RFP Reference No: OBC/HO/DIT/RFP/Patch Management/40/2014 Request for Proposal (RFP) For Empanelment of Vendor For Enterprise Patch Management Solution Oriental Bank of Commerce Department of Information Technology Corporate Office Gurgaon Tel. No. 0124-4126211 Fax No. 0124-4126212 Page 1 of 40
TABLE OF CONTENTS Sr. No. Subject Page No. 1 General Bid Details 3 2 etendering Details 5 3 Introduction 6 4 Bidders Eligibility Criteria 10 5 Scope of Work 11 6 Bidding Process 14 7 EMD 20 8 Payment Terms & Conditions 20 9 Performance Bank Guarantee (PBG) 20 10 Annexure I - Bidder s General Information 27 11 Annexure II - Bidders Eligibility Criteria 28 12 Annexure III - Technical Specifications 29 13 Annexure IV - Bill of Material 34 14 Annexure V L1 Vendor Determination Sheet 35 15 Annexure VI - Performa for the Bank Guarantee 36 for Earnest Money Deposit 16 Annexure VII - Performa for Performance Bank 37 Guarantee 17 Annexure VIII - Technical Bidder Scoring Criteria 40 Page 2 of 40
General Detail Tender No : OBC/HO/DIT/RFP/Patch Management/ 40/2014 Department Name : Tender Details : Mode of Tender Submission Tender Type : Type of Contract: Bidding Type : Consortium : Download Tender Documents : Purchaser Location : Oriental Bank of Commerce, Department of Information Technology, Head Office Supply, Installation, Integration and Maintenance of a Comprehensive Patch and Remediation Management Solution. Online Open Purchase Indigenous NOT ALLOWED Before Login Gurgaon Key Dates Document Download Start Date & Time : Document Download End Date & Time : Last Date & Time of Online Bid Submission : Date & Time of Online Technical Bid Opening : Bid Validity Period (Days): Project Duration : Documents to be submitted Physically : Friday, April 11, 2014, 10:00 AM Saturday, May 03, 2014, 05:00 PM Monday, May 05, 2014, 05:00 PM Tuesday May 06, 2014, 11:30 AM As per tender document As per tender document i. Participation Fee DD, ii. B.G. or DD for EMD iii. Other documents supporting eligibility criteria etc. as per tender document. Note : Tender Activity Configuration Pre-bid-meeting : Mode of Apo-Po : A pre bid meeting will be held at 1 st Floor, Department of information technology, Plot No. 5, Sector-32, Corporate Office, Gurgaon-122001 on April 21, 2014 at 03:00 pm. Bidders may discuss their queries in the meeting. However queries must reach us on or before April 19, 2014, 5.00 P.M through e-mail on dit@obc.co.in. Offline Mode of Document Fee Payment : Offline Mode of EMD payment : Mode of Security Fees Payment : Offline NA Payment Details:- Participation Fees(Rs.): Rs. 10,000/- EMD Amount : Rs.10,00,000/- Details:- Eligibility Criteria General Terms & condition Other details As per tender document As per tender Document 1. The bidders must fulfill the Pre Qualification criteria for being eligible to bid. 2. The specifications of tender shall be enabled to bidders fulfilling the Pre Qualification Page 3 of 40
Information for Online Participation criteria and after receipt of Document fees by the Purchaser. 3. The document fees instrument shall be returned to the bidder failing to meet the Pre Qualification criteria. 4. The EMD Of Rs. 10,00,000/- and Bank Draft of Rs. 10,000/- on account of participation fees along with physical copies of all the documents in support of eligibility criteria etc. must be received at the following address before the date and time of submission of bid. 5. The prospective bidders may discuss their queries in the pre bid meeting. Queries of the bidders must reach to the Bank on or before the given Date and time in RFP.No suggestions or queries shall be entertained after the date and time decided. 6. The schedule mentioned herein is subject to change. Notice of any changes will be provided in writing, through e-mail or publishing on Bank s website wherever feasible. Further please note that Commercial Bid opening Date, Time & Venue will be intimated to the technically qualified Bidders at a later date. 7. Contact details of the Bank: The General Manager (IT) Oriental Bank of Commerce, Corporate Office, Plot No.5, Sec-32 Institutional Area, Gurgaon 122 0021 Phone: 0124-4126211 Fax: 0124 4126212 Email : dit@obc.co.in Bidders who wish to participate in online tenders will have to register with the website (https://obc.abcprocure.com) through the "New user Registration" link provided on the home page. Bidder will create login id & password on their own in registration process. FACILITIES TO BE PROVIDED TO REGISTERED BIDDERS/ VENDORS BY THE SERVICE PROVIDER M/S e- Procurement Technologies Ltd: The following facilities shall have to be provided to the vendors registered for participating in the e-tendering process. (i) Digital Signature Certificate issued by approved certifying authority. (ii) Hardware token to store the Digital Signature. (iii) Training to the Vendor/Contractor for participating in the bids through e-tendering Website. (iv) 24x7, 365 days call center support/ email/ phone/ fax/ chat / mobile etc. in all possible medium. (v) Registration with the e-tendering website. (vi) Vendors/Contractors shall be permitted to participate in any other e-tender on the service provider's website for any other organization to whom the services are being provided. (vii) User Manual/ Training Kit to the Vendor/ Contractor. (viii) Any no. of users of Vendor/ Contractor organization can take training on the e-tendering system. Bidders who wish to participate in this tender need to procure Digital Signature Certificate as per Information Technology Act-2000 using that they can digitally sign their electronic bids. Bidders can procure the same from any or the CCA approved certifying agencies, or they may contact e-procurement Technologies Ltd. at below mentioned address and they will assist them in procuring the same. Bidders who already have a valid Digital Signature Certificate need not to procure the same. In case bidders need any clarification regarding online participation, they can contact, e-procurement Technologies Ltd. Corporate Office : B-705 Wall Street-2, Opp-Orient Club, Near Gujarat College, Ellis Bridge, Ahmedabad Tel : +91-079-40016802-882 Fax : +91-079-40016816/876 Cell1 : +91-9374519754 Cell2 : +91-9377988119 Email : support@abcprocure.comwebsite : http://www.abcprocure.com Bidders who wish to participate in e-tender need to fill data in predefined forms of PQ, Technical, and Price bid available in respective tender only. Bidder should upload scanned copies of reference documents in support of their eligibility of the bid and as per the instructions given in tender documents After filling data in predefined forms bidders need to click on final submission link to submit their encrypted bid. Page 4 of 40
e-tendering This Tender will follow e-tendering process [e-bids] as under, which will be conducted by Banks authorized e-tendering service provider M/s. e-procurement Technologies Ltd [abcprocure] through their Website as per details given below: a. Submission of Technical Bid & Commercial Bid by the Vendor b. Opening of Technical Bid & Commercial Bid by the Bank c. Clarification, if any, sought by the Bank. d. On-line evaluation by the Bank. Representative of Vendors will be given training for e-tendering by M/s. e-procurement Technologies Ltd [abcprocure]. The response to the present tender will be submitted by way of two stage bidding process Technical bid & Commercial bid. Bidders need to submit their both Technical & Commercial bids through online mode only at OBC s e-tendering portal https://obc.abcprocure.com. After opening of the Technical bids these shall be evaluated and commercial bids of technically qualified bidders only shall be opened. Short-listed vendors, if required, will be trained by e-procurement Technologies Ltd. for this purpose, and they will have to abide by the e-business rules framed by the Bank in consultation with e-procurement Technologies Ltd. The bidders are requested to note that it is mandatory to have a valid digital certificate (class-ii or above enabled for encryption) issued by any of the valid certifying authority approved by Govt. of India to participate in the online Event. The bidders are requested to ensure that they have the digital certificate, well in advance or if any assistance is required for the purpose, they can contact our service provider (M/s e-procurement Technologies Ltd.) at the under mentioned details: e-procurement Technologies Limited (abcprocure) Address: A - 201 / 208, Wall Street - II Opp. Orient Club, Nr. Gujarat College Ellis Bridge - Ahmedabad - 380 006 Gujarat (India) Phone No. : + 91 79 4001 6867 / 6855 / 6885 / 6886 / 6868 Fax No. : + 91 79 4001 6876 Email: vaishali@abcprocure.com Page 5 of 40
