Request for Proposal For Exchange Upgrade, Implementation & Management of Mail Messaging Solution

Size: px
Start display at page:

Download "Request for Proposal For Exchange Upgrade, Implementation & Management of Mail Messaging Solution"

Transcription

1 RFP Reference no:-obc/ho/dit/rfp-mail Messaging Solution/26 / Request for Proposal For Exchange Upgrade, Implementation & Management of Mail Messaging Solution Oriental Bank of Commerce Department of Information Technology Head Office New Delhi Tel. No Fax No Page 1 of 55

2 Sr. No. TABLE OF CONTENTS Description Page Nos. 1 Bid Details 3 2 Introduction 4 3 Existing Network Design & Architecture 4 4 Bidders Eligibility Criteria 8 5 Scope of Work 9 6 Instruction to Bidders 15 7 Pre Bid Meeting & Bid Document Fee 16 8 Payment Terms & PBG 23 9 EMD Annexure I - Bidder s General Information Annexure II - Bidders Eligibility Criteria Annexure III - Technical Specifications Annexure IV - Bill of Material Annexure V L1 Bidder Determination 47 Sheet 15 Annexure VI - Performa for the Bank 49 Guarantee for Earnest Money Deposit 16 Annexure VII - Performa for Performance 50 Bank Guarantee 17 Annexure VIII List of ROs 53 Page 2 of 55

3 Bid Details Sr. No Activity Details Release of RFP Monday, 6 th November 2009 Bid Document Price Rs.5000/- by way of Demand Draft in favour of Oriental Bank of Commerce payable at Delhi Pre-Bid Meeting Address for Receipt/submission of Bids/Venue for Pre-Bid Meeting Last Date & Time of Bid submission Bid Opening Date, Time & Venue for Technical Bid Contact Details Official Website (URL) Tuesday, 17 th November 2009, 3.30 P.M Oriental Bank of Commerce Department of Information Technology F-14, Competent House, 4 th Floor Connaught Place, New Delhi Monday, 30 th November 2009, 5.00 P.M Tuesday, 1 st December 2009, 3.00 P.M Department of Information Technology F-14, Competent House, 4 th Floor Connaught Place, New Delhi [email protected] (FAX) Note: Bids will be opened in presence of the bidders representative who chooses to attend. The above schedule is subject to change. Notice in writing of any changes will be provided wherever feasible. Further please note that Commercial Bid opening Date, Time & Venue will be intimated to the technically qualified Bidders at a later date. Page 3 of 55

4 1. Introduction The Oriental Bank of Commerce (hereinafter referred to as Bank or OBC), is one of the premier public sector banks, has successfully transformed itself into a modern age bank to cater its customers efficiently and effectively. Bank has its Head Office at Harsha Bhawan, Delhi, 29 Regional Offices and 1475 Branches spread across country. The Bank has set up a robust, scalable, state-of-the-art Wide Area Network connecting its various branches and offices with its Data Centre (DC) and DR site located at Mumbai and Delhi. The Bank has 3-tier network where the access points, i.e., branches are connected to aggregating points, i.e., regional offices which are linked to Data Centre and DR Site. As on date, all Head Office locations, Regional Offices & Branches and other offices are networked using Leased Lines and VSATs. Bank in future will be replacing the leased line network with MPLS network in a phased manner. The Bank invites technically complete and commercially competitive bids from reputed bidders for 1. Supply, Installation & Maintenance of Hardware for implementation of Microsoft Exchange 2007 and Operating System 2008 in the Bank. 2. Migration & Upgradation from Microsoft Exchange 2000 to Microsoft Exchange Management and Maintenance of the MS Exchange 2007 Solution and its Hardware. Page 4 of 55

5 2. Overview of Bank s Wide Area Network and Mail Messaging System The Wide Area Network of the Bank has 3 tiers Network Architecture as shown below: The Bank s WAN has core locations i.e. DC Mumbai, NLS, Mumbai and DR New Delhi. All the core locations as connected through multiple E1/E3 links. The Network Operation Centre (NOC), New Delhi is connected through DC and DR sites through multiple 2 MB Lease circuits. The aggregation points i.e. 29 Regional Offices are connected through 2 MB links each with DC and DR sites. The access point i.e approx. Branches are connected through 64/128 Kbps Lease Lines and ISDN as backup links with respective ROs. 2.1 Network Diagram E3 LINK PDC-Mumbai OBC WAN NETWORK Near Line Site Mumbai 3 x 2MB 4 x 2MB E3 LINK NOC-Delhi DR-Delhi 2MB 2MB 2MB Agra Ahmedabad Amritsar Bangalore Barielly Bhatinda Bhubneshwar Bhopal Chandigarh Chennai Dehradun Delhi Durgapur Ghaziabad Gurgaon Hyderabad Jaipur Jalandhar Karnal Kolkata Lucknow Ludhiana Mumi(N) Mum(S) New Delhi Patiala Pune Rohtak Sriganganagar Page 5 of 55

6 3. Objective Bank has been using Microsoft Exchange 2000 since 2001 and the user base has since grown to 3500 mailboxes. With an Enterprise Wide Area Network (WAN) also already in place at all Bank locations it has been decided by the Bank to upgrade its MS Exchange 2000 based Mail Messaging Solution (MMS) to MS Exchange 2007 based MMS Solution. Presently the solution deployed in the Bank includes:- 1. MMS Solution is operational in the Bank in Decentralized Mode at 29 Regional Offices and Head Office. 2. MMS Solution is based on OS Windows 2000 platform with Windows Exchange 2000 Server. 3. Bank s domain is obc.co.in with 25 child domains for each mail servers i.e. rokol.obc.co.in, romum.obc.co.in etc. 4. Mail Server at each location has its own Active Directory and separate child domain controller and forest. 5. The routing between these child domains is performed by Relay Server deployed at NOC, Harsha Bhawan, New Delhi. 6. The mail flow for Internet Domain is performed through Data Centre, Mumbai. Further Spam and Anti-Virus is also operational at DC Mumbai. 3.1 Existing Mail Flow Diagram Page 6 of 55

7 3.2 Other Details Out of 3500, around 3300 mailboxes are active mail boxes. There are around 30 incoming and outgoing mails per user basis, mail box size is equal to 25 Mbps. Taking in account the roadmap of next 5 years, another 3500 mailboxes will be created. There can be increase in the number of Regional Offices also. Sending as well as receiving mails will be increased to 75 mails per days for high end users. At present as per policy, attachment size has been restricted to 2MB for internal mails and 4 MB for receiving and sending mails to outside domains, which may go up taking into account the futuristic requirements. There may be requirement of sending bulk mails also. Keeping in view the Bank s existing and futuristic requirement the deployed solution should be Scalable & Highly available. The initial deployment is expected to be able to handle approx. 5,000 Exchange users. The proposed solution should meet the current and futuristic requirement of the Bank. Presently Bank is not going with the site redundancy i.e. for DR setup. The additional mail box servers and exchange servers can also be added as needed if the user base grows substantially. As and when Bank goes with DR setup there should not be any issues in replication between DC, Mumbai & DR site Delhi. Page 7 of 55

8 4. Bidders Eligibility Criteria The Bank will use the following pre-qualification criteria. Only those bidders fulfilling these criteria should respond to the tender:- 1. The Bidder should preferably be a Firm/Company/Public Sector undertaking/govt. Company incorporated in India and should have 5 years experience in implementation of Microsoft Exchange based mail messaging solution. 2. The Bidder should have a minimum annual turnover of Rs.50 crore in each of the last three financial years and should be in profits during the same three financial years. Audited balance sheet & Profit & Loss accounts for the last 3 years to be furnished by the bidder. 3. The Bidder should have experience of already implementing Microsoft Exchange based Mail Messaging Solution in at least two Banks/Financial Institutions or other large companies with minimum of 2500 mailboxes in the last 5 years. Documentary proof should be submitted along with the Bid. The bidder should submit details like name of contact person, along with his phone number for above projects. 4. The Bidder should be a certified Large Account Reseller (LAR) of Microsoft. A certificate from OEM must be submitted to this effect. 5. The bidder should have back to back support agreement with Microsoft for various technologies of Microsoft up to the extended period of support of the solution i.e. for 5 years. 6. The Bidder should have National presence and should be able to provide support and maintenance for the offered solution. Page 8 of 55

9 5. Scope of Work The broad Scope of Work required to be implemented in the project are listed as below: 5.1 The bidder shall be responsible for implementation of the Centralized Mail Messaging Solution in Single Domain architecture with High Availability. 5.2 The bidder shall be responsible for Supply, Installation, Upgradation, Integration, Rollout, Operationalization, failover testing and Maintenance of total solution comprising Hardware, Software, Operating System and Data Base at Bank s Primary Data Centre Mumbai. The Bill of Material (BOM) has already been freezed and provided in the document. 5.3 Complete end to end implementation of the system including new/existing hardware, software etc to build the new mail messaging solution. 5.4 The bidder shall be responsible for migration of all existing MMS database and mail exchange records to the proposed MMS system. During migration of database and other records the bidder shall ensure to minimize the end user impact as much as possible. If there is any issue involved in migration bidder shall discuss the same with Bank and will plan accordingly. There should not be any data loss during migration. 5.5 The bidder shall be empanelled for a period of one year. The bidder shall manage the complete Mail Messaging Infrastructure solution i.e. hardware, software, OS etc. for a period of 5 years at least i.e. 3 year during warranty and 2 year during AMC period. 5.6 After sales support and maintenance of the complete system to provide prescribed uptime. Bank wants Premier Support package from Microsoft. The bidder has to submit a letter from Microsoft for having back to back Premier Support Agreement with the Bidder for the Bank s MMS solution. 5.7 The bidder shall be responsible for de-installation, relocation, configuration/re-configuration/tunning of new/existing hardware/software for operationalization, failover testing of mail messaging solution. 5.8 The bidder shall impart training to the Bank s identified EDP officials on the following areas:- Deployed Solution Architecture and flow Page 9 of 55

