REQUEST FOR PROPOSAL FOR PROCUREMENT OFEPABX (HYBRID IP-PBX)
|
|
|
- Lorin Blake
- 9 years ago
- Views:
Transcription
1 ` REQUEST FOR PROPOSAL FOR PROCUREMENT OFEPABX (HYBRID IP-PBX) Ref: SBI/GITC/ESTATE/ /248 dated: 22/04/2016 Estate Department State Bank of India Global IT Centre Belapur, Sector-11 Navi Mumbai
2 Table of Contents PART1 :INVITATION TO BID PART2 :SCHEDULE OF EVENTS PART3 :INSTRUCTIONS FOR BIDDERS (IFB) Broad Scope of Work Eligibility Criteria Cost of Bidding. Documents constituting the Bid Clarification of Bidding Documents Language of Bid Documents comprising the Bid Bid Form Bid Prices Delivery Schedule & Penalty for Delayed Deliveries Documentary evidence establishing Bidder s Eligibility and Qualifications Documentary evidence establishing eligibility of products & conformity to Bid documents Earnest Money Deposit Performance Bank Guarantee (PBG) Period of Validity of Bids Format & Signing of Bid Sealing and Marking of Bids Deadline for Submission of Bids Late Bids Modification & Withdrawal of Bids Opening of Technical Bids by the Bank Preliminary Evaluation Technical Evaluation of Bids Evaluation of Price Bids &Finalization Contacting the Bank Award Criteria Bank s Right to Accept Any Bid and to Reject Any or All Bids Notification of Award Signing of Contract Miscellaneous PART4 :TERMS AND CONDITIONS OF CONTRACT (TCC) PART5: BID FORM, PRICE SCHEDULES AND OTHER FORMATS 5.1 Requirement Specifications Technical Specifications Bill of Material and Compliances Undertaking of Authenticity 5.2 Bid Forms Page 2 of 115
3 5.2.1 Bid Form (Technical) Indicative Price Bid Form Price Breakup after Reverse Auction 5.3 SLA Terms & Conditions for Hardware & Software 5.4 Bank Guarantee EMD Bank Guarantee Format Bank Guarantee Format for early release of 10% retention money Performance Bank Guarantee Format 5.5 Manufacturer s Authorisation Form 5.6 Certificate of Successful Commissioning 5.7 Details of eprocurement Reverse Auction 5.8 List of Delivery Locations 5.9 Eligibility Criteria Page 3 of 115
4 PART 1: INVITATION TO BID State Bank of India (hereinafter referred to as SBI / the Bank) is having its Corporate Centre at Mumbai and other offices (LHOs, RBOs, AOs etc.) in various cities across the country. In order to meet the EPABX requirements of offices/ staff quarter (sites / locations details given in Annexure 5.8) in State Bank Group, the Bank proposes to invite tenders from established organizations (hereinafter referred to as Bidder ) to undertake supply, installation, testing, commissioning, integration and maintenance of equipment i.e EPABX (Hybrid IP PBX) as per details listed out in this document. The Bidding Document may be downloaded from Bank s Website or or and the bid should be submitted to the office as mentioned in this RFP. Asst. General Manager (Estate), State Bank of India, Telecom Section,Estate Department, GroundFloor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Cost of Tender document (Tender/Bid fee non refundable) is Rs.10,000/- (Rupees Ten Thousand only) and same shall be furnished in the form of Demand Draft in favour of State Bank of India payable at Mumbai. Tender fee should be enclosed with Technical Bid. The Bids without Tender document fee (i.e. Rs. 10,000/-) will not be considered. Please note that all the information desired needs to be provided. Incomplete information may lead to non-consideration of the proposal. All Bids must be accompanied by Earnest Money Deposit as specified in the Bid document. Bank reserves the right to change the dates mentioned in this RFP document, which will be communicated to the bidders. The information provided by the bidders in response to this RFP document will become the property of SBI and will not be returned. SBI reserves the right to amend, rescind or reissue this RFP and all amendments, pre-bid responses will be uploaded in Bank s website ( or or and no separate newspaper advertisement will be released and such amendments will be binding on them. Bidder shall mean any entity (i.e juristic person) who offers to do or provide the goods or services as mentioned in the RFP. Page 4 of 115
5 SCHEDULE OF EVENTS Bid Document Availability Cost of Tender (Bid) Document (Tender fee non refundable ) Earnest Money Deposit Last date for requesting clarification (optional) Bidding document can be downloaded from website on Rs.10,000/- in the form of Demand Draft in favour of State Bank of India payable at Mumbai. Tender fee should be enclosed with Technical Bid. Rs. 1,00,000/- (Indian Rupees One lacs only) in the form of Demand Draft / Bank Guarantee in favour of State Bank of India. The Demand Draft shall be payable at Mumbai. EMD should be enclosed with Technical Bid. Upto17:00hours on All communications regarding points / queries requiring clarifications shall be given in writing to AGM(Estate) or by e- mail at addresses given below: The Asst. General Manager (Estate) State Bank of India, Estate Department, 1st Floor, Global IT Centre, CBD Belapur (i) (ii) (iii) [email protected] [email protected] [email protected] Pre - bid Meeting From 14:30 to 16:00hours on at GITC, CBD Belapur, Navi Mumbai. Authorised representatives of vendors(at max two representatives of each vendor and one from OEM) may attend pre-bid meeting. Page 5 of 115
6 Last date of submission of technical bids Opening of Technical Bids Reverse Auction Contact Details Address for Communication and submission of bid. 16:00 hours on at SBI Estate Department, GITC, CBD Belapur, Navi Mumbai. 16:30 hours on at SBI GITC, CBD Belapur, Navi Mumbai. Authorised representatives of vendors (at max two representatives of each vendor and one from OEM) may be present during opening of the Technical Bids. However Technical Bids would be opened even in the absence of any or all of the vendors representatives. On a subsequent date which will be communicated to such bidders who qualify in the Technical Bid. All the participating bidders must have valid digital certificate(dc) or arrange to take the DC before the e-auction.no excuses will be allowed in thisregard. Name: Shri G Durga Prasad Designation: AGM(Estate) [email protected] Telephone No Address: State Bank of India Estate Department 1 st Floor, State Bank Global IT Centre Sector 11, CBD Belapur Navi Mumbai All correspondence relating to this RFP should be sent to following ids (i) (ii) (iii) (iv) [email protected] [email protected] [email protected] [email protected] Page 6 of 115
7 PART 2 DISCLAIMER The information contained in this Request for Proposal (RFP) document or information provided subsequently to Bidder(s) or applicants whether verbally or in documentary form/ by or on behalf of State Bank of India (Bank), is subject to the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP is neither an agreement nor an offer and is only an invitation by the Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advices/clarifications. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. No contractual obligation whatsoever shall arise from the RFP process unless a Purchase order has been issued by duly authorized officers of the Bank with the selected Bidder. The Bank, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bid Stage. The Bank also accepts no liability of any nature whether resulting from negligence or otherwise, howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. The issue of this RFP does not imply that the Bank is bound to select a Bidder or to appoint the Selected Bidder or Concessionaire, as the case may be, for the Project and the Bank reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Bank or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with Page 7 of 115
8 the Bidder and the Bank shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process. Page 8 of 115
9 PART-3: INSTRUCTIONS FOR BIDDERS (IFB) TABLE OF CLAUSES Clause No. Topic Clause No. Topic A. Introduction 3.1 Broad Scope of Work D. Submission of Bids 3.2 Eligibility Criteria 3.16 Sealing and Marking of Bids 3.3 Cost of Bidding B. Bidding Documents 3.18 Late Bids Documents constituting the Bid Clarification of Bidding Documents 3.19 C. Preparation of Bids 3.20 Deadline for Submission of Bids Modification & Withdrawal of Bids E. Bid Opening and Evaluation Opening of Technical Bids by the Bank 3.6 Language of Bid 3.21 Preliminary Evaluation 3.7 Documents comprising the Bid 3.8 Bid Form Technical Evaluation of Bids Evaluation of Price Bids & Finalisation 3.9 Bid Prices 3.24 Contacting the Bank 3.10 Delayed Schedule & Penalty for Delayed Deliveries 3.11 Documentary evidence establishing Bidder s Eligibility and Qualifications 3.12 Documentary evidence establishing eligibility of products & conformity to Bid documents 3.25 Award Criteria 3.26 Bank s Right to Accept Any Bid and to Reject Any or All Bids 3.27 Notification of Award 3.13 Earnest Money Deposit 3.28 Performance Guarantee 3.14 Period of Validity of Bids 3.29 Signing of Contract 3.15 Format & Signing of Bid 3.30 Miscellaneous Page 9 of 115
10 A. INTRODUCTION 3.1 Broad Scope of Work : Supply, installation, testing, commissioning, integration and maintenance of new EPABX (Hybrid IP PBX to have seamless communications using analog, digital, IP Phones / end points, DECT, voice mail, audio-video conferences etc.)hardware alongwith operating system& all licenses and other peripherals, cabling etc as per technical specifications (Annexure and 5.1.2) for the offices / staff quarter (sites / locations details given in Annexure 5.8) and to meet all requirement mentioned in this RFP. The bidder has to integrate EPABX s supplied under this RFP among each other and also the existing EPABX (Make: Karel) installed at SBI Office located at CBD Belapur, Railway station Building, Navi Mumbai. The bidder has to provideall hardware, software and license, associated cards, etc, required for integration of EPABX s as mentioned above and the bidder has to include the commercial for this requirement in their offer. The bidder has to ensure and confirm that the users will be able to make intercom calls (without dialing direct line numbers) among all EPABX s extensions (located at State Bank Global IT Centre (GITC), CBD Belapur, Railway station Building and SBI Staff Colony, Nerul, Navi Mumbai). The bidder shall submit the detailed approach for EPABXs integration in their Technical Bid. TheEPXAB which will be installed at SBI GITC, CBD Belapur, will also cater 400 extensions requirement of the Bank s Department located at MTNL Building, CBD Belapur, Navi Mumbai. The bidder has to arranged for necessary cabling work for extending 400 extensions form the SBI GITCEPABX room which will be at SBI GITC Building to MTNL Building located at CBD Belapur. The bidder has to include the commercial for this requirement in their offer The proposed EPABX should be state of art, fully IP (dual stack (IPv4/IPv6 compliant), Digital, ISDN, PRI and should employ bothstored Program Control (SPC) using Pulse Code Modulation/Time Division Multiplexing(PCM/TDM) and IP Packet Switching technique conforming to the latest ITU-T andccitt standards The proposed EPABX should be 100% Non-blocking system. The EPABX offered should have IP architecture and provide support for integrated telephony solution for Analog & IP Phones, E1, PRI gateways over IP architecture.the EPABX should have battery backup for min 4 Hours To provide all necessary hardware and software required to make the solution work strictly as per technical specifications. The specifications given are minimum. Bidders can quote equivalent or higher technical specifications to meet the Bank s requirements. However no weightage would be given for higher configurations. Page 10 of 115
11 3.1.5 The solution should work on non-proprietary hardware and should not require any proprietary hardware/components specific to a particular OEM The EPABX proposed should be TEC approved The bidder should have arrangement (Teaming Agreement) with OEM forwarranty (1 year)and onsite AMC(5 years). The bidder should provide ONE onsite support resource(10:00 am to 06:00 pm) fully qualified, for entire period (i.e. 06 years (1 year warranty plus 5 years onsite AMC) from date of installation of EPABX) OEM Product support for ten (10) years is desired. The bidder shall specifically indicate the product support availability / offered (mandatory requirement is at least 6 years from date of installation) against this RFP & submit an undertaking in this regard To provide updates and upgrades free as and when releasedby the OEM during warranty and AMC period For this RFP either the OEM s authorized partner on behalf of the Principal /OEM or Principal / OEM itself can bid but both cannot bid simultaneously If OEM s authorized partner submits bid on behalf of the principal /OEM, the same partner shall not submit a bid on behalf of another principal /OEM for this RFP The bidder shall be responsible for engineering and providing all materials, equipment and services specified or otherwise, which are required to fulfill the intent of ensuring operability, maintainability, completeness and reliability of the total work. Item wise bill of material/quantity indicated in price schedule is based on which work shall be executed. Any other equipment, material, component, accessories which are not specifically mentioned in indicative price bid and technical specification but necessary for satisfactory installation and trouble free operational and maintenance of the equipment / system adopting good engineering practice shall be in the scope (bidder has to include in their offer). The offered equipment shall be new, employing proven and established latest technology suitable for Indian conditions The L1 Bidder shall be responsible for application of labour laws, compensation for injury and accident to person(s) deployed at our site for execution of the work The work shall also include all incidental job connected with the installation of equipments. Page 11 of 115
12 The L1 Bidder shall remove all malba, debris, waste materials etc. and clean the site at their own cost and hand over the site in proper manner on completion of work The L1 Bidder shall ensure that no damage is caused to the Bank s property, including any decorative structure / fittings, while carrying out the work. The Bidder will have to make good / rectify such damages at its cost to the satisfaction of the Bank The work shall be carried out as per the Bank s instructions and the work that creates noise / disturbances are to be carried out during nonworking hours and no extra payment will be made on this account Cabling for SBI Nerul Colony: The bidder has to undertake Cabling work on turnkey basis. The end to end cabling will be required for SBI Nerul Colony from EPABX Room to each Flats, security cabins, guest houses, utility rooms, lifts etc for intercom facility. The bidder has to carry out site survey and accordingly quote for cabling. The cabling charges should include supply of all material (required for cabling i.e. cables, connectors, I/O, cable termination, krone, MDF etc), labour, laying, digging, conduit, casing, I/O for connecting telephone instruments. The cabling should be end to end.the bidder has to include the commercial for this requirement in their offer. 3.2 Eligibility Criteria Bidders meeting the criteria (Annexure 5.9) are eligible to submit their Bids, along with supporting documents. If the Bid is not accompanied by all the required documents, the Bid would be rejected. 3.3 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. B. THE BIDDING DOCUMENTS 3.4 Documents constituting the Bid The Bidding Documents include: (a) PART 1 - Invitation to Bid (ITB) (b) PART 2 - Disclaimer (c) PART 3 - Instruction for Bidders (IFB) (d) PART 4 - Terms and Conditions of Contract (TCC) Page 12 of 115
13 (e) PART 5 - Bid Forms, Price Schedules and other forms (BF) 3.4.2The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Document. Failure to furnish all information required by the Bidding Document or to submit a Bid not substantially responsive to the Bidding Document in every respect will be at the Bidder s risk and may result in the rejection of the Bid. 3.5 Clarification / Amendment of Bidding Document Bidder requiring any clarification of the Bidding Document may notify the Bank in writing at the address or by indicated in Schedule of Dates on or before (time) on (date) indicated therein. Such pre-bid queries should be raised in the following format: Serial No. Page Number Section/Clause Number Relevant Section/Clause Bidder s Query A pre-bid meetingwill be scheduled as indicated in SCHEDULE OF EVENTS Text of queries raised (without identifying source of query) and response of the Bank together with amendment to the bidding document,if any will be posted on Bank s website. No individual clarification will be sent to the bidders. It is the responsibility of the bidder to check the website before final submission of bids Relaxation in any of the terms contained in the Bid, in general, will not be permitted, but if granted, the same will be put up on Bank s Website All bidders must ensure that such clarifications / amendments have been considered by them before submitting the bid. Bank will not take responsibility for any omissions by bidder At any time prior to the deadline for submission of Bids, the Bank, for any reason, whether, at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Document, by amendment In order to enable bidders reasonable time in which to take amendments into account in preparing the bids, the Bank, at its discretion, may extend the deadline for submission of bids. C. PREPARATION OF BIDS Page 13 of 115
14 3.6 Language of Bid The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Bank and supporting documents and printed literature shall be submitted in English. 3.7 Documents Comprising the Bid Documents comprising the Technical Proposal Envelope, should contain following: (a) Bid Form as per Annexure-5.2.1(should be on bidder s letter head duly signed by authorized signatory and would form the covering letter for the technical bid submission) (b) BOM & Compliances - Annexure (c) Undertaking of Authenticity - Annexure-5.1.3(should be on bidder s letter head). (d) SLA T&C Annexure-5.3 (e) EMD Bank Guarantee Annexure (f) MAF Annexure-5.5 (g) Masked Price Bid listing all the components as per Price Breakup Schedule (Annexure-5.2.3) without indicating any prices. (h) Tender document (Bid) fee Rs.10,000/- (Demand Draft) All above should be completed in accordance with the clauses in the BID and duly signed by the authorized representative of the Bidder and stamped with the official stamp of the Bidder (Board resolution authorizing representative to bid and make commitments on behalf of the Bidder to be attached) While submitting the Technical Bid, literature on the software / hardware if any, should be segregated and kept together in one section / lot. The other papers like EMD, Forms as mentioned above etc. should form the main section and should be submitted in one lot, separate from the section containing literature Any Technical Proposal not containing the above will be rejected The Technical Proposal should NOT contain any price information. Such proposal, if received, will be rejected The Indicative Price Proposal Envelope, should contain a single sheet as per Annexure on the Bidder s letter head wherein the All Inclusive Indicative Price except Octroi / Service Tax/ Central Sales Tax / VAT under the signature and seal of the Bidder. The Indicative Price must include all the price components mentioned in Annexure Page 14 of 115
15 3.8Bid Form The Bidder shall complete both the Envelopes of the Bid Form furnished in the Bidding Document separately and submit them simultaneously to the Bank. Bids are liable to be rejected if only one (i.e. Technical Bid or Indicative Price Bid) is received. 3.8 Bid Prices Prices are to be quoted in Indian Rupees only Prices quoted should be inclusive of all Central / State Government levies, taxes, excise duty, custom duty, NMMC cess etc., as also cost of incidental services such as transportation, insurance etc. but exclusive of Octroi / Service Tax/Central Sales tax/vat payable which will be reimbursed upon production of original receipts. { Bidder should take into account Navi Mumbai Municpal Corporation (NMMC) cess for while submitting their Bids, in case Bank is liable to pay NMMC cess, the cess amount will be deducted by the Bank while making payments to the Vendors } Prices quoted by the Bidder shall be fixed during the Bidder s performance of the Contract and shall not be subject to variation on any account, including exchange rate fluctuations, any upward revision in taxes, duties, levies, charges etc. A Bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected Delivery Schedule & Penalty for Delayed Deliveries Delivery of all equipment should be within 6 weeks from issuance of purchase order In the event of the equipment not being delivered, installed, tested and commissioned within a period of 6 weeks from date of Purchase Order, a penalty of one (1) percent of the total consideration for each week or part thereof the delay, subject to maximum amount of ten (10) percent of the total consideration will be charged to vendor This amount of penalty so calculated shall be deducted at the time of making final payment after successful installation and commissioning of hardware The Bank also reserves the right to cancel the Purchase Order and forfeit the EMD. In the event of such cancellation, the vendor is not entitled to any compensation. PLEASE NOTE THE DELIVERY SCHEDULE SHALL BE FOLLOWED STRICTLY AS STIPULATED. ANY DELAY SHALL BE VIEWED SERIOUSLY AND PENALTIES LEVIED. Page 15 of 115
16 3.11 Documentary Evidence Establishing Bidder s Eligibility and Qualifications The documentary evidence of the Bidder s qualifications to perform the Contract if its Bid is accepted shall establish to the Bank s satisfaction: (a) that, in the case of a Bidder offering to supply products and/or Systems under the Contract which the Bidder did not produce, the Bidder has been duly authorized as per authorization letter (Annexure-5.5) (b) that adequate, specialized expertise are available to ensure that the support services are responsive and the Bidder will assume total responsibility for the fault-free operation of the solution proposed and maintenance during the warranty period and provide necessary maintenance services Documentary Evidence Establishing Eligibility of Products and Conformity to Bidding Documents The Bidder shall submit point by point compliance to the technical specifications and it should be included in the Bid Any deviations from specifications should be clearly brought out in the bid The Bidder should quote for the entire package on a single responsibility basis for hardware / software / services it proposes to supply Earnest Money Deposit (EMD) The Bidder shall furnish, as part of its Bid, an EMD of Rs. 1,00,000/- (Rupees One Lacs only) The EMD is required to protect the Bank against the risk of Bidder s conduct, which would warrant the EMD s forfeiture The EMD shall be denominated in Indian Rupees and shall be in the form of a Demand Draft or Bank Guarantee as per Annexure-5.4.1,issued by a Scheduled Commercial Bank in India, other than State Bank of India,drawn in favour of State Bank of India payable at Mumbai and valid for a period of 180 days. {In case, SBI is the sole Banker for the Bidder, a Letter of Comfort from SBI may be accepted.} Any Bid not secured, as above, will be rejected by the Bank, as non- Page 16 of 115