INTRODUCTION 1. Introduction The Oriental Bank of Commerce (hereinafter referred to as Bank or OBC), is one of the premier public sector banks, has successfully transformed itself into a modern age Bank to cater its customers efficiently and effectively. Bank has its Corporate Office at Gurgaon, 34 Regional Offices and 2100+ Branches spread across country. The Bank has set up a robust, scalable, secure, state-of-the-art Wide Area Network connecting its various branches and offices with its Data Centre (DC) and DR site. The Bank has 3-tier network where the access points, i.e., branches are connected to aggregating points, i.e. Regional offices which are linked to Data Centre and DR Site through 2 no. of 2Mbps links. As on date, all Head Office locations, Regional Offices & Branches and other offices are networked using Leased Lines with a backup through ISDN and VSATs. As part of Bank s Business Strategy to implement more Secure, Efficient, Productive, Information technology (IT) Management processes and Supporting IT Management applications, the Bank is seeking to implement Patch Management Solution. The Bank has prepared this Request for Proposal (RFP) to facilitate the selection of a vendor to provide such a solution. Accordingly Bank invites technically complete and commercially competitive bids from reputed bidders for Supply, Installation, Integration and Maintenance of a Comprehensive Patch and Remediation Management Solution For strengthening IT Infrastructure deployed across Bank s WAN locations including Primary Data Centre and DR Site. Page 6 of 40
2. Brief Overview of Bank s Wide Area Network and other Infrastructure (for the purpose of this project) are as summarized below:- 2.1 Wide Area Network The Wide Area Network of the Bank has 3 tiers Network Architecture as shown below: The Bank s WAN has core locations i.e. Primary Data Center, Near Line Site and Disaster Recovery Site. All the core locations are connected through multiple E1/E3 links. The Network Operation Centre (NOC), Gurgaon is connected through DC and DR sites through multiple 10 MB Lease circuits. The aggregation points i.e. 34 Regional Offices are connected through 2 MB links each with PDC and DR site. The access point i.e. 2100+ branches are connected through 64/128/256 Kbps Lease Lines and ISDN as backup links with respective ROs. Bank has deployed 2128 ATMs as on date out of which 1754 ATMs are deployed at onsite locations and 374 ATMs are deployed at offsite locations. The connectivity to offsite ATM locations is provided through CDMA, VSAT and Leased Lines. The existing VSAT network is mix of Ext-C & KU Band technology. There are 550 Bank Branches & offsite ATM locations spread across country falling under the purview of different Regions which are connected through VSAT based connectivity. 2.2.2 Operating Systems Windows:- various flavors of the Windows Operating System both at the client side (Windows Vista/ Windows 7) and the server (Windows 2003/2008) Virtual machine implementations using Microsoft Hyper V R2 Unix / Linux environment Linux, Sun Solaris 2.2.3 Desktop Software Microsoft Office 2003/7/2010 as the core document processing application Internet Explorer 6.1 SP1 and above Page 7 of 40
2.2.4 Core Application details Finacle Core Banking Application from Infosys version 7.0.25 Base 24 (ATM) Internet Banking Mobile Banking 2.2.5 Database / Programming Environments The following RDBMS are in use at the bank:- 1. Oracle 11g 2. Oracle 10g & above (Lower versions like 8 & 9 should also be supported) 3. SQL Server 2005 & above 2.2.6 Detail of Other Applications RTGS Internet Banking SFMS (NEFT) Mobile Banking Cash Management System (CMS) RTGS PI CFMS Credence (Treasury) CCIL Applications(NDS OM, CBLO, NDS CALL, NDS AUCTION, CROMS) IDEAS(ATM pin printing, etc) CDSL & NSDL Anti Money Laundering (AML) imac Risk Scorer, imac CRAR Calculator ALM MIS(D2K) Cash Switch (Speed remittance) HRMS PF OBC WEB Intranet Portal PTS (proposal Tracking System) ATM Recon ASBA FINDART SMS Alert Biometric Authentication Email Applications: MS Exchange 2010. Internet Proxy Servers: Websence Page 8 of 40
2.2.7 Hardware Specifications and numbers Most hardware are at least Intel Core 2 Duo, 1.8 GHz CPU, 2 GB RAM, 160GB, Windows XP SP3 and above. Below is the approximate distribution of the Operating System types Windows Workstations - 15000 Windows Servers - 50 Oracle Sun Servers Page 9 of 40
3. Bidder s Eligibility Criteria The Bank will use the following pre-qualification criteria. Only those bidders fulfilling the below mentioned criteria should respond to the tender:- S.No. 1 2 3 4 5 6 7 8 9 10 Eligibility Parameters The Bidder should be a Govt. Company / Public Sector Undertaking / Private Sector Enterprises / Partnership firm or a limited company incorporated in India having existence in India for the last 5 years. The necessary certificates, for example, Certificate of Incorporation in case of a Limited company, Registration Certificate should be submitted with the offer. The Bidder should be in existence in India for minimum of five years as on 01.04.2013 and providing the services in the area of implementation of Desktop Management Solutions for last five years in India. The Bidder should have minimum annual turnover of at least Rs. 25 Crores in the last three financial years (i.e.2010-11, 2011-12 & 2012-13) and should have reported profit for the same period. The Bidder should have supplied and implemented Desktop Management Solutions in at least two of the reputed organizations in BFSI Sector of which one should be Public Sector Undertaking Bank, Govt. of India in India during the last five years. The Bidder should have implemented the proposed Centralized Desktop Management System/ Solution for more than 10,000 Desktops in Public Sector Undertaking, Govt. of India or BFSI organization in India during last five years in India. The Bidder should have the qualified staff and service centers across India to provide the support during Warranty and AMC on the offered solution. The Bidder should be an OEM or their authorized agent/reseller. Either the authorized partner on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product for this tender. The Bidder should have the back to back support arrangement with OEM on the offered solution. The Bidder should have OEM certified professionals on the offered solution for supporting the same and should furnish necessary documentary proof and certification details. The Bidder shall submit a letter of undertaking that they are not currently blacklisted by any of the Central/ any of the State Governments/BFSI in India or any Financial Institution in India. Page 10 of 40
4. Scope of Work Bank is in the process of augmenting Information Security for End points for which there is a requirement of Enterprise Patch Management Solution 1. The Bidder shall be responsible for Supply, Installation, Configuration, Integration, Operationalization and Maintenance of Patch Management Solution to be deployed at various Bank s WAN locations including other critical locations Primary Data Centre, Disaster Recovery Site for approx.15000 clients. The Broad scope of work for the bidder under this RFP shall be To protect all Servers, PC/Desktops and LAPTOPs hereafter referred as Desktops of the Bank by using Policy enforcement Solution. To ensure that all desktops having various Operating Systems are updated with the latest updates and patches. To maintain the inventory details of Hardware and software Asset and generate the reports. To take entire control of Desktops remotely and fix the problem. To bring all desktops under comprehensive centralized desktop management solution. 2. The Bidder shall Integrate and Configure the offered solution with Bank s existing Network and Security setup deployed at Primary Data Centre in coordination with Bank s Network Integrator & IT team. The configuration of the offered solution should be done in consultation with Bank s IT team. 3. The offered solution should be Comprehensive, Easy to Deploy, Robust, Scaleable, Secure, Reliable, State of art & should be in high availability to achieve the highest uptime to ensure minimum disruption of services offered to end points & to meet the current and futuristic requirement of the Bank. 4. As customer centric applications viz. Finacle, Internet Banking, ASBA, Mobile Banking etc will run on the offered solution the Bidder shall be responsible for ensuring the highest uptime i.e. 99.5% to be calculated on monthly basis. 5. The Bidder shall use the suitable IP addressing schema in coordination with existing Network Integrator and Bank s Network/Security team. If it is felt that IP design needs to be changed at a later date, the bidder should design the new IP Schema as per Bank requirement in consultation with Network Integrator of Bank without any extra cost to Bank. 6. Security being prime concern, the offered solution should not breach the security of any other installations of Bank in any way. Bank s IT consultant or auditor or Security Integrator of Bank may conduct the security audit of the proposed Patch Management Solution. Page 11 of 40