10 Active Directory Design, Deployment, Maintenance & Troubleshooting. Monitoring & Maintaining Windows 2008 Server and Exchange 2007 Server etc. Recovery Planning for Windows 2008, AD and Exchange 2007 for any mishappening or disaster. Any other user level feature which deemed necessary to use the mail messaging solution Basic user level troubleshooting The above topics must include security implementation through AD & Exchange as well as performance optimization of the same. Training infrastructure would be provided by the Bank. The Bank will decide the place of Training. The bidder will have to ensure that training is imparted in a professional manner through Exchange qualified personnel and Course materials would have to be provided for the same. 5.9 Successful bidder needs to provide Back to Back Premier Support along with Onsite Facility Management services for following activities i) Basic administration- Creation/Migration/Deletion of Mail IDs, Security patch updation/upgradation, Database tuning, Database purging/archiving, Database Backup, Process creation and follow-up for Backup/Restore/Administration as per Microsoft best practices, Client Level support. ii) iii) iv) Regular monitoring and Reporting of status updates of MMS solution on daily basis as enquired by the Bank, Hardware checkup and maintenance, Storage Tuning etc. Proactive health check assessment for complete Microsoft Infrastructure using Certified Microsoft Resources Proactive reviews of MMS solution certified by OEM. Hands-On workshops, Supportability reviews, Architecture reviews, and proactive information distribution including account management and regular status reporting. v) Coordinating with Microsoft Support team 24 X7 in case of any troubleshooting, if required onsite. vi) 24X7 support towards any incident resolution with the ability to provide services as per following SLA: 1 hr of response time. Page 10 of 55

11 Onsite Assistance by direct Microsoft Support professional in case of any breakdowns or debugging, if required. Escalation support to the level of Microsoft Product team if required for any assistance. The FM services are required with one resource at Data Centre (DC) Mumbai one core location where equipments will be deployed for one shift from 9 AM to 6 PM for 6 days a week. The FM resource should have good knowledge on Windows Operating System, Mailing application having MCSA certification on Exchange 2007 & Windows Server The FM resource (L2) should be qualified engineer with at least 5 years of experience in managing the mail setup of 5000 mail boxes. Complete address of the Data Centre, Mumbai is given herein below:- Oriental Bank of Commerce Primary Data Centre (PDC) IDC-II Building, TFIL Compound, DAKC Plot no.ttc, 1A, Thane Belapur Road Koparkhairne, Navi Mumbai The bidder shall be responsible for generation and submission of necessary documents required during various phases of project viz. planning, installation, commissioning, rollout, acceptance testing, project diagrams and other reports etc. All such documents shall commence only after the same is approved by Bank The bidder should provide a detailed pert/activity chart with project plan in terms of activity and phase wise timelines (no. of days required) required for executing the project with the details of deliverables and milestones including the delivery of components for mail messaging solution. The bidder shall inform the name of the project manager who would be the single point of contact during the complete project implementation The bidder shall review the current mail messaging policy of the Bank and should recommend the best practices to implement and rollout the same within the Bank The bidder shall provide detailed drawing of the installed setup after completion of the project. This will also include the printout of important configuration settings of the servers. Page 11 of 55

12 5.14 The bidder should provide a detailed plan on the support for the Mail Messaging Solution to maintain the uptime of 99.9% to be calculated on monthly basis As Microsoft 2010 is on the horizon the bidder shall be responsible for upgradation of Exchange 2007 as & when stable version of Exchange 2010 is released. If any, upgrade/update is required in the software/hardware for smooth installation of Exchange 2010 is to be provided by the bidder without any extra cost to the Bank The bidders shall utilize the existing mail messaging hardware and Software operational at Bank s Head Office, Data Centre & Regional Offices locations hardware to the extent possible. Wherever any system has to be shifted from one OBC location to another, the bidder is required to uninstall/reinstall and maintain the system/s at the new location, without any extra cost to Bank on account of shifting/reinstallation To implement a secure, well-documented Active Directory Services and Exchange Server 2007 infrastructure To develop group policies, procedures, and standards suitable for the Bank Configure the new or upgraded AD-Domain with AD-integrated DNS and if necessary migrate the existing DNS forward and reverse lookup zones to the new server, and also migrate DHCP to the server running DNS. Also if needed, migrate the WINS data and run the WINS service on one of the servers. (Current server running DNS, DHCP, and WINS is to be retired after this project is completed). Note:-The technology partners, including OEM will be required to submit an undertaking, explicitly stating their commitment to provide full technical, spares, operational and maintenance support to Bank during the warranty and AMC period. Page 12 of 55

13 6. MMS Solution Architecture and Sizing Parameters The successful bidder would need to configure the following as a part of the execution plan. In case any other configuration is required for a successful implementation, the bidder would have to include it as a part of his execution plan. The proposed Architecture and Sizing of the hardware for MMS solution is detailed below. 1.1 The MMS Solution shall be deployed in Centralized Architecture with single Active Directory Domain. It would be placed at Data Centre, Mumbai. The solution should be scalable to Bank s requirements. It should be flexible enough to move from a centralized to a decentralized model in a phased manner for a particular node or entirely at any point of time. The Mail & Messaging Infrastructure would be based on a Microsoft Windows Server 2008 with Exchange 2007 Server in Cluster Continuous Replication (CCR) mode with SAN architecture Page 13 of 55

14 6.3 Active Directory Services: o Configuring & deploying a proper domain architecture as per design o Defining policies for administration, security etc. 6.4 The Bank has present requirement of 3500 mailboxes approx. which may increase up to total of 7000 in a phased manner. 6.5 The average size of a mailbox should be 50 MB. 6.6 The concurrent users at any particular time shall be 25% of the total users. 6.7 The complete Bill of Material has been given in Annexure I. Though the sizing and architecture has been freezed by the Bank, Bidder must own the same and should get it vetted from the OEM for the specific Sizing Parameters and Architecture given above and suggest changes required, if any, to meet the objective outlined in this document. The additional BOM be quoted as optional in Technical & Commercial Bids. The offered solution should meet the Bank s requirement for a period of 5 years and there should not be any performance related issues. The hardware should be Scalable, if required like increase in memory, increase in storage space and processor etc. If the bidder feels that it would need to provide for additional hardware or/and software towards the superiority of overall solution, they should raise the query during the pre-bid meeting. All hardware should be compliant to 64 bit architecture. Page 14 of 55

15 INSTRUCTIONS TO BIDDERS 7. Bidding Process 7.1. RFP Purchase and Bid Submission The interested eligible bidder may collect this RFP from the Department of Information Technology, Head Office located at following address after depositing a non-refundable Demand Draft / Pay Order for Rs. 5,000/-(Rupees Five Thousand Only) favoring the Oriental Bank of Commerce. The RFP can be collected from 10:00 AM to 02:00 PM on Saturdays and 10:00 AM to 05:00 PM on working days from till last date for bid-submission. The RFP can also be downloaded from the Bank s website, i.e., However; the bidder shall have to submit a Demand Draft / Pay order as above along with the bid. The Bank shall not consider any request for date-extension for bidsubmission on account of late receiving/downloading of RFP by any prospective bidder. The bids, not already purchased and not accompanied by the Demand Draft / Pay Order of requisite amount shall be out rightly rejected. Bids duly sealed, addressed to the Dy. General Manager (IT), should be delivered on or before up to 05:00 P.M. Bids have to be dropped in the tender box. Tender Box placed at the following address: Oriental Bank of Commerce, Department of Information Technology, Head Office 4th Floor, F-14, Competent House, Connaught Place, New Delhi In the event of the specified date for bid-submission being declared a holiday for the Bank, the bids will be received up to the appointed time on the next working day Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of its bid and the Bank will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. Page 15 of 55

16 7.3. Late Bids Any bid received by the Bank after the last date/time for bid-submission will be rejected and returned unopened to the bidder, if the bidder desires so Clarifications of RFP A prospective bidder requiring clarification on any point mentioned in the RFP may notify the Bank in writing or by fax/ at the address indicated below: Dy. General Manager (IT) Oriental Bank of Commerce F-14, 4th Floor, Competent House, Connaught Place, New Delhi Phone: , , Fax: [email protected] 7.5. Amendment to RFP Contents At any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) requested by a prospective bidder, modify the RFP contents by amendment. Amendment will be notified in writing or by fax/ to all the prospective bidders or published on Bank s website, and will be binding on bidders. The Bank shall not be liable for any communication gap. In order to provide prospective bidders, reasonable time to take the amendment into account for preparation of their bid, the Bank may, at its discretion, extend the last date for bid-submission. Further the Bank reserve the right to scrap the RFP or drop the tendering process at any stage without assigning any reason Pre-bid Meeting & Bid Document fee A Pre-bid meeting will be held with all the prospective bidders on (3.30 P.M) at 4 th Floor, Competent House, Department of Information Technology, Head Office to provide clarifications on points raised by them regarding this RFP. The bidders should send their queries in writing so as to reach us latest by 2.00 P.M on 14 th November Page 16 of 55

17 2009 through /fax/letter. Queries not received within this time may not be taken up. 1. Demand draft / Pay order of Rs. 5,000/- as Bid Document Fee, in a sealed envelope super scribed as Participation Fee. The Technical Bid containing documents enlisted in Section 8.6 Technical/Commercial Bid Essentials below, in a sealed envelope super scribed as Technical Bid & the Commercial Bid containing documents. The envelopes must have Bidder s Title/Name, Address, Contact Person and his Telephone/Mobile No. The Bank expects the bidder to carefully examine all instructions, forms, terms & conditions, technical specifications etc., mentioned in this RFP. Failure to furnish all information required for submission of a bid not substantially responsive to the RFP in every respect will be at the bidder s risk and may result in the rejection of its bid without any further reference to bidder Two Stage Bidding Process First Stage of Bidding In the first stage, only the Technical Bids will be opened in presence of a Technical Bids Opening Committee, and bidders representatives who choose to attend, at the time, on the date and at the place that will be communicated to them by the Bank. The bidders representatives who are present shall sign a document evidencing their attendance Second Stage of Bidding In the second stage, commercial bids of short-listed technically-qualified bidders shall be opened in presence of a Commercial Bids Opening Committee, and bidders representative who choose to attend, at the time, on the date and at the place that will be communicated to them by the Bank. As above, the bidders representatives who are present shall sign a document evidencing their attendance. The Bank may return unopened commercial bids of technically disqualified bidders. Page 17 of 55

