Allahabad Bank€¦ · 3.19 Assignment 27 3 ... in the form of DD/Banker’s cheque/IOI, in favour...

54
ALLAHABAD BANK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017 Allahabad Bank Department of Information Technology Head Office, 2, N.S. Road, Kolkata-700001 REQUEST FOR PROPOSAL (RFP) For Empanelment of Vendor on Rate-Contract basis for Supply and Implementation of Mobile Device Management Solution for a period of one (01) year Ref No. : HO/DIT/MDM/2017-18/71 Date: 12/09/2017 Page 1 of 54

Transcript of Allahabad Bank€¦ · 3.19 Assignment 27 3 ... in the form of DD/Banker’s cheque/IOI, in favour...

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Allahabad Bank Department of Information Technology

Head Office, 2, N.S. Road, Kolkata-700001

REQUEST FOR PROPOSAL (RFP)

For

Empanelment of Vendor on Rate-Contract basis for Supply and Implementation of Mobile Device Management Solution

for a period of one (01) year

Ref No. : HO/DIT/MDM/2017-18/71 Date: 12/09/2017

Page 1 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

OBJECTIVE

Allahabad Bank, a Body Corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter referred to as “Bank” invites bids from well-reputed service providers for Supply and Implementation of Mobile Device Management Solution (MDM Solution) for a period of one (01) year. Bank will empanel one vendor for providing ‘MDM Solution’ to Bank. Bank intends to utilize the Solution for TAB Banking services for its Branches/Offices across the country. Bank will have the right to reject any or all the bids, received in response to this invitation, at its discretion and its decision in this regard shall be final and binding.

Page 2 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

TABLE OF CONTENTS

Section Clause No. Description Page No.

I INVITATION FOR BID(IFB) 5 II INSTRUCTION TO BIDDERS(ITB) 7 2.1 Introduction 7 2.2 Scope of Work 7 2.3 Proof of Concept (POC) for solution 8 2.4 Hardware/Software 8 2.5 Infrastructure 8 2.6 Disaster Recovery Mechanism 9 2.7 Service Levels and Uptime Guarantee 9 2.8 Eligibility Criteria 10 2.9 Other Requirements 11 2.10 Two Bid System Tender 12 2.11 Non-transferable tender 13 2.12 Terms and Conditions 13 2.13 Erasures or Alterations 13 2.14 Cost of Bidding 13 2.15 Contents of RFP 13 2.16 Pre-bid meeting 14 2.17 Amendment of RFP 14 2.18 Language of Bid 15 2.19 Bid Validity 15 2.20 Bid Security - Earnest Money Deposit 15 2.21 Format and Signing of Bid 16 2.22 Submission of Technical Bid 16 2.23 Submission of Online Commercial Bid (E-Tendering) 17 2.24 Deadline for submission of Bid 18 2.25 Late Bid 18 2.26 Bid Opening 19 2.27 Clarifications of Bids 19 2.28 Preliminary Examination 19 2.29 Contacting the Bank 19 2.30 Evaluation of Bids 19

2.31 The Bank's Right 20

2.32 Notification of Award 21

2.33 Empanelment Security 21

2.34 Signing of Contract 21

2.35 Period of Contract 21 III TERMS AND CONDITIONS OF THE CONTRACT

3.1 Definitions 22

Page 3 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Section Clause No. Description Page No.

3.2 Empanelment Security 22 3.3 Prices 22 3.4 Deliverables 22 3.5 Implementation Phase 23 3.6 Training 23 3.7 Payment Terms 24 3.8 Termination for Default 25 3.9 Indemnity 25 3.10 Governing Language 25 3.11 Applicable Law 25 3.12 Publicity 25 3.13 Force Majeure 25 3.14 Termination for Convenience 26 3.15 Bidder's Integrity 26 3.16 Bidder's Obligations 26 3.17 Use of Contract Documents and Information 26 3.18 Contract Amendment 27 3.19 Assignment 27 3.20 Corrupt or Fraudulent Practices 27 3.21 Resolution of Disputes 27 3.22 Privacy and Security safeguards 28 3.23 Arbitration 28