7. It would be the responsibility of the Bidder to arrange the road permit or any other document required for delivery of the material till Bank s premises. In this regard document required if any from Bank side shall be provided to the Bidder by the Bank. 8. The Bidder shall manage and support the supplied Patch Management Solution for a period of 5 years at least i.e. 3 years during warranty and 2 years during AMC period. 9. Any other equipment or software which is not mentioned in the RFP but required for smooth operationalization of the Patch Management solution during Warranty and AMC period shall be provided by Bidder. 10. It is the responsibility of Bidder to comply the guidelines/instructions of Govt. or other regulatory body for installing, integrating & operating the offered solution. 11. It is the responsibility of the Bidder to submit the related reports on an ongoing basis. Further the bidder shall also provide the facility of dashboard for viewing the status of end points along with other details at any point of time. 12. The Bidder shall provide 3 (THREE) years comprehensive on-site warranty on 24x7x365 days basis for the offered solution covering all components, services and visits as specified in the RFP. 13. The Bidder shall meet the defined SLAs for uptime of the supplied equipments and should ensure the lower turnaround time in the event of equipment failure. The Bidder should have adequate staff support to attend the call & rectify the fault within 4 hours of receipt of complaint. 14. The Bidder shall provide the ongoing support and maintenance once installation and configuration of the offered solution is stable and complete. 15. The Bidder shall be responsible for providing the operational patch management security training to identified Bank s management and staff either in groups or to individuals as and when asked. 16. The Bidder shall provide the required qualified & trained resources during testing, deployment and rollout of the offered solution. 17. The Bidder shall be responsible for Integration of the offered solution with Bank s Active Directory System. Further the offered solution should also support smooth integration with Security Information and Event Management Solution as and when deployed by the Bank. 18. The Bidder shall ensure the seamless installation and integration of the offered solution without disturbing the ongoing working of the existing equipments and applications. Further the bidder shall ensure that there is no Page 12 of 40
impact on the performance of the existing applications by monitoring the overall health of the supplied equipments. 19. The Bidder should have the Back to Back support agreement with OEM to ensure the smooth working and to achieve the highest uptime on the offered solution. Further the bidder should ensure the RMA support in case of Hardware and Software failure. The replacement of faulty equipments should match the performance requirements of existing solution or better. 20. The Bidder shall deploy educated and qualified Facility Management (FM) staff at Primary Data Center where equipments shall be deployed for smooth monitoring and operationalization of the offered solution. The FM shall be responsible for regular Backup of the Configuration, Logs, ensuring latest patches are available on all the Desktop and servers and related Data of the supplied equipments. 21. The Bidder shall be responsible for compliance of RBI Guidelines issued in the area of Patch Management Solution and other related advisory, if any. 22. The Bidder shall be responsible for Supply/Development of tool required if any for smooth operationaization of the offered solution. The details of such tool must be attached with technical bid. 23. The Bidder shall get the Implementation Design vetted from OEM of the proposed solution. 24. The Bidder shall be responsible for conducting the site survey to understand the existing IT infrastructure. Non-familiarity with the site conditions will not be considered a reason either for extra claims or for not carrying out the work in strict conformity with the time schedule and specifications. The successful Bidder is expected to familiarize themselves with the site conditions in all respect. 25. The Bidder shall be responsible for timely updating the patch management server with latest patches released by the OEMs. Or the solution should have the feature of receiving information about new patches from vendors and push this information to the patch server. 26. The Bidder shall be responsible for timely compliance of the VA observations of the supplied solution as and when shared by the Bank. 27. The Bidders shall check the patches in the test environment before rolling out the same in the production environment i.e. Bidder has to follow the full Patch Management Cycle. All the issues related to the Patch Management Solution (PMS) will be addressed and resolved by the Bidder. Note:-Scope of supply also includes components, materials, accessories, latest version of Licenses required to render the equipment and systems offered complete in all respects even though every individual item may not have been specifically mentioned in the RFP. Page 13 of 40
INSTRUCTIONS TO BIDDERS 5. Bidding Process 5.1 RFP Document and Submission of Bid The interested eligible vendor may download the RFP from the Bank s website, i.e., www.obcindia.co.in or https://obc.abcprocure.com 5.2 Submission of Bid Bidders need to submit their quotation through online mode only at Bank s e Tendering portal https://obc.abcprocure.com. 5.3 Two Stage Bidding Process The bidder will submit his response to the present tender separately in two parts The Technical Bid and The Commercial Bid. The technical and commercial bids shall be submitted online but the supporting documents referred to in this RFP document are required to be submitted to the Bank in physical form as mentioned in the following paragraphs. Technical Bid will contain the details as required in the Eligibility criteria, along with the documentary evidence, and other documents related to the bid, whereas the Commercial Bid will contain the pricing information. In the first stage, only the Technical Bids will be opened online and evaluated as per the criterion determined by the Bank. Bank may at its discretion invite the bidders for presentation before the selection committee of the Bank. Those bidders satisfying the technical requirements as determined by the Bank and have submitted EMD and Bid participation fee as mentioned in RFP, shall be short-listed for opening their Commercial Bid. The (T1+ L1) vendor shall be decided on the basis of the Commercial Bids of Technically qualified bidders. Further Bank may go for reverse auction process. Bidders have to submit all the documents as mentioned in technical BID with participation fee and EMD in a sealed envelope to the Department of Information Technology before closing date and time of the BID. If Bidder fails to do so in time, the online bid submitted by him will not treated as valid and will not be considered. 5.4 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its bid and the Bank will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. Page 14 of 40
5.5 Late Bids Since bidding will be online, the bidder will not be able to upload/ submit their bids after the specified time on last date of bid submission. 5.6 Clarifications of RFP A prospective bidder requiring clarification on any point mentioned in the RFP may notify the Bank in writing or by fax/e-mail at the address indicated below: The General Manager (IT) Oriental Bank of Commerce Department of Information Technology Corporate Office, Plot No. 5, Sec 32, Institutional Area, Gurgaon 122 001 Fax: 011-4126212 E-mail: dit@obc.co.in 5.7 Amendment to RFP Contents At any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) requested by a prospective bidder, modify the RFP contents by amendment. Amendment will be published on Bank s website as well as e-tendering website, and will be binding on bidders. The Bank shall not be liable for any communication gap. In order to provide prospective bidders, reasonable time to take the amendment into account for preparation of their bid, the Bank may, at its discretion, extend the last date for bidsubmission. Further the Bank reserve the right to scrap the RFP or drop the tendering process at any stage without assigning any reason. 5.8 Pre-bid Queries A Pre-bid meeting will be held with all the prospective bidders on 21 st April 2014 (3.00 P.M) at 1 st Floor, Department of Information Technology, Plot No.5, Sector-32 Corporate Office, Gurgaon to provide clarifications on points raised by them regarding this RFP. The bidders should send their queries in writing so as to reach us latest by 5.00 P.M on 19 th April 2014 through email/fax/letter. Queries not received within this time may not be taken up during the pre-bid meeting. Page 15 of 40