18 8. Bid Features 8.1. Language of the Bid All bids and supporting documentation must be in English only Bid Currency & Price Structure Prices shall be expressed in the Indian Rupees only. The Prices quoted by the bidders should be inclusive of supply, installation, integration, configuration, rollout, failover testing and maintenance of offered Mail Messaging Hardware, Software & related equipments. The price quoted must be inclusive of all duties and charges related to freight, insurance, forwarding, packing, dispatch, installation etc. However, Value Added Tax, Sales Tax, Octroi and Local Taxes, if any, are payable extra on actual. The Bank shall neither pay any other cost nor consider any other cost for L-1 Bidder. The cost will not depend on any variation in USD/ / exchange rate or change in tax structure Validity Period The Bids should be valid for a period of one year from the date of placement of order. A bid valid for a shorter period shall be rejected by the Bank as non responsive Format & Signing of Bid Each bid shall be made in the legal name of the bidder and each page of it shall be signed and duly stamped by the bidder or a duly authorized person to sign on behalf of the Bidder. Any interlineations, erasure or overwriting shall be valid only if these are initialed by the person(s) signing the bid. Executive(s) representing the bidder should be duly authorized to sign the bid, interacting with the Bank for all sorts of communication as well as appearing in for price negotiation meeting, in case the bidder emerges as L-1 as a result of commercial evaluation of all technically qualified bids. A letter of this intent, issued by the Proprietor, CEO, Director, or any top level executive, authorizing representing executive(s) should be submitted as part of the Technical Bid. Page 18 of 55

19 8.5. Reliability/Quality of the Hardware The hardware supplied by the bidder should be robust and reliable, as per technical specifications. He should also specify the lifetime of hardware. The bidder must guarantee that Mail Messaging equipments delivered are brand new. Further all software to be supplied/delivered and installed must be of latest version Technical/Commercial Bid Essentials The Technical Bid must contain the following. 1. Letter authorizing representing executive(s); 2. Documents in support of meeting Bidder s Eligibility Criteria; 3. Bidder s General Information 4. Authorization Letter(s) from OEM. Certificate from Microsoft regarding LAR agreement with back to back support. 5. Point wise Compliance with the Scope of Work; 6. Compliance with technical specifications of the Mail Messaging Hardware, Software & related equipments 7. Letter of acceptance of all Terms & Conditions as mentioned in the RFP. Details of Service/Support Infrastructure; 8. Product Brochures containing detailed description of essential technical and performance characteristics of offered MMS and related equipments; 9. Audited Balance Sheet and Profit & Loss Account documents for the last 3 years; 10. Undertaking to provide Post Warranty Maintenance Support for Mail Messaging Hardware, Software & related equipments and arrange for spare parts for a minimum period of 2 years after expiry of warranty period. 11. Demand Draft towards Bid document and EMD. Page 19 of 55

20 13. Electronic copy (MS Word/Excel Format) of Technical Bid on a CD. (If there is variation in hard copy and soft copy of the submitted bid, hard copy will be treated as final bid) The Commercial Bid must contain the following. 1. Bill of Material with Pricing Information of all Mail Messaging Hardware, Software & related equipments with 3 years comprehensive on-site warranty and 2 years AMC (Annexure IV). 2. L1 bidder determination sheet with pricing of all Mail Messaging Hardware, Software & related equipments with 3 years comprehensive on-site warranty and 2 years AMC (Annexure V). 3. Electronic copy (MS Word/Excel Format) of Commercial Bid burned on a CD. If there is variation in hard copy and soft copy of the bids, hard copy will be treated as final bid. (The above list is for reference only-it will be bidder s responsibility to ensure that all requirements mentioned in the tender are complied with) 9. Bid Evaluation The purpose of bid evaluation is to determine the lowest evaluated responsive bid from amongst the substantially responsive bids received by the Bank. In order to determine the lowest evaluated responsive bid, the Bank shall adopt a systematic evaluation process comprising of following logical steps General Evaluation 1. The Bank will examine the bids against Bidder s Eligibility Criteria mentioned in the RFP. Bidders who do not qualify all the criteria's in this section shall be summarily rejected from further evaluation. 2. The Bank will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 3. The Bank may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. Page 20 of 55

21 4. Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each bid against this RFP. For purposes of these clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the RFP without material deviations. 5. During evaluation of the bids, the Bank may, at its discretion, ask the bidder for providing clarification on any point mentioned in its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted Technical Evaluation The technical bid containing all the documents mentioned in Section 8.6 Technical/Commercial Bid Essentials shall be evaluated as per the criterion determined by the Bank. The Bank will evaluate technical bids on the following broad criteria. Bidders' Eligibility Criteria Technical Completeness of the bid; Compliance with Scope of Work; Compliance with technical specifications Bidder s acceptance of Terms & Conditions as mentioned in the RFP; and Bidder s experience and ability to provide support at Bank s locations Commercial Evaluation Commercial bids submitted will be opened only for those bidders, who will qualify the general and technical evaluation, their price will be comprising (total cost of ownership for 5 years- i.e. 3 year warranty period and 2 year AMC period compared and the lowest quoting bidder will be declared as L-1 based on the L-1 bidder determination sheet (Annexure V). Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the bidder does not accept the error-correction, its bid will be rejected, and its bid security may be forfeited. Page 21 of 55

22 10. Award Notification The acceptance of a bid, subject to contract, commercial considerations & compliance with all terms and conditions will be communicated in writing by means of placing order at the address supplied by the bidder in its bid. Any change of bidder s address, should therefore be promptly notified to: The Dy. General Manager (IT), Oriental Bank of Commerce, Department of Information Technology, 4th Floor, F-14, Competent House, Connaught Place, New Delhi Phone: Fax: [email protected] 11. Bidder s Disqualification Any bidder not complying with the bidding process is liable for disqualification at any stage. Decision of the Bank in this regard shall be final, conclusive and binding on the bidder. 12. Proposal Ownership The bid and all supporting documentation submitted by the bidders shall become the Bank s property and the Bank reserves the right to accept or reject any request made by any bidder to return or destroy the bid and accompanying documentation. 13. Technical Inspection and Performance Evaluation The Bank reserves the right to carry out a Technical Inspection and Performance Evaluation (benchmarking) of offered Mail Messaging Hardware, Software & related equipments offered by short-listed bidders. 14. Delivery, Installation and Commissioning of Items The Bidder shall be responsible for delivery and installation of the ordered item(s) at the site and for making them fully operational at no extra charge within 6-8 weeks of the date of purchase order. Appropriate insurance to cover the ordered item(s) for the transit period and till the time of its acceptance by the Bank at the respective site is to be taken by Page 22 of 55

23 the Bidder. The cost of the insurance will be born by the Bidder. At the discretion of the Bank, there will be an acceptance test conducted by the Bidder in presence of the Bank official(s) and/or its nominated consultant(s) after installation of complete item(s). In case of serious discrepancy in the offered equipments supplied, the Bank may cancel the entire purchase order and return the item(s) back to the Bidder at Bidder s costs and risks. The Bidder shall give acceptance of the order within one week from the date of order. Bank has right to cancel the order, if the same is not accepted within the stipulated period from the date of order. The Bank will arrange electrical points and LAN cabling required, if any, at the locations. As it is a time bound project no delay in the below schedule will be accepted by the Bank. Sr. Purchase Order for Delivery Schedule No. (From date of acceptance of Order) 01. Delivery of hardware, software, 4-6 weeks licenses etc. 02. Project Completion period i.e. 6-8 weeks installation, commissioning, integration, testing, migration of all mail boxes, operationalization etc 03. Deployment of onsite FM Engineer at Immediately after Data Centre Mumbai delivery of ordered hardware, software and related hardware. 15. Performance Bank Guarantee The Bidder has to submit a Performance Bank Guarantee (PBG) of Rs.20,00,000/- (Rs twenty Lac Only) to the Bank within 30 days from the date of rate contract. This Bank Guarantee should be valid up to 5 years (i.e. during warranty and AMC period) from the date of its issuance. The Performa for Performance Bank Guarantee is attached as Annexure VII. 16. Payment Terms The Bank will make payment as per following terms: Hardware and Software Cost: 1. 50% of total cost of Hardware and Software on delivery and on submission of PBG % of total cost of Hardware and Software on installation of Hardware/software. Page 23 of 55

24 3. 25% of total cost of Hardware and Software on complete implementation and integration of existing Mail IDs/Mail Boxes and live operationalization of solution. Implementation Charges: % after completion of project. Facility Management Charges The payment for onsite FM services will be released on quarterly basis at the end of each quarter on receipt of invoices and performance report from Data Centre, Mumbai. The payment shall be released centrally from DIT, Head Office on receipt of invoices, delivery challans, installation certificate of Hardware and Software. Please note that no advance payment shall be made by Bank. 17. Earnest Money Deposit The bidder shall furnish, as part of the Tender Documents, a bid security for an amount of Rs.10,00,000/- (Rupees ten lac only) in the form of a demand draft/pay order/financial Bank Guarantee as per Annexure VI, valid for six months from the last date of bid submission, in a sealed envelope super scribed as BG-EMD. The demand draft/pay order should be drawn in favour of Oriental Bank of Commerce payable at Delhi. The bid security should form part of the Tender Documents (Technical Bid) submitted by the Bidder. Failure to comply with this condition shall result in summary rejection of the tender offer and no Bidder shall be exempted from the requirement of bid security. No Interest will be paid on the bid security amount. The bid security of unsuccessful bidder shall be returned, only after the successful completion of the tender process. The bid security shall be forfeited 1. If a bidder withdraws his offer during the period of validity of bid.2. If the successful bidder fails to honor the order or if the order is cancelled in terms of order cancellation clauses as mentioned elsewhere in this document. 18. Further Orders The Bank may place further orders for Hardware & Software at the same rate and terms & conditions as per the Rate Contact entered into with finally selected Bidder within 12 months period from the date of first Page 24 of 55

25 purchase order. However, if during the said 12 months period, any downward price-revision for any of Hardware and Software item occurs, then bidder must offer the same to the Bank without any delay and request from the Bank. 19. Order Cancellation The Bank reserves the right to cancel the purchase order in the event of one or more of the following situations: 1. Delay in supply, installation, integration and maintenance of Mail Messaging Hardware, Software & related equipments, beyond the specified period (6-8 weeks). 2. Deviations of the MMS equipments proposed from those mentioned in the RFP including non-integration of these equipments with Bank's infrastructure as mentioned in Scope of Work above to the satisfaction of the Bank. In the event of order cancellation the Bidder shall be responsible to take back the faulty equipments at their cost & expenses. In the event of cancellation of order, the Bank shall also invoke the Performance Bank Guarantee (PBG) submitted by the bidder. 20. Manuals/Guides The equipments will have to be supplied with all the manuals/guides in electronic form and/or printed booklet(s) as provided by the respective Original Equipment Manufacturers. All the manuals/guides should be in English only. 21. Warranty Software Warranty The software shall be under comprehensive warranty for 36 months after acceptance. The bidder shall provide all the updates, patches, licenses without any extra cost to the Bank. Hardware Warranty The solution must include comprehensive on-site warranty, covering all parts, for minimum 3 years period starting from the date of installation and acceptance of the system by the Bank. This includes updation of latest patches of software, configuration, including its components, providing latest version (software subscription), of the software/license Page 25 of 55

