PUNJAB NATIONAL BANK

Size: px
Start display at page:

Download "PUNJAB NATIONAL BANK"

Transcription

1 PUNJAB NATIONAL BANK REQUEST FOR PROPOSAL (RFP) FOR Installation, Implementation, Maintenance of Microsoft Active Directory And Supply, Installation, Implementation, Maintenance Of Desktop Management (DM) Solution In The Bank Information Technology Division I.T Procurement Department Head Office, 5 Sansad Marg, New Delhi Tel: (011) Extn: 234, 233,462,408 Fax: (011) Page 1

2 TABLE OF CONTENTS S SUBJECT PAGE NO 1. INSTRUCTIONS TO BIDDER 7 2. TERMS AND CONDITIONS (ANNEXURE-I) ELIGIBILITY CRITERIA FOR BIDDERS (ANNEXURE-II) TECHNICAL SPECIFICATIONS (ANNEXURE-III) BIDDER S INFORMATION (ANNEXURE-IV) COMPLIANCE STATEMENT (ANNEXURE-V) SERVICE SUPPORT DETAIL (ANNEXURE-VI) PERFORMANCE STATEMENT (ANNEXURE-VII) COMMERCIAL STATEMENT (ANNEXURE-VIII) PROPOSED HARDWARE SPECIFICATIONS (ANNEXURE-IX) CHECK LIST (ANNEXURE-X) PROFORMA FOR THE BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (ANNEXURE-XI) PRE CONTRACT INTEGRITY PACT (ANNEXURE-XII) 47 Page 2

3 Bid Details Date of Commencement of Tender Download Last date & time for acceptance of Queries Date of pre - bid meeting Last date & time for bid preparation and Hash Submission Last date & time for on-line bid submission Last date & time for physical bid submission along with supporting documents Place of Pre-bid meeting at :00hrs :00hrs :00hrs :00hrs :00hrs Punjab National Bank, ITD, HO, 5 Sansad Marg, New Delhi Address for communication Earnest Money Deposit Amount Cost of RFP Contact to Bidders As above Tel:(011) / Fax:(011) Rs.30,00,000/- (Rs. Thirty Lacs only) to be submitted online before last date of bid submission or in the form of Bank Guarantee (BG) in favour of Punjab National Bank, IT Division t New Delhi and BG should be valid up to 6 months. (Format of BG as per annexure-x) IFSC Code : PUNB Bank & Branch : Punjab National Bank, Sansad Marg, New Delhi Account No (16 digits) [Proof of the transaction (printout) to be submitted along with the bid documents]. Imprest account HO IT Division In case of unsuccessful bidder, EMD will be returned after completion of the bid process (without interest). Rs.20,000/- (Rs. Twenty thousand only) should be submitted online as cost of RFP in favour of Punjab National Bank on or before last date of bid submission in the following account: IFSC Code : PUNB Bank & Branch : Punjab National Bank, Sansad Marg, New Delhi Account No.: ( 16 digits) Imprest account HO IT Division Interested Bidders are requested to send the to [email protected], [email protected] containing following information, so that in case of any clarification same may be issued to them: Name of company, Contact person, Mailing address with Pin Code, Telephone No., Fax No., address, Mobile No. etc. Page 3

4 Note: 1) Technical Bids will be opened online as well as in physical form but Commercial bid will be opened online only; Bidders may view the details through their terminal using their e- procurement [ registration login. 2) Vendors, who have not registered earlier with e-procurement site, would have to register with our e-procurement site. 3) All the technical supporting documents should be given in physical form only. Page 4

5 DISCLAIMER The information contained in this Request for Proposal Document (RFP Document) or subsequently provided to Bidder/s, whether verbally or in documentary form by or on behalf of the Punjab National Bank or any of their representatives, employees or advisors (collectively referred to as Bank Representatives), is provided to Bidder(s) on the terms and conditions set out in this RFP Document and any other terms and conditions subject to which such information is provided. This RFP Document is not an agreement and is not an offer or invitation by the Bank Representatives to any party other than the entities who are qualified to submit their Proposal (Bidders). The purpose of this RFP Document is to provide the Bidder with information to assist the formulation of their Proposal. This RFP Document does not purport to contain all the information each Bidder may require. This RFP Document may not be appropriate for all persons, and it is not possible for the Bank Representatives, their employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP Document. Each Bidder should conduct their own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP Document and wherever necessary, obtain independent advice from appropriate sources. The Bank Representatives, their employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP Document. The Bank Representatives may in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP Document. Page 5

6 Declaration-1 To The Chief Manager, I T Procurement Punjab National Bank I.T. Division, Head Office, New Delhi Sir, Reg.: Our bid for Desktop Management. We submit our Bid Document herewith. We understand that You are not bound to accept the lowest or any bid received by you, and you may reject all or any bid. If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when called upon by the Bank to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute a binding contract between us. If our bid is accepted, we are to be jointly and severally responsible for the due performance of the contract. You may accept or entrust the entire work to one Bidder or divide the work to more than one Bidder without assigning any reason or giving any explanation whatsoever. Bidder means the vendor who is decided and declared so after examination of commercial bids. The names of shortlisted bidders after the completion of first stage (Technical Bid), and the same of successful bidder(s) to whom the contract is finally awarded after the completion of second stage (Commercial Bid), shall be displayed on the website of the Bank. Dated at this day of 2015 Yours faithfully For Signature: Name: Page 6

7 INSTRUCTION TO BIDDER 1. INTRODUCTION Punjab National Bank (PNB) opened its business on and it has the distinction of being the first Indian bank to have been started solely with Indian capital that has survived to the present. PNB has had the privilege of maintaining accounts of national leaders such as Mahatma Gandhi, Jawaharlal Nehru, Lal Bahadur Shastri and Indira Gandhi. Punjab National Bank is one of the largest public sector banks in India with more than 6500 Branches/Offices in 76 circle offices, geographically covering more than 3405 cities and in all 31 states in India and more than 8000 ATMs geographically located all across India. Approximately desktops are present in the Bank. The Bank is expanding its branches by approximately 500 per year. The Bank is fully computerized and networked in order to achieve the effective and efficient customer services with complete Back office operations. Bank offers various technology driven products like Internet banking, Mobile banking etc. to the esteemed clients. Banking operations are handled through Core Banking Solution, Finacle. Bank manages its operations from Centralized DC and has state of art DRS also. Bank s overseas operations are also managed from the Indian Data center. The branches are connected with Leased lines, VSAT, RF, 3G etc. More than 4000 branches have been connected with 64kbps links. Branches are connected to DC and DRS through Network Centers(NC) and Circle Network Centers(CNC). Bank invites technically complete and commercially competitive proposals from reputed IT companies for installation, implementation, maintenance of Microsoft Active Directory (MS-AD) and supply, installation, implementation, maintenance of Desktop Management (DM) solution in the bank, in its offices spread all across the country. IT Company submitting the proposal in response to this RFP 2. BACKGROUND AND PURPOSE OF THE RFP Desktop Management PNB intends to create a technology framework and set of digital business processes for strategically tracking and financially managing the physical, licensing and contractual aspects of IT Assets through their life cycle and for Centralized Patching by implementing DM Solution. The proposed DM solution should support complete need of hardware/software asset tracking requirement as per requirement of the Bank. DM solution should also take care of the patching requirement as per requirement of the bank. Page 7

8 Objectives: i. To discover, maintenance of IT Assets of the Bank ii. iii. iv. To install and maintenance of MS-Active Directory for user level control of the Systems. To update the patches of OS, Anti-Virus and other applications. To maintain warranty/amc/ats details of IT Assets v. Deployment of OS and application Software Note: In addition of the above requirement DM Solution should also have following capabilities: a) Call tracking b) Workflow Management c) Life cycle Management and disposal d) Change/configuration Management e) Security Policy enforcement f) Network access control g) Purchasing Management h) SLA Management Active Directory The bank intends to deploy Microsoft Active Directory and bring all desktops/servers of Bank s all the Branches and offices across the country in to Domain model with a single forest and to have a Standard Operating Environment (SOE) rolled out across its desktops (including thin clients) and laptops/(tablets in future). SOE has to be role based say different for officials in various scales and various role profiles. The activity also includes setting up security policies to efficiently manage users, computers, groups, printers, applications and other directory-enabled objects as per the Microsoft best practices. The bidder has to provide the detailed architecture and design of the proposed Active Directory solution. The proposed solution should support proper business continuity plan in the absence of availability of AD servers. The proposed solution should not hamper the bank's business at any case and at any time due to non-availability of AD servers. 3. ELIGIBILITY CRITERIA: 3.1 The bidder should be a registered company incorporated in India, under Company act 1956 and as per its latest amendments. Bidder should have been in existence for a minimum period of 5 years in India. 3.2 The bidder should be either Original Equipment Manufacturer (OEM) of Desktop Management application or their authorized representative in Page 8

9 India having certification from OEM. In case both OEM and its authorised representative bid for the captioned tender both will be rejected by the Bank. In case of authorized representative, a letter of authorization to this effect from OEM must be furnished. The authorization letter should mention that if authorized representative fails to meet the obligation for items supplied and / or to be supplied under this tender, then OEM would be responsible for all obligations for their applications. 3.3 Either OEM or only one of his authorized representatives in India shall participate in the tender. 3.4 For other software and hardware required for this project also bidder has to submit authorization letters from the respective OEMs. The authorization letter should mention that if authorized representative fails to meet the obligation for items supplied and / or to be supplied under this tender, then OEM would be responsible for all obligations for their applications. 3.5 Bidder should be authorized by any of the OEM specified in any quadrant of the Gartner s Magic Quadrant for Client Management Tools as per recent release. 3.6 Solution Provider should be an ISO 9000, ISO Certified or above. 3.7 The solution provider company should have at least CMMI (Capability Maturity Model Integration) level 3 certification. However, In case the solution provider is not at CMMI level 3 then the solution to be provided should be accompanied by a certificate from a different CMMI level 5 company, who should confirm, based on their evaluation/audit, that the solution provided is in conformity with CMMI level 3 standards. 3.8 The bidder should have Minimum turnover Rs.100 Crores (Rupees Three hundred Crores) in each year during last three financial years as per latest Audited Balance Sheet. 3.9 Bidder should have positive net worth for the last two financial years as per latest audited Balance Sheet The bidder should not have been blacklisted by any Government / Government agency in India. The bidder in their company s letter shall provide undertaking to this effect The Bidder should have minimum of 3 years experience as on 30/06/2015 in the activity of implementation of Desktop Management Solution The Bidder should have successfully implemented DM solutions in any company in India for a minimum client size of 10,000 in a single organization. Page 9