17 responsive The EMD of the unsuccessful Bidders shall be returned within 2 weeks from the date of bid finalisation The successful Bidder s EMD will be discharged upon the Bidder signing the Contract and furnishing the Performance Bank Guarantee (PBG) equivalent to 15% of the value of the contract as per format in Annexure The PBG will be for the period of the contract with claim period of 3 months after date of expiry of PBG The EMD may be forfeited: a) if a Bidder withdraws his Bid during the period of Bid validity specified in this RFP; or b) if a Bidder makes any statement or encloses any form which turns out to be false / incorrect at any time prior to signing of Contract; or c) in the case of a successful Bidder, if the Bidder fails; (i) or (ii) to sign the Contract; to furnish Performance Bank Guarantee 3.14 Period of Validity of Bids Bids shall remain valid for a period of 180 days from the date of opening of the Bid. A Bid valid for a shorter period may be rejected by the Bank as non-responsive In exceptional circumstances, the Bank may solicit the Bidders consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The EMD provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its EMD The Bank reserves the right to call for fresh quotes any time during the validity period, if considered necessary Format and Signing of Bid Each bid shall be in two parts:- Part I- Technical Proposal. (as per clause above) Page 17 of 115
18 Part II- Indicative Price Proposal (as per clause above) The two parts should be in two separate sealed NON-WINDOW envelopes, each superscribed with Supply, Installation, Testing, Commissioning and Maintenance of EPABX for SBI as well as Technical Proposal and Indicative Price Proposal as the case may be The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un-amended printed literature Any inter-lineations, erasures or overwriting shall be valid only if they are initialled by the person signing the Bids. The Bank reserves the right to reject bids not conforming to above. D. SUBMISSION OF BIDS 3.16 Sealing and Marking of Bids The Bidders shall seal the NON-WINDOW envelopes containing one copy of Technical Bid and one copy of Indicative Price Bid separately and the two NON-WINDOW envelopes shall be enclosed and sealed in an outer NON-WINDOW envelope The inner envelopes shall be addressed to the Bank at the address given in Part-I above and marked as described in Clause above The outer envelope shall : a) be addressed to the Bank at the address given in Part-I ; and b) bear the Project Name Supply, Installation, Testing, Commissioning, Integration and Maintenance of EPABX for State Bank of India All envelopes should indicate the name and address of the Bidder on the cover If the envelope is not sealed and marked, the Bank will assume no responsibility for the bid s misplacement or its premature opening Deadline for Submission of Bids Bids must be received by the Bank at the address specified, no later than the date & time specified in the Schedule of Events in Invitation to Bid. Page 18 of 115
19 In the event of the specified date for submission of bids being declared a holiday for the Bank, the bids will be received upto the appointed time on the next working day The Bank may, at its discretion, extend the deadline for submission of bids by amending the bid documents, in which case, all rights and obligations of the Bank and bidders previously subject to the deadline will thereafter be subject to the extended deadline Late Bids : Any Bid received after the deadline for submission of Bids prescribed, will be rejected and returned unopened to the bidder Modification and Withdrawal of Bids The Bidder may modify or withdraw its Bid after the Bid s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids The Bidder s modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A withdrawal notice may also be sent by Fax, but followed by a signed confirmation copy, postmarked, not later than the deadline for submission of Bids No Bid may be modified after the deadline for submission of Bids No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a Bid during this interval may result in the Bidder s forfeiture of its EMD. E. Opening and Evaluation of Bids 3.20Opening of Technical Bids by the Bank The Bidders names, Bid modifications or withdrawals and the presence or absence of requisite EMD and such other details as the Bank, at its discretion, may consider appropriate, will be announced at the time of technical Bid opening Bids and modifications sent, if any, that are not opened at Bid Opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders Preliminary Examination Page 19 of 115
20 The Bank will examine the Bids to determine whether they are complete, required formats have been furnished, the documents have been properly signed, and the Bids are generally in order Prior to the detailed evaluation, the Bank will determine the responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without any deviations The Bank s determination of a Bid s responsiveness will be based on the contents of the Bid itself, without recourse to extrinsic evidence If a Bid is not responsive, it will be rejected by the Bank and may not subsequently be made responsive by the Bidder by correction of the non-conformity. 3.22Technical Evaluation Only those Bidders and Bids who have been found to be in conformity of the eligibility terms and conditions during the preliminary evaluation would be taken up by the Bank for further detailed evaluation. Those Bids who do not qualify the eligibility criteria and all terms during preliminary examination will not be taken up for further evaluation The Bank reserves the right to evaluate the bids on technical & functional parameters including factory visit and witness demos of the system and verify functionalities, response times, etc Bank will evaluate the technical and functional specification of all the equipments quoted by the Bidder During evaluation and comparison of bids, the Bank may, at its discretion ask the bidders for clarification of its bid. The request for clarification shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted. No post bid clarification at the initiative of the bidder shall be entertained. 3.23Evaluation of Price Bids and Finalisation Only those Bidders who qualify in pre-qualification and Technical evaluation would be shortlisted for commercial evaluation via Reverse Auction conducted by the Bank s authorized eprocurement service provider, details of which are provided in Annexure 5.7 During evaluation and comparison of bids, the Bank may, at its discretion ask the bidders for clarification of its bid. The request for clarification shall be in writing/ and no change in prices or substance of the bid shall Page 20 of 115
21 be sought, offered or permitted. No post bid clarification at the initiative of the bidder will be entertained The L1 Bidder will be selected on the basis of net total of the price evaluation as quoted in the Reverse Auction The successful bidder is required to provide price breakup in Annexure within 48 hours of conclusion of the Reverse Auction Arithmetic errors, if any, in the price breakup format will be rectified as under : (a) If there is a discrepancy between the unit price and total price which is obtained by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be corrected unless it is a lower figure. If the bidder does not accept the correction of errors, the bid will be rejected. (b) If there is a discrepancy in the unit price quoted in figures and words, the unit price in figures or in words, as the case may be, which corresponds to the total bid price for the bid shall be taken as correct. (c) If the vendor has not worked out the total bid price or the total bid price does not correspond to the unit price quoted either in words or figures, the unit price quoted in words shall be taken as correct For factors retained in the Bid, one or more of the following quantification methods will be applied: (a) Delivery Schedule : The System and/or Services covered under this bid are to be installed and commissioned within the period mentioned in Clause No credit will be given to early deliveries. (b) Quotation of Prices for all Items : The Bidder should quote for complete solution proposed/listed in this Bid. In case, prices are not quoted by any Bidder for any specific product and / or service, for the purpose of evaluation, the highest of the prices quoted by other Bidders participating in the bidding process will be reckoned as the notional price for that service, for that Bidder. However, if selected, at the time of award of Contract, the lowest of the price(s) quoted by other Bidders (whose Price Bids are also opened) for that service will be reckoned. This shall be binding on all the Bidders. However, the Bank reserves the right to reject all such incomplete bids Bank may waive off any minor infirmity or non-conformity or irregularity in a bid(i.e. technical bid or Price bid), which does not constitute a material deviation, provided such a waiving does not prejudice or affect the relative ranking of any bidder. Page 21 of 115
22 3.24 Contacting the Bank No Bidder shall contact the Bank on any matter relating to its Bid, from the time of opening of Price Bid to the time the Contract is awarded Any effort by a Bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison or contract award may result in the rejection of the Bidder s Bid Award Criteria The Bank will award the Contract to the successful Bidder(qualified in technical bid and L1 in Reverse Auction conducted by Bank as per Annexure 5.7) who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be responsive, and is the lowest evaluated Bid The Bank reserves the right at the time of award of contract to increase or decrease the quantity of goods and / or services or change in location where equipments are to be supplied from what was originally specified while floating the RFP without any change in unit price or any other terms and conditions Bank s right To Accept Any Bid and to reject any or All Bids : The Bank reserves the right to accept or reject any Bid in part or in full or to cancel the Bidding process and reject all Bids at any time prior to contract award, without incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Bank s action Notification of Award Prior to expiration of the period of Bid validity, the Bank will notify the successful Bidder in writing or by , that his Bid has been accepted The notification of award will constitute the formation of the Contract. The selected Bidder should convey acceptance of the award of contract by returning duly signed and stamped duplicate copy of the award letter within 7 days of receipt of the communication Upon notification of award to the L1 Bidder, the Bank will promptly notify each unsuccessful Bidder and will discharge its EMD Performance Bank Guarantee:Performance Bank Guarantee of 15% of the Bid Value in the format at Annexure to be submitted by the successful Bidder for a period of the contract with claim period of 3 months after date of expiry of PBG,from a Scheduled Commercial Bank other than SBI within a week of receipt of formal communication Page 22 of 115
23 from the Bank about their successful bid. Purchase Order will be released only after receipt of the Performance Bank Guarantee {In case, SBI is the sole Banker for the Bidder, a Letter of Comfort from SBI may be accepted.} 3.29Signing of Contract : Bank will notify successful bidder (L1) in writing by letter in duplicate or fax that its bid has been accepted. The Selected bidder has to return the duplicate copy of the same to the Bank within 7 working days, duly Accepted, Stamped and Signed by Authorized Signatory in token of acceptance The successful bidder shall be required to enter into a contract/ SLA with the Bank, within 45 days of after award of the tender or within such extended period as may be decided by the Bank along with the letter of acceptance, NDA, BG and other terms and conditions as may be determined by the Bank to be necessary for the due performance of the work in accordance with the Bid and acceptance thereof. The bidder shall bear all expenses including stamp duty as applicable in Maharashtra for execution of contract Copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the acceptance letter, contract and NDA should be submitted The contract/ agreement will be based on bidder s offer document with all its enclosures, modifications arising out of negotiation /clarifications etc. and will include SLA, project plan phases & milestones and schedule, copies of all necessary documents, licenses, certifications etc The Bank reserves the right to stipulate, at the time of finalization of the contract, any other document(s) to be enclosed as a part of the final contract Failure of the successful Bidder to comply with the requirement or Clause 3.30 shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD The Bank reserves the right either to invoke the Performance Bank Guarantee or to cancel the purchase order or both if the Bidder fails to meet the terms of this RFP or contracts entered into with them In the absence of a formal contract, the Bid document, together with the Bank s notification of award and the vendor s acceptance thereof, would Page 23 of 115
24 constitute a binding contract between the Bank and the successful Bidder. 3.30Miscellaneous The selected Bidder should carryout all installation tasks in coordination with the EstateDepartment, State Bank Global IT Centre, CBD Belapur, Navi Mumbai, depending on the Bank's requirement The selected Bidder should undertake, during the period of contract, if required by the Bank, the relocation / shifting of the equipment without any cost to the Bank Selected bidder shall, whenever required by the Bank, furnish all relevant information, records/data to such Bank s appointed auditors and/or inspecting officials of the Bank/Reserve Bank of India and or any regulatory authority. The Bank reserves the right to call and/or retain for any relevant material information / reports including audit or review reports undertaken by the successful Bidder (e.g. financial, internal control and security reviews) and findings made on Selected bidder in conjunction with the services provided to the Bank. Where any deficiency has been observed during audit of the successful Bidder in its processing facilities and operating practices, the Selected bidder shall correct/resolve the same at the earliest, and shall provide all necessary documents related to resolution thereof and shall further certify in respect with resolution of the deficiencies. Note: Notwithstanding anything said above, the Bank reserves the right to reject the contract or cancel the entire process without assigning reasons thereto. Page 24 of 115
25 PART - 4. TERMS AND CONDITIONS OF CONTRACT (TCC) 4.1 Definitions : In this Contract, the following terms shall be interpreted as indicated: The Bank means State Bank of India, its Associate, Subsidiaries and Joint Ventures located in India The Contract means the agreement entered into between the Bank and the Vendor, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein; Vendor is the successful Bidder whose technical bid has been accepted and whose price as per the commercial bid is the lowest and to whom notification of award has been given by Bank The Contract Price means the price payable to the Vendor under the Contract for the full and proper performance of its contractual obligations; The Equipment means all the hardware / software and / or services which the Vendor is required to supply to the Bank under the Contract; The Services means those services ancillary to the supply of the Products, such as transportation and insurance, installation, commissioning, customization, provision of technical assistance, training, maintenance and other such obligations of the Vendor covered under the Contract; TCC means the Terms and Conditions of Contract contained in this section; The Project means supply, installation, testing, integration and commissioning of EPABX (hardware, software & services) with 1 year Warranty and 5 years onsite AMC The Project Site means the offices / staff quarter (sites / locations details given in Annexure 5.8)ofthe State Bank of India where the EPABX equipment is to be supplied, installed and commissioned The Solution : Refers to combination of hardware and software (Hybrid IP PBX infrastructure and associated peripherals, etc.) with management software and hypervisors that enables/facilitates the provisioning and management of the combined unit, along with the services and licenses required to make the solution work optimally as per technical specifications, to fully meet the Bank s requirement as specified in this RFP. Page 25 of 115
26 "The Bidder": The Company/Entities/Organization/ OEM/ OEM s authorized partner / vendor submitting bid in response to the proposal. In case of a difference of opinion on the part of the Bidder in comprehending and/or interpreting any clause / provision of the Bid Document after submission of the Bid, the interpretation by the Bank shall be binding and final on the Bidder. 4.2 Use of Contract Documents and Information The Supplier shall not, without the Bank s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf ofthe Bank in connection therewith, to any person other than a person employed by the Supplier in theperformance of the Contract. Disclosure to any such employed person shall be made in confidence andshall extend only so far as may be necessary for purposes of such performance The Supplier will treat as confidential all data and information about the Bank, obtained in the executionof his responsibilities, in strict confidence and will not reveal such information to any other party withoutthe prior written approval of the Bank Country of Origin / Eligibility of Goods & Services All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India For purposes of this clause, origin means the place where the goods are mined, grown, or manufactured or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components Use of Contract Documents and Information The Vendor shall not, without the Bank s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the Vendor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. Page 26 of 115
27 4.4.2 The Vendor shall not, without the Bank s prior written consent, make use of any document or information except for purposes of performing the Contract Any document, other than the Contract itself, shall remain the property of the Bank and shall be returned (in all copies) to the Bank on completion of the Vendor s performance under the Contract, if so required by the Bank Installation and configuration of EPABX should be done by the OEM s certified professionals / Engineers 4.5. Patent Rights In the event of any claim asserted by a third party of infringement of copyright, patent, trademark, industrial design rights, etc. arising from the use of the Goods or any part thereof in India, the Vendor shall act expeditiously to extinguish such claim. If the Vendor fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Vendor shall be responsible for the compensation to claimant including all expenses, court costs and lawyer fees. The Bank will give notice to the Vendor of such claim, if it is made, without delay. The Vendor shall indemnify the Bank against all third party claims. 4.6 Inspection and Quality Control Tests The Bank reserves the right to carry out pre-shipment factory / godown inspection at by a team of Bank officials or demand a demonstration of the solution proposed on a representative model in Bidder s office The Inspection and Quality Control tests before evaluation, prior to shipment of Goods and at the time of final acceptance would be as follows: (a) Inspection/Pre-shipment Acceptance Testing of Goods as per quality control formats including functional testing, burn-in tests and mains fluctuation test at full load, facilities etc., as per the standards / specifications may be done at factory site of the Supplier before dispatch of goods, by the Bank / Bank s Consultants / Testing Agency. (b) The supplier should intimate the Bank before dispatching the goods to various locations/offices for conduct of pre-shipment testing. Successful conduct and conclusion of pre-dispatch inspection shall be the sole responsibility of the Supplier; (c) Provided that the Bank may, at its sole discretion, waive inspection of goods having regard to the value of the order and/or the nature of the Page 27 of 115
28 goods and/or any other such basis as may be decided at the sole discretion of the Bank meriting waiver of such inspection of goods. (d) In the event of the hardware and software failing to pass the acceptance test, as per the specifications given, a period not exceeding two weeks will be given to rectify the defects and clear the acceptance test, failing which, the Bank reserves the right to cancel the Purchase Order. (e) The inspection and quality control tests may be conducted on the premises of the Supplier, at point of delivery and / or at the Goods final destination. Reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors, at no charge to the Bank. If the testing is conducted at the point of delivery or at the final destination, due to failure by the vendor toprovide necessary facility / equipment at his premises, all the cost of such inspection like travel, boarding, lodging & other incidental Expenses of the Bank s representatives to be borne by the vendor. (f) Nothing stated herein above shall in any way release the Supplier from any warranty or other obligations under this Contract. (g) The Supplier shall provide complete and legal documentation of Systems, all subsystems, operating systems, compiler, system software and the other software. The Supplier shall also provide licensed software for all software products, whether developed by it or acquired from others. The Supplier shall also indemnify the Bank against any levies/penalties on account of any default in this regard. (h) On successful completion of acceptability test, receipt of deliverables, etc., and after the Bank is satisfied with the working on the system, the acceptance certificate will be signed by the representative of the Bank The Bank s right to inspect, test and where necessary reject the products after the products arrival at the destination shall in no way be limited or waived by reason of the products having previously being inspected, tested and passed by the Bank or its representative prior to the products shipment from the place of origin by the Bank or its representative prior to the installation and commissioning Nothing stated hereinabove shall in any way release the Vendor from any warranty or other obligations under this contract. 4.7 Delivery & Documentation The Vendor shall provide such packing of the products as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperature, salt and precipitation during transit and open storage. Size and weights of packing case shall take into consideration, where appropriate, the Page 28 of 115