26 etc. as and when released by the OEM of equipments will be supplied by the bidder. The Bidder shall be fully responsible for the warranty of all equipments, accessories, spare parts, software, etc. against any defects arising from design, material, manufacturing, workmanship or any act or omission of the manufacturer and/or Bidder any defect that may develop under normal use of supplied equipment during warranty period. During the Warranty period of equipments, bidder shall not assign any kind of maintenance like hardware, software, upgradations etc. related to these equipments to any third party. Warranty should not become void if the purchaser buys any other supplemental hardware from third party and install it with/in these machines. However, the warranty will not apply to such hardware items installed. Warranty should cover the following:- a) Service support should be available on 24*7*365 basis. b) The complaint should be resolved at the earliest with following uptime and conditions Complaint must be rectify within 1 hours of receipt of complaint to maintain uptime of 99.9% per month Warranty should cover updates/maintenance patches/bug fixes (available from the original software Bidder) for system software & firmware patches/bug fixes, signatures, if any, for hardware. c) The bidder should provide on site preventive maintenance on regular interval. d) The bidder shall obtain written acknowledgement from the Bank after completion of warranty period for successful sign off of warranty period. 22. Annual Maintenance Contract (AMC)/ATS The selected bidder shall be fully responsible to maintain and upgrade the entire software deployed at their/ Bank s site and shall enter into the maintenance contract after expiry of the warranty period of 36 months from the date of acceptance. The AMC cost shall also include cost of new patches along with implementation cost. After expiry of the 3 years warranty period, the Bank may enter into a contract with the Bidder(s) for Post Warranty Support required for proper maintenance of Mail Messaging (MMS) equipments supplied by them. Page 26 of 55

27 The Bidder(s) must undertake to provide support for equipments and arrange for spare parts for a minimum period of 2 years after expiry of warranty period. The AMC shall include similar support for the hardware and software as provided under warranty. The preventive maintenance of the supplied hardware equipments is to be done once in three months. All the tools, test equipments and fixtures etc. (If any) required for the onsite comprehensive maintenance of equipments, shall be provided by the bidder. The bidder shall not outsource the maintenance work assigned by the Bank, to any third party and shall arrange attending of all complaints registered by the Bank officials through its own service/support infrastructure only. The payment for AMC charges shall be released to the Bidder on quarterly arrear basis on submission of a Performance Bank Guarantee (valid for one year) for the amount equivalent to 10% of annualized AMC value within one month of accepting the work order on AMC. The Performa for Performance Bank Guarantee is attached as Annexure VII. The Bank reserves the right to terminate the comprehensive AMC by issuing one month s notice to the bidder, if the services rendered by the bidder are found dissatisfactory. In that case, the bidder will refund the proportionate amount of AMC for the rest of the period of the AMC, if any. Not following all that is mentioned above, the Bank reserves the right to outsource the hardware maintenance work to a third party or the Bank may decide to perform the same through its internal resources. Whatever the case may be (either third-party maintenance or maintenance through internal resources),the Bidder(s) shall provide requisite maintenance training, technical know-how, and expert assistance to the persons and/or agencies, duly authorized by the Bank for this purpose. The responsibilities of the bidder during the AMC period are same as mentioned above in the section "Warranty". Any problem relating to the pre-loaded OS and Exchange etc shall be attended by the bidder and reloading of such software shall be the responsibility of the bidder. 23. Support The bidder is required to provide sound after-sales service/support by arranging timely attending of calls received from the branches/offices Page 27 of 55

28 where the Mail Messaging Solution (MMS) Hardware, Software & related equipments have been supplied & installed; and problem rectification through competent service engineers. The desired support time should be uniformly maintained at all the sites. To meet up time the Bidder has to maintain sufficient inventory of spare parts/equipments at all the support centers to avoid unnecessary delay in obtaining the spare parts/equipments. The bidder must supply the details of its service/support infrastructure meant for registering the complaints along with the contact numbers like mobile nos., phone nos., electronic mail addresses and names etc. of its service engineers. The Bidder shall offer Premier Support directly from Microsoft of 370 hours(for reactive supports, reviews etc.) Escalation of any product and implementation related issues to Microsoft wherein Microsoft is required to internally escalate to the required level to resolve the problem faced by the successful bidder in the fastest possible time. 24 x 7 Support during Business Down situations. Support Assistance and Support Account Management from a Technical Account Manager from Microsoft Post implementation Risk Assessment Program, conducted by Microsoft Support should be as per the Annexure below. The bidder is required to provide 24x7x365 after-sales service/support for the complaints received from the bank. The following resolution matrix should be adhered to: Situation Catastrophic business impact: Complete loss of a core (mission critical) business process and work cannot reasonably continue Needs immediate attention Critical business impact: Page 28 of 55 Your Expected Response 1 st call response in 1 hour or less Our Resources at Your site as soon as possible. Continuous effort on a 24x7 basis Rapid Escalation within Microsoft to Product teams Notification of Our Senior Executives 1 st call response in 1 hour or

29 Significant loss or degradation of services. Needs attention within 1hour Moderate business impact: Moderate loss or degradation of services but work can reasonably continue in an impaired manner. Needs attention within 2 Business Hours Minimum business impact: Substantially functioning with minor or no impediments of services. Needs attention within 4 Business Hours less Our Resources at Your site as required. Continuous effort on a 24x7 basis Notification of Our Senior Managers 1 st call response in 2 hours or less Effort during Business Hours 1 only 1 st call response in 4 hours or less Effort during Business Hours only 24. Spare Parts Bidder shall ensure availability of spare parts for the supplied MMS equipments i.e. Hardware & Software for a minimum period of five years from the time of their acceptance. Thereafter, Bidder shall give at least twelve months notice prior to discontinuation of support services, so that the Bank may order its requirements of the spares, if desired. If any of the peripherals, components like expansion cards, memory etc., are not available or difficult to procure or the procurement is likely to be delayed for replacement, the replacement must be carried out with peripheral/component of equivalent capacity or higher capacity at no additional charges to the Bank, within the stipulated time as mentioned in the section 'Warranty' above. However, lower capacity of such replacement shall be permitted by the Bank on case-to-case basis subject to practical limitations of Mail Messaging Solution (MMS) Server Hardware & Software for which such replacement is required. 25. Liquidated Damages The Bank expects delivery within 6-8 weeks. However, if the Bidder commits delay in delivery or installation, integration of the Mail Messaging Solution (MMS) Hardware & Software as mentioned in the Page 29 of 55

30 purchase order within the period, the bidder will be liable to pay a sum of 1% (one percent) of the undelivered/uninstalled portion of the order value per site for each week of delay beyond the scheduled delivery date by way of liquidated damages. Cap on liquidated damages shall be 10% of the undelivered/uninstalled value of the order. 26. Failure of equipments If, during the warranty period as well as AMC period, any equipment fails to function properly four or more times during a quarter due to any reason except force majeure event, the bidder shall arrange replacement of the same by new equipment of same or higher configuration, at no cost to the Bank. 27. Penalty (during Warranty & AMC periods) The Bank expects an uptime of 99.9% for the complete solution on monthly basis. In case the uptime is not maintained with the uptime as stipulated, Bank shall charge the penalties as under: Per Site Availability Penalties (on monthly basis) < 99.9% up to 99% Rs. 15,000/- per instance < 99% up to 98% Rs. 25,000/- per instance < 98% up to 97% Rs. 50,000/- per instance < 97% Rs. 100,000/- The Bank reserves the right to revoke the PBG in case the uptime is not maintained properly. The total cap on monthly penalties shall be Rs. 2,00,000/ Indemnity Bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademark, copyright etc., or such other statutory infringements in respect of all the Mail Messaging Hardware, Software & related equipments supplied by it. 29. Publicity Page 30 of 55

31 The bidder shall ensure that the name of the Bank does not appear in any of its advertisements, product demonstrations, sales promotion schemes, or any publicity initiatives, without obtaining explicit written permission of the Bank in this regard. The Bank, however, reserves the right to reject any such request made by Bidder. 30. Suspension of Work The Bank reserves the right to suspend and reinstate execution of the whole or any part of the work without invalidating the provisions of the contract. The Bank will issue orders for suspension or reinstatement of the work to the Bidder in writing. The time for completion of the work will be extended suitably to account for duration of the suspension. 31. Guarantees Bidder should guarantee that the Mail Messaging Hardware & Software delivered to the Bank are brand new. 32. Force Majeure, The Bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that it s delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, Force Majeure means an event beyond the control of the Bidder and not involving the Bidder s fault or negligence and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war, fire, floods, strikes, lock-outs and freight embargoes. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. In such a case, the time for performance shall be extended by a period not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the Bank and the Bidder shall hold consultations with each other in an endeavor to find a solution to the problem. Not withstanding above, the decision of the Bank shall be final and binding on the Bidder. Page 31 of 55

32 33. Resolution of Disputes The Bank and the Bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, the Bank and the Bidder are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by the Bank and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The arbitration and reconciliation act 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be New Delhi. Page 32 of 55

33 Annexure-I Bidder's General Information Sr. Information required 1. Name of the bidder 2. Year of starting operations 3. Constitution of the bidder, i.e., Limited Company, Private Limited Company, Partnership, Sole Proprietorship, or any other type 4. Bidder s registered address 5. Bidder s corporate address 6. Name(s) of partner(s), if applicable 7. Address(es) of partner(s), if applicable 8. Name(s) of the authorized executive(s) address(es) of authorized representative(s) Net Profit (Rs. In crores) During FY During FY During FY Total Turnover (Rs. In crores) During FY During FY During FY Name of the Company/Organization/Bank where Mail Messaging Solution has been implemented No. of Mail Boxes: Name of the Contact Person: 13. Contact No. 14. No. of support centers with their addresses Information to be filled by the bidder Signature Seal of the bidder Page 33 of 55