10 3.13 Bidder should have successfully implemented Active Directory (AD) in any two companies in India having minimum client size of 10,000in a single organization Bidders, who have not satisfactorily completed any of the earlier contracts with the Bank and/or who have been debarred by the Bank or any other Bank during last five accounting years from participating in future tenders, will not be eligible for this tender The bidder/oem should be having Support offices/ Support Centers/ Support Locations with necessary support infrastructure for maintenance of Servers in at least 20 major cities / state capitals including the FGM offices of Bank or should be ready to establish support Offices/Centers/Locations in such specified cities and any new FGM office opened during the period of rate contract The services are to be provided by the successful bidder or OEM. 4. SCOPE OF WORK 4.1. Bidder should provide End to End solution for installation of Active Directory (AD) and Desktop Management (DM) solution. Bidders has to provide all required software, Operating system, hardware and licenses except Active Directory licenses which will be provided by the Bank Bidder should install Active Directory (AD) and Desktop Management (DM) solution in all the systems (Desktops/Thin Client/Laptops/Servers/Tablet PC etc.) available with the Bank Bidder should provide qualified manpower as required for maintenance of AD+DM at Branches, Circle offices, other offices and at DC&DR sites The solution should update patches of OS, AV and other applications of Systems as per schedule or as desired by Bank The solution architecture and design to be submitted by every bidder has to be as per the respective OEM s best practice and the same has to be certified by MS (OEM for MS-AD) and respective OEM (of DM Solution) and to be submitted along with the technical bid. The successful bidder has to submit detailed project team architecture and project plan matching with the timeline and network/co architecture specified in this RFP for AD+DM Project to bank within 15 days of the issuance of PO The solution has to be designed and proposed as per existing network infrastructure of PNB. The bidder shall provide the most recent version of Licenses for all software in the proposed solution, any upgraded version of application/software will be provided as well as Page 10

11 implemented by the vendor during the warranty and AMC/ATS period without any extra cost Bidder has to install the 76 relay servers (hardware along with required software components) proposed for circles for AD+DM is to be physically placed in Circle offices or CNC/NC under the administrative control of respective circle office All the work specified in the RFP must be completed within the stipulated timeline mentioned in the RFP Compliance of the any Audit observation will be under the bidder scope Active Directory i) Users should be forced to login only through Active Directory. Any other local users in the system should be disabled. ii) The proposed solution should support proper business continuity plan in the absence of availability of AD servers. The proposed solution should not hamper the bank's business at any case and at any time due to non-availability of AD servers. iii) The solution should manage the users based on the rules/roles defined by the Bank Desktop Management i) The solution should discover and manage software, hardware, networking components, ATMs, peripherals, self-service terminals etc. of the Bank. The Discovery should have the ability to discover all the Assets based on IP/MAC addresses ii) Presently there are different types of Operating systems for Desktops and Servers viz., Windows 7, Windows 8, Windows XP, Windows Server 2003, Windows Server 2008, Windows Server 2012, Solaris, ios and AIX etc. Solution should update the patches as per OS of the desktops and Servers. iii) The Solution should integrate with existing applications like ITOT, BMS, MMS, SMS server etc. iv) The Solution should capable of integrate with Bank s applications like CBS, EDW, HRMS etc. Page 11

12 v) The solution should provide the following reports but not limited to : (1) OS wise systems (2) Systems in which patches are updated. (3) Systems in which patches to be updated with reasons. (4) Hardware, Software, peripheral Change in Assets. (5) Applications running in the systems. (6) Life cycle of Systems (Date of purchase, Cost of the item, Warranty / AMC, Date of disposal and other related information) (7) Bank may define report on IT Asset management. (8) Any other reports desired by Bank. vi) The solution should capture details of Systems viz., Serial Number, mother board, CPU information, RAM, Chip Set, number of CPUs and Cores, detailed information on Network devices, BIOS details, IP&MAC addresses, IT Asset name, IT Asset model, Hard Disk details, peripherals attached to systems. vii) The solution should capture software, programs, OS, Database including in house developed applications/programs, virtualized applications, OS versions, Service Pack information, license serial number, patch information and services running on the IT Asset etc. viii)solution should reconcile the software/application licenses available with bank and present in the systems. ix) Under Asset Life Management, bidder has to manually update the data base for all the assets by matching the data of FAMS & ITOT for the purpose of (Warranty, AMC, Asset Written Off management & Calculation of Depreciation) Server Presently data of around 40,000 Systems to be captured and systems may increase by 10% every year. For maintaining the same with following requirements at the end of 5 th year, bidder has to design, size the system and should upgrade the system whenever required without extra cost to Bank i) The processor utilization of the servers should not exceed 70%. ii) The servers should be of data center grade quality. iii) The servers should have latest processor. Page 12

13 iv) The Servers should have proactive monitoring for degraded units. v) The Servers should be rack mountable. vi) The Servers should have redundancy for Power, Processor etc. vii) The hardware like RAM, hard disks etc. should be hot swappable. viii) The OS, DB, Software etc. should not be open source and must be enterprise editions Solution should be customized as per the requirement suggested by Bank and regulatory authorities in warranty and ATS period. Its cost will be borne by the bidder Successful bidder has to provide 24x7 onsite support at DC & DRS and 8AM to 8PM at 76 Circle offices for the solution. Onsite support includes but not limited to i) Customization of the solution as per requirement of Bank ii) Fine tuning of the solution whenever required for best performance. iii) Maintenance of the solution including hardware iv) Resolution of day to day problems to ensure smooth functioning of the solution There should not be Data Loss at any point In case of repetitive hardware failure (three times in a period of three months) during warranty and AMC period, it shall be replaced by equivalent new equipment by vendor at no extra cost to Bank The duration of this contract is proposed to be for 5 years and the TCO for this bid purpose would be calculated for 5 years. Bank will review the performance every year and may take decision to either continue the contract or terminate it based on the vendor s performance. Bank s decision in this regard would be final The solution should have proper backup solution and incremental data should be backed up daily The expected response time from the DM Solution is less than 5 seconds within PNB intranet. The Bidder should provide a team of 6 experts for PNB-HO-IT division after completion of implementation as detailed in the table below. However as per actual requirement, the manpower may increase or decrease. Sl. No. Role Quantity after Bank s Minimal requirement completion of implementation 1 B.E/B.Tech. in Computer Science/IT/Electronics/Electronics & Telecommunication or equivalent. 1 Process consultant and Project Leader Experience: Minimum 5 years of IT experience, out of which at least 3 years should be on DM / AD projects Page 13

14 like this. ITIL certification is mandatory. 2 Senior DM Engineer 1 B.E/ B.Tech. in Computer Science/IT/Electronics/Electronics & Telecommunication or equivalent. Experience: Minimum 5 years of IT experience, out of which at least 3 years should be on DM projects. Desirable: ITIL or related certification. 3 Senior AD Engineer 1 B.E/B.Tech. in Computer Science/IT/Electronics/Electronics & Telecommunication or equivalent. Experience: Minimum 5 years of IT experience, out of which at least 3 years should be on AD projects. Desirable: ITIL or related certification. 4 AD Support and implementation engineers 1 B.E/B.Tech. in Computer Science/IT/Electronics/Electronics & Telecommunication or equivalent. Experience: Minimum 3 years of IT experience, out of which at least 1 year should be on AD projects. Desirable: ITIL or related certification. 5 DM Support and implementation engineers 1 B.E/B.Tech. in Computer Science/IT/Electronics/Electronics & Telecommunication or equivalent. Experience: Minimum 3 years of IT experience, out of which at least 1 year should be on DM projects. Desirable: ITIL or related certification. 6 System administrator 1 B.E/B.Tech. in Computer Science/IT/Electronics/Electronics & Telecommunication or equivalent. Experience: Minimum 3 years of experience as Database Administrator Page 14

15 / OS Administrator 7 Help desk for AD + DM project (as per bank s working hours) Desirable: OS / DB Administration certification. 1 Graduate + experience of minimum 1 year in help desk operation in similar AD/DM project. The above team (other than help desk) would also be deployed in shifts based on the bank s requirement. Bidder has to provide 2 support persons for each of the Circle Offices. Details are as under: Sl. No. Role 1 Support person for AD+DM Quantity Quantity during post Bank s Minimal requirement of during implementation till experience for these support impleme ntation the completion of T + 5 years at bank level persons for AD/DM Nil 2 x 76 Diploma in Computer Science/ECE/IT/similar technology related stream post 10 th /12 th standard (total study period-10+3 or pattern) from any polytechnic institute in India recognized by respective State Boards. Minimum two year post qualification experience in IT support/ites/it area, out of which at least one year is to be in AD/DM. 5. Training Bidder should provide training on the following for administration and usage to the persons identified by Bank. (1) Active Directory Administration (2) Desktop Management Administration 6. Support Level The bidder should provide 24x7 onsite support at DC & DRS and from 8AM to 8PM at Circle office level in all working days. 7. COST OF BIDDING The Bidder shall bear all the 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 15