6. Bid Features 6.1. Language of the Bid All bids and supporting documentation must be in English only. 6.2. Bid Currency & Price Structure Prices shall be expressed in the Indian Rupees only. The prices quoted by the bidders should be inclusive of Supply, Installation, Configuration, Operationalization, Integration and Maintenance of offered Patch Management Solution. The price quoted must be inclusive of all duties and charges related to freight, insurance, forwarding, packing, dispatch, installation etc. However, Value Added Tax, Sales Tax, Octroi, Service Tax and Local Taxes, if any, are payable extra on actual. The Bank shall neither pay any other cost nor consider any other cost for L-1 Bidder. The cost will not depend on any variation in USD/ / exchange rate or change in tax structure. 6.3. Validity Period The Bids should be valid for a period of six months from the date of bid submission. A bid valid for a shorter period shall be rejected by the Bank as non responsive. 6.4. Format & Signing of Bid Each bid shall be made in the legal name of the bidder and each page of it shall be signed and duly stamped by the bidder or a duly authorized person to sign on behalf of the Bidder. Any interlineations, erasure or overwriting shall be valid only if these are initialed by the person(s) signing the bid. Executive(s) representing the bidder should be duly authorized to sign the bid, interacting with the Bank for all sorts of communication as well as appearing in for price negotiation meeting, in case the bidder emerges as L-1 as a result of commercial evaluation of all technically qualified bids. A letter of this intent, issued by the Proprietor, CEO, Director, or any top level executive, authorizing representing executive(s) should be submitted as part of the Technical Bid. 6.5. Reliability/Quality of the Hardware The equipments supplied by the bidder should be Secure, Robust and reliable, as per technical specifications. The bidder should also specify the lifetime of hardware. The bidder must guarantee that all offered equipments delivered are brand new. Further all related software to be supplied/delivered and installed must be of latest version. Page 16 of 40
6.6. Technical/Commercial Bid Essentials TECHNICAL BID - The Technical Bid must contain the following: Online: 1. Bidder s General Information (Annexure-I) 2. Bidder s Eligibility Criteria (Annexure-II) 3. Compliance with technical specifications (Annexure-III) 4. Point wise Compliance with the Scope of Work Physical Documents: 1. Letter authorizing representing executive(s); 2. Documents in support of meeting Bidder s Eligibility Criteria; 3. Demand Draft towards participation fee. 4. Demand Draft / Bank Guarantee on a/c of EMD. 6. Letter of unconditional acceptance of all Terms & Conditions as mentioned in the RFP. 7. Details of Service/Support Infrastructure; 9. Audited Balance Sheet and Profit & Loss Account documents for the last 3 years; 10. Undertaking to provide Post Warranty Maintenance Support for networking equipments and arrange for spare parts for a minimum period of 2 years after expiry of warranty period. COMMERCIAL BID The following documents should be submitted online : 1. Bill of Material with Pricing Information of equipments / items with 3 years comprehensive on-site warranty and 2 years AMC (Annexure IV). 2. L1 bidder determination sheet (Annexure V). This shall be generated automatically based on the inputs given in Annexure-IV. 7. 0 Bid Evaluation The purpose of bid evaluation is to determine the lowest responsive bid amongst the substantially responsive bids received by the Bank. In order to determine the lowest responsive bid, the Bank shall adopt a systematic evaluation process comprising of following logical steps. Page 17 of 40
7.1. General Evaluation 1. The Bank will examine the bids against Bidder s Eligibility Criteria mentioned in the RFP. Bidders who do not qualify all the criteria in this section shall be summarily rejected from further evaluation. 2. The Bank will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 3. The Bank may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. The decision of the Bank in this regard shall be final and binding. 4. Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each bid against this RFP. For purposes of these clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the RFP without material deviations. 5. During evaluation of the bids, the Bank may, at its discretion, ask the bidder for providing clarification on any point mentioned in its bid. The request for clarification and the response shall be in writing. 7.2 Evaluation Criteria The evaluation of bids will be based on Techno-Commercial Evaluation wherein Technical bid will carry 75% weightage and Commercial will carry 25% weightage.it may be noted that Techno-commercial bids will be subjected to following evaluation process. Based on the technical evaluation criteria, each bidder will be given certain marks. The Bidders who have secured 70 % marks will only be eligible for commercial evaluation. I. Technical Evaluation After opening of the Technical bids, these shall be evaluated based upon Bidder Scoring Criteria mentioned in Annexure-VIII.The Bidder needs to achieve a cut off score of 70 % marks in the technical bid evaluation to be qualified for commercial bid opening. Page 18 of 40
II. Commercial Evaluation A score(s) will be calculated for all technically qualified bidders using the formula:- (Minimum Commercial Quote/Quoted Price) x 25% + (Technical Score/Highest Technical Score) x 75% (Technical will carry 75% weightage and Commercial will carry weightage of 25%) Highest scores so obtained using the above method shall be declared L-1. In case of tie-up in Techno-Commercial evaluation score, the bidder scoring highest technical score will be declared L-1 bidder. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the bidder does not accept the error-correction, its bid will be rejected, and its bid security may be forfeited. 8. Award Notification The acceptance of a bid, subject to contract, commercial considerations & compliance with all terms and conditions will be communicated in writing by means of placing order at the address supplied by the bidder in its bid. Any change of bidder s address, should therefore be promptly notified to: The General Manager (IT), Oriental Bank of Commerce, Department of Information Technology, Corporate Office, Plot No. 5, Sec-32 Institutional Area Gurgaon 122 001 (Haryana) E-mail: dit@obc.co.in 9. Bidder s Disqualification and Rejection of Bids Any bidder not complying with the Bidding process is liable for disqualification at any stage. The Bank reserves the right to reject all the Bids or annul the tendering process at any stage without assigning any reason. Decision of the Bank in this regard shall be final, conclusive and binding on the bidders 10. Proposal Ownership The bid and all supporting documentation submitted by the bidders shall become the Bank s property and the Bank reserves the right to accept or reject any request made by any bidder to return or destroy the bid and accompanying documentation. Page 19 of 40
11. Technical Inspection and Performance Evaluation The Bank reserves the right to carry out a Technical Inspection and Performance Evaluation (benchmarking) of offered Patch Management equipments offered by short-listed bidders. 12. Delivery, Installation and Commissioning of Items The vendor shall be responsible for delivery and installation of the ordered item(s) at the site i.e. Primary Data Centre, Mumbai and for making them fully operational at no extra charge within 6-8 weeks of the date of purchase order. Appropriate insurance to cover the ordered item(s) for the transit period and till the time of its installation. The cost of the insurance will be borne by the vendor. At the discretion of the Bank, there will be an acceptance test conducted by the vendor in presence of the Bank official(s) and/or its nominated consultant(s) after installation of complete item(s). In case of serious discrepancy in the offered security equipments supplied, the Bank may cancel the entire purchase order and return the item(s) back to the vendor at vendor s costs and risks. The vendor shall give acceptance of the order within one week from the date of order. Bank has right to cancel the order, if the same is not accepted within the stipulated period from the date of order. The Bank will arrange electrical points and LAN cabling required, if any, at the locations. 13. Performance Bank Guarantee The Bidder has to submit a Performance Bank Guarantee (PBG) i.e. 10% of the order value to the Bank within 30 days from the date of rate contract. This Bank Guarantee should be valid up to 5 years (i.e. during warranty and AMC period) from the date of its issuance. The Performa for Performance Bank Guarantee is attached as Annexure VII. 14. Payment Terms The Bank will make payment as per following scheduled terms. 25% - On delivery of the equipments. 65% - After Installation, Configuration, operationalization and Integration of the same to the satisfaction of the Bank. 10% - 30 days after operationalization of the offered solution at all the locations. The Facility Management (FM) payment shall be paid on quarterly arrear basis after completion of quarter on receipt of invoices. Page 20 of 40