34 Bidders Eligibility Criteria Annexure-II The following is the bidders eligibility criteria. S.No Pre-qualification criteria Compliance (Y/N) 1 The Bidder should preferably be a Firm/Company/Public Sector undertaking/govt. Company incorporated in India and should have 5 years experience in implementation of Microsoft Exchange based mail messaging solution 2 The Bidder should have a minimum annual turnover of Rs.50 crore in each of the last three financial years and should be in profits during the same three financial years. Audited balance sheet & Profit & Loss accounts for the last 3 years to be furnished by the bidder. 3 The Bidder should have experience of already implemented Microsoft Exchange based Mail Messaging Solution in at least two Banks/Financial Institutions or other large companies with minimum of 2500 mailboxes in the last 5 years. Documentary proof should be submitted along with the Bid. The bidder should submit details like name of contact person, along with his phone number for above projects. 4 5 The Bidder should be a certified Large Account Reseller (LAR) of Microsoft. A certificate from OEM must be submitted to this effect. The bidder should have back to back support agreement with Microsoft for various technologies of Microsoft up to the extended period of support of the solution i.e. for 5 years. 6 The Bidder should have National presence and should be able to provide support and maintenance for the offered solution. Please enclose documentary proof for all the above criteria. In absence of these, the bids will not be considered for further evaluation. No further correspondence will be entertained in this case. Page 34 of 55

35 Technical Specifications Annexure III 1.1 The project involves implementation of MAIL Messaging Solution (MMS) with single domain architecture for the entire Bank. 1.2 Directory Services- Bank requires that Mail Messaging Solution (MMS) be setup & configured with Active Directory Services of Windows Server This will require upgrade from existing Windows Server 2000 Active Directory. The Directory Services should include features as listed below: Compliant with LDAPv3 specifications. Provide support for Group Policies and Software Restriction Policies. Provide support for modifiable and extensible schema. Support multi-master directory service replication features Support security features, such as support for Kerberos, smart cards, public key infrastructure (PKI), and x.509 certificates etc. Services should be extensible & should have capability to be extended for custom development as per future requirements raised by the Bank. Bank requires that MMS be setup & configured with Active Directory Services of Windows Server This will require and upgrade from the existing Windows Server 2000 Active Directory. 1.3 MMS should have support for integrated authentication mechanism and be configured for single sign on for messaging services and user authentication. 1. The solution provided should be compatible to Digital Certificates in MS Outlook 2007 & Outlook Web Access. However the issuance/installation of the digital certificates will be taken care of by the BANK. 2. MMS should be configured for log shipping and relay capabilities for database for database replication and redundancy. 3. MMS should provide appropriate clustering to provide server and application redundancy. 4. MMS should enable configuration of Deleted item recovery for end-user mail management. Bank will define the maximum period for which a mail, which has been removed from the recycle bin, be kept for the end user to recover. Page 35 of 55

36 5. MMS should support standard protocols like MAPI, POP3, IMAP4, SMTP, HTTPS etc for mail access and relay. 6. MMS should support features for Mail delivery commands to setup catchall, forwarding, Forward to host push mail to another account on same/different server etc. 7. MMS should include features for the migration of existing mailboxes from different locations to appropriate server with their mailboxes, profiles etc. 8. Compliance- MMS should have inbuilt engine to enforce Bank s &/Government s security compliances & regulation policies requirements on all mail transactions. Some of the requirements are listed below: Message Life Cycle Management for administration and compliance purposes. Journaling of messages, distribution list, user(s) etc for auditing. Mailbox(s) search based on query, content or phrase, URL, user, IP etc. 2. Functional Specifications 2.1 Address Book- Address Book of MMS should be displayed in alphabetical order. Address Book should be user friendly i.e. Addresses should be searched through display name, last name etc. Address book should be available for use by LDAP3 compliant desktop client programs like MS Outlook, Outlook Express, Eudora, Mozilla, Netscape Messenger 4.x., Netscape 7.x. etc. 2.2 Group Policy- MMS should be configured for setting up for Distribution Groups to be able to communicate with a group of people in one transaction. The distribution group should support restricted access. 2.3 Anywhere Access- MMS should have in-built features for providing access to database in a variety of ways to access users mailboxes from the Intranet, Internet or Voice/Mobile devices etc. 2.4 Web Access- Web interface for accessing the mails through browser from LAN, WAN and Internet via IE, NS7.x, Mozilla, NS Communicator 4.x. etc.. Page 36 of 55

37 2.5 Mobile Access- MMS should be configured for Push based s to Windows mobile based Smart & mobile devices messaging. It should support features for client to work in the Cached Messaging Server mode with support for workflow applications and integration with system. 2.6 Calendaring- The MMS should support an integrated user-friendly calendaring feature that is able to support requirements as listed below: Record Meeting Requests, Forward Meeting Requests and Generate Alerts. Shared/Group Calendars, Schedule Reminders, Flexible Events. Multiple Authors, Overlapping Event checking. It should be able to suggest best timing for meetings based to participants availability by using Scheduling Assistant, Attendance Confirmation. Import from Calendar, Diary System. Schedulable Out of Office. Group collaboration features. Tasks & Notes feature using rich mail client. Scheduling Assistant for suggesting best meeting time. It should also be configured for resource Scheduling like conference rooms, projectors etc. The product should have wide administrative capabilities to control over calendaring. 2.7 The MMS should enable features to access the mail database and files i.e. MS Word, Excel, Power Point, PDF etc from remote locations without downloading or having any local installation of office. 2.8 The MMS should provide support for collaborative application development and support for integrated workflow scenarios and Web services. 2.9 Bidder will provide a solution for installation & Configuration of MS Outlook client on the identified desktops in an automated manner. Clients Messaging suggested for working with the Server should provide for the following functionalities: Sender should be able to verify which recipients have accepted, partially accepted, or declined meeting requests. Page 37 of 55

38 Prevent spammers from identifying valid addresses by links to external content by Block Web Beacons feature. There should be feature for Sent messages to be recalled by the sender: Any unread Messages in the recipient's mailbox should be automatically deleted and replaced with another message, and an acknowledgement of recall success or failure is returned to the Sender. Messaging client working with Server should have a feature for adding voting buttons Other Features- The MMS product should support some of the additional features as listed below: Voice Messaging Fax Messaging Mail Forwarding on Phone devices Speech enabled automated attendant. Multilingual-should support English as well as Indian languages Security Features: Messaging System should be configured for Security Policy (Password Policies etc) enforcement and remote erase capability for Smartphone to protect data. Messaging solution should support end to end encryption of data i.e. Client-Server and Server-Server Encryption features for confidential messaging over all the mail transactions. The encryption features should be able to prevent spoofing, various malpractices etc. It should also support StartTLS encryption at gateway level. Messaging Client and Server should support Secure/Multipurpose Internet Mail Extensions (S/MIME), enabling users to digitally sign and encrypt e- mails and attachments Antivirus Solution- MMS should include advance protection features i.e. Anti-spam filtering and Extensibility for antivirus protection etc. The bidder would also need to propose & configure Forefront Security for Exchange, which is compatible with Windows Server 2008 & Exchange Server Antivirus solution should provide following features: Multi engine scan using multiple Bidders, Quarantine, Release quarantine facility, Reporting, Page 38 of 55

39 Protection from spams, viruses, worms, external intrusion etc, The solution should be ICSA Labs certified for Exchange Antivirus solution should scan the mails along with attachment for virus. The solution should also prevent users from attaching the virus infected files to the mail. Antivirus software should get updated continuously and automatically and protect the system from new viruses. It should be able to restrict distribution list to authenticated users. The Forefront security for Exchange should be deployed on: Exchange EDGE role with about 5 antivirus engines enabled to favour certainty of detection. Exchange HUB Role with about 5 antivirus engines enabled to favour certainty of detection. Exchange MAILBOX Roles with about 2 antivirus engines enabled to favour performance. Forefront Security for Exchange should be configured to pull regular updates for signatures. All deployments of Forefront Security for Exchange should be managed centrally using the Forefront Security Management Console 2.14 Anti spam Solution- Mail server should have an ability to have an internet mail filtering functionality to separate spam. It should have builtin server-side filtering and also Client-side filtering and should provide core anti-spam capability out-of-box. The mail server should have the following security features Connection filtering Content Filtering Real time safe & block lists Sender and recipient filtering, including blank sender filtering Recipient lookup Real-time block list based filtering Suppression of sender display name resolution Ability to restrict relaying Ability to restrict distribution lists to authenticated users Page 39 of 55

40 Should support Dynamic distribution lists Should support virus scanning API Sender ID functionality using SPF framework Message Level Encryption Sender Reputation Level Address Rewriting at Gateway Open mail relay control Client access control Secure IP based mail relay Secure IP based database access Incoming & outgoing mail block from blacklisted domains etc. The Anti Spam solution should be configured to catch spam and quarantine the same in a quarantine mailbox. It should also provide the ability to send spam mails to user s junk mailbox Storage Solution- The Bank intends to use the existing storage capacity at its datacenter for the mail database. The bidder needs to configure the storage required and the RAID configuration for the MMS database and the associated backup DPM Backup Solution - Suitable Backup Solution for the mail messaging solution. Backup solution should provide: Mailbox restoration, complete restoration of mailboxes, server as well as operating system and anti-virus applications. Multiple backup jobs, with facility to backup to a remote NAS, SAN Drive. Automatic online backup and restore function with facility for scheduled backups to run automatically at predefined times. Support for Exchange 2007 CCR (Clustered Continuous Replication). Support for Exchange 2007 SCR (Standby Continuous Replication) Ability to restore Exchange data directly back to the original server. Ability to copy database files to an alternate server. Page 40 of 55

41 Ability to copy the database files to tape. Ability to restores mail database(s) to the latest 15 minute recovery point. The Backup Schedules need to be configured as below: 1. Mailbox Server -Weekly Full Backup (Database and System State) -Daily Incremental Back (Database) 2. HUB/Client Access Server -Weekly Backup (System State) 3. EDGE SERVER -Weekly Backup (System State) 4. Active Directory -Weekly Backup (System State) 2.17 Availability- High availability of Mail Server(s). Availability of the services should be 99.9% uptime on monthly basis Performance and Health Monitoring Features: The Solution should offer a comprehensive management Platform to manage the Health and performance of the Messaging application using Microsoft System Center Operations Manager 2007, Underlying OS and the depending Directory services from a single centralized Management console. There should be provisions for a Web Based Operator Console also The Management solution should be able to proactively detect the health issues and service degradation/interruptions with the Messaging Platform (including the messaging application, underlying OS and the Directory) and should be able to create event / alerts to the relevant administrators through , SMS etc. The Alert should have URL defined to look into the details of the event through Browser interface. The Management solution must come with a pre-configured and prepackaged set of management rules and policies to efficiently manage events and alerts from the messaging Platform. There should be provisions to suppress the redundant events for enhancing Due Diligence as per of the management policy. Page 41 of 55

