Request for Proposal (RFP) For Network Management System (NMS)
|
|
|
- Charity Bruce
- 10 years ago
- Views:
Transcription
1 RFP Reference No: OBC/HO/DIT/RFP-NMS/37/2014 Request for Proposal (RFP) For Network Management System (NMS) Oriental Bank of Commerce Department of Information Technology Corporate Office Gurgaon Tel. No Fax No Page 1 of 41
2 TABLE OF CONTENTS Sr. No. Subject Page No. 1 General Bid Details 3 2 e-tendering Details 5 3 Introduction 6 4 Existing Network Design & Architecture 7 5 Bidders Eligibility Criteria 9 6 Scope of Work 10 7 Instruction to Bidders 13 8 EMD 19 9 Payment Terms & Conditions Performance Bank Guarantee (PBG) Annexure I - Bidder s General Information Annexure II - Bidders Eligibility Criteria Annexure III - Technical Specifications Annexure IV - Bill of Material Annexure V L1 Vendor Determination Sheet Annexure VI - Performa for the Bank Guarantee 37 for Earnest Money Deposit 17 Annexure VII - Performa for Performance Bank Guarantee 18 Annexure VIII - Technical Bidder Scoring Criteria 41 Page 2 of 41
3 General Detail Tender No : Department Name : Tender Details : Mode of Tender Submission Tender Type : Type of Contract: Bidding Type : Consortium : Download Tender Documents : Purchaser Location : OBC/HO/DIT/RFP-NMS/37/2014 Oriental Bank of Commerce Supply, Installation, Operationalization, Integration & Maintenance of Network Management System (NMS) Online Open Purchase Indigenous NOT ALLOWED Before Login Gurgaon Key Dates Document Download Start Date & Time : Document Download End Date & Time : Last Date & Time of Online Bid Submission : Date & Time of Online Technical Bid Opening : Bid Validity Period (Days): Project Duration : Documents to be submitted Physically : Saturday March 22, 2014, 10:00 am Tuesday April 15, 2014, 05:00 pm Wednesday April 16, 2014, 05:00 pm Thursday April 17, 2014, 11:00 am As per tender document As per tender document i. Participation Fee DD, ii. B.G. or DD for EMD iii. Other documents supporting eligibility criteria etc. as per tender document. Note : Tender Activity Configuration Pre-bid-meeting : Mode of Apo-Po : A pre bid meeting will be held at 1 st Floor, Department of information technology, Plot No. 5, Sector-32, Corporate Office, Gurgaon on March 31, 2014 at 03:00 pm. Bidders may discuss their queries in the meeting. However queries must reach us on or before March 29, 2014, 5.00 P.M through on [email protected]. Offline Mode of Document Fee Payment : Offline Mode of EMD payment : Mode of Security Fees Payment : Offline NA Payment Details:- Participation Fees(Rs.): Rs. 10,000/- EMD Amount : Rs.10,00,000/- Details:- Eligibility Criteria General Terms & condition As per tender document As per tender Document Page 3 of 41
4 Other details 1. The bidders must fulfill the Pre Qualification criteria for being eligible to bid. 2. The specifications of tender shall be enabled to bidders fulfilling the Pre Qualification criteria and after receipt of Document fees by the Purchaser. 3. The document fees instrument shall be returned to the bidder failing to meet the Pre Qualification criteria. 4. The EMD Of Rs. 10,00,000/- and Bank Draft of Rs. 10,000/- on account of participation fees along with physical copies of all the documents in support of eligibility criteria etc. must be received at the following address before the date and time of submission of bid. 5. The prospective bidders may discuss their queries in the pre bid meeting. Queries of the bidders must reach to the Bank on or before the given Date and time in RFP.No suggestions or queries shall be entertained after the date and time decided. 6. The schedule mentioned herein is subject to change. Notice of any changes will be provided in writing, through or publishing on Bank s website wherever feasible. Further please note that Commercial Bid opening Date, Time & Venue will be intimated to the technically qualified Bidders at a later date. 7. Contact details of the Bank: Information for Online Participation The General Manager (IT) Oriental Bank of Commerce, Corporate Office, Plot No.5, Sec-32 Institutional Area, Gurgaon Phone: Fax: [email protected] Bidders who wish to participate in online tenders will have to register with the website ( through the "New user Registration" link provided on the home page. Bidder will create login id & password on their own in registration process. FACILITIES TO BE PROVIDED TO REGISTERED BIDDERS/ VENDORS BY THE SERVICE PROVIDER M/S e- Procurement Technologies Ltd: The following facilities shall have to be provided to the vendors registered for participating in the e-tendering process. (i) Digital Signature Certificate issued by approved certifying authority. (ii) Hardware token to store the Digital Signature. (iii) Training to the Vendor/Contractor for participating in the bids through e-tendering Website. (iv) 24x7, 365 days call center support/ / phone/ fax/ chat / mobile etc. in all possible medium. (v) Registration with the e-tendering website. (vi) Vendors/Contractors shall be permitted to participate in any other e-tender on the service provider's website for any other organization to whom the services are being provided. (vii) User Manual/ Training Kit to the Vendor/ Contractor. (viii) Any no. of users of Vendor/ Contractor organization can take training on the e-tendering system. Bidders who wish to participate in this tender need to procure Digital Signature Certificate as per Information Technology Act-2000 using that they can digitally sign their electronic bids. Bidders can procure the same from any or the CCA approved certifying agencies, or they may contact e-procurement Technologies Ltd. at below mentioned address and they will assist them in procuring the same. Bidders who already have a valid Digital Signature Certificate need not to procure the same. In case bidders need any clarification regarding online participation, they can contact, e-procurement Technologies Ltd. Corporate Office : B-705 Wall Street-2, Opp-Orient Club, Near Gujarat College, Ellis Bridge, Ahmedabad Tel : Fax : /876 Cell1 : Cell2 : [email protected] : Bidders who wish to participate in e-tender need to fill data in predefined forms of PQ, Technical, and Price bid available in respective tender only. Bidder should upload scanned copies of reference documents in support of their eligibility of the bid and as per the instructions given in tender documents After filling data in predefined forms bidders need to click on final submission link to submit their encrypted bid. Page 4 of 41
5 e-tendering This Tender will follow e-tendering process [e-bids] as under, which will be conducted by Banks authorized e-tendering service provider M/s. e-procurement Technologies Ltd [abcprocure] through their Website as per details given below: a. Submission of Technical Bid & Commercial Bid by the Vendor b. Opening of Technical Bid & Commercial Bid by the Bank c. Clarification, if any, sought by the Bank. d. On-line evaluation by the Bank. Representative of Vendors will be given training for e-tendering by M/s. e-procurement Technologies Ltd [abcprocure]. The response to the present tender will be submitted by way of two stage bidding process Technical bid & Commercial bid. Bidders need to submit their both Technical & Commercial bids through online mode only at OBC s e-tendering portal After opening of the Technical bids these shall be evaluated and commercial bids of technically qualified bidders only shall be opened. Short-listed vendors, if required, will be trained by e-procurement Technologies Ltd. for this purpose, and they will have to abide by the e-business rules framed by the Bank in consultation with e-procurement Technologies Ltd. The bidders are requested to note that it is mandatory to have a valid digital certificate (class-ii or above enabled for encryption) issued by any of the valid certifying authority approved by Govt. of India to participate in the online Event. The bidders are requested to ensure that they have the digital certificate, well in advance or if any assistance is required for the purpose, they can contact our service provider (M/s e-procurement Technologies Ltd.) at the under mentioned details: e-procurement Technologies Limited (abcprocure) Address: A / 208, Wall Street - II Opp. Orient Club, Nr. Gujarat College Ellis Bridge - Ahmedabad Gujarat (India) Phone No. : / 6855 / 6885 / 6886 / 6868 Fax No. : [email protected] Page 5 of 41
6 INTRODUCTION 1. Introduction The Oriental Bank of Commerce (hereinafter referred to as Bank or OBC), is one of the premier public sector banks, has successfully transformed itself into a modern age Bank to cater its customers efficiently and effectively. Bank has its Corporate Office at Gurgaon, 34 Regional Offices and Branches spread across country. The Bank has set up a robust, scalable, secure, state-of-the-art Wide Area Network connecting its various branches and offices with its Data Centre (DC) and DR site located at Mumbai and Delhi. The Bank has 3-tier network where the access points, i.e., branches are connected to aggregating points, i.e. Regional offices which are linked to Data Centre and DR Site through 2 no. of 2Mbps links. As on date, all Head Office locations, Regional Offices & Branches and other offices are networked using Leased Lines with a backup through ISDN and VSATs. The Bank is seeking technically complete and commercially competitive bids from reputed bidders for Supply, Installation, Operationalization, Integration & Maintenance of 1. Network Monitoring System (NMS) Tool providing state of Art, Comprehensive Network Fault Management Network Configuration Management Network Performance Management Network Traffic Analysis For strengthening the monitoring of 3500 Network IP Devices deployed across Bank s locations. 2. The Proposed NMS Components should be from same OEM for out of the box seamless integration capabilities. Page 6 of 41
7 2. Overview of Bank s Wide Area Network and other Infrastructure 2.1 Wide Area Network The Wide Area Network of the Bank has 3 tiers Network Architecture as shown below: The Bank s WAN has core locations i.e. DC Mumbai, NLS Mumbai and DR New Delhi. All the core locations are connected through multiple E1/E3 links. The Network Operation Centre (NOC), Gurgaon is connected through DC and DR sites through multiple 10 MB Lease circuits. The aggregation points i.e. 34 Regional Offices are connected through 2 MB links each with PDC, Mumbai and DR site, Delhi. The access point i.e branches are connected through 64/128/256 Kbps Lease Lines and ISDN as backup links with respective ROs. Bank has deployed 1932 ATMs as on date out of which 1555 ATMs are deployed at onsite locations and 377 ATMs are deployed at offsite locations. The connectivity to offsite ATM locations is provided through CDMA, VSAT and Leased Lines. The existing VSAT network is mix of Ext-C & KU Band technology and is being managed by M/s Bharti, M/s HCL Comnet and M/s Hughes. There are 550 Bank Branches & offsite ATM locations spread across country falling under the purview of different Regions which are connected through VSAT based connectivity. Presently, Bank s Wide Area Network is supported by a set of high-end Cisco Routers installed at the Data Centre, and Aggregation Points and low-end Routers at Access locations. Page 7 of 41