15. Earnest Money Deposit The bidder shall furnish, as part of the Tender Documents, a bid security for an amount of Rs.10,00,000/- (Rupees Ten Lac) in the form of a demand draft/pay order/financial Bank Guarantee as per Annexure VI, valid for six months from the last date of bid submission, in a sealed envelope super scribed as BG-EMD. The demand draft/pay order should be drawn in favour of Oriental Bank of Commerce payable at Delhi. The bid security should form part of the Tender Documents (Technical Bid) submitted by the vendor. Failure to comply with this condition shall result in summary rejection of the tender offer and no vendor shall be exempted from the requirement of bid security. No Interest will be paid on the bid security amount. The bid security of unsuccessful bidder shall be returned, only after the successful completion of the tender process. The bid security shall be forfeited 1. If a bidder withdraws his offer during the period of validity of bid.2. If the successful bidder fails to honor the order or if the order is cancelled in terms of order cancellation clauses as mentioned elsewhere in this document. 16. Further Orders The Bank may, over and above the quantity mentioned in this RFP, place further orders for Supply, Installation, Configuration, Integration and Operationalization and Maintenance of Patch Management Solution at the same rate and terms & conditions as per the Rate Contact entered into with finally selected vendor within 12 months period from the date of first purchase order. However, if during the said 12 months period, any downward price-revision for any of offered equipments occurs, and then vendor must offer the same to the Bank without any delay and request from the Bank. 17. Order Cancellation The Bank reserves the right to cancel the purchase order in the event of one or more of the following situations: 1. Delay in supply, installation, and commissioning of Patch Management solution i.e. beyond the specified period (6-8 weeks). 2. Deviations of the offered Patch Management equipments proposed from those mentioned in the RFP including non-integration of these equipments with Bank's infrastructure as mentioned in Scope of Work above to the satisfaction of the Bank. In the event of order cancellation the vendor shall be responsible to take back the faulty equipments at their cost & expenses. In the event of cancellation of order, the Bank shall also invoke the Performance Bank Guarantee (PBG) submitted by the bidder. Page 21 of 40
18. Manuals/Guides The offered Patch Management Solution will have to be supplied with all the manuals/guides in electronic form and/or printed booklet(s) as provided by the respective Original Equipment Manufacturers. All the manuals/guides should be in English only. 19. Warranty All hardware should be covered under comprehensive on-site warranty/ Maintenance for 36 months by the bidder from the date of installation and acceptance of the system by the Bank. The vendor shall be fully responsible for the warranty of all equipments, accessories, spare parts, software, etc. against any defects arising from design, material, manufacturing, workmanship or any act or omission of the manufacturer and/or vendor any defect that may develop under normal use of supplied equipment during warranty period. During the Warranty period of equipments, bidder shall not assign any kind of maintenance like hardware, software, up gradations etc. related to these equipments to any third party. Warranty should not become void if the purchaser buys any other supplemental hardware from third party and install it with/in these machines. However, the warranty will not apply to such hardware items installed. Warranty should cover the following:- a) Service support should be available on 24*7*365 basis. b) The complaint should be resolved at the earliest with following uptime and conditions Complaint must be rectified within 4 hours of receipt of complaint to maintain uptime of 99.9% per month. Warranty should cover firmware patches/bug fixes, signatures, if any, for hardware and related software. 20. Annual Maintenance Contract (AMC) After expiry of the 3 years warranty period, the Bank may enter into a contract with the vendor(s) for Post Warranty Support required for proper maintenance of offered Patch Management Solution supplied by them. The vendor(s) must undertake to arrange spare parts for a minimum period of 2 years after expiry of warranty period. The bidder shall not outsource the maintenance work assigned by the Bank, to any third party and shall arrange attending of all complaints registered by the Bank officials through its own service/support infrastructure only. Page 22 of 40
The payment for AMC charges shall be released to the vendor on quarterly arrear basis. The Bank reserves the right to terminate the comprehensive AMC by issuing one month s notice to the bidder, if the services rendered by the bidder are found dissatisfactory. In that case, the bidder will refund the proportionate amount of AMC for the rest of the period of the AMC, if any. Not following all that is mentioned above, the Bank reserves the right to outsource the hardware maintenance work to a third party or the Bank may decide to perform the same through its internal resources. Whatever the case may be (either thirdparty maintenance or maintenance through internal resources); the vendor(s) shall provide requisite maintenance training, technical know-how, and expert assistance to the persons and/or agencies, duly authorized by the Bank for this purpose. The responsibilities of the bidder during the AMC period are same as mentioned above in the section "Warranty" 21. Support The Bidder is required to provide sound after-sales service/support by arranging timely attending of calls received from Primary Data Centre, Mumbai where the solution have to supplied & installed; and problem rectification through competent service engineers. The desired support time should be uniformly maintained at all the other sites. To meet up time the vendor has to maintain sufficient inventory of spare parts/equipments at all the support centers to avoid unnecessary delay in obtaining the spare parts/equipments. The vendor must supply the details of its service/support infrastructure meant for registering the complaints along with the contact numbers like mobile nos., phone nos., electronic mail addresses and names etc. of its service engineers. 22. Spare Parts The vendor shall ensure availability of spare parts for the supplied equipments for a minimum period of five years from the time of their acceptance. Thereafter, vendor shall give at least twelve months notice prior to discontinuation of support services, so that the Bank may order its requirements of the spares, if desired. If any of the peripherals, components like expansion cards, memory etc., are not available or difficult to procure or the procurement is likely to be delayed for replacement, the replacement must be carried out with peripheral/component of equivalent capacity or higher capacity at no additional charges to the Bank, within the stipulated time as mentioned in the section 'Warranty' above. However, lower capacity of such replacement shall be permitted byte Bank on case-to-case basis subject to practical limitations of Security equipments for which such replacement is required. Page 23 of 40
23. Liquidated Damages The Bank expects delivery and installation within 6-8 weeks. However, if the vendor commits delay in delivery or installation, integration of the offered Patch Management solution as mentioned in the purchase order within the period, the bidder will be liable to pay a sum of 1% (one percent) of the undelivered/uninstalled portion of the order value per site for each week of delay beyond the scheduled delivery date by way of liquidated damages. Cap on liquidated damages shall be 10% of the undelivered/uninstalled value of the order. 24. Failure of equipments If, during the warranty period as well as AMC period, any equipment fails to function properly four or more times during a quarter due to any reason except force majeure event, the bidder shall arrange replacement of the same by new equipment of same or higher configuration, at no extra cost to the Bank. 25. Penalty (during Warranty & AMC periods) The Bank expects 99.9% or above uptime for the offered solution to be calculated on monthly basis for the offered solution. However, any deviation from the same shall invite penalty as under. Uptime 1 St Instance (Figures in INR) 2 nd Instance (Figures in INR) < 99.9% up to 99% 10000 15000 20000 < 99% up to 98% 20000 25000 30000 < 98% up to 97% 30000 30000 40000 3 rd Instance onwards (Figures in INR) Maximum cap on penalty on above shall be Rs.1,00,000/-. In addition to above Bank may invoke the Performance Bank Guarantee (PBG). 26. Indemnity Bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademark, copyright etc., or such other statutory infringements in respect of all the security equipments supplied by it. 27. Publicity The Bidder shall ensure that the name of the Bank does not appear in any of its advertisements, product demonstrations, sales promotion schemes, or any publicity initiatives, without obtaining explicit written permission of the Bank in this regard. The Bank, however, reserves the right to reject any such request made by vendor. Page 24 of 40