42 While alerting on a critical issue with the Messaging Platform, The solution must provide contextual knowledgebase intelligence against key alerts which should suggest the possible reasons of the alert and recommend best practice guidance to resolve the issue received on the console The manageability solution should have a provision to allow for the Messaging administrators of OBC to add / register their site specific knowledge on Messaging such that the acquired knowledge can be reused in future to resolve issues faster and better. The proposed solution should have capability to centrally collect, consolidate and aggregate the Audit Logs created in the distributed Messaging Servers and analyze it centrally through a set of management rules for audit exception reporting etc. The manageability solution should offer a Comprehensive Performance reporting facility and a reporting Data Warehouse. It should be able to generate scheduled historical performance reports containing the critical health parameters from the Messaging Application, Underlying OS and the directory services Administrative features- Messaging Solution should provide management from single console. It should also support remote management Messaging Server should be able to provide graphical performance statistics using performance monitor. Messaging Solution should provide for command line based easy to use administration & scripting interface for all administrative tasks. The solution should allow administrators to manage individual domains like Users, quotas, groups etc. Server should provide administrative groups for granular delegation of messaging administration across the organization. Activity and error logging, mail delivery statistics and message tracking. Problem diagnosis controls. Page 42 of 55

43 Archiving & Journaling: Messaging system should be able to provide arching & journaling capabilities on per user, per distribution list and per database basis. Health Monitor to generate periodic reports about the health of the system, security status, etc. life Cycle Management: Messaging solution should be able to enforce retention settings on users so s can be retained/archived/deleted as per the policies. Provide Mail Log Report reports on number of mails including attachments sent/received by user wise / date wise / month wise / year wise also logs on top 100 sent/received in volume and in size. Administration control over encrypting/decrypting user s password. Multiple mail queues for quick mail delivery. Network Time Synchronization. Note: The bidder should provide compliance statement for all the above specifications of technical requirements against each item. All relevant product information such as user manual, technical specifications sheet etc should be submitted along with the offer. Failure to submit this information could result in disqualification of the bid. Hard copy of supporting documents or documentary proof for all the above criteria i.e. Bidder s eligibility criteria, Technical Specifications etc. should be submitted in the envelope containing technical bid. Page 43 of 55

44 Bill of Material (BOM) Annexure IV 1. Hardware Detail Sr. Description of Hardware Qty. Location No. 01. Exchange Mail Box Servers 02 Mumbai 02. HUB/CAS & AD servers 02 Mumbai 03. Data Protection Server 01 Mumbai 04. Right Management Server 01 Mumbai 05. Right Management SQL Server 01 Mumbai 06. Exchange Edge Server 01 Mumbai 07. SAN Storage -2TB Already available NOTE:-The bidders shall utilize the existing mail messaging hardware operational at Bank s Head Office, Data Centre & Regional Offices locations hardware to the extent possible. Hardware Configuration Detail: - All Server Hardware must be Rack mountable with proper rack kits. 1. Exchange Mailbox Servers Configuration Intel 5520 Chipset 2 X Intel Quad Core Xeon 5500 Series Processor (2.1X GHz /64 Bit/4 MB L3 Cache/4.8 GT/s QPI link) or higher 16 GB DDR3 RAM expandable to 96 GB with 12 DIMM Slots 2 X Gigabit Ethernet Ports with IOAT support 2 X 146 HDD On Board Hardware RAID Controller Redundant Power Supply 2 X Host Bus Adapter for SAN based Fiber Connectivity Qty Exchange HUB/CAS & AD Server (Hyper V Boxes) Configuration Intel 5520 Chipset 2 X Intel Quad Core Xeon 5500 Series Processor (2.1X GHz /64 Bit/4 MB L3 Cache/4.8 GT/s QPI link) or higher 16 GB DDR3 RAM expandable to 96 GB with 12 DIMM Slots 2 X Gigabit Ethernet Ports with IOAT support 2 X 146 HDD On Board Hardware RAID Controller Redundant Power Supply Qty. 2 Page 44 of 55

45 3. Microsoft Data Protection Manager Configuration Intel 5520 Chipset 2 X Intel Quad Core Xeon 5500 Series Processor (2.1X GHz /64 Bit/4 MB L3 Cache/4.8 GT/s QPI link) or higher 16 GB DDR3 RAM expandable to 96 GB with 12 DIMM Slots 2 X Gigabit Ethernet Ports with IOAT support 4 X 300 HDD On Board Hardware RAID Controller Redundant Power Supply 1 X Host Bus Adapter for SAN based Fiber Connectivity Qty Rights Management Server Configuration Intel 5520 Chipset 2 X Intel Quad Core Xeon 5500 Series Processor (2.1X GHz /64 Bit/4 MB L3 Cache/4.8 GT/s QPI link) or higher 16 GB DDR3 RAM expandable to 96 GB with 12 DIMM Slots 2 X Gigabit Ethernet Ports with IOAT support 2 X 146 HDD On Board Hardware RAID Controller Redundant Power Supply Qty Right Management SQL Server Configuration Intel 5520 Chipset 2 X Intel Quad Core Xeon 5500 Series Processor (2.1X GHz /64 Bit/4 MB L3 Cache/4.8 GT/s QPI link) or higher 16 GB DDR3 RAM expandable to 96 GB with 12 DIMM Slots 2 X Gigabit Ethernet Ports with IOAT support 2 X 146 HDD On Board Hardware RAID Controller Redundant Power Supply Qty Exchange Edge Server Configuration Intel 5520 Chipset 2 X Intel Quad Core Xeon 5500 Series Processor (2.1X GHz /64 Bit/4 MB L3 Cache/4.8 GT/s QPI link) or higher 8 GB DDR3 RAM expandable to 96 GB with 12 DIMM Slots 2 X Gigabit Ethernet Ports with IOAT support 2 X 146 HDD On Board Hardware RAID Controller Redundant Power Supply Qty. 1 Page 45 of 55

46 1. Software Detail Sr. Description of Software No. 01. Microsoft Exchange 2007 Standard Edition (CAS & HUB) 02. Microsoft Exchange 2007 Enterprise Edition (2 CCR Nodes) 03. Microsoft Exchange 2007 Standard Edition Edge) 04. Windows Server Standard Edition 2008 X64 R2 (Edge + RMS + DPM) 05. Windows Server Enterprise Edition 2008 X64 Release 2 (2 CCR Nodes ) 06. Windows Server Enterprise Edition 2008 X64 R2 with Hyper V (AD + CAS/HUB) 07. Data Protection Manager Server license 08. Data Protection Manager Server license - Enterprise Data Protection ML 09. Data Protection Manager Server license - Standard Data Protection ML 10. Exchange Server 2007 or latest CALS * Page 46 of 55 License Qty Remarks 6 Required for Exchange & SQL Servers 3 Required for AD & RMS Servers 1000 * OBC already has 3000 Exchange 2007 CALS Forefront For Exchange CALS (subscription for 3 years) 12. Right Management Server CALS Windows Server 2008 Standard 31 For RODC Edition Servers 14. SQL Server 2008 Enterprise Edition (Database for RMS) 2 Processor based license equal to the number of processors in the server. Note: - The prices are inclusive of all Taxes, except Octroi/Entry Tax which will be paid on actual basis.

47 S No Item Hardware 1 Exchange Mail Box Servers 2 HUB/CAS & AD servers 3 Data Protection Server 4 Right Management Server 5 Right Management SQL Server 6 Exchange Edge Server Software Microsoft Exchange Standard Edition (CAS & HUB) 8 Microsoft Exchange 2007 Enterprise Edition (2 CCR Nodes) 9 Microsoft Exchange 2007 Standard Edition Edge) 10 Windows Server Standard Edition 2008 X64 R2 (Edge + RMS + DPM) 11 Windows Server Enterprise Edition 2008 X64 R2 (2 L1 Bidder determination sheet Qty Unit Price (RS.) Page 47 of 55 Total Price with three year warranty- A (Rs.) Annexure V AMC charges for 2 year-b Total Price (Rs.) A+B

48 CCR Nodes ) 12 Windows Server Enterprise Edition 2008 X64 R2 with Hyper V (AD + CAS/HUB) 13 Data Protection Manager Server license 14 Data Protection Manager Server license - Enterprise Data Protection ML 15 Data Protection Manager Server license - Standard Data Protection ML 16 Exchange Server 2007 or latest CALS 17 Forefront For Exchange CALS 18 Right Management Server CALS 19 Windows Server 2008 Standard Edition Licence 20 SQL Server 2008 Enterprise Edition (Database for RMS) 21 Implementation Charges 22 Facility Management Service Charges 23 Any other Charges Total Charges (Rs.) Note: - The prices are inclusive of all Taxes, except Octroi/Entry Tax which will be paid on actual basis. * Facility Management- per shift charges for one person qualified in MS Active Directory and MS Exchange 2007 for 9 pm to 6 pm shift for 6 days a week. The cost should include Microsoft Premium Support Service. Page 48 of 55

49 Annexure VI Performa for the Bank Guarantee for Earnest Money Deposit (To be stamped in accordance with stamp act) Ref: Bank Guarantee # Date Oriental Bank of Commerce Head office, Harsha Bhawan E-Block Connaught Place New Delhi Dear Sirs, In accordance with your bid reference no. OBC/HO/DIT/RFP-Mail Messaging Server Hardware, Software & other related Equipments/26/ dated , M/s having its registered office at herein after called bidder ) wish to participate in the said bid for Supply, Installation, Commissioning and Maintenance of Mail Messaging Hardware, Software & related Equipments at Oriental Bank of Commerce having its Head Office at Harsha Bhawan, E Block Connaught Place, New Delhi An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled commercial Bank) against Earnest Money Deposit amounting to Rs. Rupees (in words) valid up to is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the bid document. M/s having its registered office at has undertaken in pursuance of their offer to Oriental Bank of Commerce (hereinafter called as the beneficiary) dated has expressed its intention to participate in the said bid and in terms thereof has approached us and requested us Bank to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit amounting to Rs valid up to. We, the Bank at having our Head office at therefore Guarantee and undertake to pay immediately on first written demand by Oriental Bank of Commerce, the amount Rs. Rupees without any reservation, protest, demur and recourse in case the bidder fails to comply with any condition of the bid or any default in violation against the terms of the bid, without the beneficiary needing to prove or demonstrate reasons for its such demand. Any such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to. If any further extension of this Guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions in writing, from ( ) on whose behalf guarantee is issued. In witness whereof the Bank, through its authorized officer has set its hand stamped on this Day of 2009 at Designation Bank Common Seal Attorney as per Power of Attorney Page 49 of 55