16 8. BIDDING DOCUMENT The Bidder is expected to examine all instructions, forms, terms and conditions and technical specifications in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidders risk and may result in the rejection of its bid. Bidder should strictly submit the bid as per RFP failing which bid will be rejected as non-responsive. 9. AUTHENTICATION OF ERASURES/ OVERWRITING ETC : Any inter-lineation, erasures or overwriting shall be valid only if the person(s) signing the bid initial(s) them. 10. AMENDMENT OF BIDDING DOCUMENTS At any time prior to the deadline for submission of bids, the Bank may, for any reason, modify the Bidding Documents through amendments at the sole discretion of the Bank. Amendment will be conveyed through mail to all prospective bidders, who have received the bidding documents and the amendments will be binding on them. In order to provide prospective Bidders a reasonable time to take the amendments into account in preparing their bid, the Bank may, at its discretion, extend the deadline for submission of bids. 11. PERIOD OF VALIDITY OF BID Bids shall remain valid for a period of 6 months from the date of bid opening prescribed by the Bank. A bid valid for shorter period shall be rejected by the Bank as non-responsive. In exceptional circumstances, the Bank may solicit the Bidders consent to an extension of the period of validity. The request and response thereto shall be made in writing/ /fax. The Bidder may refuse the request. A bidder granting the request will not be required nor permitted to modify its bid for the extended period. 12. BID CURRENCY The Prices in the bid document shall be expressed in Indian Rupees only. 13. BIDDING PROCESS (TWO STAGES) For the purpose of the present job, a two-envelope bidding process will be followed. The response to the present tender will be submitted in two parts: Technical bid Commercial bid Page 16

17 The bidders will have to submit the technical bid in banks e-procurement system as well as in hard copy and commercial bids in only online form through bank s e-procurement system. i) TECHNICAL BID TECHNICAL BID will contain the Compliance statement as per the Terms & Conditions mentioned in the RFP, and NOT contain any pricing or commercial information at all. Technical bid documents with any commercial information will be rejected. In the first stage, only TECHNICAL BIDs will be opened and evaluated. Only those bidders confirming compliance to all the terms & conditions of RFP document shall be short-listed for commercial stage. ii) COMMERCIAL BID In the second stage, the COMMERCIAL BID of only those bidders, whose bids are technically qualified, will be opened 14. SUBMISSION OF BIDS Bidders are required to strictly submit their bids in electronic form using the e- procurement system at using their digital certificates of class II and above (both encryption and signing). All the interested bidders should register themselves in the e procurement system for submitting the bids online, if they have not done earlier. The RFP document and further corrigendum, if any can also be downloaded from bank s website Bids received after closing of the bid in the e-procurement system are summarily rejected without any reason. The commercial bid should be submitted online only. All the technical supporting documents should be submitted manually before the final date & time of bid submission at the following address. The Asstt. Manager Punjab National Bank, IT Procurement Department, I.T. Division, HO: 5 Sansad Marg, New Delhi At the time of physical submission of bid, bidder has to show acknowledgement received after completion of the bid submission in proof of having submitted the bid online. 15. BID EARNEST MONEY Bidder has to submit the Bid Earnest Money of 30,00,000/- ( Thirty lacs only) either online or in the form of BG favoring PUNJAB NATIONALBANK, IT DIVISION Delhi or filling all the details in the format given at (Annexure X). The Bank Guarantee should be valid for 6 moth from the bid submission date. In case of unsuccessful bidder, EMD will be returned on completion of Page 17

18 procurement process and no interest will be payable on EMD amount. The EMD will be returned to the successful bidder upon submission of Performance Bank Guarantee. 16. DEADLINE FOR SUBMISSION OF BIDS Bids must be submitted not later than the specified date and time mentioned in the Bid Document. If the specified date of submission of bids being declared a holiday for the Bank, the bids will be received up to the specified time in the next working day. The Bank may, at its discretion, extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of the Bank and bidders, previously subject to the deadline, will thereafter be subject to the deadline extended. All the correspondence/bid should be addressed to Bank at the following address: The Assistant General Manager Punjab National Bank IT Procurement Department Information Technology Division 4 th Floor, Head Office, 5 Sansad Marg, New Delhi CONTACTING THE BANK Any effort by a bidder to influence the Bank in evaluation of the Bank's bid, bid comparison or contract award decision may result in the rejection of the Bidders' bid. Bank's decision will be final and without prejudice and will be binding on all parties. 18. BANK S RIGHT TO ACCEPT OR REJECT ANY BID OR ALLBIDS The Bank reserves the right to accept or reject any bid and annul the bidding process or even reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or without any obligation to inform the affected bidder or bidders about the grounds for the Bank's action. The Bank reserves the right to select more than one Bidder keeping in view its large requirements. 19. MODIFICATION AND WITHDRAWAL: Bids once submitted will be treated, as final and no further correspondence will be entertained on this. No bid will allowed to be modified after the submission of bid. No bidder shall be allowed to withdraw the bid, if bidder happens to be successful bidder. 20. REVELATION OF PRICES: The prices in any form or by any reasons should not be disclosed in the technical or other parts of the bid except in the commercial bid. Failure to do so will make the bid liable to be rejected. Page 18

19 21. TERMS AND CONDITIONS OF THE BIDDING FIRMS The bidding firms are not allowed to impose their own terms and conditions to the bid and if submitted will not be considered as forming part of their bids. Bidder has to strictly comply with the terms and conditions mentioned in the RFP. 22. LOCAL CONDITIONS The bidder must acquaint himself with the local conditions and factors, which may have any effect on the performance of the contract and / or the cost. 23. BID OPENING AND EVALUATION In the event of the specified date of bid opening being declared a holiday for Bank, the bids shall be opened at the specified time and place on next working day. Those bidders satisfying the technical requirements as determined by the Bank and accepting the terms and conditions of this document shall be declared technically qualified and will be eligible for commercial stage of evaluation. Decision of the Bank in this regard shall be final and binding on the bidders. 24. TECHNICAL EVALUATION PROCESS: The technical bids shall be evaluated by a committee of experts for the following: Compliance of Minimum eligibility criteria. Receipt of all/complete documents/information/undertakings etc. Compliance of technical specifications of the products quoted. Adherence to support set up requirements. Bank may, if it deems necessary, ask for presentations of the bidder or site visits of their facilities to asses and satisfy itself on manufacturing/supply chain and support capabilities of the bidders. 25. PROCEDURE FOR FINALIZING L1 VENDOR: The Bidders will be required to quote for all the items required by the Bank, failing which Bank will not consider the bid and it will be summarily rejected by the Bank as technically non-responsive. L-1 Criteria for evaluation: The bidders would be ranked based on Commercial offer as mentioned in Annexure VIII. The bidder(s) shall be short listed based on the Grand total Price. In the first stage, only TECHNICAL BIDs will be opened. After opening of the technical bids, all the documents and annexure (except commercial documents/offer) will be evaluated by the bank. First of all, the EMD of all bidders will be verified. If any EMD is not found in order, that bidder will be declared ineligible for further participating in the tender process. Page 19

20 After that received bids will be evaluated based on the eligibility criteria defined in the RFP document. Technical bids of only those bidders satisfying the eligibility criteria will be further evaluated. Bank will hold Reverse Auction in the event of 2 or more bidders as technically eligible. The procedure for the same is available on our e- procurement website ( Price Variation Factor(Pre-qualification for Reverse auction) If a bidder quoting higher prices, higher by more than 40% as compared to the average quoted prices (of all technically qualified bidders) for all items in aggregate, the same bidder shall not be called for reverse auction process. ATS Rate The vendor should quote ATS rate at site for 4 years after the expiry of warranty period in the commercial bid. AMC Rate The vendor should quote AMC rate for hardware at site for 2 years after the expiry of warranty period of three years in the commercial bid 26. CLARIFICATIONS OF BIDS To assist in the examination, evaluation and comparison of bids the Bank may, at its discretion, ask the bidder for clarification. The response should be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. 27. PRELIMINARY EXAMINATION The Bank will examine the commercial bids to determine whether they are complete; whether any computational errors have been made; whether required information has been provided as underlined in the bid document; whether the documents have been properly signed, and whether bids are generally in order. Bids from agents without proper authorization from the manufacturer as per the authorization form, shall be treated as nonresponsive and will be out-rightly rejected. Arithmetic errors will be rectified on the following basis. If there is a discrepancy between unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If there is discrepancy between words and figures, the amount in the words will prevail. The bid determined as not substantially responsive will be rejected by the Bank. 28. DELAYS IN THE SUPPLIER S PERFORMANCE Delivery and performance of the Services shall be made by the supplier in accordance with the time schedule specified by Bank. If the bidder fails to Page 20

21 deliver or perform services within stipulated time schedule, the Bank shall, without prejudice to its other remedies under the rate contract, deduct penalty at the rate of 1% of the order value of undelivered equipment / system for per week of delay, as late delivery charges until actual delivery of the equipment subject to a maximum of 10%. The Penalty will be charged on order value for the items for which delivery is delayed. Any delay in performing the obligation by the supplier will result in imposition of liquidated damages and/or termination of rate contract. 29. LIQUIDATED DAMAGES If supplier fails to deliver any or all goods or perform services within stipulated time schedule, the Bank shall, without prejudice to its other remedies under the rate contract, deduct from the ordered price, as liquidated damages, a sum equivalent to 1% of the order value for each week of delay subject to the maximum of 10%. The penalty will be charged on order value for the items for which delivery is delayed. The Bank is entitled to deduct the penalty from the purchase price or any other amount, which is due to supplier from this contract, or any other contract or by invoking the Bank Guarantee. 30. RESOLUTION AND DISPUTES All disputes or differences whatsoever arising between the parties out of or in relation to the construction, meaning and operation or effect of these Tender Documents or breach thereof shall be settled amicably. If however the parties are not able to solve them amicably, the same shall be settled by arbitration in accordance with the applicable Indian Laws, and the award made in pursuance thereof shall be binding on the parties. The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be subject to the exclusive jurisdiction of the courts at Delhi. During the arbitration proceedings the Bidder shall continue to work under the Contract unless otherwise directed in writing by the bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or the umpire, as the case may be, is obtained. The venue of the arbitration shall be Delhi. 31. PATENT RIGHTS The supplier shall indemnify the Bank against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods, or any part thereof in India. i. The supplier shall, at their own expense, defend and indemnify the Bank against all third party claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad. ii. The supplier shall expeditiously extinguish any such claims and shall have full rights to defend it there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the Page 21