29 remoteness of the Products final destination and the absence of heavy handling facilities at all transit points Delivery of the equipment shall be made by the Vendor in accordance with the system approved / ordered. The details of the documents to be furnished by the Vendor are specified hereunder:- (a) 2 copies of Vendor s Invoice showing Contract number, Products description, quantity, unit price and Total amount. (b) Delivery Note or acknowledgement of receipt of Products from the Consignee or in case of products from abroad original and two copies of the negotiable clean Airway Bill (c) 2 copies of packing list identifying contents of each package. (d) Insurance Certificate. (e) Manufacturer s / Vendor s warranty certificate The above documents shall be received by the Bank before arrival of Products (except where it is handed over to the Consignee with all documents) and if not received the Vendor will be responsible for any consequent expenses Delivery, Installation and commissioning of the equipment shall be made by the vendor in accordance with the system approved / ordered For the System & other Software, the following will apply: (a) The vendor shall supply standard software packages published by third parties in or out of India in their original publisher-packed status only, and should have procured the same either directly from the publishers or from the publisher's sole authorized representatives only. (b) The Vendor shall provide complete and legal documentation of all subsystems, licensed operating systems, licensed system software, licensed utility software and other licensed software. The Vendor shall also provide licensed software for all software products whether developed by it or acquired from others. Thereshall not be any default in this regard. (c) In case the Vendor is providing software which is not his proprietary software then the Vendor must submit evidence in the form of agreement he has entered into with the software vendor which includes support from the software vendor for the proposed software for the full period required by the Bank. (d) The vendor shall explicitly absolve the Bank of any responsibility / liability for use of system / application software delivered along with the equipment, (i.e. the vendor shall absolve the Bank in all cases of possible litigation / claims arising out of any copyright / license Page 29 of 115
30 violation) for software(s) published either by third parties, or by themselves. 4.8 Acceptance Procedure:On successful completion of installation, commissioning, acceptability test, receipt of deliverables, etc., the acceptance certificate (Annexure-5.6) signed by the Vendor and the representative of the Bank will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the systems.in case the vendor fails to meet the performance criteria set by Bank then BANK RESERVES THE RIGHT TO CANCEL THE CONTRACT AT ANY POINT AND DECIDE ON FURTHER COURSE OF ACTION. 4.9 Insurance : The insurance shall be in an amount equal to 110 percent of the value of the Products from Warehouse to final destination on All Risks basis, valid for a period not less than one month after installation and commissioning and issue of acceptance certificate by the Bank Should any loss or damage occur, the Vendor shall: a) initiate and pursue claim till settlement and b) promptly make arrangements for repair and / or replacement of any damaged item irrespective of settlement of claim by the underwriters Warranty / Uptime / Penalty: As per Annexure Payment Terms Payment shall be made in Indian Rupees Payment for this bid will be released as under: (a) 90% of the Total amount due on installation. Payment will be released within 15 days or receipt of Invoice and Installation & Commissioning Certificate duly signed by the Bank. As already stated, for reasons of delays in installation and commissioning not attributable to the Bank the liquidated damages may be levied as stated. (b) Balance 10% after the expiry of warranty period OR Against submission of Bank Guarantee from a Scheduled Commercial Bank other than SBI or its Associate Banks, for an equivalent amount valid for the period of 36 months from the date of acceptance (Annexure-5.4.2). Page 30 of 115
31 Payments will not be released for any part-shipment or short-shipments Annual Maintenance Charges will be applicable post warranty of 1 year and paid quarterlyin arrears Facility Management Service & Onsite Support Charges will be paid quarterly in arrears based on the resources as discovered during RA Prices Prices payable to the Vendor as stated in the Contract shall be firm and not subject to adjustment during performance of the Contract, irrespective of reasons whatsoever, including exchange rate fluctuations, any upward revision in taxes, duties, levies, charges, etc The Bidder will pass on to the Bank, all fiscal benefits arising out of reductions, if any, in Government levies viz. sales tax, excise duty, custom duty, etc. or the benefit of discounts if any announced in respect of the cost of the items for which orders have been placed during that period The Bank reserves the right to re-negotiate the prices in the event of change in the international market prices of both the hardware and software Prices quoted should be inclusive of all Central / State Government levies, taxes, excise duty, custom duty, NMMC cess, etc., as also cost of incidental services such as transportation, insurance etc. but exclusive of Octroi, Service Tax, Central Sales Tax, VAT payable which will be reimbursed upon production of original receipts. {Bidder should take into account Navi Mumbai Municipal Corporation (NMMC) cess while submitting their Bids, in case Bank is liable to pay NMMC cess, the cess amount will be deducted by the Bank while making payments to the Vendors } 4.13 Change Orders The Bank may, at any time, by a written order given to the Vendor, make changes within the general scope of the Contract in any one or more of the following: (a) Method of shipment or packing; (b) Place of delivery; (c) Quantities to be supplied(subject to 25% above or below the originally declared Quantities) Page 31 of 115
32 If any such change causes an increase or decrease in the cost of, or the time required for the Vendor s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Vendor for adjustment under this clause must be asserted within thirty (30) days from the date of Vendor s receipt of Bank s change order Contract Amendments: No variation in or modification of the terms of the Contract shall be made, except by written amendment, signed by the parties Assignment : The Vendor shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Bank s prior written consent Delays in the Vendor s Performance Delivery installation, commissioning of the Products/Solution and performance of Services shall be made by the Vendor within the timelines prescribed If at any time during performance of the Contract, the Vendor or its subcontractor(s) should encounter conditions impeding timely delivery of the Products and performance of Services, the Vendor shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Vendor s notice, the Bank shall evaluate the situation and may, at its discretion, extend the Vendors time for performance, with or without liquidated damages, in which case, the extension shall be ratified by the parties by amendment of the Contract Except as provided in the above clause, a delay by the Vendor in the performance of its delivery obligations shall render the Vendor liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages Liquidated Damages : If the Vendor fails to deliver any or all of the Products or perform the Services within the time period(s) specified in the Contract, the Bankmay, without prejudice to its other remedies under the Contract, and unless otherwise extension of time is agreed upon without the application of Liquidated Damages as mentioned in clause above, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5 percent per week or part thereof of contract price subject to maximum deduction of 5% of the delivered price of the delayed Products or unperformed servicesfor each week or part thereof of delay, until actual delivery or performance or for any loss is Page 32 of 115
33 suffered by the Bank due to Acts attributable to the successful Bidder. Once the maximum deduction is reached, the Bank may consider termination of the Contract Conflict of Interest: Bidder shall not have a conflict of interest (the Conflict of Interest ) that affectsthe Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification. The Bank shall be entitled to forfeit and appropriate the Bid Security and/or Performance Security (Performance Bank Guarantee), as the case may be, as mutually agreed upon genuine estimated loss and damage likely to be suffered and incurred by the Bank and not by way of penalty for, inter alia, the time, cost and effort of the Bank, including consideration of such Bidder s proposal (the Damages ), without prejudice to any other right or remedy that may be available to the Bank under the Bidding Documents and/ or the Concession Agreement or otherwise. Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process,if: (a) the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder, its Member or any Associate thereof (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding of a Bidder, its Member or an Associate thereof (or any shareholder thereof having a shareholding of more than 5% (five per cent) of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder, its Member or Associate, has less than 5% (five per cent) of the subscribed and paid up equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company,pension fund or a public financial institution referred to in section 4A of the Companies Act, For the purposes of this Clause, indirect shareholding held through one or more intermediate persons shall be computed as follows: (i) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the Subject Person ) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and (ii) subject always to sub-clause (i) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub-clause if the shareholding of such person in the intermediary is less than 26% of the subscribed and paid up equity shareholding of such intermediary; or Page 33 of 115
34 (b) a constituent of such Bidder is also a constituent of another Bidder; or (c) such Bidder, its Member or any Associate thereof receives or has received any direct or indirect subsidy, grant, concessional loan or subordinated debt from any other Bidder, its Member or Associate, or has provided any such subsidy, grant, concessional loan or subordinated debt to any other Bidder, its Member or any Associate thereof; or (d) such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or (e) such Bidder, or any Associate thereof, has a relationship with another Bidder, or any Associate thereof, directly or through common third party/ parties, that puts either or both of them in a position to have access to each others information about, or to influence the Bid of either or each other; or (f) such Bidder or any Associate thereof has participated as a consultant to the Bank in the preparation of any documents, design or technical specifications of the Project Fraud & Corrupt Practices: The Bidder and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process. Notwithstanding anything to the contrary contained herein, the Bank shall reject an Application without being liable in any manner whatsoever to the Bidder if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt/fraudulent/coercive/undesirable or restrictive practices in the Bidding Process Without prejudice to the rights of the Bank under Clause 21.1 hereinabove, if a Bidder is found by the Bank to have directly or indirectly or through an agent, engaged or indulged in any corrupt/fraudulent/coercive/undesirable or restrictive practices during the Bidding Process, such Bidder shall not be eligible to participate in any EOI/RFP issued by the Bank during a period of 2 (two) years from the date if such Bidder is found by the Bank to have directly or indirectly or through an agent, engaged or indulged in any corrupt/ fraudulent/ coercive/ undesirable or restrictive practices, as the case may be For the purposes of this Clause, the following terms shall have the meaning hereinafter, respectively assigned to them: Page 34 of 115
35 (a) corrupt practice means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Bank who is or has been associated in any manner, directly or indirectly with the Bidding Process or the Letter of Authority or has dealt with matters concerning the Concession Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Bank, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or (ii) engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the Letter of Authority or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the Letter of Authority or the Agreement, who at any time has been or is a legal, financial or technical adviser of the Bank in relation to any matter concerning the Project; (b) Fraudulent practice means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process ; (c) Coercive practice means impairing or harming or threatening to impair or harm, directly or indirectly, any person or property to influence anyperson s participation or action in the Bidding Process; (d) Undesirable practice means (i) establishing contact with any person connected with or employed or engaged by the Bank with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and (e) Restrictive practice means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process Termination for Default Page 35 of 115
36 The Bank, without prejudice to any other remedy for breach of Contract, by a written notice of default sent to the Vendor, may terminate the Contract in whole or in part: (a) If the Vendor fails to deliver any or all of the Products and Services within the period(s) specified in the Contract, or within any extension thereof granted by the Bank; Or (c) If the Vendor fails to perform any other obligation(s) under the Contract In the event the Bank terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, Products and Services similar to those undelivered, and the Vendor shall be liable to the Bank for any excess costs for such similar Products or Services. However, the Vendor shall continue performance of the Contract to the extent not terminated Force Majeure Notwithstanding the provisions of TCC, the Vendor shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purposes of this clause, Force Majeure means an event beyond the control of the Vendor and not involving the Vendor s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Bank in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes If a Force Majeure situation arises, the Vendor shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Vendor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 4.22Termination for Insolvency : The Bank may, at any time, terminate the Contract by giving written notice to the Vendor if the Vendor becomes Bankrupt or insolvent or any application for bankruptcy, insolvency or winding up has been filed against it by any person. In this event, termination will be without compensation to the Vendor, provided that such termination Page 36 of 115
37 will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank Termination for Convenience : The Bank, by written notice sent to the Vendor, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Bank s convenience, the extent to which performance of the Vendor under the Contract is terminated, and the date upon which such termination becomes effective. 4.24Resolution of Disputes : The Bank and the Vendor shall make every effort to resolve amicably by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract If, the Bank and the Vendor have been unable to resolve amicably a Contract dispute even after a reasonably long period, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party and/or adjudication in an agreed national forum The dispute resolution mechanism to be applied shall be as follows: (a) (b) (c) In case of Dispute or difference arising between the Bank and the Vendor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, Where the value of the Contract is above Rs.1.00 Crore, the arbitral tribunal shall consist of 3 arbitrators, one each to be appointed by the Purchaser and the Vendor. The third Arbitrator shall be chosen by mutual discussion between the Purchaser and the Vendor. Where the value of the contract is Rs.1.00 Crore and below, the disputes or differences arising shall be referred to a Sole Arbitrator who shall be appointed by agreement between the parties. Arbitration proceedings shall be held at Navi Mumbai, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English; The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself; and Page 37 of 115
38 4.25Governing Language : The governing language shall be English. 4.26Applicable Law : The Contract shall be interpreted in accordance with the laws of the Union of India and shall be subject to the exclusive jurisdiction of courts at Mumbai. 4.27Addresses for Notices The following shall be the address of the Bank and Vendor. Bank s address for notice purposes: Dy. General Manager (F&OA) State Bank of India, Estate Department, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Vendor s address for notice purposes <To be filled in by the Vendor)> A notice shall be effective when delivered or on effective date of the notice whichever is later. 4.28Taxes and Duties All duties, cess (including NMMC cess) and taxes including local taxes /cess, charges, license fees, road permits, etc. in connection with delivery of products at site including any incidental services and commissioning (excluding service tax, VAT/Central Sales Tax, Octroi), if any, which may be levied, shall be borne by the Successful Bidder and Bank shall not be liable for the same. The service tax, VAT/Central Sales Tax and Octroi will be payable by the Bank on actual. All expenses, stamp duty and other charges/ expenses in connection with the execution of the Agreement as a result of this RFP process shall be borne by Successful Bidder Income / Corporate Taxes in India: The Vendor shall be liable to pay all corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India and the price bid by the Vendor shall include all such taxes in the contract price. Page 38 of 115
39 Tax deduction at Source:Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Vendor. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Vendor from his responsibility to pay any tax that may be levied in India on income and profits made by the Vendor in respect of this contract The Vendor s staff, personnel and labour will be liable to pay personal income taxes in India in respect of such of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Vendor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations Vendor s obligations The Vendor is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract The vendor will be responsible for arranging and procuring all relevant permissions / Road Permits etc. for transportation of the equipment to the location where installation is to be done. The Bank would only provide necessary letters for enabling procurement of the same The Vendor is obliged to work closely with the Bank s staff, act within its own authority and abide by directives issued by the Bank and implementation activities The Vendor will abide by the job safety measures prevalent in India and will free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Vendor s negligence. The Vendor will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated The Vendor is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanors The Vendor will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank. Page 39 of 115
40 4.30Patent Rights/Intellectual Property Rights : In the event of any claim asserted by a third party of infringement of trademark, trade names, copyright, patent, intellectual property rights or industrial design rights arising from the use of the Products or any part thereof in India, the Vendor shall act expeditiously to extinguish such claim. If the Vendor fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Vendor shall be responsible for the compensation including all expenses, court costs and lawyer fees. The Bank will give notice to the Vendor of such claim, if it is made, without delay Right to use defective product : If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the product is found to be unsatisfactory, the Bank shall have the right to continue to operate or use such product until rectification of defects, errors or omissions by partial or complete replacement is made without interfering with the Bank s operation Limitation of Liability:For breach of any obligation mentioned in this agreement, subject to obligations mentioned in this clause, in no event Successful Biddershall be liable for damages to the Bank arising under or in connection with this agreement for an amount exceeding the total cost of the project.successful Bidder will ensure Bank s data confidentiality and shall be responsible for liability arising in case of breach of any kind of security and/or leakage of confidential customer/bank s related information to the extent of loss so caused. The limitations set forth herein shall not apply with respect to: (i) (ii) (iii) (iv) (v) claims that are the subject of indemnification pursuant to IPR infringement, damage(s) occasioned by the gross negligence, fraud or willful misconduct of Successful Bidder, damage(s) occasioned by Successful Bidder for breach of Confidentiality Obligations, When a dispute is settled by the Court of Law in India. Loss occasioned by Non-compliance of Statutory or Regulatory Guidelines Training Vendor shall train designated Bank officials for the items in scope for configuration, operation / functionalities, maintenance, support & administration, architecture and components, installation, troubleshooting processes, backup etc. The duration and venue of the training will be mutually decided between Bank and successful bidder. The cost of training, certification (if any) and venue has to be borne by the vendor. Page 40 of 115