8 3. Network Diagram Page 8 of 41
9 4. Bidder s Eligibility Criteria The Bank will use the following pre-qualification criteria. Only those bidders fulfilling the below mentioned criteria should respond to the tender:- 1. The Bidder should be a Govt. Company / Public Sector Undertaking / Private Sector Enterprises / Partnership firm or a limited company incorporated in India having existence in India for the last 5 years. 2. The Bidder should have a minimum annual turnover of Rs.50 crore (Rupees Fifty Crore Only) in each of the last three financial years i.e , , and should be in profits during the same period. Audited balance sheet & Profit & Loss accounts for the last 3 years to be furnished by the bidder. 3. The Bidder should have involved in Supply, Installation, Configuration & Maintenance of Network Management System (Software and Hardware) providing related services for at least last 5 years. 4. The offered solution of the OEM should be Installed/Operational in at least two Public Sector Undertaking/Private Sector Undertaking organizations in the last 5 years. Further the Bidder as an authorized agent must have Professional experience in Design, Configuration/Customization, Implementation & Supporting of Enterprise Wide NMS (Network Management System) Project in at least One Public Bank located in India of equal repute in the last 5 years with satisfactorily operations. 5. The Bidder must be an Authorized System Integrator having a direct purchase and back to back support agreement with the OEM. 6. The Bidder should have service support centre across the country to support the offered NMS Infrastructure. 7. The Bidder should be an OEM or their authorized agent/reseller. 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. 8. The Bidder shall submit a letter of undertaking that they are not currently blacklisted by any of the Central/ any of the State Governments/BFSI in India or any Financial Institution in India. 9. The Bidder should have OEM certified professionals on the offered solution for supporting the same and should furnish necessary documentary proof and certification details. Note:-The Bidder should produce documentary support for the above. Only those who satisfy the above criteria are eligible to bid for this RFP and will be considered for further participation. Page 9 of 41
10 5. Scope of Work Bank is in the process of strengthening Monitoring of Wide Area Network (WAN) locations running customer centric live applications such as Core Banking Solution, ATM, RTGS, NEFT, Internet Banking, Mobile etc. for which there is a requirement of Robust, Scalable, Secure Network Management System (NMS) 1. The Bidder shall be responsible for Supply, Installation, Integration, Maintenance & Operationalization of the offered NMS System covering 3500 Network Devices operational at Bank s WAN locations spread across upcountry locations including Primary Data Centre, Disaster Recovery Site, Head Office, Regional Offices and Branches. 2. The Offered Network Management Solution (NMS) solution should support at least the following. The detailed technical specifications are mentioned in this RFP document (Annexure-III). - All the proposed NMS Components should be from single vendor. - NMS Software should support Graphical view up to port level for the all the devices. - Discovery of Network Elements. - Real time Traffic monitoring of Network Links and Devices with Historical reports for various periods. - Management of SNMPv1, SNMPv2, SNMPv3 & MIB etc. - Configuration of thresholds for Generating alarms. - Configuration of alarm actions (visual, audible, , etc.) for each network element - Should be able to provide secured windows based consoles / secured web based consoles for accessibility to NMS. - Should have web browser interface with user name and Password Authentication. - Administrator/ Manager should have privilege to create/modify/delete user. - NMS should have support for SNMPv3 & IPv6, including dual-stack IPv4 & IPv6 to provide flexibility in protocol strategy and implementation. 3. The offered NMS solution should be Scalable, Secure, Robust, Advanced, State of Art, flexible, easy to deploy, reliable, built in redundancy and should support distributed architecture along with 3rd party integrations. 4. The Bidder shall be responsible for Supply of all necessary Hardware, Operating System (OS) Software, Application Software, Database etc. The NMS shall be deployed & Operationalized at Bank s Network Operation Centre (NOC) set up at Head Office, Gurgaon. Page 10 of 41
11 5. Bank will arrange the Power points, Ethernet cabling, I/O Box etc required, if any, at Bank location. Bidder has to share the site requirements, if any with Bank for smooth installation and operationalization of the same thereafter. 6. Bidder shall work in coordination with existing Network Integrator of the Bank for getting the necessary routing changes at the Routers and at other Networking Devices for smooth deployment, operationalization and Integration of the offered NMS solution required, if any. 7. The Bidder shall manage the supplied NMS Infrastructure Solution i.e. Hardware, Application Software, OS, Database etc. for a period of 5 years at least i.e. 3 years during warranty and subsequently 2 years during AMC period. 8. The Bidder shall be responsible for smooth operations of the NMS during the Warranty and through Annual Maintenance Contract (AMC) after expiry of warranty period. 9. The Bidder shall identify and document the network devices to be monitored and verify necessary community strings with the help of Bank s network integrator and also identify grouping strategy of the devices. 10. The Bidder shall configure universal map in fault manager to depict Bank s Network Topology and drill down container to Core, Aggregation and Access locations and also configure various views based on each global collection groups for NMS user access to specific use. 11. The Bidder shall be responsible to document reports that need to be generated for fault, performance and analysis of the network traffic as per the Bank s requirement. 12. The Bidder shall be responsible for configuring alarm (Device down, Link failure, Bandwidth Utilization etc.) which are visible in the Alarm console to take necessary action. 13. The Bidder shall be responsible to supply necessary documents such as Installation Guide, Administration Guide, Manuals, Data Sheet etc. 14. The Bidder shall be responsible for implementing privilege user account for approx.50 Regional Office/Head Office for viewing/monitoring the status of locations falling under their purview. 15. The Bidder shall provide operational training to identified Bank s officials and Network Operation Centre (NOC) team for successful operationalisation of the offered Network Management Solution (NMS). 16. The offered solution should have the facility of monitoring the Bank s Wide Area Network which is currently connected on point to point topology in totality and through respective Regional Offices for the locations falling under the Page 11 of 41
12 purview of their Region. The offered solution should support the distributed monitoring. Further the offered solution should support MPLS technology as Bank may go for the same in near future. 17. The Bidder shall be responsible for compliance of Vulnerability Assessment (VA) audit observations as and when reported by the Bank on the supplied Systems, Softwares & Database etc. 18. The offered solution should have the facility of integrating with Bank s syslog server smoothly. The interface/customization required, if any shall be provided/done by the Bidder along with the offered solution. 19. The Bidder shall be empanelled for a period of one year from the date of placement of first order. Note: -Successful Implementation of the NMS project will be the sole responsibility of the Bidder to arrange for anything & everything required to meet the Project specifications and/ or deadlines. It is the responsibility of the Bidder to provide a complete solution. Page 12 of 41
13 INSTRUCTIONS TO BIDDERS 6. Bidding Process 6.1 RFP Document and Submission of Bid The interested eligible vendor may download the RFP from the Bank s website, i.e., or Submission of Bid Bidders need to submit their quotation through online mode only at Bank s e Tendering portal Two Stage Bidding Process The bidder will submit his response to the present tender separately in two parts The Technical Bid and The Commercial Bid. The technical and commercial bids shall be submitted online but the supporting documents referred to in this RFP document are required to be submitted to the Bank in physical form as mentioned in the following paragraphs. Technical Bid will contain the details as required in the Eligibility criteria, along with the documentary evidence, and other documents related to the bid, whereas the Commercial Bid will contain the pricing information. In the first stage, only the Technical Bids will be opened online and evaluated as per the criterion determined by the Bank. Bank may at its discretion invite the bidders for presentation before the selection committee of the Bank. Those bidders satisfying the technical requirements as determined by the Bank and have submitted EMD and Bid participation fee as mentioned in RFP, shall be short-listed for opening their Commercial Bid. The (T1+ L1) vendor shall be decided on the basis of the Commercial Bids of Technically qualified bidders. Further Bank reserves the right to go for reverse auction process. Bidders have to submit the all the document as mentioned in technical BID with participation fee and EMD in a sealed envelope to the Department of Information Technology before closing date and time of the BID. If Bidder fails to do so in time, the online bid submitted by him will not treated as valid and will not be considered. 6.4 Cost of Bidding 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. Page 13 of 41
14 6.5 Late Bids Since bidding will be online, the bidder will not be able to upload/ submit their bids after the specified time on last date of bid submission. 6.6 Clarifications of RFP A prospective bidder requiring clarification on any point mentioned in the RFP may notify the Bank in writing or by fax/ at the address indicated below: The General Manager (IT) Oriental Bank of Commerce Department of Information Technology Corporate Office, Plot No. 5, Sec - 32 Institutional Area, Gurgaon Fax: [email protected] 6.7 Amendment to RFP Contents At any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) requested by a prospective bidder, modify the RFP contents by amendment. Amendment will be published on Bank s website as well as e tendering website, and will be binding on bidders. The Bank shall not be liable for any communication gap. In order to provide prospective bidders, reasonable time to take the amendment into account for preparation of their bid, the Bank may, at its discretion, extend the last date for bidsubmission. Further the Bank reserve the right to scrap the RFP or drop the tendering process at any stage without assigning any reason. 6.8 Pre-bid Queries A Pre-bid meeting will be held with all the prospective bidders on 31 st March, 2014 (3.00 P.M) at 1 st Floor, Department of Information Technology, Plot No.5, Sector-32 Corporate Office, Gurgaon to provide clarifications on points raised by them regarding this RFP. The bidders should send their queries in writing so as to reach us latest by 5.00 P.M on 29 th March 2014 through /fax/letter. Queries not received within this time may not be taken up during the pre-bid meeting. Page 14 of 41