28. Suspension of Work The Bank reserves the right to suspend and reinstate execution of the whole or any part of the work without invalidating the provisions of the contract. The Bank will issue orders for suspension or reinstatement of the work to the vendor in writing. The time for completion of the work will be extended suitably to account for duration of the suspension. 29. Guarantees Bidder should guarantee that the offered Patch Management Equipments to the Bank are brand new. 30. Force Majeure The vendor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that it s delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, Force Majeure means an event beyond the control of the Vendor and not involving the vendor s fault or negligence and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war, fire, floods, strikes, lock-outs and freight embargoes. If a Force Majeure situation arises, the vendor shall promptly notify the Bank in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by the Bank in writing, the vendor shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. In such a case, the time for performance shall be extended by a period not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the Bank and the vendor shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the Bank shall be final and binding on the vendor. 31. Inspection of Records All Bidder records with respect to any matters covered by this tender shall be made available to the Bank or its designees at any time during normal business hours, as often as the Bank deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Said records are subject to examination. Bank s auditors would execute confidentiality agreement with the Bidder, provided that the auditors would be permitted to submit their findings to the Bank, which would be used by the Bank. The cost of the audit will be borne by the Bank. The scope of such audit would be limited to Service Levels being covered under the contract, and financial information would be excluded from such inspection, which will be subject to the requirements of statutory and regulatory authorities. Page 25 of 40
32. Confidentiality Provision The terms of this RFP, the information provided by Bank herein and all other information provided by Bidder in connection with the requirement mentioned in this RFP to be provided by the Bidder pursuant to this RFP, are to be treated by Bidder as strictly confidential and proprietary. Such materials are to be used solely for the purpose of responding to this request. Access shall not be granted to third parties except upon prior consent of Bank and upon the written agreement of the intended recipient to treat the same as confidential. Bank may request at any time that any of Bank s material be returned or destroyed. 33. Limitation of Liability The Bidder s aggregate liability in connection with obligations undertaken as a part of this RFP regardless of the form or nature of the action giving rise to such liability (whether in contract, tort or otherwise), shall be at actual and limited to the value of the contract. The Bidder s liability in case of claims against the Bank resulting from misconduct or gross negligence of the Bidder, its employees and subcontractors or from infringement of patents, trademarks, copyrights or such other Intellectual Property Rights or breach of confidentiality obligations shall be unlimited. The Bank shall not be held liable for and is absolved of any responsibility or claim/litigation arising out of the use of any third party software or modules supplied by the Bidder as part of this RFP. 34. Resolution of Disputes The Bank and the vendor shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, the Bank and the Vendor are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by the Bank and the other to be nominated by the Vendor. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The arbitration and reconciliation act 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be New Delhi. Page 26 of 40
Annexure I Bidder s General Information Sl Information Required Bidder s response 1 Name of the bidder 2 Year of starting operations 3 Constitution of the bidder, i.e., Limited Company, Private Limited Company etc 4 Bidder s registered address 5 Bidder s corporate address 6 Address(es) of partner(s), if applicable 7 Name(s) of the authorized executive(s) 8 E-mail/Phone/Fax nos. details of authorized representative(s) 9 Net Profit (Rs. In crores) During FY 2010-11 During FY 2011-12 During FY 2012-13 10 Total Turnover (Rs. In crores) During FY 2010-11 During FY 2011-12 During FY 2012-13 11 No. of support centres with their addresses 12 Experience in deployment of Patch Management Solution. The detail of the reference sites where the bidder has successfully supplied and operationalised the same solution is to be shared with the Bank. Signature Seal of the bidder Page 27 of 40
Bidders Eligibility Criteria The following is the bidders eligibility criteria. S. No. 1 2 Eligibility Parameters The Bidder should be a Govt. Company / Public Sector Undertaking / Private Sector Enterprises / Partnership firm or a limited company incorporated in India having existence in India for the last 5 years. The necessary certificates, for example, Certificate of Incorporation in case of a Limited company, Registration Certificate should be submitted with the offer. The Bidder should be in existence in India for minimum of five years as on 01.04.2013 and providing the services in the area of implementation of Desktop Management Solutions for last five years in India. Annexure II Compliance (Y/N) with documents Certificate of Incorporation. Relevant Documentary Proof to be submitted. 3 4 The Bidder should have minimum annual turnover of at least Rs. 25 Crores in the last three financial years (i.e.2010-11, 2011-12 & 2012-13) and should have reported profit for the same period. The Bidder should have supplied and implemented Desktop Management Solutions in at least two of the reputed organizations in BFSI Sector of which one should be Public Sector Undertaking Bank, Govt. of India in India during the last five years. Bidder to submit the Audited Balance sheets of the said 3 years and certificate of Chartered Accountant. Relevant PO copies to be submitted. 5 6 7 8 The Bidder should have implemented the proposed Centralized Desktop Management System/ Solution for more than 10,000 Desktops in Public Sector Undertaking, Govt. of India or BFSI organization in India during last five years in India. The Bidder should have the qualified staff and service centers across India to provide the support during Warranty and AMC on the offered solution. The Bidder should be an OEM or their authorized agent/reseller. Either the authorized partner on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product for this tender. The Bidder should have the back to back support arrangement with OEM on the offered solution. Relevant Documentary proof to be submitted Relevant Documentary proof to be submitted Authorization letter should be produced by Bidder of the OEM. Undertaking Document to be submitted. 9 The Bidder shall submit a letter of undertaking that they are not currently blacklisted by any of the Central/ any of the State Governments/BFSI in India or any Financial Institution in India. Undertaking Document to be submitted. 10 The Bidder should have OEM certified professionals on the offered solution for supporting the same and should furnish necessary documentary proof and certification details. Undertaking Document to be submitted. Please enclose documentary proof for all the above criteria. In absence of these, the bids will not be considered for further evaluation. No further correspondence will be entertained in this case. Page 28 of 40
Technical Specifications Annexure III Technical Specifications for Patch Management Solution is given below. Patch Management Solution Sr. No Technical Specifications 1 Solution Architecture 01. The architecture of the offered Patch Management Solution should be safe and secure. 02. The Patch Management Solution may be appliance based. Incase of non-appliance the bidder has to supply the complete hardware, software, operating system, database software etc. It would be the responsibility of the Bidder to supply the solution complete in all respect. 03. The offered Patch Management solution should not have any impact on the Wide Area Network and on working of Bank s core applications. 04. The offered Patch Management Solution should support centralized and or distributed architecture. 05. The offered solution should support the virtualized environment also. 06. The Patch Management solution should support failover or redundancy. Compliance (Yes/No) Remarks 2 Discovery 01 The Patch Management solution may be Agent-based or an Agent less. 02 The offered solution should have the capability to discover the Assets operational across Bank s locations i.e. Scan the network to produce a full inventory of IT assets, and provide flexible ways to group and classify these assets. 03 The solution should discover the assets operational in virtual environment. 04 The Patch Management solution should support the heterogeneous environment i.e. multiple version of operating systems (Microsoft, Unix, Linux, Mac OS, Sun Solaris etc.) Page 29 of 40