IV ANNEXURES A-1 4.1 Bid Form 29 A-2 4.2 Technical Requirement for MDM Solution 30 A-3 4.3 Bid Security Form 34 A-4 4.4 Bidder’s Information 35 A-5 4.5 Technical / Commercial Deviation Statement 36 A-6 4.6 Commercial Bid Format 37 A-7 4.7 Empanelment Contract Form 39 A-8 4.8 Empanelment Security Form 41 A-9 4.9 Details of Offices 43 A-10 4.10 Bidder Turnover & Profits 44 A-11 4.11 Service Level 45 A-12 4.12 Self Declaration – Blacklisting 46 A-13 4.13 Non-Disclosure and Indemnity Agreement 47 A-14 4.14 Credential Letter from Organization(s)/Bank(s) 51 A-15 4.15 Undertaking Document Correctness 52 A-16 4.16 Letter of Undertaking from OSD / OEM 53 A-17 4.17 Undertaking of Information Security 54

Page 4 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

SECTION- I

INVITATION FOR BID (IFB)

1.1 ALLAHABAD BANK, a Body Corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter referred to as “Bank”, invites separate sealed bids both technical bid and commercial bid from eligible bidders for Supply and Implementation of Mobile Device Management Solution. However Bank reserves the right to select no or any of the vendors for providing the MDM Solution to Bank. Bank intends to utilize the Solution for TAB Banking services for its branches/offices located throughout India.

1.2 A complete set of Request for Proposal (RFP) can be obtained from the following address during office hours on all working days on submission of a written application along with a non-refundable fee of Rs.500/- (Rupees Five Hundred only) in the form of Demand Draft/Banker’s Cheque/IOI drawn in favor of Allahabad Bank payable at Kolkata:

Allahabad Bank Head Office, Dept. of Information Technology, 2, Netaji Subhas Road, Kolkata – 700001 (W.B.), India Phone No. +91-33 -2262 3620, 2242 0995 Email [email protected]

1.3 The bidders, who purchase the RFP in their names only, are eligible for submission of their bid.

1.4 A complete set of RFP for the above purpose can also be downloaded from Bank’s official website www.allahabadbank.in.

1.5 The bidder, who downloads the RFP from the above website, is required to submit a non-refundable fee of Rs.500/- in the form of DD/Banker’s cheque/IOI, in favour of Allahabad Bank payable at Kolkata, during office hours within the last date and time of submission of bid, failing which the bid of the concerned bidder will not be entertained. The hard copy of this document (RFP), procured from the Bank only, will be treated as authentic copy for all purposes.

Page 5 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

1.6 The Schedule of the Bid is as follows :

Bid particulars Schedules Date of Commencement of Sale of RFP 12/09/2017 16:00 Hours IST Date & Time of Pre-Bid Meeting 18/09/2017 11:00 Hours IST Last date & time for sale of RFP 26/09/2017 11:00 Hours IST Last date & time for submission of Bids 26/09/2017 13:00 Hours IST Date & time of Opening of Technical Bid 26/09/2017 14:00 Hours IST Date of opening of Commercial Bid Will be notified later to technically

qualified bidders. Place of opening of Bids Allahabad Bank Head Office,

Department of Information Technology, 2, Netaji Subhas Road, Kolkata – 700001 ( West Bengal ), India.

Address for Communication As above Tel : +91-33-2262 3620/2231 9471 E-mail : [email protected]

1.7 All bids (Technical & Commercial) must be submitted at the same time giving full particulars in separate sealed envelopes at the Bank’s above address within the time period specified as above.

1.8 All bids must be accompanied by a Bid security, as specified in the RFP, and must be submitted during office hours at the above address on or before specified date and time, mentioned above.

1.9 Technical Bids will be opened in presence of the bidders’ representatives, who choose to attend the Technical Bid Opening event on the specified date and time. Technically qualified bids will be taken up for further processing. After technical evaluation of the bids, the Commercial Bids of qualified bidders will be opened in presence of representatives of the technically qualified bidders, on a separate date and time, which will be notified separately to the qualified bidders.