15 7. Bid Features 7.1. Language of the Bid All bids and supporting documentation must be in English only Bid Currency & Price Structure Prices shall be expressed in the Indian Rupees only. The prices quoted by the bidders should be inclusive of Supply, Installation, Configuration, Operationalization, Integration and Maintenance of offered Network Management System (NMS) equipments. The price quoted must be inclusive of all duties and charges related to freight, insurance, forwarding, packing, dispatch, installation etc. However, Value Added Tax, Sales Tax, Octroi, Service Tax and Local Taxes, if any, are payable extra on actual. The Bank shall neither pay any other cost nor consider any other cost for L-1 Bidder. The cost will not depend on any variation in USD/ / exchange rate or change in tax structure Validity Period The Bids should be valid for a period of six months from the date of bid submission. A bid valid for a shorter period shall be rejected by the Bank as non responsive Format & Signing of Bid Each bid shall be made in the legal name of the bidder and each page of it shall be signed and duly stamped by the bidder or a duly authorized person to sign on behalf of the Bidder. Any interlineations, erasure or overwriting shall be valid only if these are initialed by the person(s) signing the bid. Executive(s) representing the bidder should be duly authorized to sign the bid, interacting with the Bank for all sorts of communication as well as appearing in for price negotiation meeting, in case the bidder emerges as L-1 as a result of commercial evaluation of all technically qualified bids. A letter of this intent, issued by the Proprietor, CEO, Director, or any top level executive, authorizing representing executive(s) should be submitted as part of the Technical Bid Reliability/Quality of the Hardware The NMS equipments supplied by the bidder should be Robust and Reliable, as per technical specifications. The bidder should also specify the lifetime of hardware and should avoid offering solution which has already reached End of Life (EOL)/End of Support (EOS). The Bidder must guarantee that all offered equipments delivered are brand new. Further all related software to be supplied/delivered and installed must be of latest version. Page 15 of 41
16 7.6. Technical/Commercial Bid Essentials TECHNICAL BID - The Technical Bid must contain the following: Online: 1. Bidder s General Information (Annexure-I) 2. Bidder s Eligibility Criteria (Annexure-II) 3. Compliance with technical specifications (Annexure-III) 4. Point wise Compliance with the Scope of Work Physical Documents: 1. Letter authorizing representing executive(s); 2. Documents in support of meeting Bidder s Eligibility Criteria; 3. Demand Draft towards participation fee. 4. Demand Draft / Bank Guarantee on a/c of EMD. 6. Letter of acceptance of all Terms & Conditions as mentioned in the RFP. 7. Details of Service/Support Infrastructure; 9. Audited Balance Sheet and Profit & Loss Account documents for the last 3 years; 10. Undertaking to provide Post Warranty Maintenance Support for networking equipments and arrange for spare parts for a minimum period of 2 years after expiry of warranty period. COMMERCIAL BID The following documents should be submitted online: 1. Bill of Material with Pricing Information of equipments / items with 3 years comprehensive on-site warranty and 2 years AMC (Annexure IV). 2. L1 bidder determination sheet (Annexure V). This shall be generated automatically based on the inputs given in Annexure-IV. 8. Bid Evaluation The purpose of bid evaluation is to determine the lowest responsive bid amongst the substantially responsive bids received by the Bank. In order to determine the lowest responsive bid, the Bank shall adopt a systematic evaluation process comprising of following logical steps. Page 16 of 41
17 8.1. General Evaluation 1. The Bank will examine the bids against Bidder s Eligibility Criteria mentioned in the RFP. Bidders who do not qualify all the criteria in this section shall be summarily rejected from further evaluation. 2. The Bank will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 3. The Bank may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. The decision of the Bank in this regard shall be final and binding. 4. Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each bid against this RFP. For purposes of these clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the RFP without material deviations. 5. During evaluation of the bids, the Bank may, at its discretion, ask the bidder for providing clarification on any point mentioned in its bid. The request for clarification and the response shall be in writing. 8.2 Evaluation Criteria The evaluation of bids will be based on Techno-Commercial Evaluation wherein Technical bid will carry 75% weightage and Commercial will carry 25% weightage.it may be noted that Techno-commercial bids will be subjected to following evaluation process. Based on the technical evaluation criteria, each bidder will be given certain marks. The Bidders who have secured 70 % marks will only be eligible for commercial evaluation. I. Technical Evaluation After opening of the Technical bids, these shall be evaluated based upon Bidder Scoring Criteria mentioned in Annexure-VIII.The Bidder needs to achieve a cut off score of 70 % marks in the technical bid evaluation to be qualified for commercial bid opening. II. Commercial Evaluation A score(s) will be calculated for all technically qualified bidders using the formula:- (Minimum Commercial Quote/Quoted Price) x 25% + (Technical Score/Highest Technical Score) x 75% (Technical will carry 75% weightage and Commercial will carry weightage of 25%) Page 17 of 41
18 Highest scores so obtained using the above method shall be declared L-1. In case of tie-up in Techno-Commercial evaluation score, the bidder scoring highest technical score will be declared L-1 bidder. 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 multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the bidder does not accept the error-correction, its bid will be rejected, and its bid security may be forfeited. 9. Award Notification The acceptance of a bid, subject to contract, commercial considerations & compliance with all terms and conditions will be communicated in writing by means of placing order at the address supplied by the bidder in its bid. Any change of bidder s address, should therefore be promptly notified to: The General Manager (IT), Oriental Bank of Commerce, Department of Information Technology, Corporate Office, Plot No. 5, Sec-32 Institutional Area Gurgaon (Haryana) [email protected] 10. Bidder s Disqualification and Rejection of Bids Any bidder not complying with the Bidding process is liable for disqualification at any stage. The Bank reserves the right to reject all the Bids or annul the tendering process at any stage without assigning any reason. Decision of the Bank in this regard shall be final, conclusive and binding on the bidders 11. Proposal Ownership The bid and all supporting documentation submitted by the bidders shall become the Bank s property and the Bank reserves the right to accept or reject any request made by any bidder to return or destroy the bid and accompanying documentation. 12. Technical Inspection and Performance Evaluation The Bank reserves the right to carry out a Technical Inspection and Performance Evaluation (benchmarking) of offered NMS equipments offered by short-listed bidders. 13. Delivery, Installation and Commissioning of Items The vendor shall be responsible for delivery, installation and operationalization of the ordered item(s) at the site i.e. Network Operation Centre (NOC) established at Head Office, Gurgaon and for making them fully operational at no extra charge within 6 weeks of the date of purchase order. Appropriate insurance to cover the ordered item(s) for the transit period and till the time of its installation. The cost of the Page 18 of 41
19 insurance will be borne by the vendor. At the discretion of the Bank, there will be an acceptance test conducted by the vendor in presence of the Bank official(s) and/or its nominated consultant(s) after installation of complete item(s). In case of serious discrepancy in the offered NMS equipments supplied, the Bank may cancel the entire purchase order and return the item(s) back to the vendor at vendor s costs and risks. The vendor shall give acceptance of the order within one week from the date of order. Bank has right to cancel the order, if the same is not accepted within the stipulated period from the date of order. The Bank will arrange electrical points and LAN cabling required, if any, at the locations. 14. Performance Bank Guarantee The Bidder has to submit a Performance Bank Guarantee (PBG) i.e. 10% of the order value to the Bank within 30 days from the date of rate contract. This Bank Guarantee should be valid up to 5 years (i.e. during warranty and AMC period) from the date of its issuance. The Performa for Performance Bank Guarantee is attached as Annexure VII. 15. Payment Terms The Bank will make payment as per following scheduled terms. 25% On delivery of the NMS Hardware and Software 65% On Installation, Configuration, Operationalization and Integration of the same 10% 30 days after full implementation of the solution The payment shall be released by Head Office, Gurgaon. The bidder will be required to furnish the documentary proof of Delivery, Installation, Operationalization and acceptance duly signed by Bank s NOC team posted at Head Office while claiming the payment. The Excise / Custom duty will however have to be mentioned separately in the invoice and the Bank may set off the applicable Excise/Custom Duty against duty free credit scrips for which Bank is eligible under chapter 3 of FTP (Foreign Trade Policy). 16. Earnest Money Deposit The bidder shall furnish, as part of the Tender Documents, a bid security for an amount of Rs.10,00,000/- (Rupees Ten Lac) in the form of a demand draft/pay order/financial Bank Guarantee as per Annexure VI, valid for six months from the last date of bid submission, in a sealed envelope super scribed as BG-EMD. The demand draft/pay order should be drawn in favour of Oriental Bank of Commerce payable at Delhi. Page 19 of 41