05 The Patch Management solution should not be machine or configuration dependant. The solution should work smoothly and independently irrespective of configuration and hardware. 06 The Patch management solution should support the range of applications (Adobe, Mozilla, Real Networks, Apple, Java) etc. 07 The Patch Management solution should have the ability to manage PCs, Laptops, Servers, Routers, Printers etc on or off the network. 08 The Patch Management solution should support the Dynamic IP environment. 09 The Patch Management solution should support the applications working on non-standard ports. 3 Deployment and Administration 01 The offered solution should support the centralized administration and support roll based access control. 02 The Patch Management solution should support the IPs into groups IP range Network Groups Arrangement of Assets into groups Identification of assets having similar configuration and OS etc 4 Vulnerability Assessment 01 The solution should be capable of detecting the vulnerabilities. 02 The solution should support the remote assessment, local checks with credentials, passive assessment etc. 03 Incase of local checks with credentials solution should support credentials such as SSH, SNMP etc. 04 The Patch Management solution should have the capability to do the Vulnerability assessment and their prioritization i.e. Identifying the vulnerabilities based on the specific endpoints in the environment and rank them in terms of which have the most impact and which are most important to address. 05 The solution should support the large size of vulnerability signature database. 06 The solution should have the capability of scanning the systems continuously. Page 30 of 40
07 The solution should support the known Anti-virus Solutions. 08 The solution should have the capability to scan the various types of operating systems for remediation of their known and discovered vulnerabilities. 09 The solution should support various services/protocols for remediation of their discovered vulnerabilities. 10 The solution should support various applications for remediation of their discovered vulnerabilities. 11 The solution should have the flexibility to change the existing rules or customization of rules as per business requirement of the Bank. 5 Remediation/Patch Management 01 The offered solution should support the event-driven remediation i.e. automatically initiate the process on receipt of a critical patch. 02 The offered solution should support policy based remediation actions. 03 The solution should support virtual machines that are offline. 04 The offered solution should support rollback of patches and service packs applied. 05 The Patch Management solution should have the capability for Remediation i.e. Continuously deploy, monitor, detect and enforce patch management policies. 6 Integration Capabilities 01 The solution should support easy integration with Bank s enterprise Wide area Network (WAN) i.e. providing vulnerability assessment, device discovery etc. 02 The solution should support the smooth integration with other security solutions such as SIEM, Anti-Virus, IPS, NAC etc. 03 The solution should support the Application Programming Interface. 04 The Patch Management solution should have the facility to integrate easily with other security and configuration management systems. Page 31 of 40
7 Reporting and Alerts 01 The offered solution should have the reporting capabilities. O2 03 The solution should have the capability to generate report specific to one environment or should be capable of generating reports with an enterprise view. The solution should come along with standard reports and or can generate the customized reports as per business requirement. 04 The solution should support the various reporting formats i.e. reports can be downloaded easily and or exported. 05 The offered solution should include the remediation information in the reports. 06 The solution should have the ability to consolidate scan data and to produce a single report for the entire network. 07 The solution should support the regulatory specific reports. 08 The solution should be capable of producing alerts Based on a specific vulnerability condition. When a new host is discovered. When a host exceed its threshold. 8 Solution and Data Security 01 The Patch Management Solution should be safe, secure and protect the data in transit. Access controls are in place on the user application. Solution should have role based access control features. 9 Documentation Requirement 01 The offered patch Management Solution should come along with all operational technical manuals along with other related documents. 02 The Patch management solution should support the Range of applications (Adobe, Mozilla, Real Networks, Apple, Java) etc. 03 The Patch Management solution should be capable of generating real time reports on patches deployed, when, by whom, to which endpoints, etc.) Page 32 of 40
Note:- The proposed solution covering all Hardware, Software, Operating System and other related software must be IPV6 compliant. A certificate in this regard should also be submitted along with technical bid documents. The Bidder should provide compliance statement for all the above specifications of technical requirements against each item. All relevant product information such as user manual, technical specifications sheet etc should be submitted along with the offer. Failure to submit this information could result in disqualification of the bid. Hard copy of supporting documents, Data Sheet, Manuals or documentary proof for all the above criteria i.e. Bidder s eligibility criteria, Technical Specifications etc. should be submitted in the envelope containing technical bid. Page 33 of 40
Bill of Material Annexure IV Sr. No. 1 Item Description Item Specification High Availability (HA)/Single Patch Management Hardware Hardware HA Qty. Rate Total (INR) 2 Patch Software Management Software 3 Licenses 15000 Page 34 of 40
L1 Bidder determination sheet Annexure V Sr. No. 1 2 Patch Hardware Patch Software Item Management Management Qty. Unit Price with 3 years warranty (RS.) Total Price with 3 years warranty (Rs.) (A) AMC charge s for 2 years (B) Total Price (Rs.) (A+B) 3 Licenses 15000 4 Facility Management (FM) Charges 01 5 Implementation Charges Total Charges (Rs.) = The Facility Management (FM) Charges to be quoted initially for a period of one year for one engineer only. The Bank may extend the facility for subsequent years as per Business requirement. Page 35 of 40
Performa for the Bank Guarantee for Earnest Money Deposit (To be stamped in accordance with stamp act)ref: Bank Guarantee # Date Oriental Bank of Commerce Corporate Office, Plot No. 5, Sec-32 Institutional Area Gurgaon Annexure VI Dear Sirs, In accordance with your bid reference no. OBC/HO/DIT/RFP/Patch Management/40/2014 dated, M/s having its registered office at herein after called bidder ) wish to participate in the said bid for Supply, Installation, Configuration, Integration and Operationalization of Patch Management Solution at Oriental Bank of Commerce having its Corporate Office at Gurgaon-122001. An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled commercial Bank) against Earnest Money Deposit amounting to Rs. Rupees (in words) valid up to is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the bid document. M/s having its registered office at has undertaken in pursuance of their offer to Oriental Bank of Commerce (hereinafter called as the beneficiary) dated has expressed its intention to participate in the said bid and in terms thereof has approached us and requested us Bank to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit amounting to Rs valid up to.we, the Bank at having our Head office at therefore Guarantee and undertake to pay immediately on first written demand by Oriental Bank of Commerce, the amount Rs. Rupees without any reservation, protest, demur and recourse in case the bidder fails to comply with any condition of the bid or any default in violation against the terms of the bid, without the beneficiary needing to prove or demonstrate reasons for its such demand. Any such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to. If any further extension of this Guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions in writing, from( ) on whose behalf guarantee is issued. In witness whereof the Bank, through its authorized officer has set its hand stamped on this Day of 2014 at Designation Bank Common Seal Attorney as per Power of Attorney Page 36 of 40