22 supplier shall be fully responsible for, including all expenses and court and legal fees. iii. The Bank will give notice to the Supplier of any such claim without delay, provide reasonable assistance to the Supplier in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim. iv. The supplier shall grant to the bank a fully paid-up, irrevocable, nonexclusive license throughout the territory of India or abroad to access, replicate and use software [and other software items] provided by the supplier, including all inventions, designs and marks embodied therein in perpetuity. 32. USE OF CONTRACT DOCUMENTS AND INFORMATION The supplier shall not, without the Bank s prior written consent, make use of any document or information provided by Supplier in Bid document or otherwise except for purposes of performing contract. Successful bidder has to sign bank s approved Non Disclosure Agreement [NDA] 33. ASSIGNMENT The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the Bank s prior written consent. 34. Termination of Contract on Default of following conditions: i. If the vendor fails to execute the work or any part thereof in accordance with the contract. ii. If abandonment of the work or any part thereof by the vendor. iii. If the progress made by the vendor is found to be unsatisfactory. iv. Bank will inform 30 days before the contract to be terminated. v. Failure to deposit the performance bank guarantee asked for under the contract. vi. If the vendor fails to deliver any or all of the services at the nominated site within the time-period(s) specified in the contract vii. In the event of commencement of liquidation or winding-up (whether voluntary or compulsory) of the vendor or appointment of a receiver or manager of any of the vendor's assets and/or insolvency of the vendor. viii. Distress, execution, or other legal process being levied on or upon any of the vendor's goods and / or assets. ix. If the vendor shall assign or attempt to assign his interest or any part thereof in the contract. 35. FORCE MAJEURE: Notwithstanding the above provisions, the successful bidder shall not be liable for penalty or termination for default if and to the extent that it s delay in Page 22

23 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 bidder and not involving the bidders fault or negligence and not foreseeable. Such events may include, but are not restricted to, war or revolution or epidemics or natural disasters etc.. If a force majeure situation arises, the bidder shall promptly notify the bank in writing of such condition and the cause thereof. Unless otherwise directed by the bank in writing, the bidder shall continue to perform its obligation under the contract as far as is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the force majeure event. 36. LIMITATION OF LIABILITY Vendor s aggregate liability under the contract shall be limited to a maximum of the contract value. This limit shall not apply to third party claims for IP Infringement indemnity. Bodily injury (including Death) and damage to real property and tangible property caused by vendor/s gross negligence. For the purpose for the section, contract value at any given point of time, means the aggregate value of the purchase orders placed by bank on the vendor that gave rise to claim, under this tender. Vendor shall not be liable for any indirect, consequential, incidental or special damages under the agreement/ purchase order. 37. CONTENTS OF DOCUMENTS TO BE SUBMITTED The bidder shall submit the documents as per Annexure X Page 23

24 ANNEXURE - I Implementation of AD+DM - SUPPLY TERMS AND CONDITIONS 1. ACCEPTANCE OF ORDER:- 2. TAXES Bank has a right to cancel the order if the same is not accepted within a period of 7 days from the date of the order. The prices are inclusive of all Taxes, Statuary levies etc. except Sales Tax/VAT/Octroi/Entry Tax/ Service Tax which will be paid on actual basis. The Excise/Custom duty / Service Tax will however have to be mentioned separately in the invoice and the bank may set off the applicable Excise/Customs duty against the Duty Free Scrip for which bank is eligible under chapter 3 of Foreign Trade Policy. 3. SIGNING PRE CONTRACT INTEGRITY PACT AND CONTRACT All bidder(s) should sign on pre contract Integrity Pact (Annexure XII) and submit along with the bid. Successful bidder has to enter into Service Level contract (SLA) and Non Disclosure Agreement (NDA) with PNB, within 15 days of the award of the tender or within such extended period as may be specified by Chief Manager, IT procurement, Information Technology Division, Punjab National Bank, HO: 5, Sansad Marg, New Delhi, on the basis of the Tender Document, the Tender of the successful bidder, the letter of acceptance and such other terms and conditions as may be determined by the Bank to be necessary for the due performance of the work. 4. IMPLEMENTATION OF SYSTEM The successful bidder has to implement under POC in 10 branches each connected with VSAT, RF & leased line with 64Kbps and HOITD with in 30days of selection of L1 Bidder. Once bank satisfied with the performance of the system the PO will be given to the successful bidder. The system is to be implemented within12 months from the date of order. Initially AD and DM should be installed at DC, DRS and Circle level Servers. This should be implemented within 4 months from the order. After that AD and DM will be installed in the systems at the branches and circle offices. The date on which the AD + DM installed at DC, DRS Circle level Servers and all branches specified in the PO is treated as date of completion. Page 24

25 5. ACCEPTANCE TEST The system acceptance is subject to an Acceptance test. Vendor has to arrange required resources at the site at the date and time mentioned by the Bank to assist in the acceptance test. Only after Acceptance by Bank the system should go live from Test environment. Signing of the installation cum acceptance certificate will constitute the final acceptance of materials. 6. Performance Bank Guarantee [PBG] 7. PAYMENT The successful bidder has to submit the Performance Bank Guarantee, detailed as under: Performance Bank Guarantee of 10% of order value shall be submitted by the approved vendor for the due performance of contract, valid for 72 months. In case vendor/respective vendor fail to perform the contract, Bank shall invoke the Performance Bank Guarantee [PBG] to recover penalty/damages. EMD Money will be returned on submission of Performance Bank Guarantee to the successful bidder. Payment will done after implementation of the solution and submission of PBG a) Hardware & Server implementation cost b) Software I. Delivery & Installation of Hardware 40% of invoice amount on delivery for that particular Hardware. Implementation of AD+DM at DC, DR and Circle level servers along with clients of DC, DR and Circle offices (1) 40% of invoice amount of Hardware (2) 80% of solution cost for servers (3) 80% of implementation cost as per 6.1 of commercial Remaining 20% on implementation of the AD+DM at all clients as per PO Client installation payment : a) 50% on completion of 50% of clients as per PO in that circle b) Remaining 50% will be paid on completion of 100% of clients as per PO in that circle. Circle wise clients list will be provided to the successful bidder along with PO (Payment example : in one circle 500 clients on completion of 250 clients i.e 50% of 500 amount of 50% i.e (250 * {client license cost + implementation cost} as per commercial and remaining 250 clients payment will be paid on completion of Page 25

26 100% implementation i.e 500 clients so remaining payment will be (250 * {client license cost + implementation cost} as per commercial) Bidder has to submit the certificate of completion; proforma will be provided to the successful bidder. c) AMC/ATS period a) For Hardware - 50% advance for 6 months after warranty period as mentioned at clause 8. b) For Software 50% advance for 6 months after warranty period as mentioned at clause WARRANTY ATS a) As per bank s requirement the project should be completed within 12 months, however bidder can complete the project before the timeline. b) Software components - Comprehensive on-site warranty of 12 months from the date of AD+DM implementation c) The Date of warranty on circle wise and it will be kept on 1 st day of the next month of the completion of installation of clients of that Circle as per PO. d) After completion of all the circles, bank will decided to club all the dates based on the date of the last circle completion and make it one date for ATS. The value will be pro rata based for first year. 9. Annual Maintenance Contract (AMC) 10. Uptime 11. PENALTY a) Hardware components - Comprehensive on-site warranty of 36 months from the date of AD+DM implementation at DC, DRS and Circle level servers. b) Warranty should cover the following:- I. Warranty would cover updates/maintenance patches/bug fixes (available from the original software vendor) for system software & firmware patches/bug fixes, if any, Upgradation of the solution. II. The bidder will obtain written acknowledgement from Bank after completion of warranty period for successful sign off of warranty period. The AD+DM server should have minimum 99.9% availability in peak hours and should have minimum 99.0% in non-peak hours. Penalty due to late delivery. The AD+DM System is to be delivered within stipulated time from the date of order:- Page 26

27 I. If the bidder fails to deliver any or all goods or perform services within stipulated time schedule, the Bank shall, without prejudice to its other remedies under the rate contract, deduct penalty at the rate of 1% of the order value of undelivered equipment / system for per week of delay, as late delivery charges until actual delivery of the equipment subject to a maximum of 10%. II. III. IV. The Penalty will be charged on order value for the items for which delivery is delayed. The Bank is entitled to deduct from the purchase price or any other amount, which is due to bidder/supplier from the contract, or any other contract. The Bank reserves the right to cancel the order in case complete delivery/service is not affected within the stipulated time. Penalty due to non availability of AD/DM server For down time of each 0.1 % beyond 99.9% in peak hours and beyond 99.0% in non-peak hours for month, 1% of the order value (value of hardware + solution cost servers) will be deducted as penalty per month on the monthly order value (warranty / AMC/ATS) as under: S.No. Availability Penalty Peak Hr.( %)(approximately) Non-Peak Hr(%) & Below ANNUAL MAINTENANCE CONTRACT / ANNUAL TECHNICAL SUPPORT The vendor should also quote separately for ATS and AMC at site for 4 years and 2 years from the date of AD+DM implementation. The agreed ATS rate would be applicable for 24x7 support at DC & DRS and 8AM to 8PM at Circle offices and response time should not be more than 30 minutes.ats would cover maintenance patches/bug fixes (available from the original software vendor) for system software & firmware patches/bug fixes, if any, Upgradation of the solution. The scope of AMC/ ATS will be same as warranty clause. Page 27