50 Performa for Performance Bank Guarantee The Oriental Bank of Commerce Department of Information Technology 4th Floor, Competent House, F-14, Connaught Place, New Delhi Annexure VII In consideration of Oriental Bank of Commerce (hereinafter called the said Purchaser ) having its office at the aforesaid address, having agreed to purchase/engage from having its office at (hereinafter called the said Supplier/Bidder/Contractor) under the terms and conditions of an Agreement dated (hereinafter called the said Agreement ). Towards the security for the due fulfillment of the terms and conditions contained in the said Agreement, it has been agreed by the said Supplier/Bidder/Contractor shall provide a bank Guarantee for Rs. (Rupees only). We (indicate the name of the bank) (hereinafter referred to as the Bank ) at the request of (Supplier/Bidder/Contractor) do hereby undertake and guarantee to pay to the Purchaser an amount not exceeding Rs. (either in lump sum or in parts) against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser by reason of any breach by the said Supplier/Bidder/Contractor(s) of any of the terms or conditions contained in the said Agreement. Unless repugnant to the context or meaning there of, expressions, Purchaser, Supplier/Bidder/Contractor, Bank shall mean and include their heirs, representatives, successors, executors, administrators, assigns, etc., as may be applicable, 1. The Bank does hereby undertakes to pay the amount(s) due and payable under the guarantee without any demur, merely on a demand from the Purchaser stating that the amount(s) claimed is/are due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of breach by the said Supplier/Bidder/Contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the Supplier/Bidder/Contractor(s) failure to perform its obligations under the said Agreement. Any such demand made by the Purchaser on the Bank shall be conclusive as regards the amount(s) due and payable by the Bank under this guarantee, whether made in one go or in parts. However, Bank s liability under this guarantee shall in totality be restricted to an amount not exceeding Rs., whether or not invoked or if invoked, in part or otherwise. 2. The Bank undertakes to pay the Purchaser any money so demanded notwithstanding any dispute or disputes raised by the Supplier/Bidder/Contractor(s) or any suit or proceedings pending before any Court or Tribunal relating thereto. Thereby meaning that Bank s liability under the present guarantee shall be absolute and unequivocal in any circumstances what so ever, if called upon to pay by the Purchaser. However our liability shall not exceed in Rs. (in words) 3. The Bank further agrees that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues and or advances made by the Purchaser under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till, the Purchaser certifies in writing that the terms and conditions of the said Agreement have been fully and Page 50 of 55

51 properly carried out by the said Supplier/Bidder/Contractor(s) and accordingly the Purchaser discharges this guarantee, either in writing or by returning the Original Guarantee Bond or till its expiry whichever is earlier to the Bank. 4. The Bank before the release of the Bank Guarantee Bond in original by the purchaser and before the expiry of this guarantee, as per clause 3 of this Guarantee Bond, may renew this guarantee for the same period as was initially requested upon for this guarantee or for any shorter period, at the option of the purchaser, under intimation to the Bidder. 5. The Bank further agrees with the Purchaser that the Purchaser shall have the fullest liberty without Bank s or Supplier/Bidder/Contractor(s) consent and without affecting in any manner Bank s obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Supplier/Bidder/Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the said Supplier/Bidder/Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from it s liability by reason of any such variation, or extension being granted to the said Supplier/Bidder/Contractor(s) or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said Supplier/Bidder/Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving the Bank, in any manner what so ever. 6. This guarantee will not be discharged during its currency due to the change in the constitution of either the Bank or the Purchaser or the Supplier/Bidder/Contractor(s), in any manner what so ever. 7. The Bank lastly undertakes not to revoke this guarantee during its currency or extensions there of, except with the previous consent of the Purchaser, in writing or otherwise than as is provided in this Guarantee. 8. The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as its principal debtor in first instance without proceeding against the said Supplier/Bidder/Contractor(s), and notwithstanding any security or other guarantees that the Purchaser may have in relation to or in relation to the Supplier/Bidder/Contractor(s) liabilities from time to time, as this guarantee constitutes a separate, distinct and independent contract between the Bank and the Purchaser. 9. Any officer of the Purchaser of the rank of Senior Manager or above, duly authorized in this regard, shall be competent to issue demand/notice or to issue any appropriate instructions, as the circumstances may warrant, to the Bank under this Guarantee, which the Bank shall have to comply immediately and forthwith, without raising any dispute or question/s in regard there to, in any manner what so ever. Notwithstanding any thing contained here in above: a) The liability of the Bank under the guarantee shall not exceed Rs. (in words). b) This Bank Guarantee shall be valid till either till X or till the issue of a fresh Bank Guarantee to the Purchaser with a extended period in lieu thereof or till the Purchaser certifies in writing that the terms and conditions of the said Agreement have been fully and properly carried out by the said Supplier/Bidder/Contractor(s) and accordingly the Purchaser discharges this guarantee, in writing and by returning the Original Guarantee Bond to the Bank. c) The bank before the release of the Guarantee Bond in Original by the purchaser and before the expiry of this guarantee may at its option renew this guarantee for the Page 51 of 55

52 same period as was initially agreed upon for this guarantee or any shorter period, at the option of the purchaser, under intimation to the Bidder. d) The Bank is liable to consider any notice for invocation of Bank Guarantee as a default by the Supplier/Bidder/Contractor(s) and shall be under an obligation to pay to the Purchaser the entire amount of Guarantee or any part there of under this Bank Guarantee only and only if the Purchaser serves upon the Bank a written claim or demand before the expiry of either the Bank Guarantee or any extended period/s under this Bank Guarantee, as the case may be. Notwithstanding anything contained herein our liability under this Bank guarantee shall not exceed Rupees.../- (Rupees... Only) This Bank guarantee shall be valid up to... and we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before... This guarantee will be returned to us as soon as the purpose for which it is issued is fulfilled. Dated the day of. Signature Name Designation with Bank stamp Page 52 of 55

53 Contact list of Regional Offices Annexure-VIII Sr. No. Regional Office Address EDP Officer 01 AGRA 85/4, 2 nd Floor, Ispat Sh Rajender Singh Bhawan, Sanjay Place, Agra AHMEDABAD P.O. Box No.4142, Sh Sunil Singh Chanakya, 4 th Floor, Near Dinesh Hall, Ashram Road, Ahmedabad AMRITSAR SCO NO. 10, District Mrs Rajni Shopping Complex, Ranjit Avenue, Amritsar BANGALORE The Landmark, 1 st Floor, Sh Arul Chiristy No 21/15, Mahatma Gandhi Road, Bangalore BAREILLY C-18/B,1 st Floor, Deen Sh Uttam Kumar Dayal Puram, Bareilly BATHINDA F-77, 1 st Floor, Civil Sh Mohit Lines, Mansa Road, Bathinda BHOPAL Pragati Bhawan, Indira Sh Parkhi Press Complex, Maharana Pratap Nagar, Zone-1, Bhopal BHUBANESHWAR Alok Bharti Tower, Sahid Sh Sahoo Nagar, Bhubaneshware CHANDIGARH 1 st Floor, Hotel Shivalik Sh Sharma View, Sector-17E, Chandigarh CHENNAI 2 nd Floor, 769, Spencer Sh Anwar Plaza, Anna Salai, Chennai DEHRADUN Radha Palace, 1 st Floor, Sh Mahipal Pandey 78 Rajpur Road, Dehradun DELHI 2 nd & 3 rd Floor, 8/1 Abdul Sh Satyabir Singh Aziz Road, W.E.A. Karol Bagh, New Delhi DURGAPUR Galeria Market, 2 nd Floor, Sh Saptrishi Nachan Road, Benachity, Durgapur GHAZIABAD Post Box No.107, KJ-13, Sh Satbudhi Page 53 of 55

54 Kavi Nagar, Ghaziabad GURGAON Plot No.5, Sector-32, Institutional Area, Gurgaon HYDERABAD 2 nd Floor, Maharishi Building, /A, Road No.3 Banjara Hills, Hyderabad JAIPUR 2 nd Floor, Anand Bhawan, Sansar Chandra Road, Jaipur JALANDHAR 922, G.T. Road, Jalandhar KARNAL SCO-23/24, SECTOR-12, Urban Estate, Karnal KOLKATA DD II, Sector-1, Salt Lake, Kolkata LUCKNOW C-43/28/1, Nawal Kishore Road, Hazarat Ganj, Lucknow LUDHIANA B-XV-136, Jandu Tower, Millerganj, G.T.Road, Ludhiana MUMBAI-NORTH Aman Chambers,1 st Floor, Veer Savarkar Marg, Opp. New Passport Office, Prabha Devi MUMBAI-SOUTH Maker Towers, F-14 th Floor, Cuffe Parade, Mumbai NEW DELHI 4/65, Padam Singh Road, W.E.A Karol Bagh, New Delhi PATIALA 146, 1 st Floor, Improvement Trust Complex, Chhoti Baradari, The Mall, Patiala PUNE OBC Tower, 3 rd Floor, /20A, Fergusson College Road, Pune ROHTAK 97, Sonepat Road, Rohtak SRIGANGANAGAR 1 st Floor, , G- Block, Sukhadia Circle, Sriganaganagar Sh Ashwan Kumar Sh Mohan Sh Babby Bose Sh Manish Kumar Sh Vivek Jain Sh Subendhu Sh Gowda Sh Anil Singh Sh Rahul Sh Hari Sh Sumedh Sh Devender Kumar Sh Mukesh Kumar Sh Vikash Sh Sarabjit Fauzdar Sh Ishwar Singh Page 54 of 55

55 30 PATNA Boring Road Patna Sh Shyan Kumar 1 DATA CENTER Mumbai Sh Shyam Tandon 2 HEAD OFFICE 1 st Floor, Harsha Sh Amar Singh Bhawan, E-Block Verma Connaught Place, New Delhi Page 55 of 55

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

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

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

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

More information

Request for Proposal (RFP) For Network Management System (NMS)

Request for Proposal (RFP) For Network Management System (NMS) RFP Reference No: OBC/HO/DIT/RFP-NMS/37/2014 Request for Proposal (RFP) For Network Management System (NMS) Oriental Bank of Commerce Department of Information Technology Corporate Office Gurgaon Tel.