1.10 No further discussion / interface will be granted to bidders whose bids have been technically disqualified.

1.11 Non attendance at the bid opening event will not be a cause for disqualification of any bidder.

1.12 The Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever.

Chief Manager (IT) Allahabad Bank

Head Office, Kolkata

Page 6 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

SECTION- II INSTRUCTION TO BIDDERS (ITB)

2.1 Introduction

Allahabad Bank, a body corporate constituted under the Banking Companies Acquisition & Transfer of Undertakings) Act 1970 and having its Head Office at 2, Netaji Subhash Road, Kolkata – 700001, India, hereinafter called “The Bank”, which term or expression unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns, intends to issue this bid document, hereinafter called Request for Proposal or RFP, for Empanelment of vendor on rate-contract basis for Supply and Implementation of Mobile Device Management Solution for a period of one (01) year., as per the scope of work, terms and conditions mentioned in this RFP.

This document is meant for the exclusive purpose of bidding as per the terms, conditions, Scope and specifications indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued.

2.2 Scope of Work

The scope of this RFP is to select one Service provider for supplying the Mobile Device Management (MDM) Solution to the Bank. The bidder shall co-ordinate with the Bank for supplying the solution and installation of MDM Agents on Tablets/Phones to be used for TAB banking application by the Bank.

The scope of work shall include but not limited to the following: 2.2.1 Provide a secure mechanism for Bank’s corporate (In house developed/

Commercial Applications) to variety of mobile devices on all platforms (Windows OS/ iOS/ Android).

2.2.2 Support al l mainst ream mobile and tablet Operating Systems (OS), which include iOS, Android, Windows Phone, etc.

2.2.3 Provide a context segregation between corporate and end – user personal context.

2.2.4 Implementation of full kiosk mode for selected set of corporate owned devices. 2.2.5 Integration with directory services (Active Directory/ LDAP). 2.2.6 Provide over-the-air device management capabilities, which includes device

registration, device configuration, full and selective wipe. 2.2.7 Provide over-the-air application management capability. The ability to distribute

software (in-house or 3rd party), Maintain/ Update in-house or 3rd party apps. 2.2.8 Provide administration and reporting. 2.2.9 Device Location Available on Map in Console. 2.2.10 Encrypt external/internal storage to achieve advance level of data security.

2.2.11 The ability to group based actions on devices for granular control and Page 7 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

management (department wise/ geographical): 2.2.11.1 Wi-Fi only devices 2.2.11.2 Bluetooth 2.2.11.3 Camera 2.2.11.4 USB 2.2.11.5 Tethering 2.2.11.6 GPS 2.2.11.7 Data usage on roaming.

2.2.12 The Safe Mode should be disabled in the Device. 2.2.13 Remote management of devices –

2.2.13.1 lock managed device 2.2.13.2 perform data wipe on device 2.2.13.3 request debug log on device

2.2.14 Send Messages/Notification to Individual or Grouped Devices 2.2.15 The ability to push an app to a device without e n d user intervention on said

device. 2.2.16 The solution should provide complete device management consisting of –

Policy Enforcement and compliance Security Based upon the requirement Data Sharing and Management

2.3 Proof of Concept (POC) for solution

Bidders as part of technical evaluation have to demonstrate Proof of Concept (POC) of their Mobile Device Management Solution. POC will be based on the following conditions:

i) All and any cost associated with demonstrating the POC (including provision of Servers, technical resources, travel cost, boarding cost etc.) will be to the account of the Bidder and bank will not bear any cost.

ii) Bank reserve its right to extend / shorten the period of POC where needed.

iii) Bidders who have failed in the POC will automatically stand disqualified technically.

2.4 Hardware/Software

High Availability in DC, Standalone in DR.

The devices as and when are required by the bank in discrete manner are to be configured in kiosk mode. Bank will be requiring maximum upto 3000 devices during this rate contract period.

2.5 Infrastructure

The Vendor needs to size the infrastructure (hardware, Operating System, Database) for 3000 devices. Bank will provide the required infrastructure based on the sizing proposed by the vendor.

Page 8 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Support, maintenance and implementation of the Mobile Device Management Solution shall be part of the scope of the RFP

As part of the technical proposal the vendor needs to provide complete Mobile Device Management Solution details. The vendor must design the solution with high availability & secure Infrastructure in Data Centre and stand alone in Disaster Recovery site as per Industry accepted security standards and best practices.