28 ANNEXURE-II ELIGIBITY CRITERIA FOR BIDDERS SUPPLYING & MAINTAINING OF AD+DM Solution. The minimum qualification criteria for the bidders are as under: - Sr. no Pre Qualification Criteria Compliance (Yes/No) Detail of proof to be Attached a) The bidder should be a registered company incorporated in India, under Company act 1956 and as per its latest amendments. Bidder should have been in existence for a minimum period of 5 years in India. b) The bidder should be either Original Equipment Manufacturer (OEM) of Desktop Management application or their authorized representative in India having certification from OEM. In case both OEM and its authorised representative bid for the captioned tender both will be rejected by the Bank. In case of authorized representative, a letter of authorization to this effect from OEM must be furnished. The authorization letter should mention that if authorized representative fails to meet the obligation for items supplied and / or to be supplied under this tender, then OEM would be responsible for all obligations for their applications. Incorporation certificate Self-declaration in case of OEM and Authorization letter in case of authorized representative. c) Either OEM or only one of his authorized representatives in India shall participate in the tender. d) For other software and hardware required for this project also bidder has to submit authorization letters from the respective OEMs. The authorization letter should mention that if authorized representative fails to meet the obligation for items supplied and / or to be supplied under this tender, then OEM would be responsible for all obligations for their applications. Copy and link to Gartner s Magic Quadrant e) Solution Provider should be an ISO 9000, ISO Certified or above. f) The solution provider company should have at least CMMI (Capability Maturity Model Integration) level 3 certification. However, In case the solution provider is not at CMMI level 3 then the solution to be provided should be accompanied by a Relevant certificates. Relevant certificates. Page 28

29 certificate from a different CMMI level 5 company, who should confirm, based on their evaluation/audit, that the solution provided is in conformity with CMMI level 3 standards. g) The bidder should have Minimum turnover Rs.100 Crores (Rupees Three hundred Crores) in each year during last three financial years as per latest Audited Balance Sheet. h) Bidder should have positive net worth for the last two financial years as per latest audited Balance Sheet. i) The bidder should not have been blacklisted by any Government / Government agency in India. The bidder in their company s letter shall provide undertaking to this effect. j) The Bidder should have minimum of 3 years experience as on 30/06/2015 in the activity of implementation of Desktop Management Solution k) The Bidder should have supplied, implemented DM solutions in any company in India for a minimum client size of 10,000 in a single organization. l) Bidder should have successfully implemented Active Directory (AD) in any two companies in India having minimum client size of 10,000 in a single organization. m) Bidders, who have not satisfactorily completed any of the earlier contracts with the Bank and/or who have been debarred by the Bank or any other Bank during last five accounting years from participating in future tenders, will not be eligible for this tender. Bidder to submit an undertaking in this regard. n) The bidder/oem should be having Support offices/ Support Centers/ Support Locations with necessary support infrastructure for maintenance of Servers in at least 20 major cities / state capitals including the FGM offices of Bank in cities Chandigarh, Chennai, Delhi, Jaipur, Kolkata, Lucknow, Ludhiana, Meerut, Mumbai and Patna or should be ready to establish support Offices/Centers/Locations in such specified cities and any new FGM office opened during the period of rate contract The services are to be provided by the successful bidder or OEM. Audited balance sheet. Audited balance sheet. Undertaking Certificate from organization Certificate from organization Certificate from organization undertaking List and undertaking. Signature Seal of Company Page 29

30 ANNEXURE-III Technical specification for PNB Desktop Management solution Sl. Technical Specification No. 1 Discovery of IT Assets 1.1 Network search & automatic discovery to identify installed/deployed software, hardware, networking components, ATMs, self-service terminals etc. The Discovery should have the ability to discover all the Assets based on IP/MAC addresses, SNMP based network devices etc. The discovery tool proposed by the Bidder should be comprehensive one and should meet the requirements of the Bank. 1.2 Agent-based / Agent-less discovery 1.3 Should support Distributed scan/discovery 1.4 Hardware discovery should capture details like Serial Number, CPU information, RAM, Chip Set, number of CPUs and Cores, detailed information on Network devices, internal & peripheral disk drives, BIOS details, IP/MAC addresses, End Point/Device name, End Point/Device model, Hard Disk details etc.this would be linked with IT Asset s Warranty and AMC details. 1.5 Software discovery should include detection of all application and software programs including in house developed applications/programs, virtualized applications, OS versions and Service Pack information, patch information, services running on the Device etc. 1.6 Discovery of storage devices 2 IT Asset inventory / repository 2.1 Generation of complete inventory of hardware, software, network components including communication lines, ATMs, self-service terminals etc. 2.2 The inventory information should be stored along with date stamps & track changes like installation/ un-installation, configuration changes, entitlements changes etc. 2.3 IT inventory should support XML tagging 2.4 Repository for the discovered data and ownership data should be same. 2.5 IT inventory should include all the details of hardware such as Vendor, Serial Number, Chip Set, CPU information, RAM, numbers of CPUs & Cores, Detail information on Network devices, internal & peripheral disk drives, BIOS details, IP/MAC addresses, End Point/Device name, End Point/Device model, Hard Disk, Storage Devices details, all application and software including in house developed applications/programs, virtualized applications, OS versions and Service Pack information, patch information, services running on the Device etc. 2.6 Generation of alert/renewal notification on pre-defined due dates/expiry dates of hardware devices/software licenses based on warranty/amc/ats details. 3 IT Asset Management 3.1 Identification of various types of application / software licenses in use Compliance (Yes / No) Page 30

31 / purchased (eg. deployed Vs Licensed reports etc.) 3.2 Classification of IT Assets 3.3 Addition / deletion of IT Assets, Asset properties/attributes 3.4 User wise utilization & association of IT Assets 3.5 Comparison of owned and deployed assets 3.6 Identification of over and under deployment of Asset 3.7 Import Assets from CSV, Excel etc. formats 3.8 Import Software licenses from CSV, Excel etc. formats 3.9 Vendor and Asset association along with details like contracts, SLA etc Model/Template for inheriting IT Asset properties/attributes & ability to modify model/templates to add additional properties/attributes Asset and Asset relationship, Creation of IT Asset groups/sub-groups 3.12 Unlimited number of Asset Types and fields 3.13 Role based security 3.14 Discovered and owned Asset reconciliation 3.15 Reconciliation of Data from different sources 3.16 Asset History along with request 3.17 Define & Associate business rule with Assets 3.18 Standard template for entitlements 3.19 Search facility based on different search criteria 3.20 Should support licensing management for all major Principals like Oracle, Symantec, IBM, Microsoft, Peoplesoft etc. The licensing management should also support all other major Principals not explicitly specified here The functionalities provided by the solution should support discovery/management across multiple operating systems like Windows, Mac, UNIX, Linux, Mainframe OS, Virtualized environment setc., multiple databases like Oracle, DB2, SQL, MySQL etc. The system should support all popular Browsers like Internet Explorer, Firefox, Chrome, Safari, Opera etc Ability to create and apply policy baseline to group of Assets. 4 Management of contracts 4.1 Create & Manage Contracts 4.2 Should track start & end date of contracts 4.3 All existing contracts / SLAs need to be entered by the Bidder into the system 4.4 Add information & attach documents related to contracts including Vendor Information and provision to make obsolete documents inactive 4.5 Tracking and review of existing contracts & amendments to contract, Tracking of duplicate contracts 4.6 License and contract management 4.7 Tracking usage of licenses 4.8 Linking of contracts to Assets & capability to Store & Track renewal fees 4.9 License transfer, alerts notification and renewal notifications 4.10 Methods for creating policies, entitlement documents etc and enforcing theses policies/entitlements through alerts and controls Page 31

32 4.11 Event notification like alerts/rss feed on hardware/software changes, renewal of support/contract etc. 5 SLA Management 5.1 Creation, configuration & management of SLA 5.2 Configure different levels of escalation 5.3 Automate escalation as per requirement 5.4 Notification generation based on SLA breached 6 Integration Management 6.1 It will be the responsibility of the Bidder to integrate the IT Asset Management solution with the existing various packages of the bank as follows: 1. ITOT (IT Order Tracking bank s hardware asset procurement package) 2. FAMS (Fixed Asset Management System bank s IT + non-it asset inventory) 3. ANTIVIRUS (Currently bank has deployed M/s Symantec SEPM across its clients) 4. SPSD (Service Plus Service Desk bank s helpdesk package) 5. SIEM (Security Information and Event Management solution) 6. HRMS (bank s HR solution from Peoplesoft) 7. BMS (bank s Budget planning and monitoring system) 8. Finacle (bank s core banking system) 9. Bank s system andany other relevant solutions for the DM solution during implementation and maintenance phase. 6.2 The solution should provide & support API integration with Network Management Software, integration with Active Directory and Red Hat LDAP. 6.3 The Solution should be accessible through various interfaces like Web Access, Intranet Access. 6.4 The solution should also provide Mobile Access integration with leading OS/mobile manufactures like Apple- iphone/ipad, PDA, Blackberry, Android, Windows Mobile Devices, Symbian, Google etc. 6.5 The solution should also provide integration with external data and short message services. 6.6 The solution should support integrated login portal and single user interface for the ITAM users. 7 Call tracking and ticketing system 7.1 The solution should integrate the call tracking and ticketing with the existing system or should provide the same as part of the solution. The solution should have capability to support both of these approaches. The integration approach will decided by the Bank during implementation. 7.2 Users should able to track the status of logged calls 8 License Management 8.1 Software Licenses Tracking & Management This includes number of licenses for particular software Bank has purchased, how many have been deployed, what is the entitlement etc. 8.2 Option to categories the software licenses Page 32