41 4.34 Technical Documentation Following documents should be delivered by the Vendor to the Bank for every software including third party software before software/service become operational, which includes, user manuals, installation manuals, operation manuals, design documents, process documents, technical manuals, functional specification, software requirement specification, on-line tutorials/cbts, system configuration documents, system/database administrative documents, debugging/diagnostics documents, test procedures etc.the vendor should also provide documents related to Review Records/ Test Bug Reports/ Root Cause Analysis Report, list of all Product components, list of all dependent/external modules and list of all documents relating to traceability of the Product as and when applicable. The Vendor should also provide the MIS reports as per requirement of the Bank. Any level/version changes and/or clarification or corrections or modifications in the above mentioned documentation should be supplied by the Vendor to the Bank free of cost in timely manner Security Review The Bidder should complete the IS security review as per Bank s policy and closed the observation in stipulate time frame Services All professional services necessary to successfully implement the proposed solution will be part of the RFP. These services include, but are not limited to, Project Management, Training, Deployment methodologies etc The bidder should submit as part of technical Bid an overview of Project Management approach of the proposed solution. Bidder should ensure that vendor s key personnel with relevant skill are always available to the Bank. Bidder should ensure the quality of methodologies for delivering the services and its adherence to quality standard. Bidder should be willing to transfer skills to relevant Banking Personnel by means of training and documentation. Bidder should provide maintenance support for Software / Operating System/ Middleware over the period of utility of / Software / Operating System /Middleware (or specify specific period). All products updates, upgrades & patches should be provided by the Bidder/Vendor free of cost during warranty and AMC period. Bidder should provide legally valid software solution. The detail information on license count and type of licenses should also be provided to the Bank. Page 41 of 115
42 The Bidder should keep the Bank explicitly informed the end of support dates on related products/hardware and should ensure a support during warranty and AMC period No deviation will be accepted in Terms & Condition mentioned in the RFP 4.38 The vendor shall bear all expenses including stamp duty relating to execution of contract Vendor invoices shall be paid into the Vendor s account with the Bank The necessary permissions, all the formalities for transportation & payment of entry tax and other taxes for transportation to be arranged and paid by the bidder as applicable in the state or centre of deployment/delivery All costs related to fulfillment of this RFP should be borne by the Bidder The Bill of Material given in response of this RFP should meet the scope, Technical & Functional and response time requirements specified in this RFP By responding to this RFP the bidder agrees that, in case the solution provided by the bidder does not meet the performance criteria and SLA prescribed by the Bank, as mentioned in Annexure 5.3, the Bank will have the right to cancel the contract with the selected bidder or cancel the project. The standard SLA format has been provided separately along with this RFP In case of any change / absence of the onsite Engineer, the same has to be intimated to the Bank in advance along with address, mobile number(s) and landline number(s) of the new onsite Engineer and/or Service Centre. Failure to intimate such changes will attract a penalty of Rs. 2,000/- on every default. ******* Page 42 of 115
43 ANNEXURE NUMBERS 5.1 Requirement Specifications PART 5 : BID FORM, PRICE SCHEDULES AND OTHER FORMATS INDEX Technical Specifications Bill of Material and Compliances Undertaking of Authenticity 5.2 Bid Forms Bid Form (Technical) Indicative Price Bid Form Price Breakup after Reverse Auction 5.3SLA Terms & Conditions for Hardware & Software 5.4 Bank Guarantee EMD Bank Guarantee Format Bank Guarantee Format for early release of 10% retention money Performance Bank Guarantee Format 5.5Manufacturer s Authorisation Form 5.6Certificate of Successful Commissioning 5.7 Details of eprocurement Reverse Auction 5.8 Tentative List of Delivery Locations 5.9 Eligibility Criteria Page 43 of 115
44 ANNEXURE Technical & Functional Specifications Sr. No. Functional/Technical Specifications/Requirements for Solution 1.GENERAL 1.1 The proposed EPABX should be state of art, fully IP (dual stack (IPv4/IPv6 compliant), Digital, ISDN, PRI and should employ both Stored Program Control (SPC) using Pulse Code Modulation /Time Division Multiplexing (PCM/TDM) and IP Packet Switching technique conforming to the latest ITU-T and CCITT standards. 1.2 The proposed EPABX should be 100% Non-blocking system. The EPABX offered should have IP architecture and provide support for integrated telephony solution for Analog & IP Phones, E1, PRI gateways over IP architecture. The EPABX should have battery backup for min 4 Hours. 1.3 The System shall ensure a very high degree of availability and maintainability through use of highly reliable components and appropriate structural & functional units. 1.4 The solution should work on nonproprietary hardware and should not require any proprietary hardware/ components specific to a particular OEM. 1.5 Solution should be scalable to meet the future growth of the Bank.(i.e. a single communication server, without cascading of multiple servers should be scalable beyond 2500 plus extensions) 1.6 Bidder has to provide updates and upgrades free, as and when releasedby the OEM during warranty and AMC period. Vendor Response (Y/N) Supporting Documents Page 44 of 115
45 Sr. No. Functional/Technical Specifications/Requirements for Solution 1.7 Both the active and standby processors must not be in the same unit/cabinet sharing the same active backplane so as to prevent total system failure on failure of the motherboard/backplane. 1.8 The design of all equipment and systems shall be based on the latest technology available. The design shall also provide for accommodating future advancements in the related field wherever possible. 1.9 The exchange shall be capable of proper operation when working in the following ambient conditions: a. The system shall be compatible to tropical climate prevalent in India. b. The system shall be able to operate in ambient temperature range +5to +40 degrees Celsius. c. The system shall be able to operate in relative humidity as prevalent in Mumbai during Monsoon. d. All the components shall be rated for continuous operation of the equipment and all the systems and sub-systems shall have an monthly uptime in excess of 99.5% All the equipment, materials and components supplied shall be newly manufactured and without loose or temporary cabling. Wired options with jumpered cabling on circuit boards shall be kept to a minimum All components used in the Hybrid IP- PBX shall be non-inflammable or selfextinguishing type and be fully tropicalized The Hybrid IP-PBX shall ensure a very high degree of availability and maintainability through use of highly reliable components and appropriate structural & functional units. Vendor Response (Y/N) Supporting Documents Page 45 of 115
46 Sr. No. Functional/Technical Specifications/Requirements for Solution 1.13 The metal parts of the system shall be mechanically rugged and made of corrosion resistant material or shall be finished with anti-corrosive finish The Hybrid IP-PBX design shall ensure that the damage caused to one zone does not propagate to other areas and that damage remains highly localized The Hybrid IP-PBX system shall be provided with name plates incorporating the name of the supplier, serial number of the unit, year of manufacture, input/output specifications The Hybrid IP-PBX shall be provided with indications for status of system (continuously) and alarms. These alarms shall be provided to indicate the failure of the power supply or any malfunction in the system. The fault indications shall be sufficient to direct the maintenance personnel for location and rectification of the fault The Hybrid IP-PBX should have the ventilation and cooling arrangements for dissipation of heat generated All cables of inter-bay and inter-card connection shall be of plug-in type and supplied with factory wired connections The Hybrid IP-PBX shall be protected against malfunctioning on account of noise from electromagnetic or electrostatic sources and induced voltages The Bidder shall undertake to provide complete software maintenance support including debugging facilities and generation and installation of improved modified and revised versions of Software. Vendor Response (Y/N) Supporting Documents Page 46 of 115
47 Sr. No. Functional/Technical Specifications/Requirements for Solution 1.21 The EPABX shall be capable of pulse to tone conversion and vice versa to enable correct operation (originating & receiving calls) with the DTMF and dial pulse signaling having a speed range of 8-12 PPS and break ratio of 50 to 80%. Dialing out shall meet following limits. Dial Speed : 10+/0.5 PPS Make/break ratio : 1:2, normal with break period between 65 to 68%. IDP : >550 ms The equipment shall be capable of working under the howling line & junction limits as under: i. Extension loop resistance of 1200 ohms ii. Junction Loop up to 1800 ohms. iii. Insulation lower limit 20 k ohms All cards of the same type & design shall be interchangeable without necessitating special adjustments and should be hot swappable The Hybrid IP PBX mush have TEC approval for interconnection to the Indian Telecom Network. (TEC certificate issued by Govt. of India Telecommunication Engineering Centre, Department of Telecommunication, to be provided) 1.25 All instructions labels or any other marking on the equipment shall be perfectly legible The points for connecting supplies, the power supply to the different plug-in cards shall be standardized & mechanically interchangeable to prevent damage due to accidental interchange of cards. Vendor Response (Y/N) Supporting Documents Page 47 of 115
48 Sr. No. Functional/Technical Specifications/Requirements for Solution 1.27 Fuses used shall have a suitable marking for the different rating to enable easy identification and replacement In hot-standby operation mode, during changeover from active server to standby server, any active/ongoing call (analog, digital, IP etc.) must not be interrupted or affected The system shall provide protection and isolation of the EPABX from high voltage/ currents occurring on the external extensions or junction lines. The system shall have miniaturized MDF or suitable frame for the purpose The EPABX shall permit automatic dialing of calls between stations without the intervention of an Operator The system shall be equipped with the necessary electronic cards for Trunk lines, extensions lines and other control cards housed in a modular, housing of compact, stackable cabinets along with necessary hardware / software to provide all features mentioned in this RFP The system shall support the architecture to provide simultaneous voice, data, and video transmission without any degradation of services The system shall support unified messaging solutions whereby voic , faxes and messages are treated uniformly from a common platform. Moreover, the unified messaging solution as and when required should be available from the same manufacturer as that of EPABX 1.33 The system should support multi media Vendor Response (Y/N) Supporting Documents Page 48 of 115
49 Sr. No. Functional/Technical Specifications/Requirements for Solution conferencing solutions including audio, video and data collaborations applications. Vendor Response (Y/N) Supporting Documents 1.34 The system should support analog phone, IP Phone, digital phones and DECT 1.35 Reports for calls based on records, calls on a user basis, calls through gateways etc Able to add bulk add, delete, and update operations for devices and users Alternate Automatic Routing & Auto route selection Support for call processing and callcontrol Support for configuration database (contains system and device configuration information, including dial plan) 1.40 Call Admission Control inter-cluster and intra-cluster 1.41 Digit analysis and call treatment (digit string insertion, deletion, stripping, dial access codes, digit string translation) 1.42 Support Centralized call processing 1.43 Configurable operation modes: nonsecure or secure Privacy: Call Server should supports encryption of signalling and media Should support Intra cluster feature transparency Should support Intra cluster management transparency Proposed solution should have feasibility to be deployed in Disaster recovery mode. Solution should support working with automatic fail over and fail back mechanisms from DR site in case of any disaster at DC Cascading of EPABXs to meet required capacity will not be permitted System should be supplied with a Dialup Conferencing (adhoc audio conferencing) bridge with the following Page 49 of 115
50 Sr. No. Functional/Technical Specifications/Requirements for Solution facilities a) 3 party Dial-up conferencing with any combinations of extensions and trunks, for all users. b) Minimum of 25 party meet me conferences should be possible in the system c) PIN code facility to facilitate security for conferencing must also be supported. Vendor Response (Y/N) Supporting Documents 1.49 System should support following trunk lines a) DID facility b) ISDN-BRI trunk c) ISDN-PRI trunk d) IP Trunk e) SIP Trunk f) GSM gateway 1.50 System should have voice guidance announcement for following functions. a) Internal Busy announcement b) Unauthorized access announcement - for external calls c) Wrong entry announcement d) Function not allowed announcement e) Voice mail indication announcement 1.51 Terminal Support: System should support the following type of terminals Analog Phones Digital Phones IP Hard phones IP Soft phones Wireless IP Phones 3rd party SIP telephones ISDN Extensions 1.52 Solution should support IPv4 and IPv6 Addressing in Dual Stack mode from Day1. System to function in Mixed Mode Network (combination of devices configured in IPV4 and IPV6) from Page 50 of 115
51 Sr. No. Functional/Technical Specifications/Requirements for Solution Day 1. Vendor Response (Y/N) Supporting Documents Proposed IP Endpoints to support IPV6 from Day SIP compatibility a) The proposed system should be natively SIP at the core. It shall support SIP based applications, SIP trunks and/or terminals. The SIP software should conform to the normalized architecture and be integrated in real-time communications management to benefit from the duplicated services. b) These modules will run natively within the communication Server. The redundant Communication server must support the redundancy for SIP modules as well. c) The SIP applications and terminals will use either UDP or TCP to communicate. The supported standards must conform to the following RFCs: - RFC 1321, RFC 2327, RFC 2617, RFC 2822, RFC 2833, RFC 3261, RFC 3262, RFC 3263, RFC 3264, RFC 3265, RFC 3323, RFC 3324, RFC 3325, RFC 3398, RFC 3515, RFC 3842, RFC 3891/2, RFC 3966, T38 ITU-T Procedures for group 3 fax/communications over IP d) The proposed system should include SIP trunks to be able to be connected securely and seamlessly to service providers infrastructures Page 51 of 115
52 Sr. No. Functional/Technical Specifications/Requirements for Solution thorough session borders controllers and carrier grade SIP call session controller. Vendor Response (Y/N) Supporting Documents 1.54 The bidder has to integrate EPABX s supplied under this RFP among each other and also the existing EPABX (Make: Karel) installed at SBI Office located at CBD Belapur, Railway station Building, Navi Mumbai. The bidder has to provide all hardware, software and license, associated cards, etc, required for integration of EPABX s as mentioned above and the bidder has to include the commercial for this requirement in their offer. The bidder has to ensure and confirm that the users will be able to make intercom calls (without dialing direct line numbers) among all EPABX s extensions (located at State Bank Global IT Centre (GITC), CBD Belapur, Railway station Building, CBD Belapur and SBI Staff Colony, Nerul, Navi Mumbai). The bidder shall submit the detailed approach for EPABXs integration in their Technical Bid. The EPXAB which will be installed at SBI GITC, CBD Belapur, will also cater 400 extensions requirement of the Bank s Department located at MTNL Building, CBD Belapur, Navi Mumbai. The bidder has to arranged for necessary cabling work for extending 400 extensions form the SBI GITC,EPABX room which will be at SBI GITC Building to MTNL Building located at CBD Belapur. The bidder has to include the commercial for this requirement in their offer. 2. Power Supply Unit: 2.1 The EPABX shall be suitable for operation on 230V +/- 10%, 50 +/-2 Hz AC or on 48 V DC power supply Page 52 of 115
53 Sr. No. Functional/Technical Specifications/Requirements for Solution 2.2 EPABXs operating on 230V+or_10% AC shall have in built battery charging arrangement for providing battery back up for 4 hours minimum. Batteries for this purpose shall be provided. 2.3 Power back up for 48V systems can be provided by Float Cum Boost Charger (FCBC) The FCBC unit shall have IGBT based switching & controlling section with duplex hot standby unit for redundancy. The total load capacity shall be able to feed the communication equipments (at full load considering full capacity of equipment) and charging the SMF battery load (considering battery is fully discharged). Vendor shall clearly mention this load capacity. The FCBC shall be equipped with protective device to monitor the output voltage for safe operation of main equipment, battery and the FCBC. The vendor shall include the necessary power conditioning equipment (as required) for satisfactory operation of the hybrid IP-PBX as specified. Vendor shall mention the requirement of AC/DC supply to the FCBC and loading on AC side at full load considering inrush current required for initial starting. Vendor shall provide necessary isolation switch, mains control board along with cabling and surface wiring with male female sockets for AC side, load side and battery side. All the standard features of rectifier like Floating and automatic equalisation device, with manual command of the equalisation mode and automatic switch back to floating mode once the battery is loaded with all the indications should be available and clearly mentioned by the vendor. All cables used shall be of LHLS Vendor Response (Y/N) Supporting Documents Page 53 of 115
54 Sr. No. Functional/Technical Specifications/Requirements for Solution (Low Halogen Low Smoke) type. Vendor should submit technical specifications of FCBC with original equipment manufacturer s (OEM) catalogue. Vendor Response (Y/N) Supporting Documents 2.4 The power equipment consisting of: (a) Float cum battery charger in the range of adequate capacity (b) Standby battery of adequate capacity (4Hours backup) to supply for continuous operation. (Two battery banks of 4 hrs backup each). Battery system The vendor shall supply the sealed maintenance free (SMF) Lead Acid battery banks; vertically stackable type capable of providing back up power supply to the offered system and accessories for 4 Hrs (minimum) considering the system is fully expanded and operating with peak traffic at full load. Vendor shall supply the battery system with non-corrosive metallic stand along with stackable mounting accessories. The battery stand should be anchored with the floor. The full load discharge test will be carried out at the site and therefore vendor shall arrange the external electrical load to conduct this load test. The vendor shall clearly mention type; make, size and capacity of the battery backup. Vendor shall submit the detail specification of the batteries along with the performance versus the temperature characteristics from the original equipment manufacturer (OEM). 2.5 Provision shall be made for boost charging the batteries without disturbing the exchange work. 2.6 The derived power supply shall be suitably protected on the input side against over current and accidental reversal of polarity and on the output Page 54 of 115
55 Sr. No. Functional/Technical Specifications/Requirements for Solution side against over current and over voltage. Automatic recovery shall be possible. Vendor Response (Y/N) Supporting Documents 3. System Features 3.1 The Hybrid IP-PBX shall be based on state of art technology, with industry standard processor and should switch simultaneously Voice, Data & Video without any degradation of Service quality. 3.2 System Architecture The offered system should be modular in design, should be a RACK mountable system. The architecture of the System should be capable of seamless migration to its maximum capacity by simply adding peripheral cards on the same set of control cards & CPU without compromising on any function /features or any degradation of service. The system shall have universal slots for cards, wherein any peripheral card can be inserted in any slot of the peripheral shelf, thereby enhancing the flexibility of the configuration. Cascading of multiple EPABX systems to meet required extension capacity will not be permitted. The bidder has to proposed suitable capacity model to meet requirement mentioned in this RFP. 3.3 The entire exchange shall be able to operate without degraded performance even with partially installed cards. The system should be support IP, Analog, Digital Extensions and SIP extensions from day one. All necessary hardware should be provisioned day one for this. 3.4 The system should be based on Server gateway concept. The Server should be built on Industry standard (e.g. HP/IBM / Lenovo ) Page 55 of 115