20 The bid security should form part of the Tender Documents (Technical Bid) submitted by the vendor. Failure to comply with this condition shall result in summary rejection of the tender offer and no vendor shall be exempted from the requirement of bid security. No Interest will be paid on the bid security amount. The bid security of unsuccessful bidder shall be returned, only after the successful completion of the tender process. The bid security shall be forfeited 1. If a bidder withdraws his offer during the period of validity of bid.2. If the successful bidder fails to honor the order or if the order is cancelled in terms of order cancellation clauses as mentioned elsewhere in this document. 17. Further Orders The Bank may, over and above the quantity mentioned in this RFP, place further orders for Supply, Installation, Configuration, Operationalization, Integration and Maintenance of NMS equipments at the same rate and terms & conditions as per the Rate Contact entered into with finally selected vendor within 12 months period from the date of first purchase order. However, if during the said 12 months period, any downward price-revision for any of NMS equipments occurs, and then vendor must offer the same to the Bank without any delay and request from the Bank. 18. Order Cancellation The Bank reserves the right to cancel the purchase order in the event of one or more of the following situations: 1. Delay in supply, installation, and operationalisation of NMS equipments beyond the specified period (6 weeks). 2. Deviations of the NMS equipments proposed from those mentioned in the RFP including non-integration of these equipments with Bank's infrastructure as mentioned in Scope of Work above to the satisfaction of the Bank. In the event of order cancellation the vendor shall be responsible to take back the faulty equipments at their cost & expenses. In the event of cancellation of order, the Bank shall also invoke the Performance Bank Guarantee (PBG) submitted by the bidder. 19. Manuals/Guides The NMS equipments will have to be supplied with all the manuals/guides in electronic form and/or printed booklet(s) as provided by the respective Original Equipment Manufacturers. All the manuals/guides should be in English only. 20. Warranty All NMS Infrastructure i.e. Hardware, Software, Database etc. should be covered under comprehensive on-site Warranty/ Maintenance for 36 months by the bidder Page 20 of 41
21 from the date of installation, operationalization and acceptance of the NMS system by the Bank. The vendor shall be fully responsible for the warranty of all equipments, accessories, spare parts, software etc. against any defects arising from design, material, manufacturing, workmanship or any act or omission of the manufacturer and/or vendor any defect that may develop under normal use of supplied equipment during warranty period. During the Warranty period of equipments, bidder shall not assign any kind of maintenance like hardware, software, up gradations etc. related to these equipments to any third party. Warranty should not become void if the purchaser buys any other supplemental hardware from third party and install it with/in these machines. However, the warranty will not apply to such hardware items installed. Warranty should cover the following:- a) Service support should be available on 24*7*365 basis. b) The complaint should be resolved at the earliest with following uptime and conditions Complaint must be rectified within 4 hours of receipt of complaint to maintain uptime of 99.5% per month. Warranty should cover firmware patches/bug fixes, ATS, application software upgrade, released if any, for hardware and related software released by OEM. 21. Annual Maintenance Contract (AMC) After expiry of the 3 years warranty period, the Bank may enter into a contract with the vendor(s) for Post Warranty Support required for proper maintenance of NMS equipments supplied by them. The vendor(s) must undertake to provide for NMS equipments and arrange for spare parts for a minimum period of 2 years after expiry of warranty period. The bidder shall not outsource the maintenance work assigned by the Bank, to any third party and shall arrange attending of all complaints registered by the Bank officials through its own service/support infrastructure only. The payment for AMC charges shall be released to the vendor on quarterly arrear basis. The Bank reserves the right to terminate the comprehensive AMC by issuing one month s notice to the bidder, if the services rendered by the bidder are found dissatisfactory. In that case, the bidder will refund the proportionate amount of AMC for the rest of the period of the AMC, if any. Not following all that is mentioned above, the Bank reserves the right to outsource the hardware maintenance work to a third party or the Bank may decide to perform the same through its internal resources. Whatever the case may be (either thirdparty maintenance or maintenance through internal resources); the vendor(s) shall provide requisite maintenance training, technical know-how, and expert assistance to Page 21 of 41
22 the persons and/or agencies, duly authorized by the Bank for this purpose. The responsibilities of the bidder during the AMC period are same as mentioned above in the section "Warranty". 22. Support The bidder is required to provide sound after-sales service/support by arranging timely attending of calls received from NOC, Head Office where the NMS equipments have been supplied & installed; and problem rectification through competent service engineers. The desired support time should be uniformly maintained at all the sites. To meet up time the vendor has to maintain sufficient inventory of spare parts/equipments to avoid unnecessary delay in obtaining the spare parts/equipments. The vendor must supply the details of its service/support infrastructure meant for registering the complaints along with the contact numbers like mobile nos., phone nos., electronic mail addresses and names etc. of its service engineers. 23. Spare Parts The vendor shall ensure availability of spare parts for the supplied NMS equipments for a minimum period of five years from the time of their acceptance. Thereafter, vendor shall give at least twelve months notice prior to discontinuation of support services, so that the Bank may order its requirements of the spares, if desired. If any of the peripherals, components like expansion cards, memory etc., are not available or difficult to procure or the procurement is likely to be delayed for replacement, the replacement must be carried out with peripheral/component of equivalent capacity or higher capacity at no additional charges to the Bank, within the stipulated time as mentioned in the section 'Warranty' above. However, lower capacity of such replacement shall be permitted byte Bank on case-to-case basis subject to practical limitations of NMS equipments for which such replacement is required. 24. Liquidated Damages The Bank expects delivery, installation and operationalization within 6 weeks. However, if the vendor commits delay in delivery or Installation, Operationalization & Integration of the offered NMS equipments as mentioned in the purchase order within the period, the bidder will be liable to pay a sum of 1% (one percent) of the undelivered/uninstalled portion of the order value per site for each week of delay beyond the scheduled delivery date by way of liquidated damages. Cap on liquidated damages shall be 10% of the undelivered/uninstalled value of the order. 25. Failure of equipments If, during the warranty period as well as AMC period, any equipment fails to function properly two or more times during a quarter due to any reason except force majeure event, the bidder shall arrange replacement of the same by new equipment of same or higher configuration, at no cost to the Bank. Page 22 of 41
23 26. Penalty (during Warranty & AMC periods) The Bank expects 99.5% or above uptime to be calculated on monthly basis for the offered solution. However, any deviation from the same shall invite penalty as under. Uptime 1 St Instance (Figures in INR) 2 nd Instance (Figures in INR) < 99.5% up to 99% < 99% up to 98% < 98% up to 97% Page 23 of 41 3 rd Instance onwards (Figures in INR) Maximum cap on penalty on above shall be Rs.1,00,000/-. In addition to above Bank may invoke the Performance Bank Guarantee (PBG) and cancel the order. 27. Indemnity Bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademark, copyright etc., or such other statutory infringements in respect of all the NMS equipments supplied by it. 28. Publicity The Bidder shall ensure that the name of the Bank does not appear in any of its advertisements, product demonstrations, sales promotion schemes, or any publicity initiatives, without obtaining explicit written permission of the Bank in this regard. The Bank, however, reserves the right to reject any such request made by vendor. 29. Suspension of Work The Bank reserves the right to suspend and reinstate execution of the whole or any part of the work without invalidating the provisions of the contract. The Bank will issue orders for suspension or reinstatement of the work to the vendor in writing. The time for completion of the work will be extended suitably to account for duration of the suspension. 30. Guarantees Bidder should guarantee that the offered NMS Equipments and other related equipments delivered to the Bank are brand new. 31. Force Majeure The vendor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that it s delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, Force Majeure means an event beyond the control of the Vendor and not involving the vendor s fault or negligence
24 and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war, fire, floods, strikes, lock-outs and freight embargoes. If a Force Majeure situation arises, the vendor shall promptly notify the Bank in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by the Bank in writing, the vendor shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. In such a case, the time for performance shall be extended by a period not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the Bank and the vendor shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the Bank shall be final and binding on the vendor. 32. Inspection of Records All Bidder records with respect to any matters covered by this tender shall be made available to the Bank or its designees at any time during normal business hours, as often as the Bank deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Said records are subject to examination. Bank s auditors would execute confidentiality agreement with the Bidder, provided that the auditors would be permitted to submit their findings to the Bank, which would be used by the Bank. The cost of the audit will be borne by the Bank. The scope of such audit would be limited to Service Levels being covered under the contract, and financial information would be excluded from such inspection, which will be subject to the requirements of statutory and regulatory authorities. 33. Confidentiality Provision The terms of this RFP, the information provided by Bank herein and all other information provided by Bidder in connection with the requirement mentioned in this RFP to be provided by the Bidder pursuant to this RFP, are to be treated by Bidder as strictly confidential and proprietary. Such materials are to be used solely for the purpose of responding to this request. Access shall not be granted to third parties except upon prior consent of Bank and upon the written agreement of the intended recipient to treat the same as confidential. Bank may request at any time that any of Bank s material be returned or destroyed. 34. Limitation of Liability The Bidder s aggregate liability in connection with obligations undertaken as a part of this RFP regardless of the form or nature of the action giving rise to such liability (whether in contract, tort or otherwise), shall be at actual and limited to the value of the contract. Page 24 of 41