33 8.3 Compliance Report 8.4 Should support management of multiple licensing models based on User, Machine, IP, Core etc. 8.5 Continuous Monitoring and flash reports 8.6 Should maintain the Catalog of software and hardware from all major OEMs/Principals and should update the signature for the same on periodic basis. The update periodicity should be as per industry norms. 8.7 License transfer & reassign capability 8.8 Capability to handle expired licenses 8.9 Voluntary return of Licenses 8.10 Capability to store and link proof of entitlement along with Asset ex: PO image, certificate image etc License metering 9 Workflow Management 9.1 Request can be logged and automated based on business rules 9.2 Request can be send through the software for approval, and integrated with Banks ing system 9.3 Should support multilevel request approval cycle 9.4 The solution should meet all the workflow requirement of the Bank 10 Service Catalog 10.1 Record Service Request 10.2 Managing the Catalog as per Service Categories and Services 10.3 Service Level Agreement 10.4 Service Request Approval 10.5 Addition of Task to the Service Request 10.6 Add Resources to Catalog 10.7 Manage the Catalog for different user groups 10.8 Logging of request and sending for approval 11 Life cycle Management and Disposal 11.1 To identify status of machines and track whether it is in its lifecycle i.e. in order, in production, spare, flagged for disposal etc Generation of alerts/reports/notification based on machine lifecycle stage of the IT asset. 12 Change/ Configuration Management 12.1 Logging of change request 12.2 Review & Approve changes 12.3 Test Changes 12.4 Implement changes-logging changes to hardware and software 12.5 Scheduling of pending changes 12.6 Backup/Revert changes 12.7 Integration of Change Request Management workflow with escalation matrix / system 12.8 Service Impact Simulation & Collision Detection 12.9 Post implementation review after specific period Change & Release Calendar Support of change templates Page 33

34 13 Importing & Exporting of Data 13.1 System should support importing of data (ex: spreadsheet data ) from existing system within PNB and Vendors & should also able export the data to excel 13.2 System should be able to import users, user rights from AD, LDAP etc System should be able to import schedules from Active Directory, LDAP etc. 14 MIS & Report Generation 14.1 Customs reports in tabular format 14.2 Query Builder for Reports / Query based Reports 14.3 Flash Reports 14.4 Integration with third party reporting software like Crystal Reports 14.5 Generation of reports such as which machines meet minimum hardware standard for upgrading software etc Functionality to export Report to.csv,.xls and.pdf format 14.7 Reports Scheduler Auto generation & Distribution Analyze trends & performance levels 14.8 Real time updates on Reports 14.9 Save & Store Customized reports Dashboard for Senior Management with standard information, customized on demand The System should be capable of generating different reports based on relevant information from different areas covered under the scope of this RFP 15 Patch Management 15.1 Report on installed and missing patches 15.2 Capability to produce alerts 15.3 Capability to download and test patches 15.4 Enabling workflows for approval and subsequent deployment of patches/software & Check point facility Installation of Software and application of patches 15.6 Removal of Software and service packs in case of need 15.7 Roll back of patches and service packs in case of need 15.8 Remote Desktop Control over MPLS, intranet, VPN, Internet etc Capability to identify the devices where patches are applied but not yet activated ( pending restart ) 16 Purchasing Management 16.1 Information sharing and integration with IT Service Management and IT Asset Management 16.2 Association of purchase information with Assets 16.3 Integration with existing Systems like Fixed Asset Management, HRMS, Core Banking etc. and integration with procurement system as and when require 17 Financial Management 17.1 The Planning and budgeting 17.2 Reconciliation with fixed assets 17.3 Provide accurate asset financial data 17.4 Invoice reconciliation Page 34

35 17.5 Automate invoice reconciliation process 17.6 Establishment of relationship between Assets & financial data 17.7 Track asset costs by cost centre and chargeback 17.8 Ability to calculate depreciation of Assets and help in budget estimation 17.9 Availability of accounting module which is able to interface with existing CBS functionality of the bank and should be able to post accounting entries 18 Establishment of process & creation/entering of the information related to IT 18.1 Asset Contract /SLA, purchase information and other related information required for ITAM as per scope of this RFP. The Bidder may create specific scripts for uploading of this information. The above referred information for HO, CO and various branches of PNB will have to be entered by the Bidder into the system The above referred information for various circles and other locations of the PNB will also have to be entered by the Bidder into the System. However for these locations the cost for the data entry operators, if any, and if acceptable to the Bank, will be borne by the Bank on T&M basis on mutually agreed terms & conditions. 19 Migration of existing system This includes massaging of data and converting the same to proper format and then uploading the same into the ITAM system. The Bidder should take into account any implementation efforts required related to transition/migration at initial stage or at later stage considering the requested integrations envisage as per scope of this RFP. 20 Other requirements 20.1 IPv6 Compliance: The proposed solution covering all Software, Operating System and other related software must be IPv6 compliant and must have capability to secure IPv6 networks and also secure against IPv6 networks. The solution complete in all respect should be either IPv6 Compliant or should be IPv6 supported. It should support dual stack (dual IP), tunneling techniques, and translation techniques for transition to IPv6. Signature Seal of Company Page 35

36 Bidders Information Annexure-IV Name: Constitution: Address: Names & Addresses of the Partners if applicable Contact Person(s) Telephone, Fax, Number of years of experience in Laptop/PC/Server business Please give brief financial particulars of your firm for the last 2 years along with the volume of business handled. (The information will be kept confidential) Financial Year Previous Year Current Year Net Worth Total Turnover Revenue earned in Server/PC/Laptop business Signature: Seal of company Page 36

37 ANNEXURE-V COMPLIANCE STATEMENT DECLARATION All Terms and Conditions including scope of work except technical specifications We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in this RFP including all addendum, corrigendum etc. Any deviation may result in disqualification of bids. Signature: Seal of company Page 37

38 ANNEXURE-VI SERVICE SUPPORT DETAILS Sr. No. 1 2 Location Address City Office Telephon e Number Fax No. Name of contact Person with contact number Status of Office working days & hours No. of Maintenance Engineers RESOURCES ON ROLL DETAILS Sr. No. Name of the Resource Designation Experience Qualification Certifications 1 Signature and Seal of Bidder Page 38

39 ANNEXURE-VII PROFORMA FOR PERFORMANCE STATEMENT (FOR THE PERIOD ) NAME OF BID NAME OF FIRM Order Placed by Full Address of Bank Order No. and Date Description Value of Order Date of Completion As per contract Actual Remarks Signature and Seal of Bidder Page 39

40 ANNEXURE-VIII Commercial for Installation, Implementation, Maintenance of Microsoft Active Directory And Supply, Installation, Implementation, Maintenance Of Desktop Management (DM) Solution S.No Items Unit Rate Price 1) Cost of Desktop Management application 1 Cost (including 1 year warranty / ATS) -- servers 2) Cost of each client license for Desktop Cost Management Software (approx client licenses required) (Client cost * 40000) 3) Cost of Servers required for DM & AD --- Solution (including 3 years warranty) 3.1 Cost of Server required for DR & DC Cost Server 3.2 Cost of Each Relay Server at Circle 76 Cost Office locations (presently 76 Servers) (each server cost * 76) 4) Cost of OS required for Servers, if any Cost 5) Cost of DB required for Servers, if any Cost 6) Total implementation cost of DM+AD --- solution 6.1 Implementation cost for Servers 6.2 Implementation cost per client (AD+DM) (cost per client * 40000) 7) ATS for Application/software components Cost further for four years 8) AMC for hardware components for further 2 Cost years 9) Grand Total (TCO for Five years) 10) Man month cost for Support person for AD/DM 11) Man month Cost of one Process consultant and Project Leader 12) Manmonth cost for Senior Engineer (DM/AD) 13) Man month cost for Support and implementation engineers (AD/DM) Note: a. This setup is for both DC & DRS(The cost of application, Hardware, Software, OS, Data Base and implementation should include for both DC & DRS) b. Bidders must quote for all the items required by the bank. If the rate of any of the items is not quoted, bid will be rejected summarily as non-responsive. c. Please incorporate the item in commercial proposal strictly as per your Technical offer. d. Bidder with lowest price of point 9) will be considered as L1. Page 40

41 e. Reverse auction will be done on Grand Total(point 9) as this is Total solution. L1 Bidder has to provide the rates of individual items in the proportion to the quoted price. f. Items 10 to 13 will be negotiated with L1 bidder. Commercial bid Sl. Documents No. 1. Commercial bid as per Annexure-VIII(only on-line submission required) Page 41

42 ANNEXURE - IX PROPOSED HARDWARE SPECIFICATION Technical Platform Requirement for Installation, Implementation, Maintenance of Microsoft Active Directory and Supply, Installation, Implementation, Maintenance of Desktop Management (DM) Solution 1. SYSTEM REQUIREMENTS S. No. Item description / configurations/ make /model Quantity 1. Operating system 2. Database system 3. Others (please specify) 2. HARDWARE DETAILS S. No. Item description / configurations/ make /model Quantity Date: Place: Signature of Authorized Signatory Name of Signatory: Designation: Seal of Company Page 42

43 Technical Bid Check List Annexure-X Sl. No. Documents 1. Terms and conditions (Annexure-I) 2. Eligibility criteria for bidders (Annexure-II) 3. Technical specifications (Annexure-III) 4. Bidder s information (Annexure-IV) 5. Compliance statement (Annexure-V) 6. Service support detail (Annexure-VI) 7. Performance statement (Annexure-VII) 8. Commercial statement (Annexure-VIII) 9. Proposed hardware specifications (Annexure- IX) 10. Check list (Annexure-X) 11. Proforma for the bank guarantee for earnest money deposit (Annexure-XI) 12. Pre contract Integrity pact (Annexure-XII) 13. Any other document indicating the feature of the product. 14. Last two years audited balanced sheet. 15. EMD should be submitted online or in the form of Bank Guarantee (BG) before last date of bid submission. 16. Power of attorney should be signed by person who is authorized as per board resolution. Board resolution is also provided. 17. Bid Covering Letter [Declaration-1] from the authorized signatory of the company Attached in Bid (Yes/No) From Page No To Page 43

44 Note: a) All pages of the bid documents must be signed by authorized person. b) All pages of the bid documents should be numbered in serial order i.e. 1,2,3 c) The technical bid should be properly banded and numbered to find out the documents with annexure in starting explaining positioning of documents in bid. Page 44

