Development Authority Medical Cell VikasSadan,

More information

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software NATIONAL HEALTH SYSTEMS RESOURCE CENTRE NIHFW Campus, Baba Gangnath Marg, Munirka, New Delhi - 110067 TENDER DOCUMENT UNDER TWO BID SYSTEMS NAME OF WORK Tender Document for Supply, Implementation & Maintenance

More information

Request for Proposal. for end-to-end. Payment Gateway Solution. Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014

Request for Proposal. for end-to-end. Payment Gateway Solution. Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014 Request for Proposal for end-to-end Payment Gateway Solution Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014 Page 1 of 73 Index The products and services required, bidding procedures, contract terms and conditions

More information

Expression of Interest for Procurement of Solution for Risk Based Internal Audit (RBIA), Management Audit & Concurrent Audit System

Expression of Interest for Procurement of Solution for Risk Based Internal Audit (RBIA), Management Audit & Concurrent Audit System Ref. No- HO/I&C/EOI-AUDIT/1/2014 Date : 5 th March 2014 Expression of Interest for Procurement of Solution for Risk Based Internal Audit (RBIA), Management Audit & Concurrent Audit System Oriental Bank

More information

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location: Technical Requirement and Specifications for Hiring of 100 Mbps Dedicated Uncompressed Symmetric Internet Bandwidth (1:1) Connectivity through Optic Fibre Leased Line for CSIR-CIMFR, Digwadih Campus, Dhanbad-828108

More information

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.)

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.) Ref No.:Advt. No.1/2008 Price :Rs.2000.00 ISSUED TO : Date : TENDER DOCUMENT FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012 LAST DATE AND TIME FOR SALE OF TENDER DOCUMENTS

More information

Request for Proposal Document (RFP) For Procurement of Web Application Firewall for IDBI Bank

Request for Proposal Document (RFP) For Procurement of Web Application Firewall for IDBI Bank Request for Proposal Document (RFP) RFP No. IDBI/PCell/RFP/2014-15/18 For Procurement of Web Application Firewall for IDBI Bank IDBI/RFQ/14-15/ dated Page 1 of 81 TABLE OF CONTENTS Table of Contents...

More information

Notification pertaining to Request for Proposal for setting up of Private Cloud at NPCI. RFP Reference No: NPCI/RFP/2015-16/IT/0003 dated 12.05.

Notification pertaining to Request for Proposal for setting up of Private Cloud at NPCI. RFP Reference No: NPCI/RFP/2015-16/IT/0003 dated 12.05. Notification pertaining to Request for Proposal for setting up of Private Cloud at NPCI RFP Reference No: NPCI/RFP/2015-16/IT/0003 dated 12.05.2015 1. About NPCI National Payments Corporation of India

More information

Notification pertaining to Request for Proposal for setting up of Private Cloud at NPCI. RFP Reference No: NPCI/RFP/2015-16/IT/0008 dated 03.07.

Notification pertaining to Request for Proposal for setting up of Private Cloud at NPCI. RFP Reference No: NPCI/RFP/2015-16/IT/0008 dated 03.07. Notification pertaining to Request for Proposal for setting up of Private Cloud at NPCI RFP Reference No: NPCI/RFP/2015-16/IT/0008 dated 03.07.2015 1. About NPCI National Payments Corporation of India

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

allowed. Request for inclusion and consideration of ISO 2008:9001 quality certification. CMMI Level 5 : 10 Marks CMMI Level 3 : 07 marks ISO: 05

allowed. Request for inclusion and consideration of ISO 2008:9001 quality certification. CMMI Level 5 : 10 Marks CMMI Level 3 : 07 marks ISO: 05 Corrigendum for the Tender for Web Based Project Monitoring Tool & MIS System Bidders Clarification Sl. Clause /Page no Tender Clause Clarification Sought Clarification No. 1 Page No:4 No consortium Consortium

More information

Request for proposal for Designing of a Logo for Department of Commerce

Request for proposal for Designing of a Logo for Department of Commerce Request for proposal for Designing of a Logo for Department of Commerce Request for Proposal [RFP] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon - 122003, Haryana.

More information

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI CONTACT PERSON: SH. B.P. MEENA Room no. 327, C.R. BUILDING I.P. ESTATE, NEW

More information

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals

More information

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059 National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059 NOTICE INVITING TENDER FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND TESTING

More information

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP) Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.