56 Sr. No. Functional/Technical Specifications/Requirements for Solution 3.5 The server architecture should be 100% duplicated. 3.6 The operating system should be either Unix, Solaris or Linux 3.7 The server should have remote access capability for management and maintenance. 3.8 To cater for business continuity aspect, it should be possible to distribute the servers and gateways across various geographic locations / sites. The server changeover incase of disaster should not be call disrupting, even with server separation. 3.9 It should also be possible to connect remote gateways on IP protocol. In case of failure, remote gateways should able to function independently. Necessary hardware and licenses (software) should be available from Day The offered system shall support in homogeneous network wherein multivendor EPABX are networked together The system should support hot standby and hot swappable configuration for server based central processing unit and data storage media 3.12 Mixed Station Dialing: To support all the features irrespective of type of telephone instruments i.e., DTMF or DECADIC Programmable Class Of Service The System should support programmable class of service for P&T (STD/ISD/LOCAL) dialing as per need Universal Port Configuration: All ports of the System should be identical to facilitate flexible configuration of the System as per user needs Privacy Of Call: Full privacy of conversation shall be available on all calls whether established directly or by the attendant. A warning tone of a Vendor Response (Y/N) Supporting Documents Page 56 of 115
57 Sr. No. Functional/Technical Specifications/Requirements for Solution specified frequency shall be applied when trunk-offering facility is exercised by the attendant on an extension user. Vendor Response (Y/N) Supporting Documents 3.16 Extension-to-Extension Dialing: It shall be possible to establish internal calls automatically by dialing any number without assistance of the attendant Direct Outward Dialing: It shall be possible to establish external calls automatically by dialing any number without the assistance of the attendant (subject to class of service) Provision of DID & DISA: It shall have facility for direct inward dialing and direct inward station access Direct Outwards Station Access (DOSA): Any Extension can access the trunk lines of the System through personal pass code to make outward calls from outside. All DOSA calls remain in account of that particular Extension Direct Station Selection (DSS): Just pressing a single key the operator or extension can directly call an extension or access the trunk line Multi Level Voice DISA: The systems to provide auto attendant service to outside callers to directly access the desired extension by surpassing the operator. The caller should be step wise guided by multi-level voice messages System should have provision for Automatic Last Number Redial up to 20 times on Junction Line During night, when the board is shut, external lines should be linked to any predefined extensions Provision for connecting recorded voice / answering to make available Page 57 of 115
58 Sr. No. Functional/Technical Specifications/Requirements for Solution extensions to an incoming call without the help of operator. Vendor Response (Y/N) Supporting Documents 3.25 Flexible Numbering Scheme: System should have provision for flexible numbering plan up to Eight digits (at least 4 digits must) for extensions Discriminate Ringing: The System should support discriminate ringing to indicate internal & external calls Multiple Consoles: The System should support multiple numbers of consoles 3.28 The proposedhybrid IP-PBX shall have the ability of Busy Hour Call Completion (BHCC) of at least 2,50,000. Certificate from the manufacturer to be enclosed The system shall be IP enable telecom server. The switch should support MGCP protocol / Session Initiation Protocol (SIP) for transmission of voice over IP network. It should also support G.711 & G.729A encoding standards. The system should support I.P. Video Telephony The system should support standardsbased multi-site networking, using QSIG, H.323 trunks or advanced networking, to interoperate with other EPABX s, allowing feature transparency. System shall be suitable for networking with the existing ISDN/IP ready EPABX systems at different locations of SBI for feature transparency The system should cater for distributed/network based architecture to support redundancy, IP telephony and network integration. 4.0 Media / IP gateway: 4.1 The media gateways should be on latest Page 58 of 115
59 Sr. No. Functional/Technical Specifications/Requirements for Solution standards based only and with all universal slot architecture for housing any type of extensions and trunks. 4.2 The interface to server and control network should be possible via Ethernet interface and should be possible to have it on our LAN/WAN infrastructure. 4.3 All the tone generation and tone detection should be local to the gateway 4.4 Media gateway should have a modular architecture. 4.5 Media gateway should have DSP based architecture with no performance degradation when converting TDM to SIP trunks with enabled voice compression coders. 4.6 Media gateway should be future ready and able to utilize DSPs (Digital Signal Processor) for IP-IP transcoding of voice calls to perform voice compression. 4.7 Media gateway should have SAS (Standalone Survivability) feature. 4.8 Media gateway should have capability to register IP phones in SAS mode. 4.9 Media gateway should have inbuilt capability to route calls to PSTN (Public Switched Telephone Network) or fallback to other private TDM telephony network in case of WAN failure or branch network isolation Media gateway should provide following voice coders enabled on all channels without any capacity reduction. a) G.711 b) G.723 c)g.729a d) GSM 4.11 Media gateway should have support Euro ISDN, PRI, CCS, QSIG and CAS Management and Troubleshooting 4.13 The system should have SNMPv3 based alarming and monitoring. Remote configuration should be supported The system should be capable of Vendor Response (Y/N) Supporting Documents Page 59 of 115
60 Sr. No. Functional/Technical Specifications/Requirements for Solution integrate with central management system The system should have easy to use standalone GUI (web page) based configuration and management The system should have quick configuration by user defined configuration scenarios The system should have Real-Time Performance Monitoring Security a) Security is currently one of the most important needs when a VoIP project should be deployed inside an enterprise. b) Communication server security i. Controlled access to management platform is imperative. The system must control the identity of the management terminals and the user accessing that terminal. During a connection, (local or remote) the system must check the consistency between the management platform name, management platform password, and user name before authorizing the connection. ii. The System must support Syslog services for both internal and external command and configuration control accounting with a minimum of 5-day history. iii. The System must support Network Time Protocol V4.1.2 (RFC 1305) to synchronize the system data/time of network devices Vendor Response (Y/N) Supporting Documents iv. The call server Operating Page 60 of 115
61 Sr. No. Functional/Technical Specifications/Requirements for Solution System must be hardned Linux and it must not use or natively support network resource sharing services such as NFS, Samba or LPR Vendor Response (Y/N) Supporting Documents v. To avoid the introduction of virus, worm and Trojan type attacks; the use of internt servers is not acceptable. vi. The Call Server must not employ the use of a 'default' password that is viable beyond the period of installation. vii. The password & access control must include at least: - Shadow Passwords to prevent the possibility of an aggressor to easily read or deduce system or account access passwords. - Password Aging with configurable time periods - Usage of MD5 algorithm (or stronger) for password encryption - Internal OS controls for remote point of access restriction and service availability. (i.e. TCP Wrappers & Trusted Hosts) viii. Denial of Service Both the call server and the media gateways must provide self-protection mechanisms to counter this type of attack. Media Gateways should not host services such as proxy, FTP, Telnet or local dynamic routing to prevent exploitation in Distributed Denial of Service attacks. Page 61 of 115
62 Sr. No. Functional/Technical Specifications/Requirements for Solution Vendor Response (Y/N) Supporting Documents IP Phones should not support direct, external initiated, connections via HTTP, telnet, FTP, TFTP or any other protocol as means to prevent distributed Denial of Service attack exploitation. ix. In addition to these basic rules, the system must be compatible with The 802.1X standard that is used in conjunction with Radius or LDAP servers to provide authentication, authorization and accounting for clients connecting to an Ethernet network. x. All the offered IP Phone models must support 802.1x (EAP-MD5 or better i.e. EAP- TLS) for authentication and access control to the network, this mechanism must allow the user to be connected to the call server only after the authentication process. xi. The system should have the capability to, based on standard mechanisms (such as 802.1Q and DHCP), assign automatically the corresponding voice VLAN number to the IP terminal clients during IP terminal initialization, allowing for the separation of voice and data. c) Management Security i. Role Based Account Management to define different levels of Page 62 of 115
63 Sr. No. Functional/Technical Specifications/Requirements for Solution administrator access depending on specific function responsibility. Vendor Response (Y/N) Supporting Documents ii. Administration users connecting directly to the Call Server (console) and management platform must be authenticated via a RADIUS server before gaining access to the call server System administration a) The management platform must provide a client Graphical User Interface (GUI) as well as a web based interface to allow the administrator to manage the system from any PC with an Internet browser. b) All EPBX management applications (Fault & alarms, Configuration, Accounting) should belong to a single platform and a single image for data storage, minimizing operation expenses. c) The EPBX should be able to use standard protocol SNMP V3 to integrate tasks with enterprise global network management platforms (like CA Unicenter TNG, HP Openview, or IBM Tivoli). d) The Management application should support tracking mechanisms for calls that overrun the set limits for external calls based on the duration or cost. It should send alerts to draw the administrator s attention. Page 63 of 115
64 Sr. No. Functional/Technical Specifications/Requirements for Solution e) Management access security The access to the services offered by the management server should be protected in the following manner: - Authentication of the management server - Authentication of the client user The management server authenticates the user password in order to permit domain management. Vendor Response (Y/N) Supporting Documents f) Reports production The management application should allow the automatic printing of all types of reports on a daily basis, in addition to being able to send them by in different formats, including: - Text format:.txt - PDF format:.pdf - HTML Format.htm - Excel format:.xls - Directory data (LDAP):.ldif 5.0 EXTENSION FEATURES 5.1 Automatic Call Back: Facility shall exist for an extension user on encountering a busy signal on a called extension, to invoke the automatic call back feature by dialing a code before hanging up. When both the calling and called parties are free, the call should be automatically put through on no-answer the call may be disconnected after a specified period. (This facility should be available throughout the network if more than one EPABX are interconnected in a Private Network). Page 64 of 115
65 Sr. No. Functional/Technical Specifications/Requirements for Solution 5.2 Call Forwarding: An extension with this class of service shall be able to transfer all incoming calls, temporarily to another pre-selected extension. Such requests shall be registered by dialing a code followed by the extension Number. Facility shall also exist for cancellation of a request registered earlier. This facility should be available throughout the network if more than one EPABXs are inter-connected in a Private Network. 5.3 Consultation Hold: An extension engaged on an external call (incoming or outgoing) shall be able to hold the call while making internal call for private consultation. The external subscriber shall not overhear such consultation. There must be facility of music during hold condition. 5.4 Brokers Call: An extension engaged on an external call (incoming or outgoing) shall be able to hold the call while making another call than alternate between the two. There must be facility of music during hold condition. 5.5 Automatic Call Transfer: It shall be possible for an extension user to transfer incoming calls to another extension with or without help of the attendant. This facility should be available throughout the network if more than one EPABXs are interconnected in a private network. 5.6 Executive/Secretary: A combination of call forwarding, consultation & hold to provide for executive to selectively/answer calls. This facility should be available throughout the network if more than one EPABXs are interconnected in a private network. Vendor Response (Y/N) Supporting Documents Page 65 of 115
66 Sr. No. Functional/Technical Specifications/Requirements for Solution Vendor Response (Y/N) Supporting Documents 5.7 Executive Over-Ride: There must be facility offering priority to 5 min extensions to over-ride on going conversations. This facility should be available throughout the network if more than one EPABXs are interconnected in a private network. 5.8 Access To Paging: Extensions and attendant shall have dial access to a loudspeaker or any other type of Paging System where such a system exists. 5.9 Conference Call: Bridge facility: users can dial to a common number and initiate conference Call Pick-Up: It shall be possible for an extension user to pick-up incoming calls ringing on another extension without the help of the attendant. This facility should be available throughout the network if more than one EPABXs are interconnected in a private network Call Re-Routing: It shall be possible for a call to be re-routed, without help of the attendant, to other pre-defined extensions when certain conditions apply. This facility should be available throughout the network if more than one EPABXs are interconnected in a private network Auto Call Disconnection: the system should facilitate to fix the time of call beyond which it will be automatically disconnected Dynamic STD Lock: The System should support that individual extension can lock outward dialing (STD/ISD/LOCAL) by a personal secret pass code to prevent misuse by others. Page 66 of 115
67 Sr. No. Functional/Technical Specifications/Requirements for Solution 5.14 Paging On Key Phone: The caller can activate speaker phone of the called extension to communicate in urgency in own voice when Extension is idle Call Name & Extension number on Display (Internal CLI): Name as well as Extension No. of the caller is displayed on the Key Phone, facilitating to respond accordingly Background Music: The Key Phone user can enjoy the light background music channelled from System When Voice DISA Card incorporated. Vendor Response (Y/N) Supporting Documents 5.17 Auto-Answer / Auto-Off: Key Phone can be programmed for auto-answer after pre-set number of incoming rings. The Key Phone is automatically disconnected when caller disconnects List of Extension Features (a) Auto-Attendant (b) Voice Mail (c) Malicious Call Recording (d) Automatic Call Back (e) Consultation Hold (f) Call Transfer (g) Call Pick-Up (h) Call Forwarding (i) Follow me (j) Boss / Secretary (k) Do not Disturb (l) Direct Inward Dialing (m)executive Override Page 67 of 115
68 Sr. No. Functional/Technical Specifications/Requirements for Solution (n) Forced Release (o) Redial Facility (p) STD Facility (q) Operator Console (r) Maintenance Console (s) Call Log / Reports (t) Audio Conference 6.0 Monthly uptime requirement: 99.5% 6.1 Alarm Management Faults and Alarms management of all the incidents and fail reports generated by the system itself informing date, hour, severity level and action recommended to take. This module must be able to centralize the alarms and events of the system, and: - Notify an alarm depending to the severity level sending an or activating an script performing an specific action - Register and generate statistics for the alarms and events in the network in a daily scheme - Generate reports and graphics about the statistics of the alarms and its correspondent resolution time Vendor Response (Y/N) Supporting Documents 6.2 Cabling for SBI Nerul Colony: The bidder has to undertake Cabling work on turnkey basis. The cabling will be required for SBI Nerul Colony. The bidder has to carry out site survey and accordingly quote for cabling. The cabling charges should include supply of Page 68 of 115
69 Sr. No. Functional/Technical Specifications/Requirements for Solution raiser cables, laying, digging, conduit, casing, provision of I/O for connecting telephone instruments. The cabling should be end to end. 6.3 Cabling for extending 400 extensions from SBI GITC Belapur upto the Bank s Department s located at MTNL Building, CBD Belapur, Navi Mumbai: The EPXAB which will be installed at SBI GITC, CBD Belapur, will also cater 400 extensions requirement of the Bank s Department located at MTNL Building, CBD Belapur, Navi Mumbai. The bidder has to arranged for necessary cabling working for extending 400 extensions form the SBI GITC,EPABX room which will be at SBI GITC Building to MTNL Building located at CBD Belapur. The bidder has to carry out site survey and accordingly quote for cabling. The cabling charges should include supply of cables, laying, digging, conduit, casing, provision of I/O for connecting telephone instruments. The cabling should be end to end. 6.4 Documentation: TWO sets of following documents in hard and soft copies required for installation, operation and maintenance shall be supplied. a). Installation manuals b). Equipment layout design c) Cabling & wiring diagrams d) Overall System specifications hardware, software explaining facilities, functions & principle. e) Detailed prescription of input output devices and test equipment f) Installation instructions & testing procedures. g) Fault location and trouble shooting instructions including fault dictionary. h) Operation manual. i) Man Machine Language (MML) Vendor Response (Y/N) Supporting Documents Page 69 of 115
70 Sr. No. Functional/Technical Specifications/Requirements for Solution manuals. j) Operating and maintenance manuals for all input-output devices & auxiliary equipment k) Emergency action procedure l) Spare parts catalogues, including component values, tolerances. 6.4 Training: The bidder shall undertake to train minimum four resources periodically in 2 Batches. (i) Installation, operations and maintenance of the system offered. (ii) Handling software of the system (iii)the training should be free of charges. Bank will bear the cost of travel, lodging and boarding of their employees. (iv) User training will be conducted in batches to familiarize the users with various functions of the system. Vendor Response (Y/N) Supporting Documents 6.5 Maintenance Spares and Tools: (i) Maintenance of sufficient stock of spare parts of each type of component to guarantee the un-interrupted operation of the system will be ensured by the supplier. It may be please be noted that no additional cost will be paid by the Bank for keeping sufficient stock of spares as per the list during warranty and AMC period. (ii) Where the fault rate for a component is found to exceed value predicted by the manufacturer during the first year of the service, additional spares to make up the five years stock shall be stocked by the Bidder, free of cost, on the basis of the revised assessment. (iii) Tools: All tools required for the maintenance of the exchange shall be Page 70 of 115
71 Sr. No. Functional/Technical Specifications/Requirements for Solution supplied. Vendor Response (Y/N) Supporting Documents (iv) Availability: The OEM shall undertake to supply on payment all maintenance spares and tools required by the EPABX during its life time. 6.6 Comprehensive AMC: Annual Maintenance (comprehensive) charges after defects liability period or warranty period of 1 year for all items supplied (comprehensive) for a period of 5 years. 7.0 Digital Telephone terminals Entry Level Phone - 3-line B&W display - White Backlight - Resolution of 64 X 128 Pixel - Hands-free and amplified listening modes with volume control - Contextual Keys 2 X 3-60 programmable keys - Power Over Digital Line support - Personal directory of 12 numbers - Mute - Redial - Message key with LED - Navigator Keys - Alphabetic keyboards High End Phone - 5-line display, 4 Grey level - White Backlight - Resolution of 100 X 160 Page 71 of 115
72 Sr. No. Functional/Technical Specifications/Requirements for Solution Pixel - Hands-free and amplified listening modes with volume control - Contextual Keys 2 X 5-70 programmable keys - Power Over Digital Line support - Personal directory of 12 numbers - Mute - Redial - Message key with LED - Navigator Keys - Alphabetic keyboards Vendor Response (Y/N) Supporting Documents IP Telephone terminals Entry Level Phone - 3-line B&W display - White Backlight - Resolution of 64 X 128 Pixel - IPV6 Support - Hands-free and amplified listening modes with volume control - Contextual Keys 2 X 5-42 programmable keys - Power Over Digital Line support - Personal directory of 12 numbers - Message key with LED - Alphabetic keyboards - 2xEthernet switched Port - 10/100/1000 Ethernet Support Page 72 of 115
73 Sr. No. Functional/Technical Specifications/Requirements for Solution - POE : Class AB/LLDP-MED support p/q, TOS,QOS support - LDAP integration High End Phone - 5-line Color display - Resolution of 240 X 320 Pixel - IPV6 Support - Bluetooth Handset - Hands-free and amplified listening modes with volume control - Contextual Keys 2 X 5-70 programmable keys - Message key with LED - Alphabetic keyboards - 2xEthernet switched Port - 10/100/1000 Ethernet Support - POE : Class AB/LLDP-MED support p/q, TOS,QOS support - LDAP integration Vendor Response (Y/N) Supporting Documents We confirm that we comply with all the specifications mentioned above & the terms & conditions mentioned in the RFP Document are acceptable to us. Dated this... day of (Signature) (Name) (In the capacity of) Page 73 of 115
74 Duly authorized to sign Bid for and on behalf of Note: It should be on bidder s letter head Page 74 of 115