45 Annexure-XI Format of Bank guarantee is as under: Performa for the Bank Guarantee for Earnest Money Deposit (To be stamped in accordance with stamp act) Ref: Bank Guarantee # Date Punjab National Bank Information Technology Division 5, Sansad Marg New Delhi Dear Sirs, In accordance with your bid reference no. PNB/HO/HW/AD+DM/ Dated M/s having its Registered office at herein after Called bidder ) wish to participate in the said bid for Installation & Implementation of AD & DM at Punjab National Bank having its Head Office at 5,Sansad Marg New Delhi An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled commercial Bank) against Earnest Money Deposit amounting to Rs.30,00,000/-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 Punjab National bank (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.30,00,000/-Rupees (in words) valid up to. We, the Bank at having our Head office at therefore Guarantee and undertake to pay immediately on first written demand by Punjab National Bank, 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 Page 45

46 issued."not withstanding anything contained herein above our liability under this bank guarantee shall not exceed Rs /- (Rupees only). This bank guarantee shall be valid up to We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only if you serve upon us a written claim or demand (and which should be received by us), on or before before hours (Indian Standard Time) where after it ceases to be in effect in all respects whether or not the original bank guarantee is returned to us." In witness whereof the Bank, through its authorized officer has set its hand stamped on this Day of 2015 at Designation Bank Common Seal Attorney as per Power of Attorney Page 46

47 Annexure-XII Pre Contract Integrity Pact General This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on day of the month of 20, between, on one hand, the Punjab National Bank acting through Shri, Designation of the officer, Punjab National Bank having its Head Office at 7, Bhikaji Cama Place, New Delhi (hereinafter called the "BUYER', Which expression shaft, mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part. and M/s. represented by Shri, Chief Executive Officer (hereinafter called the "BIDDER/Seller" which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part, WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and WHEREAS- the BIDDER is a private company/public Company / Government Undertaking / partnership / registered export agency, constituted in accordance-with the relevant law in the, matter and the BUYER is a Ministry/Department of the Government of India / PSU performing its functions on behalf of the President of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any Influence/ prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :- Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling BIDDERS to abstain from bribing or indulging in any corrupt practice in order to secure the, contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: Commitments of the BUYER 1.1. The BUYER, undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour, or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organisation or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERS the same information and will not provide any such information to any particular BIDDER which could afford art advantage to that particular BIDDER in comparison to other BIDDERs All the officials of the BUYER will report to the appropriate Government office any attempted completed bleaches of the above commitments as well as any substantial suspicion of such a breach. Page 47

48 2. In case any.such 'preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima-facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled. Commitments of BIDDERS 3. The BIDDER commits itself to take all measures necessary to prevent corrupt "practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following: The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantages, commission, fees, brokerage or inducement to any Official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract The BIDDER further undertakes that it has not given, offered or promised, to give, directly or indirectly any bribe, gift; consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government. 3.3.* BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. 3.4.* BIDDERS shall disclose the payments to be made by them to agents / brokers or any other intermediary, in connection this bid/ contract. 3 5.* The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/integrator/authorised-government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the, contract to the BUYER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and details of services agreed upon for such payments The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of.the bidding process, bid evaluation, contracting and implementation of the contract The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business Page 48

49 relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above If the BIDDER or any employee of the BUDDER or an person acting on behalf of the BIDDER, either directly or indirectly is a relative of any of the officers of the BUYER or their family members, agents, brokers alternatively, if any relative of an officer of the BUYER has financial interest / stake in the BIDDER'S firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative for this purpose would be as defined in Section 6 of the Companies Act The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER. 4. Previous Transgressions 4.1. The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, With any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could Justify BIDDER s exclusion from the tender process The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. 5. Earnest Money (Security Deposit) 5.1 While submitting commercial bid, the BIDDER shall deposit an amount (to be specified in RFP) as Earnest Money/Security Deposit, with the BUYER through any of the following instruments: (i) Bank Draft or a Pay Order in favour of (ii) A confirmed guarantee by an Indian Nationalised Bank, promising payment of the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever The demand for payment by the BUYER shall be treated as conclusive proof of payment. (iii) Any other mode or through any other instrument (to be specified in the RFP), 5.2. The Earnest Money/Security Deposit shall be valid upto a period of five years or the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period, whichever is later In case of successful BIDDER, a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond. In case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact Page 49

50 5.4. No interest shall be payable by the BUYER to the BIDDER on Earnest Money / Security Deposit for the period of its currency. 6. Sanctions for violations 6.1. Any breach of aforesaid provisions by the BIDDER or any one employed by it or action on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:- (i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However; the, proceedings with the other BIDDER(s) would continue. (ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit / Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore (iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER (iv) To recover-all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilised to recover the aforesaid sum and interest. (v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with Interest. (vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER (vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER. (viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract. (ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. (x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. 6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1. (i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IC of the Indian Penal code, 1860 or Prevention of Corruption Act 1988 any other statute enacted for prevention of corruption. Page 50

51 6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact. 7. Fall Clause 7.1. The BIDDER undertakes that It has not supplied/is not supplying similar Product / systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India, or PSU and if it is found at any stage that similar product / systems or sub systems was supplied by the BIDDER to any other Ministry/Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded. 8. Independent Monitors 8.1. The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in consultation with the Central Vigilance Commission (Names and Addresses of the Monitors to be given) The 'task' of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact 8.3. The Monitors shall not be subject to instructions by the representatives, of the parties and perform their functions neutrally and independently Both the parties accept the Monitors have the right to access all the documents relating to the project /procurement, including minutes of meetings As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon, his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation, the same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer the Monitor the option to participate in such meetings 8.8. The Monitor will submit a written report to the designated Authority of BUYER/Secretary of the Department/ within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and, should the occasion arise, submit proposals for correcting problematic situations. 9. Facilitation of investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the; BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary Page 51

52 information and documents in English and shall extend all possible help for the purpose of such examination. 10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER 11. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings. 12. Validity 12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later in case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract Should one or several provisions of this Pact turn out to be invalid; the remainder of, this pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 13. The parties hereby sign this Integrity Pact at on. BUYER BIDDER Name of the Officer CHIEF EXECUTIVE OFFICER Designation Punjab National Bank Witness Witness *Provisions of these clauses would need to be amended/ deleted in line with the policy of the BUYER in regard to involvement of Indian agents of foreign suppliers. Page 52

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

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

More information

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

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

More information

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

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

More information

Punjab National Bank

Punjab National Bank Punjab National Bank Request for Proposal For Software Solution For Human Resource Management System For Punjab National Bank s Sponsored Regional Rural Banks Information Technology Division Head Office,

More information

Punjab National Bank

Punjab National Bank Punjab National Bank REQUEST FOR PROPOSAL FOR PROCUREMENT OF MOBILE APPLICATION DEVELOPMENT PLATFORM AND THEIR RESOURCES FOR DEVELOPMENT, MAINTENANCE AND TESTING OF MOBILE APPLICATIONS Information Technology

More information

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

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

More information

Punjab National Bank

Punjab National Bank Punjab National Bank Request for Proposal For Software Solution For Human Resource Management System For Punjab National Bank s Sponsored Regional Rural Banks Information Technology Division Head Office,

More information

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

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

More information

Punjab National Bank Request for Proposal For Implementation of esign Services

Punjab National Bank Request for Proposal For Implementation of esign Services Punjab National Bank Request for Proposal For Implementation of esign Services Information Technology Division I.T Procurement Department Head Office, 5 Sansad Marg, New Delhi - 110 001 Tel: (011)-23311452

More information

School of Open Learning University of Delhi

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

More information

Development of application Software for Election Commission

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

More information

Invites Offers from Consulting Actuary

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

More information

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

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

More information

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 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

More information

Dear Sir, Purchase of MS Office 2010 Professional

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

More information

Service Level Agreement for providing Annual Maintenance Services for STPI.in Project

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

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

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

More information

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 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

More information

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business. JRI S STANDARD TERMS OF PURCHASE 1. INTERPRETATION 1.1 Definitions. In these Conditions, the following definitions apply: Business Day: a day (other than a Saturday, Sunday or public holiday) when banks

More information

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

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

More information

END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE

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

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) FOR UPGRADATION OF HUMAN RESOURCE MANAGEMENT SYSTEM PROJECT IN PUNJAB NATIONAL BANK

REQUEST FOR PROPOSAL (RFP) FOR UPGRADATION OF HUMAN RESOURCE MANAGEMENT SYSTEM PROJECT IN PUNJAB NATIONAL BANK REQUEST FOR PROPOSAL (RFP) FOR UPGRADATION OF HUMAN RESOURCE MANAGEMENT SYSTEM PROJECT IN PUNJAB NATIONAL BANK Punjab National Bank HO: Information Technology Division 5, Parliament Street, New Delhi-110001

More information

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

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

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

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

More information

REQUEST FOR QUOTATIONS

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

More information

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

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

More information

Following terms and conditions may be kept in view while submitting the bids :-

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

More information

Empanelment of Vendors for Load Testing

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

More information

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

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

More information

PerfectForms End-User License Agreement

PerfectForms End-User License Agreement PerfectForms End-User License Agreement 2011 PerfectForms Page 1 of 12 Contents 1. DEFINITIONS... 4 2. GRANT OF RIGHTS... 4 3. FEES... 5 4. CONFIGURATION... 5 5. INTELLECTUAL PROPERTY... 5 6. TERM AND

More information

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

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

More information

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

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

More information

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

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

More information

TRADING FACILITY AGREEMENT INTERNET TRADING FACILITY

TRADING FACILITY AGREEMENT INTERNET TRADING FACILITY TRADING FACILITY AGREEMENT INTERNET TRADING FACILITY The Facility This letter sets out the terms on which we are prepared to offer the Facility. Please read the terms carefully and ensure that you fully

More information

QUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT

QUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT Page 1 of 5 INTERPRETATION QUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT FOR THE SUPPLY AND DELIVERY OF FOODSTUFF OR AMENITIES ITEM(S) FOR THE PERIOD SPECIFIED IN THE AWARD LETTER In these Terms