25 The Bidder s liability in case of claims against the Bank resulting from misconduct or gross negligence of the Bidder, its employees and subcontractors or from infringement of patents, trademarks, copyrights or such other Intellectual Property Rights or breach of confidentiality obligations shall be unlimited. The Bank shall not be held liable for and is absolved of any responsibility or claim/litigation arising out of the use of any third party software or modules supplied by the Bidder as part of this RFP. 35. Resolution of Disputes The Bank and the vendor shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, the Bank and the Vendor are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by the Bank and the other to be nominated by the Vendor. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The arbitration and reconciliation act 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be New Delhi. Page 25 of 41
26 Bidder s General Information Annexure I Sl Information Required Bidder s response 1 Name of the bidder 2 Year of starting operations 3 Constitution of the bidder, i.e., Limited Company, Private Limited Company etc 4 Bidder s registered address 5 Bidder s corporate address 6 Address(es) of partner(s), if applicable 7 Name(s) of the authorized executive(s) 8 /Phone/Fax nos. details of authorized representative(s) 9 Net Profit (Rs. In crores) During FY During FY During FY Total Turnover (Rs. In crores) During FY During FY During FY No. of support centres with their addresses 12 Experience in Implementation of Network Management System (NMS). The reference sites where the bidder has successfully supplied and operationalised the NMS. Signature Seal of the bidder Page 26 of 41
27 Bidders Eligibility Criteria The following is the bidders eligibility criteria. S. No Eligibility Parameters The Bidder should be a Govt. Company / Public Sector Undertaking / Private Sector Enterprises / Partnership firm or a limited company incorporated in India having existence in India for the last 5 years. Annexure II Compliance (Y/N) with documents Certificate of Incorporation The Bidder should have a minimum annual turnover of Rs.50 crore Bidder to submit the in each of the last three financial years i.e , , Audited Balance sheets and should be in profits during the same period. of the said 3 years and Audited balance sheet & Profit & Loss accounts for the last 3 years certificate of Chartered to be furnished by the bidder. Accountant. The Bidder should have involved in supply, installation, Relevant Documentary configuration & maintenance of Network Management System Proof. (Software and Hardware) providing related services for at least last 5 years. The offered solution of the OEM should be Installed/Operational in Submission of relevant at least two Public Sector Undertaking/Private Sector Undertaking PO Copies. organizations in the last 5 years. Further the Bidder as an authorized agent must have Professional experience in Design, Configuration/Customization, Implementation & Supporting of Enterprise Wide NMS (Network Management System) Project in at least One Public Bank located in India of equal repute in the last 5 years with satisfactorily operations. The Bidder must be an Authorized System Integrator having a Relevant Documentary direct purchase and back to back support agreement with the proof to be submitted OEM. The Bidder should have service support centre to support OBC s Relevant Documentary NMS Infrastructure. proof to be submitted The Bidder should be an OEM or their authorized agent/reseller. Authorization letter Either the authorized partner on behalf of the Principal / OEM or should be produced by Principal / OEM itself can bid but both cannot bid simultaneously Bidder of the OEM. for the same item / product for this tender. The Bidder shall submit a letter of undertaking that they are not Undertaking Document currently blacklisted by any of the Central/ any of the State to be submitted Governments/BFSI in India or any Financial Institution in India. The Bidder should have OEM certified professionals on the offered Relevant Documentary solution for supporting the same and should furnish necessary proof to be submitted documentary proof and certification details. Please enclose documentary proof for all the above criteria. In absence of these, the bids will not be considered for further evaluation. No further correspondence will be entertained in this case. Page 27 of 41
28 Annexure III Technical Specifications for NMS TOOL Bidder should provide State of Art Network Fault & Performance Monitoring Licenses to monitor 3500 Network Devices primarily Routers and Switches deployed across Bank s locations spread across upcountry locations i.e. Branches, Regional Offices, Head Office, Primary Data Center, Mumbai, DR Site Delhi etc. 1. Network Fault Management - The Proposed Network Fault Management consoles must provide web based topology map view from a single central console. The system should provide Auto Discovery & inventory of heterogeneous physical SNMP enabled network devices like Layer-3 switches, Routers and other IP devices and do mapping of LAN & WAN connectivity with granular visibility up to individual ports level. - Network Fault Management should support Graphical User Interface (GUI). - The solution should allow for discovery to be run on a continuous basis which tracks dynamic changes near real-time to keep the topology as up to date as possible. This discovery should run at a low overhead, incrementally discovering devices and interfaces. - The NMS should provide very powerful event correlation engine and thus must filter, correlate & process, the events that are created daily from network devices. It should assist in root cause determination and help prevent flooding of non-relevant console messages. - Polling intervals should be configurable on a need basis through a GUI tool, to ensure that key systems are monitored as frequently as necessary. - The topology of the entire Network should be available in a single map along with a Network state poller with aggressive/customizable polling intervals. - The Network performance operator console should provide operators with seamless transitions from fault data to performance reports and back. For example - select a node in NMS fault mgmt system and cross launch it for historical and near real time data in performance Management. - Should have MIB browsing, MIB loading, and MIB expression collection features. - The proposed system must support multiple types of discovery like IP range discovery - including built-in support for IPv6, Import data - from pre-formatted files (IPs, ranges, strings or ports), Seed router based discovery - Using route Page 28 of 41
29 tables and SNMP MIBs, Trap-Based Discovery - whenever new devices are added with capability to exclude specific devices based on IP addresses / IP Address range. - The system must deduce the root cause of the problem and in topology it should visually pinpoint single impacting device as well as other impacted devices through various colors. - The NMS performance system must provide out-of-the-box and highly customizable reporting across the network domain. The tool should provide sufficient reports pertaining to asset inventory, alarms & availability reports as well as a detailed asset report. - Proposed Fault management must provide Spotlight views for Router Redundancy, VLAN list. When clicked on a particular VLAN from VLAN List, participating devices only for that particular VLAN gets highlighted in the topology map. - The proposed system should be able to administer configuration changes to network elements by providing toolkits to automate the following administrative tasks of effecting configuration changes to network elements like Capture and detect running & startup configuration, Upload configuration, Write startup configuration. - The proposed tool should display configuration changes differences in GUI showing modified, remove, masked lined from last captured network configurations for routers and switches. Also this should be able to identify which user has made changes or modifications to device configurations. - Network Fault Management Console should clearly identify in topology primary links and back up ISDN links and should change color for back up ISDN link once it get activated when primary link is down. - The System should be able to monitor Quality of Service (QoS) parameters configured to provide traffic classification and prioritization for reliable traffic transport. The solution should be able to discover and model configured QoS classes, policies and behaviours. - The system should provide an outage summary that gives a high level health indication for each device as well as the details and root cause of any outage. - Support for discovering and monitoring router redundancy groups using HSRP (Hot Standby Router Protocol) & VRRP (Virtual Router Redundancy Protocol) & recognizing situations that can result in multi-path conditions. Page 29 of 41
30 2. Secure Network Configuration Management - Should be able to generate a graphical representation of your network. Identify which devices are inactive or out of compliance. Use filters to immediately view isolated specific network segments. Capture a snapshot of the current state of the network, including topology and virtual LAN (VLAN) information. Identify the hosts connected to specific switches or interfaces by MAC address. - Manage network compliance by comparing devices to defined, best-practice standards. - In real time, detect configuration and asset information changes made across a multi-vendor device network, regardless of how each change is made and also support configuration deployment/rollback and configuration templates. - Manage dual-stack and pure IPv6 environments. - In real time, store a complete audit trail of configuration changes, (hardware, and software,) made to network devices, including critical change information. - Configure granular, customizable user roles to control permissions on device views, device actions, and system actions. - Manage device access and authorization through a centralized control model that is integrated with your standard workflow and approval processes through mail notifications. - Deploy and monitor IOS operating system images from a centralized network management system. Page 30 of 41