75 ANNEXURE Bill of Material and Compliances Sr. No. Particulars of Equipment required 1 Hybrid IP-PBX for State Bank Global IT-Centre, CBD Belapur, Navi Mumbai (as per details mentioned in Indicative Price Bid Annexure 5.2.2) 2 Hybrid IP-PBX for SBI Colony, Sector-13, Nerul, Navi Mumbai (as per details mentioned in Indicative Price Bid Annexure 5.2.2) Details of equipment to be supplied (Make / Model to be mentioned by the Bidder) Compliance (Y / N) We confirm that we comply with all the specifications mentioned in this RFP& the terms & conditions mentioned in the RFP Document are acceptable to us. The bill of material offered by us include all the hardware, software, licenses, cabling and other associated material to meet the RFP scope, technical and functional requirement, warranty and post warranty AMC support for 5 years and onsite resource requirement during warranty (1 year) and post warranty i.e. AMC ( 5 years). Dated this... day of (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of Page 75 of 115
76 To: Asst. General Manager (Estate), State Bank of India, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai ANNEXURE Undertaking of Authenticity Sub: Undertaking of Authenticity for Hardware & Software Supplies Ref: RFP No. SBI/GITC/ESTATE/ /248 dated 22/04/2016 With reference to the equipment being quoted to you vide our Quotation No: dated, we hereby confirm that all the components /parts /assembly / software etc. used in the equipment to be supplied shall be original new components / parts / assembly / software only, from respective OEMs of the products and that no refurbished / duplicate / second hand components /parts/ assembly / software shall be supplied or shall be used. We also undertake to produce certificate from the Original Equipment Manufacturers (if required by you) in support of the above statement at the time of delivery / installation 2. We also confirm that in respect of licensed operating systems and other softwareutilities to be supplied, the same will be procured from authorized sources andsupplied with Authorised License Certificate (eg Product keys on Certification of Authenticity in case of Microsoft Windows Operating System) 3. In case of default and the Bank finds that the above conditions are not complied with, we agree to take back the equipment supplied and return the money paid by you, in full within seven days of intimation of the same by the Bank, without demur or any reference to a third party and without prejudice to any remedies the Bank may deem fit. 4. In case of default and we are unable to comply with above at the time of delivery or during installation, for the IT Hardware / Software already billed, we agree to take back the Desktops and Servers without demur, if already supplied and return the money if any paid to us by you in this regard. 5. We also take full responsibility of both parts & Service SLA as per the content even if there is any defect by our authorised Service Centre / Reseller / SI etc. Dated this... day of (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of Page 76 of 115
77 To: ANNEXURE BID FORM (TECHNICAL BID) (to be included in Technical Bid Envelope) Asst. General Manager (Estate), State Bank of India, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Dear Sir, Ref: RFP No. SBI/GITC/ESTATE/ /248 dated 22/04/2016 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Date: We have examined the RFP, the receipt of which is hereby duly acknowledged and subsequent pre-bid clarifications/ modifications / revisions, if any, furnished by the Bank and we offer to supply, Install, test, commission and maintain the equipments detailed in Annexure and 5.1.2, as per the terms and conditions spelt out in the RFP. We shall participate and submit the commercial bid through online auction to be conducted by the Bank s authorized service provider, on the date advised to us. 2. While submitting this bid, we certify that: The undersigned is authorized to sign on behalf of the VENDOR and the necessary support document delegating this authority is enclosed to this letter. We declare that we are not in contravention of conflict of interest obligation mentioned in this RFP. Indicative prices submitted by us have been arrived at without agreement with any other Bidder of this RFP for the purpose of restricting competition. The indicative prices submitted by us have not been disclosed and will not be disclosed to any other Bidder responding to this RFP. We have not induced or attempted to induce any other Bidder to submit or not to submit a bid for restricting competition. The rate quoted in the indicative price bids are as per the RFP and subsequent pre-bid clarifications/ modifications/ revisions furnished by the Bank, without any exception. Page 77 of 115
78 3. If our offer is accepted, we undertake to complete the formalities for supply, installation, testing and commissioning of the equipment within a period of 6 weeks from date of Purchase Order. 4. We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us. 5. Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. 6. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act We certify that we have not made any changes from the contents of the RFP/EOI document read with its amendments/clarifications provided by the Bank submitted by us in our Bid document. It is further certified that the contents of our bid are factually correct. We also accept that in the event of any information / data / particulars proving to be incorrect, the Bank will have the right to disqualify us from the bid. 8. We understand that you are not bound to accept the lowest or any Bid you may receive. 9. The vendor herby undertakes that its name does not appear in any Caution list of RBI / IBA or any other regulatory body for outsourcing activity. 10. We certify that the items offered by us in response to the bid conform to the technicalspecifications stipulated in the bid with the following deviations: Serial No. Page Number Section/ Clause Number Relevant Section/Clause Bidder s deviation details Note: Any additional deviation not declared above with respect to RFP compliance shall notbe considered by the Bank for review (If left blank it will be construed that there is no deviation from the specification given in this RFP) Dated this... day of (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of Note: It should be on bidder s letter head Page 78 of 115
79 To: ANNEXURE INDICATIVE PRICE PROPOSAL (to be included in Indicative Price Proposal Envelope) Asst. General Manager (Estate), State Bank of India, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Dear Sir, Ref: RFP No. SBI/GITC/ESTATE/ /248 dated 22/04/2016 Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, submit our Indicative Price Bid of Rs. (Rupees ) (Total Proposal amount in words and figures) for supply, installation, testing & commissioning of the equipments in conformity with the said Bidding documents I) Hybrid IP-PBX for State Bank Global IT-Centre, CBD Belapur, Navi Mumbai Sr. No. Functional/Technical Specifications/Requirements for Solution Qty. / Unit Amount (in INR) Total Cost I Hybrid IP-PBX for State Bank Global IT-Centre, CBD Belapur, Navi Mumbai A) Section-1 Page 79 of 115
80 1 Supply, Installation, Testing and Commissioning (SITC) of the Hybrid IP-PBX (as per technical and functional requirement mentioned in this RFP), with wired capacity of 150 { i.e. 30 CO Analog + 4 ISDN PRI (i.e. 30X4 channels = 120) } plus 2000 lines expandable to 250 (any combination of PRI & analog) ( any combination of Analog, Digital, IP Phones) lines. The offered system should be for maximum expandable capacity less extensions / junctions lines cards required for expansion. The system offered should be a duplicated system. (Server and power supply in hot standby mode) CO Analog Lines: 30 Nos. ISDN PRI : 04 Nos. ( i.e. 30x4=120 Channels) Analog extensions with CLI & name display : 1650 Numbers Digital Extensions with CLI and Name display: 200 Numbers IP- extensions: 150 Numbers (alongwith full licenses) Main Distribution Frame (MDF) 2 SITC of Main Distribution Frame (MDF) - Krone type for terminating 2500 lines on exchange & field side with high voltage/current surge protection for tie lines and junction lines and field site 2500 lines mounted on a framed cabinet. Consoles 3 SITC of PC based Operator Consoles along with PC (latest & adequate configurations) call distribution system and monitor display for calls and telephone directory. 1 Set 1 set 1 set Page 80 of 115
81 4 SITC of Terminal based digital operator console with facility of distinction status display with 1 touch transfer and Direct station select for all extensions or equivalent of the same 5 SITC of Terminal based operator console for Blind / Visually handicapped operator 1 set 1set 6 SITC of Maintenance Console 1set Call Billing and Reporting 7 SITC of Call Billing and Reporting software and associated hardware 1set 8(i) SITC of Telecom Rectifier with N+1 configuration for the exchange (power supply system UPS based along with the Battery Charger of adequate capacity to charge Batteries on Bost, Float and extended charge) in two battery Banks of 4 Hrs. backup each (Specify make & model) 8(ii) SITC of Two battery banks each of 4Hrs. Power backup with maintenance free batteries and with required stands (for IP-PBX and Operator Consoles). OR 8(iii) The bidder whose hybrid IP-PBX works on direct 230V, 50 C/S AC mains power supply, they should quote for UPS power supply (specify make and model) with necessary battery backup up equivalent to 8 (i) & (ii) mentioned above. Auto Attendant System 1 set 1 set 1 set 1 set Page 81 of 115
82 9 SITC of Hardware and Software for Auto Attendant System with voice guidance for 150 trunk which can be heard simultaneously by all the incoming callers and processed simultaneously. It should be capable of delivering multiple and different announcements. Unified Messaging System 10 SITC of Unified Messaging System for giving information about (i) Voice mail box, message forwarding, broad casting and storing six different personal greetings for each mail box. (ii) Facility for visual display on the telephone for an incoming Voice mail messages, Fax mail and (iii) System having 24 ports (for voice mail, and fax) and 1000 mail boxes having a minimum recording time period of 15 minutes per mail box. The system should have 500 hours worth of recording storage capability for 1000 extensions. (iv) Text to speech conversion for all should be possible (v) The system should be capable of integrating with the Bank's system 11 SITC of Hardware and Software for Malicious Call Voice Recording and monitoring solution on central server. 1 set 1 set 1 set Conference facility Page 82 of 115
83 12 SITC of Hardware and software for Dial-in conferencing for at least 10 numbers simultaneous 6 parties Audio conference and a combination of multiparty conference such as 2 conference of 30 party each or 4 conference of 15 party each simultaneously (and should be further expandable in future). The callers should be able to get into secured conference from PSTN/ISDN/GSM/CDMA Mobile etc. All the calling parties can be external. The conference should be password protected with relevant entry and exit tones with Mute facility. 13 SITC of hardware and software for providing Mobility solution. When an extension receives an incoming call, the call should simultaneously ring on his mobile handset. The handset can be GSM or CDMA handset. Further, the subscriber can activate / deactivate the feature for all incoming calls, internal extension incoming calls, and / or external incoming calls. Subscriber should be able to do conference from GSM/CDMA mobile. Facility is required for 100 users. The call should be got to voice mail if not answered by the users on GSM/CDMA mobile. Vendors to note that this is not a call forwarding to mobile/cdma feature. 14 SITC of facility for enabling Automatic disconnection of calls for more than 3 to 5 minutes selectively to Groups of numbers in the IP-PBX system. The setting should be programmable on selected stations and trunks with Time of day routing capabilities. 1 set 1 set 1 set Page 83 of 115
84 15 SITC of any additional items required to complete the project (to meet RFP requirements) but not included in above - specify details with rates, quantity, features etc. 16 Cabling:The EPXAB which will be installed at SBI GITC, CBD Belapur, will also cater 400 extensions requirement of the Bank s Department located at MTNL Building, CBD Belapur, Navi Mumbai. The bidder has to arranged for necessary cabling working for extending 400 extensions form the SBI GITC,EPABX room which will be at SBI GITC Building to MTNL Building located at CBD Belapur. The bidder has to carry out site survey and accordingly quote for cabling. The cabling charges should include supply of cables, laying, digging, conduit, casing, provision of I/O for connecting telephone instruments. The cabling should be end to end. 17 Providing Resident Engineer (10:00 am to 06:00 pm) during warranty period for management and maintenance 1 set 1 No. Section-1 : Sub Total (a) B) Section-2 : 1 Annual Maintenance (comprehensive) charges after defects liability period or warranty period of 1 year for all items supplied (comprehensive) for a period of 5 years 1st Year Charges 2nd Year Charges 3rd Year Charges 4th Year Charges 5th Year Charges Page 84 of 115
85 Section-2: Sub Total (b) C) Section-3 Resident Engineer after warranty period One Resident Engineer (10:00 am to 06:00 pm) for IP-PBX system with commitment for an uptime, support for 24x7x365 days 1st Year Charges 2nd Year Charges 3rd Year Charges 4th Year Charges 5th Year Charges Section-3: Sub total (c ) Grand Total(I): (section-1 sub total (a) + section-2 sub total (b) + section-3 sub total (c)) Sr. No. II) Hybrid IP-PBX for SBI Colony, Sector-13, Nerul, Navi Mumbai Functional/Technical Specifications/Requirements for Solution Qty. / Unit Amount (in INR) Total Cost II Hybrid IP-PBX for SBI Colony, Sector-13, Nerul, Navi Mumbai A) Section-1 1 Supply, Installation, Testing and Commissioning (SITC) of the Hybrid IP-PBX (as per technical and functional requirement mentioned in this RFP), with wired capacity of 70 { i.e. 10 CO Analog + 2 ISDN PRI (i.e. 30X2 channels = 60) } plus 1200 lines expandable to 100 (any combination of PRI & analog) ( any combination of Analog, Digital, IP Phones) lines. The offered system should be for maximum expandable capacity less extensions / junctions lines cards required for 1 Set Page 85 of 115
86 expansion. The system offered should be a duplicated system. (Server and power supply in hot standby mode) CO Analog Lines: 10 Nos. ISDN PRI : 02 Nos. ( i.e. 30x2=60 Channels) Analog extensions with CLI & name display : 1000 Numbers Digital Extensions with CLI and Name display: 100 Numbers IP- extensions: 100 Numbers (alongwith full licenses) Main Distribution Frame (MDF) 2 SITC of Main Distribution Frame (MDF) - Krone type for terminating 1200 lines on exchange & field side with high voltage/current surge protection for tie lines and junction lines and field site 1200 lines mounted on a framed cabinet. Consoles 3 SITC of PC based Operator Consoles along with PC (latest & adequate configurations) call distribution system and monitor display for calls and telephone directory. 4 SITC of Terminal based digital operator console with facility of distinction status display with 1 touch transfer and Direct station select for all extensions or equivalent of the same 1 set SITC of Maintenance Console 1 Call Billing and Reporting 6 SITC of Call Billing and Reporting software and associated hardware 1 Page 86 of 115
87 7(i) SITC of Telecom Rectifier with N+1 configuration for the exchange (power supply system UPS based along with the Battery Charger of adequate capacity to charge Batteries on Bost, Float and extended charge) in two battery Banks of 4 Hrs. backup each (Specify make & model) 7(ii) SITC of Two battery banks each of 4Hrs. Power backup with maintenance free batteries and with required stands (for IP-PBX and Operator Consoles). OR 7(iii) The bidder whose hybrid IP-PBX works on direct 230V, 50 C/S AC mains power supply, they should quote for UPS power supply (specify make and model) with necessary battery backup up equivalent to 8 (i) & (ii) mentioned above. Auto Attendant System 8 SITC of Hardware and Software for Auto Attendant System with voice guidance for 70 trunk which can be heard simultaneously by all the incoming callers and processed simultaneously. It should be capable of delivering multiple and different announcements. Unified Messaging System 9 SITC of Unified Messaging System for giving information about (i) Voice mail box, message forwarding, broad casting and storing six different personal greetings for each mail box. (ii) Facility for visual display on the telephone for an incoming Voice mail messages, Fax mail and 1 set 1 set Page 87 of 115
88 (iii) System having 24 ports (for voice mail, and fax) and 1000 mail boxes having a minimum recording time period of 15 minutes per mail box. The system should have 500 hours worth of recording storage capability for 1000 extensions. (iv) Text to speech conversion for all should be possible (v) The system should be capable of integrating with the Bank's system 10 SITC of Hardware and Software for Malicious Call Voice Recording and monitoring solution on central server. Conference facility 11 SITC of Hardware and software for Dial-in conferencing for at least 10 numbers simultaneous 6 parties Audio conference and a combination of multiparty conference such as 2 conference of 30 party each or 4 conference of 15 party each simultaneously (and should be further expandable in future). The callers should be able to get into secured conference from PSTN/ISDN/GSM/CDMA Mobile etc. All the calling parties can be external. The conference should be password protected with relevant entry and exit tones with Mute facility. 1 set 1set Page 88 of 115
89 12 SITC of hardware and software for providing Mobility solution. When an extension receives anincoming call, the call should simultaneously ring on his mobile handset. The handset can be GSM or CDMA handset. Further, the subscriber can activate / deactivate the feature for all incoming calls, internal extension incoming calls, and / or external incoming calls. Subscriber should be able to do conference from GSM/CDMA mobile. Facility is required for 100 users. The call should be got to voice mail if not answered by the users on GSM/CDMA mobile. Vendors to note that this is not a call forwarding to mobile/cdma feature. 1set 13 SITC of facility for enabling Automatic disconnection of calls for more than 3 to 5 minutes selectively to Groups of numbers in the IP-PBX system. The setting should be programmable on selected stations and trunks with Time of day routing capabilities. 14 SITC of any additional items required to complete the project but not included in above - specify details with rates, quantity, features etc. 15 Providing Resident Engineer (10:00 am to 06:00 pm) during warranty period for management and maintenance Section-1 : Sub Total (a) B) Section-2 : 1 Annual Maintenance (comprehensive) charges after defects liability period or warranty period of 1 year for all items supplied (comprehensive) for a period of 5 Page 89 of 115
90 years 1st Year Charges 2nd Year Charges 3rd Year Charges 4th Year Charges 5th Year Charges Section-2: Sub Total (b) C) Section-3 Resident Engineer after warranty period One Resident Engineer (10:00 am to 06:00 pm) for IP-PBX system with commitment for an uptime support for 24x7x365 days 1st Year Charges 2nd Year Charges 3rd Year Charges 4th Year Charges 5th Year Charges Section-3: Sub total (c ) Grand Total(II): (section-1 sub total (a) + section-2 sub total (b) + section-3 sub total (c)) Total Cost (I+II) = Grand Total (I) + Grand Total (II) Reverse Auction shall be held for a value of Total Cost, which shall be deciding factor for L1 under reverse auction. Dated this... day of (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of Page 90 of 115
91 ANNEXURE Price Breakup Schedule (To be submitted after Reverse Auction) Total Equipment Cost with 1 year Warranty and 5 years onsite AMC & dedicated onsite support resources for 6 years i.e. during warranty and post warranty period (one resources per site / location) Price break-up as per Indicative commercial bids Dated this... day of (Signature) (Name) (In the capacity of) Duly authorised to sign Bid for and on behalf of Page 91 of 115
92 ANNEXURE -5.3 SLA Terms & Conditions for Hardware, Software & Maintenance Services 1. The Vendor warrants that the products supplied under the Contract are new, unused, of the most recent or current model and they incorporate all recent improvements in design and / or features. The Vendor further warrants that all the Products supplied under this Contract shall have no defect, arising from design or from any act of omission of the Vendor, that may develop under normal use of the supplied products in the conditions prevailing in India. 2. Warranty for Hardware Components : Onsite comprehensive warranty for all the hardware components including free replacement of spares, parts, kits as and when necessarywill be12 months from date of installation. 3. Warranty for the System Software/off-the-shelf Software will be provided to the Bank as per the general conditions of sale of such software. 4. The Vendor shall in addition comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Vendor, these guarantees are not attained in whole or in part the Vendor shall make such changes, modifications and / or additions to the Products or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests. 5. On-site comprehensive warranty: The warranty would be on-site and comprehensive in nature and back to back support from the OEM. The vendor will warrant all the hardware and software against defects arising out of faulty design, materials and media workmanship etc. for a period of three years from the date of acceptance of the hardware and software. The vendor will provide support for Operating Systems and other preinstalled software components during the warranty period of the hardware on which these software & operating system will be installed. The Vendor shall repair or replace worn out or defective parts including all plastic parts of the equipment at his own cost including the cost of transport. 6. During the term of the contract, the VENDOR will maintain the equipment in perfect working order and condition and for this purpose will provide the following repairs and maintenance services: a) Free maintenance services during the period of warranty. Professionally qualified personnel who have expertise in the hardware and system software supplied by the vendor will provide these services. Page 92 of 115