Performa for Performance Bank Guarantee Annexure VII Oriental Bank of Commerce Department of Information Technology Corporate Office, Plot No. 5, Sec-32 Institutional Area Gurgaon 122 001 In consideration of Oriental Bank of Commerce (hereinafter called the said Purchaser ) having its office at the aforesaid address, having agreed to purchase/engage from having its office at (hereinafter called the said Supplier/Vendor/Contractor) under the terms and conditions of an Agreement dated (hereinafter called the said Agreement ). Towards the security for the due fulfillment of the terms and conditions contained in the said Agreement, it has been agreed by the said Supplier/Vendor/Contractor shall provide a bank Guarantee for Rs. (Rupees only). We (indicate the name of the bank) (hereinafter referred to as the Bank ) at the request of (Supplier/Vendor/Contractor) do hereby undertake and guarantee to pay to the Purchaser an amount not exceeding Rs. (either in lump sum or in parts) against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser by reason of any breach by the said Supplier/Vendor/Contractor(s)of any of the terms or conditions contained in the said Agreement. Unless repugnant to the context or meaning there of, expressions, Purchaser, Supplier/Vendor/Contractor, Bank shall mean and include their heirs, representatives, successors, executors, administrators, assigns, etc., as may be applicable, 1. The Bank does hereby undertakes to pay the amount(s) due and payable under the guarantee without any demur, merely on a demand from the Purchaser stating that the amount(s) claimed is/are due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of breach by the said Supplier/Vendor/Contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the Supplier/Vendor/Contractor(s) failure to perform its obligations under the said Agreement. Any such demand made by the Purchaser on the Bank shall be conclusive as regards the amount(s) due and payable by the Bank under this guarantee, whether made in one go or in parts. However, Bank s liability under this guarantee shall in totality be restricted to an amount not exceeding Rs., whether or not invoked or if invoked, in part or otherwise. 2. The Bank undertakes to pay the Purchaser any money so demanded notwithstanding any dispute or disputes raised by the Supplier/Vendor/Contractor(s) or any suit or proceedings pending before any Court or Tribunal relating thereto. Thereby meaning that Bank s liability under the present guarantee shall be absolute and unequivocal in any circumstances what so ever, if called upon to pay by the Purchaser. However our liability shall not exceed in Rs. (in words) 3. The Bank further agrees that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues and or Page 37 of 40
advances made by the Purchaser under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till, the Purchaser certifies in writing that the terms and conditions of the said Agreement have been fully and properly carried out by the said Supplier/Vendor/Contractor(s) and accordingly the Purchaser discharges this guarantee, either in writing or by returning the Original Guarantee Bond or till its expiry whichever is earlier to the Bank. 4. The Bank before the release of the Bank Guarantee Bond in original by the purchaser and before the expiry of this guarantee, as per clause 3 of this Guarantee Bond, may renew this guarantee for the same period as was initially requested upon for this guarantee or for any shorter period, at the option of the purchaser, under intimation to the vendor. 5. The Bank further agrees with the Purchaser that the Purchaser shall have the fullest liberty without Bank s or Supplier/Vendor/Contractor(s) consent and without affecting in any manner Bank s obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Supplier/Vendor/Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the said Supplier/Vendor/Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its liability by reason of any such variation, or extension being granted to the said Supplier/Vendor/Contractor(s) or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said Supplier/Vendor/Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving the Bank, in any manner what so ever. 6. This guarantee will not be discharged during its currency due to the change in the constitution of either the Bank or the Purchaser or the Supplier/Vendor/Contractor(s), in any manner what so ever. 7. The Bank lastly undertakes not to revoke this guarantee during its currency or extensions thereof, except with the previous consent of the Purchaser, in writing or otherwise than as is provided in this Guarantee. 8. The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as its principal debtor in first instance without proceeding against the said Supplier/Vendor/Contractor(s), and notwithstanding any security or other guarantees that the Purchaser may have in relation to or in relation to the Supplier/Vendor/Contractor(s) liabilities from time to time, as this guarantee constitutes a separate, distinct and independent contract between the Bank and the Purchaser. 9. Any officer of the Purchaser of the rank of Senior Manager or above, duly authorized in this regard, shall be competent to issue demand/notice or to issue any appropriate instructions, as the circumstances may warrant, to the Bank under this Guarantee, which the Bank shall have to comply immediately and forthwith, without raising any dispute or question/s in regard there to, in any manner what so ever. Notwithstanding anything contained herein above: a) The liability of the Bank under the guarantee shall not exceed Rs. (in words). b) This Bank Guarantee shall be valid till either till X or till the issue of afresh Bank Guarantee to the Purchaser with a extended period in lieu thereof or till Page 38 of 40
the Purchaser certifies in writing that the terms and conditions of the said Agreement have been fully and properly carried out by the said Supplier/Vendor/Contractor(s) and accordingly the Purchaser discharges this guarantee, in writing and by returning the Original Guarantee Bond to the Bank. c) The bank before the release of the Guarantee Bond in Original by the purchaser and before the expiry of this guarantee may at its option renew this guarantee for the same period as was initially agreed upon for this guarantee or any shorter period, at the option of the purchaser, under intimation to the vendor. d) The Bank is liable to consider any notice for invocation of Bank Guarantee as default by the Supplier/Vendor/Contractor(s) and shall be under an obligation to pay to the Purchaser the entire amount of Guarantee or any part thereof under this Bank Guarantee only and only if the Purchaser serves upon the Bank a written claim or demand before the expiry of either the Bank Guarantee or any extended period/sunder this Bank Guarantee, as the case may be. Notwithstanding anything contained herein our liability under this Bank guarantee shall not exceed Rupees.../- (Rupees... Only) This Bank guarantee shall be valid up to... and we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before... This guarantee will be returned to us as soon as the purpose for which it is issued is fulfilled. Dated the day of. Signature Name Designation with Bank stamp Page 39 of 40
Technical Bidder Scoring Criteria Annexure-VIII S.no Bidder Credentials Max. Marks 1 The Bidder should be a Govt. Company / Public Sector Undertaking / 10 Private Sector Enterprises / Partnership firm or a limited company incorporated in India having existence in India for the last 5 years. a. > 7 Years (10 Marks) b. > 5 years and 7 years (8 Marks) c. > 3 Years and 5 years (6 Marks) 2 The Bidder should have been providing the services in the area of 10 implementation of Desktop Management Solutions for last five years in India. a. > 7 Years (10 Marks) b. > 5 years and 7 years (8 Marks) c. > 3 Years and 5 years (6 Marks) 3 The Bidder should have minimum annual turnover of at least Rs. 25 10 Crores in the last three financial years (i.e. 2010-11, 2011-12 & 2012-13) and should have reported profit for the same period. Marks Awarded 4 The Bidder should have supplied and implemented Desktop Management Solutions in at least two of the reputed organizations in BFSI Sector of which one should be Public Sector Undertaking Bank, Govt. of India in India during the last five years. a. > 3 Public Sector Banks (10 Marks) b. > 2 Public Sector Banks and 3 (8 Marks) c. > 1 Public Sector Banks and 2 (6 Marks) 5 The Bidder should have implemented the proposed Centralized Desktop Management System/ Solution for more than 10,000 Desktops in Public Sector Undertaking, Govt. of India or BFSI organization in India during last five years in India. a. > 15000 Desktops (10 Marks) b. > 12000 Installations and 15000 (8 Marks) c. > 10000 Installations and 12000 (6 Marks) 6 The Bidder should have the qualified staff and service centers across India to provide the support during Warranty and AMC on the offered solution. 7 The Bidder should be an OEM or their authorized agent/reseller. Either the authorized partner on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product for this tender. 8 The Bidder should have the back to back support arrangement with OEM on the offered solution. 10 10 10 10 10 9 The Bidder should have OEM certified professionals on the offered 10 solution for supporting the same and should furnish necessary documentary proof and certification details. a. > 5 Certified Officials (10 Marks) b. > 3 Certified Officials and 5 (8 Marks) c. > 2 Certified Officials and 3 (6 Marks) 10 IPV6 Compliance 10 Page 40 of 40