31 3. Network Performance Management System The proposed Network Performance Management System must provide the following features:- - Proposed performance management should integrate with fault management to forward performance exception alarms by defining notifier rules. - Should establish the status of network devices and interfaces with unified status calculation and visualization of network fault & performance data. - The proposed system shall identify over-and under-utilized links and assist in maximizing the utilization of current resources. The proposed system shall provide Performance of Network devices like CPU, memory & buffers etc, LAN and WAN interfaces and network segments. - Should enable efficient workflows using contextual navigation between reports and rich interactive report configuration capabilities. - The proposed system must have a report authoring tool built-in which will enable complete customization flexibility of performance reports for network devices. - Network Performance reporting tool must provides the following capabilities:- 1. Data collection and thresholding of network device ports (any that support MIB2 including virtual interfaces): - Bytes In - Bytes Out - Discards - Errors - Network Delay 2. Data collection and threshold of network devices: - CPU - Memory - Buffers - Component statistics 3. Should honors network fault management tools secure grouping and User settings. - Secure reports by group - Secure reports by user 4. The Proposed Performance Management must provide following charts for all kinds of Health Reports:- - Availability Chart Page 31 of 41
32 - Bandwidth Utilization Chart - Jitter Chart - Latency Chart - Network Interface Utilization Chart etc. - Home page summary (At a Glance Chart) - Trends chart - Headline - Dashboard (Integrated for Performance & Traffic Analysis) - Managed inventory report - Top ten Page 32 of 41
33 4. Network Traffic Analysis System Analyzing network traffic pattern is very critical component to help in troubleshooting issues related to network traffic congestion. Proposed tool should help in identifying type of traffic flowing based on various applications & protocols for capacity analysis and providing breakup of traffic utilization on critical router interfaces. Tool should help in identifying what applications\users are generating maximum traffic thus consuming most amount of bandwidth. Proposed network traffic analysis system should be sized to monitor traffic at Access, Aggregation and Core points support monitoring & reporting on 500 critical interfaces. Tools should provide following features 1. NMS Tool should assist in determining whether right traffic is flowing through or it is rogue traffic which is not required. Tool should provide deep traffic visibility by providing insight on type of traffic flowing through QoS Policies defined. This should help in pinpointing which type of traffic as specified in particular QoS Policy is in excess and is causing degradation on another application traffic sharing the same QoS pipe. 2. The tool must support heterogeneous network Flow monitoring and traffic analysis for any of technology vendors like Net Flow, J-Flow, S-Flow, IP Fix. 3. The proposed solution must be able to monitor and report on unique protocols per day and display utilization data and baselines for each protocol individually by interface. 4. Proposed tool must integrate with Central Network Fault & Performance Management System seamlessly for sending alarms and context sensitive reporting and integrate with common portal. 5. The proposed system must be capable of sending alerts via SNMP trap. 6. The system should allow via API for Excel to download data to generate reports and be able to restrict views and access for defined users to specific routers, interfaces, and reports. 7. It must provide aggregated and detailed reports on the volume of traffic flowing between host servers which can be scoped by individual router interfaces. It shall characterize all applications in the system by means of powerful configurable rules and thus presents an integrated view of packet flow in the network. 8. The proposed system must be capable of providing the following detailed analysis Top utilized links (inbound and outbound) based on utilization of every link being monitored by every collection device. Top protocols by volume based on utilization of every link being monitored by every collection device Page 33 of 41
34 9. Aggregates and enriches the IP flow records by providing the ability to add or update the available fields in the flow records. 10. Correlates the obtained IP flow records with network fault manager for context based analysis. 11. Generates performance reports by exporting data to the Network Performance Server (NPS). 12. Generates maps to view the traffic flow information on your network. 13. Visibility of IP Flow exporter statistics. 14. Support for VLAN based reports. 15. Support for geo-diverse deployment. 16. Reports interface traffic data to define the data to be viewed by multiple filters, metrics and dimensions available for analysis - Top talkers, top hosts, top destinations and top applications available in a click 17. Traffic Maps in NMS console - Router based traffic maps for operational traffic analysis Note:- The proposed solution covering all Hardware, Software, Operating System, Database and other related software must be IPV6 compliant. A certificate in this regard should also be submitted along with technical bid documents. Further the offered Hardware should have built in redundancy. The Bidder should provide compliance statement for all the above specifications of technical requirements against each item. All relevant product information such as user manual, technical specifications sheet etc should be submitted along with the offer. Failure to submit this information could result in disqualification of the bid. Hard copy of supporting documents, Data Sheet, Manuals or documentary proof for all the above criteria i.e. Bidder s eligibility criteria, Technical Specifications etc. should be submitted in the envelope containing technical bid. Page 34 of 41
35 Annexure IV Bill of Material (BOM) Sr. No. Item Description Detail Qty 1. NMS Hardware (Min Spec) 2*Hex Core (Intel) - 64 Bit, 2.66 hz, 32GB, Usable disk Space 2*600GB HDD (15K RPM), SAN Connectivity, RAID (1+0) Provide detail configuration Blade Servers along with Chasis and Hot Swappable Redundant Power Supply Rack mountable 2. NMS Software NMS Software along with OS, Database etc. Provide detail configuration of all modules proposed. 3. NMS Licenses 3500 As per requirement Bank may place order for additional Licenses a pack of 25 units on the above rates. The above hardware sizing configuration is minimum indicative. The Bidder to factor sizing for 3500 devices and as per OEM Guideline/Recommendation. The Supplied Hardware/Software/Database should be IPV6 compliant. Page 35 of 41
36 L1 Bidder determination sheet Annexure V Sr. No. 1 Item NMS Hardware 2*Hex Core (Intel) - 64 Bit, 2.66 hz, 32GB, Usable disk Space 2*600GB HDD (15K RPM), SAN Connectivity, RAID (1+0) Qty. Unit Price with 3 years warranty (RS.) Total Price with 3 years warranty (Rs.) (A) AMC charge s for 2 years (B) Total Price (Rs.) (A+B) Blade Servers Rack mountable 2 NMS Software along with Operating Systems (OS), Database etc. 3 NMS Licenses 4 Any other Charges Total Charges (Rs.) = Page 36 of 41
37 Performa for the Bank Guarantee for Earnest Money Deposit (To be stamped in accordance with stamp act)ref: Bank Guarantee # Date Oriental Bank of Commerce Corporate Office, Plot No. 5, Sec-32 Institutional Area Gurgaon Annexure VI Dear Sirs, In accordance with your bid reference no. OBC/HO/DIT/RFP-NMS/37/2014 dated, M/s having its registered office at herein after called bidder ) wish to participate in the said bid for Supply, Installation, Configuration, Operationalization, Integration and Operationalization of the Network Management System (NMS) Equipments at Oriental Bank of Commerce having its Corporate Office at Gurgaon An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled commercial Bank) against Earnest Money Deposit amounting to Rs. Rupees (in words) valid up to is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the bid document. M/s having its registered office at has undertaken in pursuance of their offer to Oriental Bank of Commerce (hereinafter called as the beneficiary) dated has expressed its intention to participate in the said bid and in terms thereof has approached us and requested us Bank to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit amounting to Rs valid up to.we, the Bank at having our Head office at therefore Guarantee and undertake to pay immediately on first written demand by Oriental Bank of Commerce, the amount Rs. Rupees without any reservation, protest, demur and recourse in case the bidder fails to comply with any condition of the bid or any default in violation against the terms of the bid, without the beneficiary needing to prove or demonstrate reasons for its such demand. Any such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to. If any further extension of this Guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions in writing, from( ) on whose behalf guarantee is issued. In witness whereof the Bank, through its authorized officer has set its hand stamped on this Day of 2014 at Designation Bank Common Seal Attorney as per Power of Attorney Page 37 of 41