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

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

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015 P a g e 1 From Head, Computer Centre PEC University of Technology Chandigarh To Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015 Subject: Quotations for providing 32 MBPS (1:1) Internet

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

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

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

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

More information

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

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

More information

Request for 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

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

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

More information

NATIONAL HOUSING BANK

NATIONAL HOUSING BANK NATIONAL HOUSING BANK Quotation Call Letter for Installation of Biometric attendance devices at Bank s RO & RROs, AMC of existing Machines at Head Office and their integration ABOUT THE BANK National Housing

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

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh From Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh To Memo No. PEC/CSE/ Dated: Chandigarh the: Subject: Quotations for providing Internet leased line

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

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

TENDER FOR INTERNET LEASED LINE FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI-110020

TENDER FOR INTERNET LEASED LINE FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI-110020 TENDER FOR INTERNET LEASED LINE FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI-110020 (Tender no. IIITD/S&P/08/2013-14) NOTICE Indraprastha Institute of Information Technology Delhi

More information

Dy. General Manager (Information Technology)

Dy. General Manager (Information Technology) Kapas Bhavan, Plot No.3-A, Sector 10, CBD, Belapur, Navi Mumbai 400 614 Telephone No.27579217, Fax No. 27576030,27576069 Website :- www.cotcorp.gov.in, Ministry : www.ministryoftextiles.gov.in E-mail :-

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

(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

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

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

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

More information

TENDER 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

Request for Proposal (RFP) For Empanelment of Vendor For Enterprise Patch Management Solution

Request for Proposal (RFP) For Empanelment of Vendor For Enterprise Patch Management Solution RFP Reference No: OBC/HO/DIT/RFP/Patch Management/40/2014 Request for Proposal (RFP) For Empanelment of Vendor For Enterprise Patch Management Solution Oriental Bank of Commerce Department of Information

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

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

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh From Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh To Memo No. PEC/CSE/2014/ Dated: Chandigarh the: Subject: project. Quotations for purchase of Macbook

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

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. TENDER FOR Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. Tender Inquiry No. NSIC/HO/TISDC/05 National Small Industries

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

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

Expression of Interest. Scanning of Documents

Expression of Interest. Scanning of Documents 1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: [email protected]

More information

TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12

TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12 TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY NIT No. Last Date of Submission Date of Opening : NITJ/Pur/01/2013 : 20.03.2013 at 11:30 AM 20.03.2013 at 2:00 PM Ref No/Pur/316/12 Dr. B R Ambedkar

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

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

4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year.

4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year. -1- Tender Document 4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year. TERMS AND CONDITIONS OF THE BID 1. Qualifying

More information

Tender for 30Mbps (1:1) Internet Leased Line on RF for Translational Health Science an Technology Institute, Faridabad

Tender for 30Mbps (1:1) Internet Leased Line on RF for Translational Health Science an Technology Institute, Faridabad Translational Health Science and Technology Institute, NCR-Biotech Science Cluster, 3rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad 121001 Phone: +91-129-2876444 Tender for 30Mbps (1:1) Internet

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

INVITATION OF TENDERS

INVITATION OF TENDERS Cost of Tender Document Fee Rs.500/ NATIONAL INSTITUTE OF TECHNOLOGY (Under the Ministry of HRD Govt. of India) KURUKSHETRA-136119 (Haryana) INVITATION OF TENDERS Procurement of 155 Mbps (1:1) Leased Line

More information

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh Tender document for Providing Managed Internet Leased Line Network at Chandigarh Police Headquarters, Sector 9, Chandigarh TENDER FOR MANAGED INTERNET LEASED LINE AT PHQ-9, CHANDIGARH 1 INDEX TENDER FOR

More information

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

FOR SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY Directorate of Integrated Child Development Services, Bihar COMPETITIVE BIDDING FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

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

URBAN LOCAL BODIES, HARYANA SHORT TERM TENDER

URBAN LOCAL BODIES, HARYANA SHORT TERM TENDER URBAN LOCAL BODIES, HARYANA SHORT TERM TENDER Urban Local Bodies, Haryana invites sealed tenders, under two envelop system, from eligible bidders for Integrated Web Based Software Development of various

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

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

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

More information

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

Sl. No. Ref Sections/Clause requiring Clarification. RFP (Page No.)

Sl. No. Ref Sections/Clause requiring Clarification. RFP (Page No.) Sl. No. RFP (Page No.) Ref Sections/Clause requiring Clarification Pre-Bid Queries for RFP Reference No: OBC/HO/DIT/RFP/SECURITY EQUIPMENTS/47/2014 Points of clarification given in the RFP Clarification

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

School of Open Learning University of Delhi

School of Open Learning University of Delhi School of Open Learning University of Delhi LIMITED TENDER FOR CONFIGURATION & MAINTENANCE OF ORACLE RAC SERVICES Tender No. Dated: Cost: Rs.500/- Submission of tender 25/06/2015 (extended date) Limited

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

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

Corrigendum Document. For. Selection of Agency

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

More information

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

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

More information

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

Tender Document for Procurement of Internet Bandwidth

Tender Document for Procurement of Internet Bandwidth Tender Document for Procurement of Internet Bandwidth Ramanujan Computing Centre Anna University, Chennai - 600 025. REQUEST FOR PROPOSAL OBJECTIVE OF THIS RFP This RFP (Request for Proposal) is issued

More information

NAME OF THE WORK: Leased Line for WAPCOS Gurgaon.

NAME OF THE WORK: Leased Line for WAPCOS Gurgaon. TENDER DOCUMENT NAME OF THE WORK: Leased Line for WAPCOS Gurgaon. No. WAP/IT/TENDER/2011-12/003 Dated: 28/07/2011 WAPCOS LIMITED (A Government of India Undertaking) Plot No.76-C, Sector-18, Institutional

More information

DISTRICT GOVERNMET OKARA. Tender Document For purchase of

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

More information

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

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

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

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

More information

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

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

More information

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010 SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010 1.0 Scope of Tender These specifications and conditions detail the basic requirements for

More information

ADMINSTRATION OF DAMAN AND DIU(U.T.)

ADMINSTRATION OF DAMAN AND DIU(U.T.) ADMINSTRATION OF DAMAN AND DIU(U.T.) DIRECTORATE OF MEDICAL & HEALTH SERVICES, PRIMARY HEALTH CENTER, MOTI DAMAN. Tender Notice No.DHMS/DD/BIO-METRIC/SS/2012-13/3032 Dated:- 31/12/2012 TENDER NOTICE Sealed

More information

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

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

More information

SHORT TERM TENDER NOTICE

SHORT TERM TENDER NOTICE NIELIT Headquarters, New Delhi File No.1 (55)/2000 NIELIT/Vol-I Date: 01.04.2015 SHORT TERM TENDER NOTICE For AMC of Air Conditioners (ACs). 1. Competitive offers in sealed covers super scribed with the

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

भ रत य गक स थ न र पड़

भ रत य गक स थ न र पड़ भ रत य गक स थ न र पड़ INDIAN INSTITUTE OF TECHNOLOGY ROPAR न गल र ड, पनगर, प ज ब-140001/Nangal Road, Rupnagar, Punjab-140001 Ph. 01881-242105, e-mail: [email protected] ---------------------------------------------------------------------------------------------------------------------

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

Centre for Development of Imaging Technology (CDIT) Chithranjali Hills, Thirvallom PO, Thrivananthapuram (An Autonomous Body under Govt.

Centre for Development of Imaging Technology (CDIT) Chithranjali Hills, Thirvallom PO, Thrivananthapuram (An Autonomous Body under Govt. Centre for Development of Imaging Technology (CDIT) Chithranjali Hills, Thirvallom PO, Thrivananthapuram (An Autonomous Body under Govt. of Kerala) TENDER FOR HIRING OF DEDICATED SERVERS Introduction Centre

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

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

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

More information

State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14

State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14 fcgkj ljdkj lllllljdkj State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14 NOTICE INVITING TENDER From Companies/Agencies for Hiring Four Dedicated Servers (1 Linux Application Server

More information

REQUEST FOR PROPOSAL FOR Procurement of Microsoft Licenses and Software Assurance

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

More information

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

-------------------------------------------------------------------------------------------------------------------------------------- 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 DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS BUREAU OF INDIAN STANDARDS E-9, Manakalaya, Road No. 8, MIDC, Andheri (E), Mumbai-400 093. Tel: 022-28253430 FAX: 022-28320552 E-Mail:

More information

1 ST CORRIGENDUM - RFP For Procurement Of Web Application Firewall (Subscription Model) RFP No. IDBI/PCell/RFP/2014-15/18 dated 24 th January 2015

1 ST CORRIGENDUM - RFP For Procurement Of Web Application Firewall (Subscription Model) RFP No. IDBI/PCell/RFP/2014-15/18 dated 24 th January 2015 RFP IDBI/PCell/RFP/2014-15/18 dated 24 th January 2015 1. - - Document 2. - - Document 3. - - Document 4. - - Document 6 A Bid Security of Rs.50,000/- (Rupees Fifty thousand Only)by way of demand draft

More information

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

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

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

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

More information

Address for Communication :

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

More information

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

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

More information

Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur

Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur Tender for Providing the 155 MBPS Internet Leased Line Connectivity at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/1/5(VII)/2013-14/47 NIT Issue Date : December 23, 2013 Last Date of Submission

More information

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

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

More information

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

NOTICE INVITING PROPOSAL

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

More information

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

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

Request for Proposal For

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

More information

NOTICE INVINTING QUOTATION

NOTICE INVINTING QUOTATION Agricultural Produce Marketing Committee (Market of National Importance) (Govt. of NCT of Delhi) Office Complex, NFM Phase-II, Sarai Pipal Thala, Azadpur, Delhi-110033. Ph. (O): 27691602, Fax: 27691762,

More information

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER PANJAB UNIVERSITY CHANDIGARH CONDITIONS GOVERNING THE TENDER For supply of OMR Scanner with Bar Code Reader 1. Tenders for supply of OMR scanner

More information

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

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

More information

Vector Network Analyzer

Vector Network Analyzer 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

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08

More information

Amendment 1 - Annexure 5 (C) Technical Criteria

Amendment 1 - Annexure 5 (C) Technical Criteria 1 - Annexure 5 (C) Technical Criteria S. Eligibility Criteria Documents required Complied Y/N Formatted: Heading 2, Indent: Left: 0", Hanging: 0.4" C) Technical Criteria (Experience and other Technical

More information

Request for Proposal (RfP) For Purchase of Network Switches for various SIDBI offices

Request for Proposal (RfP) For Purchase of Network Switches for various SIDBI offices Small Industries Development Bank of India Request for Proposal (RfP) For Purchase of Network Switches for various SIDBI offices Tender No. : 400/2012/817/BYO/ISD dated October 28, 2011 Small Industries

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