93 b) The Bidder shall rectify any defects, faults and failures in the equipment and shall repair/replace worn out or defective parts of the equipment during working hours i.e. from 8.00 A.M. to 8.00 P.M. on all working days (viz. Monday to Saturday). In case any defects, faults and failures in the equipment could not be repaired or rectified during the said period, the engineers of the VENDOR are required to accomplish their duties beyond the said schedules in case of any situation if it warrants. In cases where unserviceable parts of the equipment need replacement, the VENDOR shall replace such parts, at no extra cost to the BANK, with brand new parts or those equivalent to new parts in performance. For this purpose the VENDOR shall keep sufficient stock of spares at Bank s premises and at the premises of The VENDOR. c) The maximum response time for a maintenance complaint from the site of installation (i.e. time required for Vendor s maintenance engineers to report to the installations after a request call / fax / is made or letter is written) shall not exceed 4 (four) hours. d) The VENDOR shall ensure that faults and failures intimated by Bank as above are set right within 6 (six) hours of being informed of the same. In any case the equipment should be made workable and available not later than the Next Business Day. e) The VENDOR shall ensure that the full configuration of the equipment is available to the BANK in proper working condition viz. monthly uptime of 99.5%on a 24x7x365 basis. The penalty to be recovered for default on uptime would be as under: Monthly Uptime Amount payable 99.5% and above 100% of quarterly AMC charges 98% and above but below 99.5% 95% of quarterly AMC charges 96% and above but below 94% 90% of quarterly AMC charges 94% and above but below 92% 85% of quarterly AMC charges Below 92% 80% of quarterly AMC charges f) In the event of the equipment not being repaired or a workable solution not provided during contract period, a penalty of one (1) percent of the total consideration for each week or part thereof the delay, subject to maximum amount of ten (10) percent of the total consideration will be charged to vendor. The vendor may provide temporary equivalent replacement as a workable solution to avoid the above penalty. Page 93 of 115
94 g) For purpose of calculating penalty, uptime is calculated as under : Uptime(%)= Sum of total hours during month - Sum of downtime hours during month X 100 Sum of total hours during the month Total hours during the month = No. of daysx 24 Hours h) The VENDOR shall ensure that the meantime between failures (including any malfunctioning, breakdown or fault) in the equipment or any part thereof, as calculated during any and every quarter (period of three consecutive months) is not less than 90 days. i) Preventive maintenance: the VENDOR shall conduct Preventive Maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment, and necessary repair of the equipment) once within first 15 days of the installation once within the first 15 days of every alternate month during the currency of this agreement on a day and time to be mutually agreed upon. Notwithstanding the foregoing the VENDOR recognizes Bank s operational needs and agrees that Bank shall have the right to require the VENDOR to adjourn preventive maintenance from any scheduled time to a date and time not later than 15 working days thereafter. j) All engineering changes generally adopted hereafter by the VENDOR for equipment similar to that covered by this AGREEMENT, shall be made to the equipment at no cost to the Bank. k) Qualified maintenance engineers totally familiar with the equipment shall perform all repairs and maintenance service described herein. l) The Bank shall maintain a register at its site in which, the Bank s operator / supervisor shall record each event of failure and / of malfunction of the equipment. The VENDOR s engineer shall enter the details of the action taken in such register. Additionally every time a preventive or corrective maintenance is carried out, the VENDOR S engineer shall make, effect in duplicate, a field call report which shall be signed by him and thereafter countersigned by the Bank s official. The original of the field call report shall be handed over to the Bank s official. m) The VENDOR shall provide replacement equipment if any equipment is out of the premises for repairs. 7. Any worn or defective parts withdrawn from the equipment and replaced by the VENDOR shall become the property of the VENDOR and the parts replacing the withdrawn parts shall become the property of Bank. Page 94 of 115
95 8. The VENDOR s maintenance personnel shall, be given access to the equipment when necessary, for purpose of performing the repair and maintenance services indicated in this agreement. 9. However if Bank desires to shift the equipment to a new site and installit thereof urgently,the VENDOR shall be informed of the same immediately. THE Bank shall bear the charges for such shifting and the VENDOR shall provide necessary arrangement to Bank in doing so. The terms of this agreement, after such shifting to the alternate site and reinstallation thereof would continue to apply andbinding on the VENDOR. 10. Bank shall arrange to maintain appropriate environmental conditions, such as those relating to space, temperature, power supply, dust within the acceptable limits required for equipment similar to that covered by this Agreement. 11. NO term or provision hereof shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any consent by any party to or waiver of a breach by other, whether express or implied, shall not constitute a consent to or waiver of or excuse for another different or subsequent breach. 12. If, in any month, the VENDOR does not fulfill the provisions of clauses (b), (c),(d), (e) and (h) only the proportionate maintenance charges for that period during the month will be considered payable by Bank without prejudice to the right of the Bank to terminate the contract. In such event the VENDOR was credited without deducting the proportionate maintenance charges for that month, the Bank can deduct the same from future payments payable or the VENDOR shall refund the amount forthwith to Bank on demand by Bank. 13. On account of any negligence, commission or omission by the engineers of the VENDOR and if any loss or damage caused to the Equipment, the VENDOR shall indemnify/pay/reimburse the loss suffered by the BANK. 14. Future additions of Hardware / Software: 14.1 The Bank would have the right to: a) Shift supplied systems to an alternative site of its choice. b) Disconnect / connect / substitute peripherals such as printers, etc. or devices or any equipment / software acquired from another vendor. c) Expand the capacity / enhance the features / upgrade the hardware / software supplied, either from the vendor, or another vendor, or developed in-house. Page 95 of 115
96 provided such changes or attachments do not prevent proper maintenance, from being performed or unreasonably increase the VENDOR cost of performing repair and maintenance service The warranty terms would not be considered as violated if any of (a), (b) or (c) above takes place. Should there be a fault in the operations of the system, the vendor, would not unreasonably assume that the causes lie with those components / software not acquired from them. 15. CONFIDENTIALITY: 15.1 The VENDOR acknowledges that all material and information which has and will come into its possession or knowledge in connection with this agreement or the performance thereof, whether consisting of confidential and proprietary data or not, whose disclosure to or use by third parties may be damaging or cause loss to Bank will all times be held by it in strictest confidence and it shall not make use thereof other than for the performance of this agreement and to release it only to employees requiring such information, and not to release or disclose it to any other party. the VENDOR agrees to take appropriate action with respect to its employees to ensure that the obligations of non-use and non-disclosure of confidential information under this agreement are fully satisfied. In the event of any loss to the Bank in divulging the information by the employees of the VENDOR, the bank shall be indemnified. The VENDOR agrees to maintain the confidentiality of the Bank s information after the termination of the agreement also The VENDOR/Bank will treat as confidential all data and information about the VENDOR/Bank/Contract, obtained in the execution of this tender including any business, technical or financial information, in strict confidence and will not reveal such information to any other party In the event of failure of the Successful Bidder to render the Services or in the event of termination of agreement or expiry of term or otherwise, without prejudice to any other right, the Bank at its sole discretion may make alternate arrangement for getting the Services contracted with another vendor. In such case, the Bank shall give prior notice to the existing Successful Bidder. The existing Successful Bidder shall continue to provide services as per the terms of contract until a New Successful Bidder completely takes over the work. During the transition phase, the existing Successful Bidder shall render all reasonable assistance to the new Successful Bidder within such period prescribed by the Bank, at no extra cost to the Bank, for ensuring smooth switch over and continuity of services. If existing vendor is breach of this obligation, they shall be liable for paying a penalty of 10% of the Contract Value on demand to the Bank, which may be settled from the payment of invoices for the contracted period. Page 96 of 115
97 15.4 Facility Management is required to manage the EPABX at the locations mentioned in this RFP. For this purpose one qualified Professionals (well versed with the operations of the system/ networking) will be required to remain in the Bank s premises for day to day operations of the equipments from a.m. to 6.00 p.m. on weekdays (other than bank holidays). However, the engineer will have to work on holidays and after office hours, if necessary. The Facility Management Serviceswill be required from the day of installation as per Bank s requirement. In case of any change / absence of the onsite Engineer, the same has to be intimated to the Bank in advance along with address, mobile number(s) and landline number(s) of the new onsite Engineer and/or Service Centre. Failure to intimate such changes will attract a penalty of Rs 2000/- on every default. Qualification of Support Engineer: The minimum qualification of the support engineer should be Diploma in Electronics and should have at least 1 year of work experience in EPABX maintenance. Roles and responsibilities of support Engineer: 1. Should coordinate with all end users 2. Should do preventive maintenance and testing of the EPABX periodically. 3. Should know all the features and value addition services of EPABX which are available in the proposed Solution. 4. Single point contact for EPABX issues --@@@@@-- Page 97 of 115
98 ANNEXURE FORMAT FOR EMD BANK GUARANTEE To: Asst. General Manager (Estate), State Bank of India, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Dear Sir, EMD BANK GUARANTEE FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING, INTEGRATION AND MAINTENANCE OF EPABX HARDWARE, SOFTWARE & PERIPHERALS AS ARE SET OUT IN THE SBI RFP NO. SBI/GITC/ESTATE/ /248 dated 22/04/2016 WHEREAS State Bank of India (SBI), having its Corporate Office at Nariman Point, Mumbai, and Regional offices at other State capital cities in India has invited Request for Proposal for supply, installation, testing and commissioning, integration and maintenance of.to State Bank of India and such services as are set out in the State Bank of India, Request for Proposal RFP No. SBI/GITC/ESTATE/ /248 dated 22/04/ It is one of the terms of said Request for Proposal that the Bidder shall furnish a Bank Guarantee for a sum of Rs. /- (Rupees Only) as Earnest Money Deposit. 3. M/s., (hereinafter called as Vendor, who are our constituents intends to submit their tender for the said work and have requested us to furnish guarantee in respect of the said sum of Rs. /- (Rupees Only) 4. NOW THIS GUARANTEE WITNESSETH THAT We (Bank) do hereby agree with and undertake to the State Bank of India, their Successors, assigns that in the event of the SBI coming to the conclusion that the Bidder has not performed their obligations under the said conditions of the RFP or have committed a breach thereof, which conclusion shall be binding on us as well as the said Vendor, we shall on demand by the SBI, pay without demur to the SBI, a sum of Rs. /- (Rupees Only) or any lower amount that may be demanded by State Bank of India. Our guarantee shall be treated as equivalent to the Earnest Money Deposit for the due performance of the Page 98 of 115
99 obligations of the Vendor under the said conditions, provided, however, that our liability against such sum shall not exceed the sum of Rs. /- (Rupees Only). 5. We also agree to undertake to and confirm that the sum not exceeding Rs. /- (Rupees Only)as aforesaid shall be paid by us without any demur or protest, merely on demand from the SBI on receipt of a notice in writing stating the amount is due to them and we shall not ask for any further proof or evidence and the notice from the SBI shall be conclusive and binding on us and shall not be questioned by us in any respect or manner whatsoever. We undertake to pay the amount claimed by the SBI within a period of one week from the date of receipt of the notice as aforesaid. We confirm that our obligation to the SBI under this guarantee shall be independent of the agreement or agreements or other understandings between the SBI and the Vendor. This guarantee shall not be revoked by us without prior consent in writing of the SBI. 6. We hereby further agree that a) Any forbearance or commission on the part of the SBI in enforcing the conditions of the said agreement or in compliance with any of the terms and conditions stipulated in the said tender and/or hereunder or granting of any time or showing of any indulgence by the SBI to the Vendor or any other matter in connection therewith shall not discharge us in any way our obligation under this guarantee. This guarantee shall be discharged only by the performance of the Vendor of their obligations and in the event of their failure to do so, by payment to us of the sum not exceeding Rs. /- (Rupees Only) b) Our liability under these presents shall not exceed the sum of Rs. /- (Rupees Only) c) Our liability under this agreement shall not be affected by any infirmity or irregularity on the part of our said constituents in tendering for the said work or their obligations there under or by dissolution or change in the constitution of our said constituents. d) This guarantee shall remain in force upto 180 days provided that if so desired by the SBI, this guarantee shall be renewed for a further period as may be indicated by them on the same terms and conditions as contained herein. e) Our liability under this presents will terminate unless these presents are renewed as provided herein upto 180 days or on the day when our said constituents comply with their obligations, as to which a certificate in writing by the SBI alone is the conclusive proof, whichever date is later. Page 99 of 115
100 f) Unless a claim or suit or action is filed against us within six months from that date or any extended period, all the rights of the SBI against us under this guarantee shall be forfeited and we shall be released and discharged from all our obligations and liabilities hereunder. Yours faithfully, For and on behalf of Authorized official. (NB : This guarantee will require stamp duty as applicable in the State where it is executed and shall be signed by the official(s) whose signature and authority shall be verified) Page 100 of 115
101 ANNEXURE BANK GUARANTEE FOR EARLY RELEASE OF 10% RETENTION MONEY To: Asst. General Manager (Estate), State Bank of India, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Dear Sir, BANK GUARANTEE FOR EARLY RELEASE OF 10% RETENTION MONEY AS SET OUT IN THE SBI RFP No. SBI/GITC/ESTATE/ /248 dated 22/04/2016 GUARANTEE NO: AMOUNT: Rs. GUARANTEE COVER FROM TO LAST DATE OF LODGEMENT OF CLAIM (3 months after expiry of warranty) Whereas, a company registered under the Companies Act 1956 having its Registered Office at... (hereinafter referred to as `vendor' which expression shall include its successors and assigns) entered into a agreement dated with State Bank of India (SBI) for supply, installation, testing, commissioning & maintenance of the following hardware, software & services at State Bank of India site in (hereinafter referred to as `the said agreement') <details of equipment that supplied to be filled in table> and it has been agreed that a payment of Rs. (Rupees only) will be made to the vendor representing balance 10% of theconsideration amount against the security of a Bank Guarantee from a Scheduled Commercial Bank. 2. Now this deed of guarantee witnesseth that in consideration of SBI agreeing to release a sum of Rs. (Rupees Only) representing balance 10% of the considerationamount payable to thevendor in terms of, the said agreement, we (Bank) having our head office at and amongst other places, a branchat (hereinafter referred to as the guarantor) do herebyexpressly, irrevocably and unreservedly agree and undertake that : Page 101 of 115
102 a) In the event of vendor committing breach of any of the undertakingsor committing default in fulfilling any obligation arising out of saidagreement, we (bank) shall on demand, pay SBI without any demur Rs. (Rupees only) and notwithstanding anyright the vendor may have against SBI or any disputes raised by the vendoror any suit or proceedings pending in any competent Court of Law in India or otherwise or before any arbitrator, and SBI's written demand shallbe conclusive evidence to us that such amount is payable by us under thesaid contract and shall be binding in all respects on the Guarantor. 3. The Guarantor shall not be discharged or released from theaforesaid undertaking and guarantee by any agreement, variationsmade between SBI and the vendor, indulgence shown to the vendor bysbi, with or without the consent and knowledge of the Guarantor or byany alterations in the obligations of the vendor by any forbearance whetheras to payment, time performance or otherwise. 4. (a) This guarantee shall remain valid until (date which is 3 monthsafter expiry of warranty period), or until discharged by SBI inwriting. (b) This guarantee shall be a continuing guarantee and shall not berevocable except with the previous written consent of SBI andsave as aforesaid it will be in force until the vendorcomplies with its obligations hereunder. (c) This Guarantee shall not be affected by any change in theconstitution of the vendor by absorption with any other body orcorporation or dissolution or otherwise and this guarantee will beavailable to or enforceable against such body or corporation. 5. In order to give effect to this guarantee, SBI will be entitled to act as ifthe guarantor were the principal debtor and the guarantor hereby waivesall and any of its rights of suretyship. 6. This guarantee shall continue to be in force notwithstandingthe discharge of the vendor by operation of law and shall cease only onpayment of the full amount by the guarantor to SBI of the amount herebysecured. 7. This Guarantee shall be in addition to and not in substitution forany other guarantee or security for the vendor given or to be given to SBI inrespect of the said contract. 8. Any notice by way of request and demand or otherwise hereundermay be sent by post or any other mode of communication to theguarantor's address as aforesaid, and if sent by post, it shall be deemed tohave been given at the time when it would be delivered in due course bypost and in proving such notice when given by post it shall be sufficient toprove that the envelope containing the notice Page 102 of 115
103 was posted and a certificatesigned by an officer of SBI that the envelope was so posted shall beconclusive. 9. These presents shall be governed by and construed in accordancewith Indian Law. Notwithstanding anything contained herein: a) Our liability under this Bank Guarantee shall not exceedrs. (Rupees only) b) This Bank Guarantee shall be valid up to (date which is 3 monthsafter expiry of warranty period) and c) We are liable to pay the guaranteed amount or any part thereofunder this Bank Guarantee only and only if you serve upon us awritten claim or demand on or before (threemonths after the date of expiry of the warranty). d) The guarantorhas under its constitution powers to give this guarantee and Shri (signatories) Officials/ Managers of the Bank whohas/have signed this guarantee has/have powers to do so. Dated this... day of at... For and on behalf of... (Bank). Authorised Signatory... in favour of the Bank Designation... An amount is to be inserted by the Bank or financial institution representing the amount of the Advance Payment. Page 103 of 115
104 ANNEXURE PERFORMANCE BANK GUARANTEE FORMAT (TO BE STAMPED AS AN AGREEMENT) THIS PERFORMANCE BANK GUARANTEE AGREEMENT executed at..this.day of by. (name of the Bank).. having its Registered Office at.and its Branch at.(hereinafter referred to as "the Guarantor", which expression shall, unless it be repugnant to the subject, meaning or context thereof, be deemed to mean and include its successors and permitted assigns) IN FAVOUR OF State Bank of India, a Statutory Corporation constituted under the State Bank of India Act, 1955 having its Corporate Centre at State Bank Bhavan, Nariman Point, Mumbai and one of its offices at State Bank Global IT Centre, Sector-11 CBD Belapur, Navi Mumbai, hereinafter referred to as "the Bank" which expression shall, unless repugnant to the subject, context or meaning thereof, be deemed to mean and include its successors and assigns). WHEREAS The State Bank of India, having its Corporate Office at State Bank Bhavan, Madam Cama Road, Mumbai (hereinafter called the 'Bank') has invited quotations for supply of hardware, software and services, 1. It is one of the terms of invitation of applications that the applicant shall furnish a Performance Bank Guarantee for a sum of Rs. /- (Rupees.only) as a Bid Security Performance Bank Guarantee. 2. M/s., our constituent, intend to submit the Bid Security Performance Bank Guarantee for the said empanelment and requested us to furnish guarantee to the 'Bank' in respect of the said sum of Rs. /- (Rupees.only) NOW THIS GUARANTEE WITNESSETH AS FOLLOWS WITHOUT ANY DEMUR 1. We (bank), the Guarantors, do hereby irrevocably & unconditionally agree an undertake to the State Bank of India, their Successors, Assigns that in the event of the State Bank of India coming to the conclusion that the vendor (pl. mention the name in bracket) have not adhered to the terms and conditions of the 'Bank' or committed a breach thereof, which conclusion shall be binding on us as well as the said vendor, we shall on demand by the State Bank of India, pay without demur to the State Bank of India, a sum of Rs. /- (Rupees.only) or any lower amount that may be demanded by the State Bank of India. Our guarantee shall be treated as equivalent to the Security Deposit for the due performance of the obligations of the Page 104 of 115