38 Performa for Performance Bank Guarantee Annexure VII Oriental Bank of Commerce Department of Information Technology Corporate Office, Plot No. 5, Sec-32 Institutional Area Gurgaon In consideration of Oriental Bank of Commerce (hereinafter called the said Purchaser ) having its office at the aforesaid address, having agreed to purchase/engage from having its office at (hereinafter called the said Supplier/Vendor/Contractor) under the terms and conditions of an Agreement dated (hereinafter called the said Agreement ). Towards the security for the due fulfillment of the terms and conditions contained in the said Agreement, it has been agreed by the said Supplier/Vendor/Contractor shall provide a bank Guarantee for Rs. (Rupees only). We (indicate the name of the bank) (hereinafter referred to as the Bank ) at the request of (Supplier/Vendor/Contractor) do hereby undertake and guarantee to pay to the Purchaser an amount not exceeding Rs. (either in lump sum or in parts) against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser by reason of any breach by the said Supplier/Vendor/Contractor(s)of any of the terms or conditions contained in the said Agreement. Unless repugnant to the context or meaning there of, expressions, Purchaser, Supplier/Vendor/Contractor, Bank shall mean and include their heirs, representatives, successors, executors, administrators, assigns, etc., as may be applicable, 1. The Bank does hereby undertakes to pay the amount(s) due and payable under the guarantee without any demur, merely on a demand from the Purchaser stating that the amount(s) claimed is/are due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of breach by the said Supplier/Vendor/Contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the Supplier/Vendor/Contractor(s) failure to perform its obligations under the said Agreement. Any such demand made by the Purchaser on the Bank shall be conclusive as regards the amount(s) due and payable by the Bank under this guarantee, whether made in one go or in parts. However, Bank s liability under this guarantee shall in totality be restricted to an amount not exceeding Rs., whether or not invoked or if invoked, in part or otherwise. 2. The Bank undertakes to pay the Purchaser any money so demanded notwithstanding any dispute or disputes raised by the Supplier/Vendor/Contractor(s) or any suit or proceedings pending before any Court or Tribunal relating thereto. Thereby meaning that Bank s liability under the present guarantee shall be absolute and unequivocal in any circumstances what so ever, if called upon to pay by the Purchaser. However our liability shall not exceed in Rs. (in words) Page 38 of 41
39 3. The Bank further agrees that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues and or advances made by the Purchaser under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till, the Purchaser certifies in writing that the terms and conditions of the said Agreement have been fully and properly carried out by the said Supplier/Vendor/Contractor(s) and accordingly the Purchaser discharges this guarantee, either in writing or by returning the Original Guarantee Bond or till its expiry whichever is earlier to the Bank. 4. The Bank before the release of the Bank Guarantee Bond in original by the purchaser and before the expiry of this guarantee, as per clause 3 of this Guarantee Bond, may renew this guarantee for the same period as was initially requested upon for this guarantee or for any shorter period, at the option of the purchaser, under intimation to the vendor. 5. The Bank further agrees with the Purchaser that the Purchaser shall have the fullest liberty without Bank s or Supplier/Vendor/Contractor(s) consent and without affecting in any manner Bank s obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Supplier/Vendor/Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the said Supplier/Vendor/Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of any such variation, or extension being granted to the said Supplier/Vendor/Contractor(s) or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said Supplier/Vendor/Contractor(s) 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 the Bank, in any manner what so ever. 6. This guarantee will not be discharged during its currency due to the change in the constitution of either the Bank or the Purchaser or the Supplier/Vendor/Contractor(s), in any manner what so ever. 7. The Bank lastly undertakes not to revoke this guarantee during its currency or extensions thereof, except with the previous consent of the Purchaser, in writing or otherwise than as is provided in this Guarantee. 8. The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as its principal debtor in first instance without proceeding against the said Supplier/Vendor/Contractor(s), and notwithstanding any security or other guarantees that the Purchaser may have in relation to or in relation to the Supplier/Vendor/Contractor(s) liabilities from time to time, as this guarantee constitutes a separate, distinct and independent contract between the Bank and the Purchaser. 9. Any officer of the Purchaser of the rank of Senior Manager or above, duly authorized in this regard, shall be competent to issue demand/notice or to issue any appropriate instructions, as the circumstances may warrant, to the Bank under this Guarantee, which the Bank shall have to comply immediately and forthwith, without raising any dispute or question/s in regard there to, in any manner what so ever. Notwithstanding anything contained herein above: Page 39 of 41
40 a) The liability of the Bank under the guarantee shall not exceed Rs. (in words). b) This Bank Guarantee shall be valid till either till X or till the issue of afresh Bank Guarantee to the Purchaser with a extended period in lieu thereof or till the Purchaser certifies in writing that the terms and conditions of the said Agreement have been fully and properly carried out by the said Supplier/Vendor/Contractor(s) and accordingly the Purchaser discharges this guarantee, in writing and by returning the Original Guarantee Bond to the Bank. c) The bank before the release of the Guarantee Bond in Original by the purchaser and before the expiry of this guarantee may at its option renew this guarantee for the same period as was initially agreed upon for this guarantee or any shorter period, at the option of the purchaser, under intimation to the vendor. d) The Bank is liable to consider any notice for invocation of Bank Guarantee as default by the Supplier/Vendor/Contractor(s) and shall be under an obligation to pay to the Purchaser the entire amount of Guarantee or any part thereof under this Bank Guarantee only and only if the Purchaser serves upon the Bank a written claim or demand before the expiry of either the Bank Guarantee or any extended period/sunder this Bank Guarantee, as the case may be. Notwithstanding anything contained herein our liability under this Bank guarantee shall not exceed Rupees.../- (Rupees... Only) This Bank guarantee shall be valid up to... and we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before... This guarantee will be returned to us as soon as the purpose for which it is issued is fulfilled. Dated the day of. Signature Name Designation with Bank stamp Page 40 of 41
41 Technical Bidder Scoring Criteria Annexure-VIII Sno Bidder Credentials Max. Marks 1 Should be a Govt. Company / Public Sector Undertaking / 10 Private Sector Enterprises / Partnership firm or a limited company incorporated in India having existence in India for the last 5 years. a. > 7 Years (10 Marks) b. > 5 years and 7 years (8 Marks) c. > 3 Years and 5 years (6 Marks) 2 Should have a minimum annual turnover of Rs.50 crore in each 10 of the last three financial years and should be in profit during the same period. 3 The Bidder should have involved in Supply, Installation, 10 Configuration & Maintenance of Network Management System (Software and Hardware) providing related services for the last 5 years. Marks Awarded 4 The offered solution of the OEM should be Installed/Operational 10 in at least two Public Sector Undertaking/Private Sector Undertaking organizations in the last 5 years. a. > 5 Installations (10 Marks) b. > 3 Installations and 5 (8 Marks) c. > 2 Installations and 3 (6 Marks) 5 Bidder as an authorized agent must have Professional 10 experience in Design, Configuration/Customization, Implementation & Supporting of Enterprise Wide NMS (Network Management System) Project in at least One Public Bank located in India of equal repute in the last 5 years with satisfactorily operations a. > 3 Public Sector Banks (10 Marks) b. > 2 Public Sector Banks and 3 (8 Marks) c. > 1 Public Sector Banks and 2 (6 Marks) 6 Equipment Compliant IPV Should be the Original Equipment Manufacturer (OEM) or their authorized Dealer/Distributor in India. 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. 8 The Bidder should have OEM certified professionals on the offered solution for supporting the same and should furnish necessary documentary proof and certification details. a. > 5 Certified Officials (10 Marks) b. > 3 Certified Officials and 5 (8 Marks) c. > 2 Certified Officials and 3 (6 Marks) Page 41 of 41
Request for Proposal (RFP) For Empanelment of Vendor For Enterprise Patch Management Solution
RFP Reference No: OBC/HO/DIT/RFP/Patch Management/40/2014 Request for Proposal (RFP) For Empanelment of Vendor For Enterprise Patch Management Solution Oriental Bank of Commerce Department of Information
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
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
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
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders
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
From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015
P a g e 1 From Head, Computer Centre PEC University of Technology Chandigarh To Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015 Subject: Quotations for providing 32 MBPS (1:1) Internet
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)
Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh
Tender document for Providing Managed Internet Leased Line Network at Chandigarh Police Headquarters, Sector 9, Chandigarh TENDER FOR MANAGED INTERNET LEASED LINE AT PHQ-9, CHANDIGARH 1 INDEX TENDER FOR
TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON
Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION
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
TENDER NOTICE NO. 04/2015-16
TENDER NOTICE NO. 04/2015-16 Office of the Commissioner of Central Excise, Noida II invites sealed tenders in the shape of Two Bid System i.e. (Technical Bid & Price Bid) from reputed Indian Firms/Agencies/Govt.
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: [email protected] Tender no.
FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"
Directorate of Integrated Child Development Services, Bihar COMPETITIVE BIDDING FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"
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
JHARKHAND STATE ELECTRICITY BOARD
JHARKHAND STATE ELECTRICITY BOARD NIT for Supply of Oracle e- Business Suite Application User Software Licenses and Annual Technical Support Tender Ref. No.: NIT 714/PR/JSEB/13-14 JHARKHAND STATE ELECTRICITY
Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh
From Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh To Memo No. PEC/CSE/ Dated: Chandigarh the: Subject: Quotations for providing Internet leased line
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:
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.
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
Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID
Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID The Vardhaman Mahaveer Open University, Kota (Raj.) invites proposals from
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
TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.
Government of India Directorate of Film Festivals Ministry of Information & Broadcasting Siri fort Auditorium Complex August Kranti Marg New Delhi-110049 Dated:-17.05.2013 TENDER FOR ANNUAL MAINTENANCE
Sl. No. Ref Sections/Clause requiring Clarification. RFP (Page No.)