More information

JHARKHAND STATE ELECTRICITY BOARD

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

More information

Licensor: Deveo Oy Customer: [address line 2] LICENSE NUMBER:

Licensor: Deveo Oy Customer: [address line 2] LICENSE NUMBER: 1/8 DEVEO SOFTWARE LICENSE AGREEMENT COVER PAGE LICENSE CERTIFICATE AND LICENSE NUMBER Licensor: Deveo Oy Customer: [address line 1] [address line 2] Product Deveo on-premises Software version License

More information

Oracle Financial Services Applications

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

More information

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

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

More information

Managed IT Services Terms & Conditions. I. Overview. Definitions

Managed IT Services Terms & Conditions. I. Overview. Definitions I. Overview Managed IT Services Terms & Conditions This Agreement states the terms and conditions by which Azul Services (heretofore known as Provider ) will deliver, and Customer (heretofore known as

More information

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

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

More information

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

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

More information

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016

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

More information

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

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

More information

Head Office : Information Technology Division 5, Parliament Street, New Delhi 110 001. Request For Proposal (RFP) For

Head Office : Information Technology Division 5, Parliament Street, New Delhi 110 001. Request For Proposal (RFP) For Head Office : Information Technology Division 5, Parliament Street, New Delhi 110 001 Request For Proposal (RFP) For Monitoring of Internet & Identification of Threats & Providing Remedies Relating to

More information

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]

More information

TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE

TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE TEXTURA AUSTRALASIA PTY LTD ACN 160 777 088 ( Textura ) CONSTRUCTION PAYMENT MANAGEMENT SYSTEM TERMS AND CONDITIONS OF USE Welcome to the Textura Construction Payment Management ( CPM ) System. By clicking

More information

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

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

More information

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

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

More information

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

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

More information

TENDER FOR TRAVEL SERVICES

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

More information

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

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

More information

TENDER FOR AMC OF LAN NODES & SWITCHES

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

More information

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note: TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank

More information

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

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

More information

Commercial Online Banking

Commercial Online Banking These terms form the agreement between us, Metro Bank PLC and you, a business customer and apply to the Commercial Online Banking Service (Commercial Online Banking) provided by us. Commercial Online Banking

More information

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

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

More information

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

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

More information

No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015

No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015 CENTRAL INSTITUTE OF CLASSICAL TAMIL (An autonomous Institution under Ministry of Human Resource Development, Government of India, New Delhi) LMV Building, Institute of Road Transport Corporation Campus,

More information

ICC UNIFORM RULES FOR CONTRACT BONDS

ICC UNIFORM RULES FOR CONTRACT BONDS ICC UNIFORM RULES FOR CONTRACT BONDS issued as ICC publication No. 524, adopted by the ICC Executive Board on 23 April 1993, come into effect on 1 January 1994 Copyright 1993 International Chamber of Commerce.

More information

Mako Networks Sales & Marketing, Inc. Terms & Conditions for End User System Access, Use & Service Supply

Mako Networks Sales & Marketing, Inc. Terms & Conditions for End User System Access, Use & Service Supply Mako Networks Sales & Marketing, Inc. Terms & Conditions for End User System Access, Use & Service Supply 1. Introduction a. Binding Terms: These terms and conditions constitute a legally binding agreement

More information

(RFP) PURCHASE OF BLADE SERVER

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

More information

Purchasing Terms and Conditions

Purchasing Terms and Conditions Purchasing Terms and Conditions ( Terms and Conditions ) Wincor Nixdorf Pte Ltd 1 Purchase Order and Acknowledgement of Order 1.1 These Terms and Conditions shall apply to all orders and/or agreements

More information

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER Sealed tenders are hereby invited in two separate sealed covers (Technical and Commercial offers) from eligible registered manpower supplier

More information

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

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

More information

PUNJAB & HARYANA HIGH COURT CHANDIGARH DETAILED TENDER DOCUMENT FOR SUPPLY AND COMMISSIONING OF

PUNJAB & HARYANA HIGH COURT CHANDIGARH DETAILED TENDER DOCUMENT FOR SUPPLY AND COMMISSIONING OF PUNJAB & HARYANA HIGH COURT CHANDIGARH DETAILED TENDER DOCUMENT FOR SUPPLY AND COMMISSIONING OF BIOMETRIC ATTENDANCE SYSTEM WITH PERIPHERALS INCLUDING SOFTWARE, IF ANY, IN THE PUNJAB AND HARYANA HIGH COURT

More information

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

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

More information

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

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

More information

Terms of Use/ Disclaimers/ Contract/ Agreement

Terms of Use/ Disclaimers/ Contract/ Agreement Website Development and Ongoing Services Agreement Terms of Use/ Disclaimers/ Contract/ Agreement Between You as the client and WideNet Consulting, LLC as the service provider. By using the services of

More information

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

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

More information

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

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

More information

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 (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (OIL) invites sealed tenders under single

More information

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3

More information

HIRING OF ACCOUNTANTS

HIRING OF ACCOUNTANTS HIRING OF ACCOUNTANTS Sealed tenders are invited from experienced and reputed Manpower Agencies for outsourcing of the services of 2 (two) Accountants for work in the Ministry as detailed below: Requirement

More information

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION

More information

Canadian Pharmaceutical Distribution Network Certificate Authority Services Agreement. In this document:

Canadian Pharmaceutical Distribution Network Certificate Authority Services Agreement. In this document: Canadian Pharmaceutical Distribution Network Certificate Authority Services Agreement In this document: Company refers to the hospital, hospital group, or other entity that has been pre- registered by

More information

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

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

More information

Punjab National Bank. Request For Proposal

Punjab National Bank. Request For Proposal Punjab National Bank Request For Proposal Supply & installation of Data Loss / Leakage Prevention Solution for Mail Messaging System Information Technology Division I.T Procurement Department Head Office,

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY

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

More information

Soltec Computer Systems Limited ( THE COMPANY ) Suite 1 Castlethorpe Court, Castlethorpe, Brigg, North Lincolnshire, DN20 9LG

Soltec Computer Systems Limited ( THE COMPANY ) Suite 1 Castlethorpe Court, Castlethorpe, Brigg, North Lincolnshire, DN20 9LG Soltec Computer Systems Limited ( THE COMPANY ) Suite 1 Court,, Brigg,, Website Hosting Terms & Conditions 1 Notice All Users of services provided by Soltec Computer Systems Limited, by use of such services,

More information

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE WHEREAS The Sustainable Energy Authority of Ireland (hereinafter called SEAI ) of Wilton Park House, Wilton Place,

More information

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

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

More information

INVITATION FOR EXPRESSION OF INTEREST SYSTEM INTEGRATOR- SUPPLY AND IMPLEMENTATION OF ERP BASED CGLMS

INVITATION FOR EXPRESSION OF INTEREST SYSTEM INTEGRATOR- SUPPLY AND IMPLEMENTATION OF ERP BASED CGLMS 1 INVITATION FOR EXPRESSION OF INTEREST SYSTEM INTEGRATOR- SUPPLY AND IMPLEMENTATION OF ERP BASED CGLMS Purpose of the EOI 1. Headquarters, Indian Coast Guard, invites Expression of Interest from vendors

More information

SOFTWARE DEVELOPMENT AGREEMENT

SOFTWARE DEVELOPMENT AGREEMENT SOFTWARE DEVELOPMENT AGREEMENT THIS AGREEMENT dated the day of 20. BETWEEN: AND: ACN of (the Customer ; 1iT Pty Ltd ACN 092 074 247 of 41 Oxford Close West Leederville (the Contractor. BACKGROUND A. The

More information

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

TENDER NOTICE NO. 04/2015-16

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.

More information

Sub: Tender Enquiry for Sale of Condemned Items.

Sub: Tender Enquiry for Sale of Condemned Items. PUBLIC ENTERPRISES SELECTION BOARD Department of Personnel & Training (Ministry of Personnel, Public Grievances and Pension) 5 th Floor, Block No.14, CGO Complex, Lodhi Road, New Delhi-110003. No.4/8/2010-PESB

More information

CRM in a Day Support Services Agreement

CRM in a Day Support Services Agreement CRM in a Day Support Services Agreement Agreement Number: Start Date: Renewal Date: Minimum Term: This Agreement sets forth the terms and conditions under with CRM in a Day shall support the Microsoft

More information

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune College of Engineering Pune-411 005 INVITATION OF TENDER For providing Facility Management Services of IT Infrastructure at College of Engineering Pune Cost of document Rs. 500/- Page 1 of 12 COLLEGE OF

More information

GALLAGHER GROUP LIMITED, 181 KAHIKATEA DRIVE, HAMILTON, NEW ZEALAND GALLAGHER

GALLAGHER GROUP LIMITED, 181 KAHIKATEA DRIVE, HAMILTON, NEW ZEALAND GALLAGHER GALLAGHER GROUP LIMITED, 181 KAHIKATEA DRIVE, HAMILTON, NEW ZEALAND GALLAGHER GALLAGHER SECURITY SOFTWARE MAINTENANCE TERMS AND CONDITIONS PLEASE READ THESE SOFTWARE MAINTENANCE TERMS AND CONDITIONS CAREFULLY

More information

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I

More information

By using the Cloud Service, Customer agrees to be bound by this Agreement. If you do not agree to this Agreement, do not use the Cloud Service.

By using the Cloud Service, Customer agrees to be bound by this Agreement. If you do not agree to this Agreement, do not use the Cloud Service. 1/9 CLOUD SERVICE AGREEMENT (hereinafter Agreement ) 1. THIS AGREEMENT This Cloud Service Agreement ("Agreement") is a binding legal document between Deveo and you, which explains your rights and obligations

More information

GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh

GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh PhoneNo.: (0755)2576839 Fax No. (0755)2576840 Portal: www.gwpbpl.org. Tender for One Time Purchase for Perpetual Access of e-books/

More information