105 vendor under the said Conditions, provided, however, that our liability against such sum shall not exceed the sum of Rs. /- (Rupees.only) 2. We also agree to undertake to and confirm that the sum not exceeding Rs. /- (Rupees.only) as aforesaid shall be paid by us without any demur or protest, merely on demand from the State Bank of India on receipt of a notice in writing stating the amount is due to them and we shall not ask for any further proof or evidence in this regard. The notice from the State Bank of India shall be conclusive and binding on us and shall not be questioned by us in any respect or manner whatsoever. We undertake to pay the amount claimed by the State Bank of India within a period of one week from the date of receipt of the notice as aforesaid. 3. We confirm that our obligation to the State Bank of India under this guarantee shall be independent of the agreement or other understandings, whatsoever, between the State Bank of India and the vendor. This guarantee shall not be revoked by us without prior consent in writing of the State bank of India. We hereby further agree that- (a) Any forbearance or omission on the part of the State Bank of India in enforcing the conditions of the said agreement or in compliance with any of the terms and conditions stipulated in the said tender and / or hereunder or granting of any time or showing of any indulgence by the Bank of India to the vendor or any other matters in connection therewith shall not discharge us in any way our obligation under this guarantee. This guarantee shall be discharged only by the performance by the vendor of their obligations and in the event of their failure to do so, by payment by us of the sum not exceeding Rs. /- (Rupees.only) (b) Our liability under these presents shall not exceed the sum of Rs. /- (Rupees.only) (c) Our liability under this agreement shall not be affected by any infirmity or irregularity on the part of our said constituents in tendering for the said work or their obligations there under or by dissolution or change in the constitution of our said constituents. (d) This guarantee shall remain in force upto<date> provided that if so desired by the State Bank of India, this guarantee shall be renewed for a further period as may be indicated by them on the same terms and conditions as contained herein. (e) Our liability under these presents/guarantee shall remain in force till <date>unless these presents are renewed as provided hereinabove on the <date>or on the day when our said constituents comply with their obligations, as to which a certificate in writing by the State Bank of India alone is the conclusive proof whichever date is later. Unless a claim or suit or action is filed against us Page 105 of 115
106 within four months from the date or any extended period, all the rights of the State Bank of India against us under this guarantee shall be forfeited and we shall be released and discharged from all our obligations and liabilities hereunder. (f)the liability of the Guarantor under this Security Performance Bank Guarantee shall not be affected by - (i) Insolvency or winding up of the Bidder or absorption, merger, acquisition or amalgamation of the Bidder with any other Company, Corporation or concern; or (ii) Insolvency or winding up of the Guarantor or absorption, merger, acquisition or amalgamation of the Guarantor with any other Company, Corporation or concern; or change in the constitution structure or management of the Guarantor (iii) any change in the management of the Bidder by takeover of the management of the Bidder by the Central or State Government or by any other authority; or (iv) any change in the constitution/structure or management of the Bank or (v) any dispute between the Bidder and the Bank. (g) This guarantee shall be governed by Indian Laws and the Courts at Mumbai, India alone shall have the jurisdiction to try & entertain any dispute arising out of this guarantee. Notwithstanding anything contained herein : (a) Our liability under this Bank Guarantee shall not exceed Rs. /- (Rupees.only) (b) This Bank Guarantee shall be valid upto. (c) 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 (date which is 3 months after date mentioned at (b) above. Yours faithfully, For and on behalf of Bank. Authorised official Page 106 of 115
107 ANNEXURE- 5.5 MANUFACTURERS'/PRODUCERS AUTHORIZATION FORM No. Date: To: Asst. General Manager (Estate), State Bank of India, 1 st Floor, State Bank Global IT Centre, Sector 11, CBD Belapur, Navi Mumbai Dear Sir: Ref: RFP No. SBI/GITC/ESTATE/ /248 dated 22/04/2016 We who are established and reputable manufacturers / producers of having factories / development facilities at (address of factory / facility) do hereby authorise M/s (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation. 2. We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the above firm against this Bid Invitation. 3. We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Vendor : (a) Such Products as the Bank may opt to purchase from the Vendor, provided, that this option shall not relieve the Vendor of any warranty obligations under the Contract; and (b) in the event of termination of production of such Products: (i) advance notification to the Bank of the pending termination, in sufficient time to permit the Bank to procure needed requirements; and (ii) following such termination, furnishing at no cost to the Bank, the blueprints, design documents, operations manuals, standards, source codes and specifications of the Products, if requested. 4. We duly authorise the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract. Yours faithfully, (Name of Manufacturer / Producers) Page 107 of 115
108 Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should include it. Page 108 of 115
109 ANNEXURE PROFORMA OF CERTIFICATE TO BE ISSUED BY THE BANK AFTER SUCCESSFUL COMMISSIONING AND ACCEPTANCE OF THE HARDWARE / SOFTWARE / SERVICES M/s. Date: Sub: Certificate of commissioning of Solution 1. This is to certify that the products / equipment as detailed below has/have been received in good condition along with all the standard and special accessories (subject to remarks in Para No. 2) in accordance with the Contract/Specifications. The same has been installed and commissioned. a) Bid No.. dated b) Description of the Solution c) Quantity d) Date of commissioning e) Date of acceptance test 2. Details of products not yet supplied and recoveries to be made on that account: S.No. Description Amount to be recovered 3. The acceptance test has been done to our entire satisfaction and Staff have been trained to operate the Product. 4. The Vendor has fulfilled his contractual obligations satisfactorily* or The Vendor has failed to fulfill his contractual obligations with regard to the following: (a) Page 109 of 115
110 (b) (c) 5. The amount of recovery on account of non-supply of Products is given under Para No The amount of recovery on account of failure of the Vendor to meet his contractual obligations is as indicated in endorsement of the letter. Signature Name Designation with stamp * Explanatory notes for filling up the certificates: (a) The Vendor has adhered to the time schedule specified in the contract in dispatching the Products / Manuals pursuant to Technical Specifications. (b) The Vendor has supervised the commissioning of the solution in time i.e., within the period specified in the contract from the date of intimation by the Purchaser in respect of the installation of the Product. (c) Training of personnel has been done by the Vendor as specified in the contract. (d) In the event of Manuals having not been supplied or installation and commissioning of the Solution having been delayed on account of the Vendor, the extent of delay should always be mentioned. *********** Page 110 of 115
111 ANNEXURE DETAILS OF eprocurement REVERSE AUCTION AUCTION TO BE CONDUCTED BY e-procurement Technologies Pvt. Ltd. (abcprocure.com) B-705, Wall Street - II, Opp. Orient Club, Nr. Gujarat College, Ahmedabad Gujarat State, India Tel.: / 6861 / / 6864 / 6877 Fax: Page 111 of 115
112 ANNEXURE LIST OF LOCATIONS AND SITE ADDRESS 1. State Bank Global IT-Centre, CBD Belapur, Navi Mumbai 2. SBI Colony, Staff Quarters, Sector-13, Nerul, Navi Mumbai Page 112 of 115
113 ANNEXURE 5.9 ELIGIBILITY CRITERIA Bidders meeting the following criteria are eligible to submit their Bids along with supportingdocuments. If the Bid is not accompanied by all the required documents supporting eligibilitycriteria, the same would be rejected: Sr. No. 1. Eligibility Criteria Documents to be submitted The Bidder should be a registered Copy of Certificate of Company in India as per Indian Incorporation and Companies Act. The Bidder should be a Certificate of current legal entity with a minimum 5 years Commencement of of experience in India. business in case of Public Limited Company or Certificate of incorporation in case Private Limited Company, issued by the Registrar of Companies. The copies should be self attested by the authorized person with seal and signature. 2. Bidders shall be the either Original Equipment Manufacturers (OEM) of the Hybrid IP-PBX or An authorized dealer/distributor If the applicant is Manufacturer (OEM), they should enclose the details of locations where the manufacturing and testing facilities are available. 3. If the bidder is an authorized partner for the OEM, the standard MAF (Manufacturer s Authorization Form) as per the Bank s format should be submitted. 4. For this RFP either the OEM s authorized partner on behalf of the Principal /OEM or Principal / OEM itself can bid but both cannot bid simultaneously. MAF as per Annexure 5.5 Bidder to provide a declaration on its letter head to this effect. If OEM s authorized partner submits bid on behalf of the principal /OEM, the same partner shall not submit a bid on behalf of another principal /OEM for this RFP. 5. The Bidder should have permanent office Copy of Self certification Page 113 of 115
114 Sr. No. Eligibility Criteria Documents to be submitted and at least one support centre in Mumbai. along with location and contact details of the said service center to be enclosed in this regard. 6. The bidder should have average turnover of Rs. 10 Crores or above exclusively from the enterprise voice solution business and services, during last three financial years. Copy of the audited Balance Sheet for last three financial years In case of dealing with multiple businesses other than EPABX, the certificate to this effect should be issued by the CA / CS / Finance Head, of the bidder. 7. The bidder should have earned Net profit during last three years 8. The Bidder must have installed minimum 1000 Line (extensions) Single System in one Physical Location (in India), during last five years and which is in successful operation and giving satisfactory performance. 9. The Bidder s Account should not have been declared as a Non- Performing Asset (NPA) in the Books of any bank or financial institution. Copy of the audited Balance Sheet for last three financial years A copy of Purchase Order along with delivery challan and satisfactory Performance Certificate from the client / site visit for the committee members The certificate to this effect should be issued by the CA / CS / Finance Head, of the bidder. 10. Past/present litigations, disputes, if any. Bidder to provide list of such litigations, stating that these are the only litigations pending against it. Adverse litigations could result in disqualification, at the sole discretion of the Bank. 11. Bidders should not have been blacklisted for deficiency in service by any Public Sector Bank during the last 3 years. Bidder to provide a declaration on its letter head to this effect. 12. The bidder should be ISO certified Copies of the certificates to be attached Page 114 of 115
115 Note: Documentary evidence like certificates, purchase orders, certifications etc. must be furnished against each of the above criteria along with an index. All documents must be signed by the authorized signatory of the bidder. Relevant portions, in the documents submitted in pursuance of eligibility criteria, should be highlighted. Page 115 of 115
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
Request for Proposal. for end-to-end. Payment Gateway Solution. Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014
Request for Proposal for end-to-end Payment Gateway Solution Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014 Page 1 of 73 Index The products and services required, bidding procedures, contract terms and conditions
(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,
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
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
Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
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
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
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
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
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX
TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF
REQUEST FOR PROPOSAL(RFP) For. Application Delivery Controller and Load Balancer
REQUEST FOR PROPOSAL(RFP) For Application Delivery Controller and Load Balancer Ref: HO: RMD: SJR: Dated 28.02.2013 The information provided in response to this Request For Proposal (RFP) will become the
TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES
NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3
North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services
North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:
NOTICE INVITING TENDER. Supply of office chairs at 2 nd floor MTNL Bldg., CBD Belapur, Navi Mumbai 15 days from the date of issue of work order
NOTICE INVITING TENDER Limited and sealed tenders are hereby invited on behalf of State Bank of India, Estate Department, GITC, CBD Belapur for the following work. Name of work Completion Time Supply of
REQUEST FOR PROPOSAL (RFP) For
For Websites from Malicious Mobile Codes (Trojans, Keyloggers, Spywares, Viruses & other Malwares) Ref: HO: RMD: SJR: 07 Dated 18.09.2012 The information provided in response to this Request For Proposal
TENDER NO. REA/2014-2015/NT/060
REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES
TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT
BANK Of ZAMBIA Bidding Documents TENDER NO. BOZ/PC/PMS/15/2012 TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT Bank of Zambia Bank Square Cairo Road P.O. Box 30080 Lusaka 10101 ZAMBIA
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
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)
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.
TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:
STATE BANK OF INDIA REQUEST FOR PROPOSAL (RFP)
STATE BANK OF INDIA REQUEST FOR PROPOSAL (RFP) FOR PROVISION OF SERVICES FOR PROJECT MANAGEMENT OFFICE (PMO) IN STATE BANK GLOBAL IT CENTRE CBD BELAPUR RFP No. SBI/GITC/PMD/2016-17/260 Dated: 04-06-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: [email protected]
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
Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015
Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015 India Brand Equity Foundation, Apparel House, 5th Floor,
TENDER NO. BOZ/CTC/ICT/02/2009
Bank of Zambia Bidding Documents TENDER NO. BOZ/CTC/ICT/02/2009 TENDER FOR THE SUPPLY, DELIVERY AND INSTALLATION OF A SERVICE DESK MANAGEMENT SYSTEM MAY, 2009 Source of Funds Bank of Zambia Bank Square
INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB)
KAMLA NEHRU INSTITUTE OF TECHNOLOGY, SULTANPUR (U.P.) 228118 INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB) (Up Gradation And Maintenance Of Campus Wide Networking) Advt. No:KNIT/TEQIP-II/15/02,
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
REQUEST FOR PROPOSAL (RFP) For. Database Activity Monitoring (DAM) Solution
For Database Activity Monitoring (DAM) Solution Ref: HO: BOI/HO/RMD/SECURITY/ Dated 10.06.2013 The information provided in response to this Request For Proposal (RFP) will become the property of the bank
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
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER
i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME
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
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of
Dear Sir, Purchase of MS Office 2010 Professional
04 th December, 2010 Dear Sir, Purchase of MS Office 2010 Professional Credit Guarantee Fund Trust for Micro and Small Enterprises
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
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016 TENDER FOR SUPPLY, DELIVERY, ASSEMBLY, INSTALLATION, TESTING & COMMISSIONING A, 90MVA, 15/132KV, OFAF GENERATOR STEP UP TRANSFORMER FOR GITARU
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES
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
Request for Proposal Document (RFP) For Procurement of Web Application Firewall for IDBI Bank
Request for Proposal Document (RFP) RFP No. IDBI/PCell/RFP/2014-15/18 For Procurement of Web Application Firewall for IDBI Bank IDBI/RFQ/14-15/ dated Page 1 of 81 TABLE OF CONTENTS Table of Contents...
REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES
REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION
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
Empanelment of Vendors for Load Testing
Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last
TENDER DOCUMENT FOR PURCHASE OF COMPUTER HARDWARE. [Desktop PCs/Laptops/Monitors]
TENDER DOCUMENT FOR PURCHASE OF COMPUTER HARDWARE [Desktop PCs/Laptops/Monitors] Credit Guarantee Fund Trust for Micro and Small Enterprises [Setup by Govt. of India and SIDBI] 7 th Floor, MSME Development
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.
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 :-
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
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
Procurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
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
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
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)
Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)
Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6
Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL
Request For Quotation from Service Providers for ISO/IEC 27001:2013 Certification for UTIITSL Release Date: 17-Jun-2015 Page 1 of 8 UTI Infrastructure Technology And Services Limited (UTIITSL) is looking
SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)
S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION
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
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM Kenya Electricity Generating Company Ltd Stima Plaza,
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI CONTACT PERSON: SH. B.P. MEENA Room no. 327, C.R. BUILDING I.P. ESTATE, NEW
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ENERGY REGULATORY COMMISSION 1 ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD UPPERHILL, P.O. Box 42681 00100 NAIROBI,
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
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:
Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer
Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland
Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool)
Star Union Dai-ichi Life Insurance Company Limited Request for Proposal (RFP) For Learning Management System (Online e-learning tool) Issue Date :-27 th June 2014 Last Date of Submission of Proposal: -4
KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015
ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I
Eskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
KERIO VALLEY DEVELOPMENT AUTHORITY
KERIO VALLEY DEVELOPMENT AUTHORITY TENDER NO.: KVDA/T/14/2015-2016 FOR PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER FOR STAFF Receipt No. Tender Reg. No CLOSING DATE 26 TH JUNE, 2015 AT 10.00 AM
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]
1 MH-04-BS-5818 Maruti OMNI 12/09/2003 2 MH-43-A-6505 Maruti ESTEEM 25/02/2005
ESTATE DEPARTMENT, 1st FLOOR, GLOBAL I T CENTRE, PLOT NO.8,9 & 10, SECTOR 13, CBD BELAPUR - NAVI MUMBAI 400 614. TELEPHONE 27571060 FAX 27577002 Email [email protected] EST/BLP/ Date : 16th June, 2016
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:
Standard Conditions of Contract of VJ Engineering Limited (the Company)
1 DEFINITIONS AND GENERAL 1.1 The following expressions shall have the following meanings in these terms and conditions the Company means VJ Engineering Limited. the Customer means the person(s), corporation
SANITARY SECTION IIT Kharagpur
SANITARY SECTION IIT Kharagpur Annexure - l No. : IIT/SAN/EE/TEN/2015-16/03 Date: 05/10/2015 NOTICE INVITING TENDER Last Date for submission of Tender on: - 13/11/2015 up-to 4:00 P.M. Pre-bid discussion
STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006
1 P a g e STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006 APPLICATION FOR SALE OF SALVAGED STEEL & OTHER METAL SCRAP ON AS IS WHERE IS CONDITION AT STATE BANK OF INDIA, 84 RAJAJI SALAI, CHENNAI 600001
TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana
TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for
REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034
REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 Software Development of Database for Energy Statistics International Renewable Energy Agency Abu Dhabi, UAE November, 2012 1 Section 1: Letter of Invitation
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
TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016
TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 LOT 2: A DIGITAL ADDRESSABLE FIRE DETECTION AND ALARM
PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015
TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900
Tender Document. PITB Public Cloud Deployment
Tender Document PITB Public Cloud Deployment Punjab Information Technology Board (PITB) 11 th Floor, Arfa Software Technology Park (ASTP), 346-B, Main Ferozepur Road, Lahore, Pakistan Phone: (+ 92) (42)
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
PROVISION OF LEGAL SERVICES
COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents
TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF
NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT
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,
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
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
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,
TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO.
TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO. AFFA/T/69/2015 The Interim Director General Agriculture Fisheries and Food Authority
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
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