Sl. No. RFP (Page No.) Ref Sections/Clause requiring Clarification Pre-Bid Queries for RFP Reference No: OBC/HO/DIT/RFP/SECURITY EQUIPMENTS/47/2014 Points of clarification given in the RFP Clarification
INVITATION OF TENDERS
Cost of Tender Document Fee Rs.500/ NATIONAL INSTITUTE OF TECHNOLOGY (Under the Ministry of HRD Govt. of India) KURUKSHETRA-136119 (Haryana) INVITATION OF TENDERS Procurement of 155 Mbps (1:1) Leased Line
Request for Proposal For Exchange Upgrade, Implementation & Management of Mail Messaging Solution
RFP Reference no:-obc/ho/dit/rfp-mail Messaging Solution/26 /2009-2010 Request for Proposal For Exchange Upgrade, Implementation & Management of Mail Messaging Solution Oriental Bank of Commerce Department
(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,
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
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
TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12
TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY NIT No. Last Date of Submission Date of Opening : NITJ/Pur/01/2013 : 20.03.2013 at 11:30 AM 20.03.2013 at 2:00 PM Ref No/Pur/316/12 Dr. B R Ambedkar
State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14
fcgkj ljdkj lllllljdkj State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14 NOTICE INVITING TENDER From Companies/Agencies for Hiring Four Dedicated Servers (1 Linux Application Server
NAME OF THE WORK: Leased Line for WAPCOS Gurgaon.
TENDER DOCUMENT NAME OF THE WORK: Leased Line for WAPCOS Gurgaon. No. WAP/IT/TENDER/2011-12/003 Dated: 28/07/2011 WAPCOS LIMITED (A Government of India Undertaking) Plot No.76-C, Sector-18, Institutional
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
TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM
NORTH A Grade NAAC-Reaccredited (3 rd Cycle) ÓŸÖ üß Öê ü¾öæ ÖÖ Ö µööêÿö NORTH MAHARASHTRA UNIVERSITY P.B.NO. 80,UMAVI NAGAR, JALGAON-425001 Telephone No- (0257) 2257239,240,241 Fax No.(0257) 2258406 Website
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
Invites Offers from Consulting Actuary
Invites Offers from Consulting Actuary The Chief General Manager, Postal Life Insurance, Chanakyapuri P.O. building, New Delhi-110021 invites offers from interested fellow members of the Actuarial Society
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
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
Tender for 30Mbps (1:1) Internet Leased Line on RF for Translational Health Science an Technology Institute, Faridabad
Translational Health Science and Technology Institute, NCR-Biotech Science Cluster, 3rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad 121001 Phone: +91-129-2876444 Tender for 30Mbps (1:1) Internet
Following terms and conditions may be kept in view while submitting the bids :-
No.1/19/2013-DCH/Genl.. Government of India Ministry of Textiles Office of the Development Commissioner for Handlooms. ****** Udyog Bhavan, New Delhi Dated the 23 rd May, 2014 TENDER NOTICE Subject: Installation
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
NOTICE INVINTING QUOTATION
Agricultural Produce Marketing Committee (Market of National Importance) (Govt. of NCT of Delhi) Office Complex, NFM Phase-II, Sarai Pipal Thala, Azadpur, Delhi-110033. Ph. (O): 27691602, Fax: 27691762,
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
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
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,
Service Level Agreement for providing Annual Maintenance Services for STPI.in Project
Annexure SLA Service Level Agreement for providing Annual Maintenance Services for STPI.in Project This SERVICE LEVEL AGREEMENT is made on this the between Director, STPI Bangalore, Bangalore 560 100 (hereinafter
E-Tender. Service Description. Time CGG 3851 P15 25-07-2014
OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: [email protected] E-Tender OIL INDIA LIMITED invites Competitive
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
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
TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.
TENDER FOR Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. Tender Inquiry No. NSIC/HO/TISDC/05 National Small Industries
TENDER FOR AMC OF LAN NODES & SWITCHES
TENDER FOR AMC OF LAN NODES & SWITCHES Comprehensive Annual Maintenance Contract of 4250 + 100 nos. of LAN Nodes & 233 nos. of LAN Switches (Nortel 350-24T & 425-24T, CISCO, INTEL, DAX, BAYSTACK & NETMAX,(8
MARINE PRODUCTS EXPORT DEVELOPMENT AUTHORITY Panampilly Nagar, Kochi-682036 Ph: 0484-2310160, e-mail: [email protected]
MARINE PRODUCTS EXPORT DEVELOPMENT AUTHORITY Panampilly Nagar, Kochi-682036 Ph: 0484-2310160, e-mail: [email protected] 5/26/2014/EDP-HO 19/01/2015 Sub: Quotation for dedicated Leased Line Internet connection
END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE
END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE IMPORTANT: BY INSTALLING THIS SOFTWARE THE LICENSEE ACCEPTS THE TERMS AND CONDITIONS CONTAINED HEREIN AND THIS AGREEMENT ENTERS INTO FORCEBETWEEN
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. Tel/Fax No. +91 79 2397 2583
E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016
~~ Government of India Ministry of ExternaL Affairs (Haj Division) E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016 Tender No: M/Haj/1183/09/2016
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: [email protected]
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: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
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
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.
HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.15 Online E-tenders are invited in Two-Bid System for
FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS
FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08
SHORT TERM TENDER NOTICE
NIELIT Headquarters, New Delhi File No.1 (55)/2000 NIELIT/Vol-I Date: 01.04.2015 SHORT TERM TENDER NOTICE For AMC of Air Conditioners (ACs). 1. Competitive offers in sealed covers super scribed with the
Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development
F. No. 4-1/2010-Genl. GOVERNMENT OF INDIA MINISTRY OF WOMEN AND CHILD DEVELOPMENT GENERAL SECTION Shastri Bhawan, New Delhi Dated: 8.11.2010 NOTICE INVITING TENDER Subject: Annual Maintenance Contract
Request For Online Proposal (e-rfp) for Procurement of Internet Proxy Solution
e-rfp Reference No : OBC/HO/DIT/RFP-IP/42/ 2014 Request For Online Proposal (e-rfp) for Procurement of Internet Proxy Solution Oriental Bank of Commerce Department of Information Technology Corporate Office
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
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,
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)
4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year.
-1- Tender Document 4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year. TERMS AND CONDITIONS OF THE BID 1. Qualifying
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
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
Dear Sir, Purchase of MS Office 2010 Professional
04 th December, 2010 Dear Sir, Purchase of MS Office 2010 Professional Credit Guarantee Fund Trust for Micro and Small Enterprises
NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789)
Ref: AAI /VNS/AGM (E-E)/e-NIT-16/2015-16/ Date: 13/01/2016 NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789) 1. Item rate(s) tenders are invited through, the e-tendering
Limited Tender Notice For 2Mbps Internet Leased Line Connection
No. IT/NET/8/NSC/2012-13 Dated: 24.09.2012 Limited Tender Notice For 2Mbps Internet Leased Line Connection National Seeds Corporation Ltd., New Delhi invites sealed quotations for 2 Mbps Internet Leased
E-Mail:- [email protected] 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
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
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)
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (OIL) invites sealed tenders under single
2. The Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees Fifty thousand only) in
No. 47011/12/2014-IT (VC) Government of India Ministry of Chemicals & Fertilizers Department of Pharmaceuticals ****** Shastri Bhawan, New Delhi, Dated the 3 rd March, 2015 Subject- Tender for Procurement
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
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,
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of
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
Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur
Tender for Providing the 155 MBPS Internet Leased Line Connectivity at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/1/5(VII)/2013-14/47 NIT Issue Date : December 23, 2013 Last Date of Submission
भ रत य गक स थ न र पड़
भ रत य गक स थ न र पड़ INDIAN INSTITUTE OF TECHNOLOGY ROPAR न गल र ड, पनगर, प ज ब-140001/Nangal Road, Rupnagar, Punjab-140001 Ph. 01881-242105, e-mail: [email protected] ---------------------------------------------------------------------------------------------------------------------
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
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
--------------------------------------------------------------------------------------------------------------------------------------
Indian Institute of Technology Hyderabad KANDI, SANGAREDDY Medak (District) - PIN-502 285, Telangana, India Phone-91-040-23016025 Email: [email protected] Webpage: http://library.iith.ac.in --------------------------------------------------------------------------------------------------------------------------------------
TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF
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
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
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
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,
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)
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
TENDER FOR DESIGN, DEVELOPMENT AND MAINTENANCE OF OFFICIAL WEBSITE OF ARYABHATTA COLLEGE
TENDER FOR DESIGN, DEVELOPMENT AND MAINTENANCE OF OFFICIAL WEBSITE OF ARYABHATTA COLLEGE Tender Inquiry/NIT No. AC/Tender/2016/02 Aryabhatta College, Benito Juarez Road (Anand Niketan), New Delhi 110 021
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.
TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:
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