More information

(RFP) PURCHASE OF BLADE SERVER

(RFP) PURCHASE OF BLADE SERVER REQUEST FOR PROPOSAL (RFP) FOR PURCHASE OF BLADE SERVER Controller of Defence Accounts, Secunderabad Ministry of Defence, Government of India Name of the Department: Summary Sheet Defence Accounts Department,

More information

Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India

Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India Indian Institute of Technology, Kharagpur Kharagpur 72 302, WB, India Ref: Tender Notice No. IIT/CIC/AV&MM/205-6/36 dated 4.02.206 Indian Institute of Technology Kharagpur, an Institute of National Importance,

More information

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for

More information

TENDER FOR TRAVEL SERVICES

TENDER FOR TRAVEL SERVICES Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TS/2011 TENDER FOR TRAVEL SERVICES NOTICE INVITING TENDERS & TERMS AND CONDITIONS OF TENDER MEDICAL COUNCIL OF INDIA POCKET

More information

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016 REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference

More information

Expression of Interest (EOI) For. End to End Solution For Enterprise Data Warehouse Solution In Punjab National Bank

Expression of Interest (EOI) For. End to End Solution For Enterprise Data Warehouse Solution In Punjab National Bank Expression of Interest (EOI) For End to End Solution For Enterprise Data Warehouse Solution In Punjab National Bank PUNJAB NATIONAL BANK INFORMATION TECHNOLOGY DIVISION HEAD OFFICE, 5 SANSAD MARG, NEW

More information

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA)

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) SHORT-TERM TENDER NOTICE Tender Ref. No.: 23 02-3 3 / 01-- BRDS invites

More information

Government of India Ministry of Communications &IT Department of Telecommunication

Government of India Ministry of Communications &IT Department of Telecommunication Government of India Ministry of Communications &IT Department of Telecommunication To, (As per by email) Subject: Invitation of Expression of Interest (EOI) for Implementation of ISO 9001:20008 project

More information

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560

More information

NOTICE INVITING PROPOSAL

NOTICE INVITING PROPOSAL NOTICE INVITING PROPOSAL Sl. Pg. 1 1. CIDCO of Maharashtra Limited through the process of e-tendering invites On-line Proposal from single business entities fulfilling the eligibility criteria for PMIC

More information

Corrigendum Document. For. Selection of Agency

Corrigendum Document. For. Selection of Agency Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY

NATIONAL INDUSTRIAL TRAINING AUTHORITY NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015

More information

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL Request For Quotation from Service Providers for ISO/IEC 27001:2013 Certification for UTIITSL Release Date: 17-Jun-2015 Page 1 of 8 UTI Infrastructure Technology And Services Limited (UTIITSL) is looking

More information

SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION

SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION SBI Funds Management Pvt. Ltd. Page 1 26/03/2013 1. Introduction: An Overview of SBI Funds Management Private Limited

More information

MODEL TENDER DOCUMENT FOR E-AUCTION FOR COMPOSITE LICENSE (PROSPECTING LICENSE-CUM-MINING LEASE) STATE : JHARKHAND

MODEL TENDER DOCUMENT FOR E-AUCTION FOR COMPOSITE LICENSE (PROSPECTING LICENSE-CUM-MINING LEASE) STATE : JHARKHAND MODEL TENDER DOCUMENT FOR E-AUCTION FOR COMPOSITE LICENSE (PROSPECTING LICENSE-CUM-MINING LEASE) STATE : JHARKHAND DIRECTORATE OF MINES DEPARTMENT OF MINES & GEOLOGY GOVERNMENT OF JHARKHAND TENDER No.

More information

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees of Forest Directorate Government of West Bengal Government of West Bengal Forest

More information

REQUEST FOR PROPOSAL FOR Procurement of Microsoft Licenses and Software Assurance

REQUEST FOR PROPOSAL FOR Procurement of Microsoft Licenses and Software Assurance REQUEST FOR PROPOSAL FOR Procurement of Microsoft Ref: BOI:HO:IT:MS:856 Dated :25 th August 2014 Introduction PART 1: INVITATION TO BID This Request For Proposal (RFP) is to invite proposals from Bidders

More information

(No.-IIITD/S&P/05/2012-13) Page 1 of 16

(No.-IIITD/S&P/05/2012-13) Page 1 of 16 REQUEST FOR PROPOSAL (RFP) FOR IMPLEMENTATION OF ISO QUALITY STANDARDS (ISO 9001:2008 QUALITY MANAGEMENT SYSTEM) OF THE INSTITUTE AT OKHLA, NEW DELHI-110020 (No.-IIITD/S&P/05/2012-13) Page 1 of 16 1. INTRODUCTION,

More information

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following:

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NOTICE SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NO: CT1607Y001 DESCRIPTION: TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF

More information

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015 PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi 110021.

FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi 110021. 1 FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi 110021. To, F. No.: 4-5/2005-FIU(Admn.)(Vol.III) Dated: 01.10.2012 40 vendors as per list enclosed.

More information

REQUEST FOR PROPOSAL (RFP) FOR DOCUMENT MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL (RFP) FOR DOCUMENT MANAGEMENT SYSTEM REQUEST FOR PROPOSAL (RFP) FOR DOCUMENT MANAGEMENT SYSTEM IDBI Bank Limited 1 of 128 Disclaimer The information contained in this Request for Proposal (RFP) document or information provided subsequently

More information

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6

More information

October, 2007. Delhi Transport Corporation DTC Head Quarter, I. P. Estate, New Delhi-110002

October, 2007. Delhi Transport Corporation DTC Head Quarter, I. P. Estate, New Delhi-110002 Request for Proposal (RFP) Document For Automatic Ticket Issue System (ATIS) using Electronic Ticketing Machines On Build Operate Transfer (BOT) Basis (RFP No. ITD/20/2007) October, 2007 Delhi Transport

More information

REQUEST FOR PROPOSAL (RFP) FOR IMMEDIATE PAYMENTS SERVICE (IMPS) SWITCH SOLUTION IDBI BANK LTD

REQUEST FOR PROPOSAL (RFP) FOR IMMEDIATE PAYMENTS SERVICE (IMPS) SWITCH SOLUTION IDBI BANK LTD REQUEST FOR PROPOSAL (RFP) FOR IMMEDIATE PAYMENTS SERVICE (IMPS) SWITCH SOLUTION AT IDBI BANK LTD Reference No. : IDBI/PCell/RFP/14-15/23 Date : 14 th March 2015 IDBI Bank Limited 1 of 92 Disclaimer The

More information

REQUEST FOR PROPOSAL FOR. Blade Server, Storage and virtualization. Ref: BOI:HO:IT:SV:351 Dated :24/05/2013

REQUEST FOR PROPOSAL FOR. Blade Server, Storage and virtualization. Ref: BOI:HO:IT:SV:351 Dated :24/05/2013 REQUEST FOR PROPOSAL FOR Blade Server, Storage and virtualization Ref: BOI:HO:IT:SV:351 Dated :24/05/2013 PART 1: INVITATION TO BID Introduction The Bank intends to procure hardware, software and have

More information

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16 U.T. ADMINISTRATION OF DAMAN & DIU O/o THE ASSISTANT DIRECTOR OF EDUCATION / DISTRICT PROJECT OFFICER, SARVA SHIKSHA ABHIYAN MISSION, DISTRICT PANCHAYAT, DHOLAR, MOTI DAMAN 396 220. Tender Notice No. ADE/EE/SSA/Biometrics/2015-16/617

More information

Inviting Quotation for Internet Leased Line Connection

Inviting Quotation for Internet Leased Line Connection Inviting Quotation for Internet Leased Line Connection Sub.: Inviting the quotations for providing Internet connectivity Leased Line (1:1 uncompressed and unshared with last mile on fiber/ethernet/wi-fi)

More information

SANITARY SECTION IIT Kharagpur

SANITARY SECTION IIT Kharagpur SANITARY SECTION IIT Kharagpur Annexure - l No. : IIT/SAN/EE/TEN/2015-16/03 Date: 05/10/2015 NOTICE INVITING TENDER Last Date for submission of Tender on: - 13/11/2015 up-to 4:00 P.M. Pre-bid discussion

More information

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Fax No. +91 79 2397 2583 Website:

More information

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part

More information

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur Re-Tender for Supply and Installation of the Student Biometric Attendance System at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/2014-15/1/57 NIT Issue Date : 26 November 2014 Last Date

More information

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED Information Technology Department Head Office, National Housing

More information

Request for Proposal for implementation of SAP HANA ERP System at MCL, ZAMBIA

Request for Proposal for implementation of SAP HANA ERP System at MCL, ZAMBIA Request for Proposal for implementation of SAP HANA ERP System at MCL, ZAMBIA RFP No. MCL/ZM/IT/001 Date of Issue: 10 th September, 2015 Last date of submission: 17 th October, 2015 Place of Submission:

More information

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX

More information

Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012.

Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012. GOVERNMENT OF INDIA ELECTRONICS TEST AND DEVELOPMENT CENTRE Department of Information Technology Ministry of Communications & Information Technology, Govt. of India ETDC, Ring Road, Peenya Industrial Estate,

More information

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE NIT No. 2659/DCFS/JPG/NFSA/15, Dated : 24/08/2015 1 Section-I District Magistrate, Jalpaiguri, Government of West Bengal Invites

More information

REQUEST FOR PROPOSAL Appointment of IT Consultant on. Retainer Basis

REQUEST FOR PROPOSAL Appointment of IT Consultant on. Retainer Basis Bank of Maharashtra REQUEST FOR PROPOSAL FOR Appointment of IT Consultant on TENDER REFERENCE # 092015 Head Office, LOKMANGAL 1501, Shivaji Nagar, Pune 411 005 Cost of Tender Document: Rs. 15,000/- Page

More information

Address for Communication :

Address for Communication : For printing and supply of Calendar, 2014 AXOM SARVA SIKSHA ABHIYAN MISSION ASSAM KAHILIPARA, GUWAHATI-781019 Tender No. SSA/MDM/Calendar/2014-15/95/2014/8148 Date : 18.02.2014 INVITATION FOR TECHNICAL

More information

Last date for submission of response: 15th th May, 2015 by 2 PM (IST)

Last date for submission of response: 15th th May, 2015 by 2 PM (IST) INVITATION FOR EXPRESSION OF INTEREST FOR INSURANCE COVER AGAINST VARIOUS TYPES OF MISUSE OCCURRED ON ALL TYPES OF DEBIT CARDS ISSUED TO THE CUSTOMERS OF BANK OF BARODA Last date for submission of response:

More information

TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars

TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars TENDER NOTICE Bank of India The General Manager, Publicity & Public Relations Dept., Head Office, Star House, C-5, G-Block, Bandra Kurla Complex, Bandra (East) Mumbai-400 051 Tender No. BOI/P&PR/GLB/15-16/CL-1

More information

TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY

TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY र ष ट र य प र द य ग क स स थ न न ल ड NATIONAL INSTITUTE OF TECHNOLOGY NAGALAND Chumukedima, Dimapur Nagaland - 797 103 TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY Notice

More information

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP)

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP) TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP) For engagement of a Software Development firm for Developing a Dedicated Website

More information

DISTRICT GOVERNMET OKARA. Tender Document For purchase of

DISTRICT GOVERNMET OKARA. Tender Document For purchase of DISTRICT GOVERNMET OKARA Tender Document For purchase of GPS BASED TRACKING AND FUEL MANAGEMENT SYSTEM FOR VEHICLES AND STATIC MACHANICAL ASSETS OF DISTRICT GOVERNMENT OKARA Note: The bidder is expected

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

More information

SECTION 6: RFQ Process, Terms and Conditions

SECTION 6: RFQ Process, Terms and Conditions SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested

More information

DISCLAIMER. This request for Expression of Interest (EOI) is not an offer by the Department

DISCLAIMER. This request for Expression of Interest (EOI) is not an offer by the Department DISCLAIMER This request for Expression of Interest (EOI) is not an offer by the Department of Posts, India, but an invitation to receive responses from eligible interested firms for providing project consultancy

More information

Anglo American Procurement Solutions Site

Anglo American Procurement Solutions Site Anglo American Procurement Solutions Site Event Terms and Conditions Anglo American Procurement Solutions Site Event Terms and Conditions Event Terms and Conditions 3 1. Defined terms 3 2. Interpretation

More information

Request for Proposal For

Request for Proposal For Request for Proposal For FOR CREATION OF GIS DATABASE OF ALL DEPARTMENTS OF UT OF DADRA AND NAGAR HAVELI DADRA & NAGAR HAVELI, PLANNING AND DEVELOPMENT AUTHORITY, 1 st floor, South wing, New Collectorate

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

IDBI BANK LIMITED. REQUEST FOR PROPOSAL (RFP) For ATM Managed Services

IDBI BANK LIMITED. REQUEST FOR PROPOSAL (RFP) For ATM Managed Services IDBI BANK LIMITED REQUEST FOR PROPOSAL (RFP) For ATM Managed Services Request for Proposal (RFP) END TO END Reconciliation Solution for Debit Card Transactions and ATMs IDBI BANK Ltd. Page-1 IDBI BANK

More information

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)

More information

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

(A K Chatterjee ) Sc. F & Head, BIS-DSBO BUREAU OF INDIAN STANDARDS (Durgapur Sub Branch Office) Our Ref: DSBO/CA Tender/2014 NOTICE INVITING QUOTATIONS FOR HIRING TAX CONSULTANCY/OUTSOURCING OF ACCOUNTS WORK THROUGH TALLY PACKAGE & MANUAL BASIS

More information