Vendor needs to accordingly provide as part of the technical specification the complete IT infrastructure details like Server, Operating System, Database, Storage Capacity and other related requirements. The details should include.

1) List of Operating Systems (OS) and Databases (DB) on which the solution

is compatible along with licensing details of the OS and DB for the complete solution (Including installations and replication at DC and DR).

2) Details of redundancy and security setup

3) Application architecture along with a detailed diagram including the infrastructure setup.

4) Implementation procedure / road map.

5) Server and related infrastructure specification required as part of the solution implementation (for both UAT and production phase) along with the quantity to meet the Bank’s redundancy requirement.

The Vendor is responsible to arrive at the sizing independently based on the volume and the growth indicated in the Annexure 2 – Technical Requirement (Project Scope). The Bank is not responsible for any assumption made by the Vendor with respect to the sizing. In the event the sizing proposed by the Vendor does not meet the performance / service levels of the Bank the Vendor will at their cost carry out the necessary upgrades / replacements. The Bank has the right to deduct / recover from the vendor the required additional expenses which Bank may incur on account of such upgrades / replacements.

2.6 Disaster Recovery Mechanism

The proposed system must be capable of and compatible for Disaster Recovery Implementation. The successful vendor should describe the provisions for disaster recovery and show that the proposed solution facilitates disaster recovery. DR set up would be implemented on standalone basis.

2.7 Service Levels and Uptime Guarantee

For details, please refer to Annexure 11 that details the service levels.

Page 9 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

2.8 Eligibility Criteria

S No. Eligibility Criteria Complied

(Yes/No) Documents Required

A General

1

Bidder must be a Government Organization / PSU / PSE / partnership firm / LLP or private / public limited company in India at least for the last 3 years.

Documentary Proof to be attached (Certificate of Incorporation)

2 Bidder must not be blacklisted / debarred by any Statutory, Regulatory or Government Authorities or Public Sector Undertakings (PSUs / PSBs) since 1st April 2015 till date.

Undertaking from Bidder.

3

The Bidder to provide information that any of its subsidiary or associate or holding company or companies having common director/s or companies in the same group of promoters/management or partnership firms/LLPs having common partners has not participated in the bid process.

Undertaking from Bidder.

4

The Bidder to provide an undertaking on his letter head that all the functional and technical requirements highlighted as part of Technical Scope are covered in totality in the proposal submitted by the Bidder.

Undertaking from Bidder.

B Financial

1

The Bidder must have registered a turnover of Rs. 10 Crores or above (from Indian Operations only) in each year during the last three completed financial years – 2014- 15, 2015-16 and 2016-176 (Not inclusive of the turnover of associate companies)

Audited Financial statements for the financial years 2014-15,2015-16 and 2016-17. Certified letter from the Chartered Accountant. The CA certificate in this regard should be without any riders or qualification.

C Technical

Page 10 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

1

The Bidder should be an Original Solution Developer (OSD) or authorized partner of OSD for supply of licenses and solution implementation and maintenance support under warranty / AMC / ATS for the solution.

Letter of confirmation from OSD need to be submitted.

2

If Bidder (partner of Original Solution Developer (OSD) is not able to fulfill its obligation to support the solution during the contract period, OSD will have to ensure support as per contract. An undertaking from the OSD to this effect must be submitted.

Letter of confirmation from OSD need to be submitted.

3 If OSD is bidding directly they cannot submit another bid with any Bidder.

Letter of confirmation from OSD in case if OSD is bidding directly

4 One Bidder can bid only with one OSD.

Letter of confirmation from the Bidder and OSD

D Experience & Support Infrastructure

1

The proposed Solution should have been implemented in at least 2 out of which, one should be Commercial Banks / Financial Institution/PSU/Any Organization in India at least 1500 devices for in last 3 financial years.

Documentary Proof of order / contract copy / customer credentials.

2

Bidder should have direct support office in atlease 5 places, out of Mumbai/Kolkata/ Delhi/Lucknow/Bhopal/Chennai/Bangalore/ Ludhiana/Hyderabad/Patna/Guawahati/Bhubneshwar

Letter of confirmation

** The documents should be signed by the bidder’s Authorized Signatory with proper seal and must be submitted

along with their technical bid.

2.9 Other Requirements

2.9.1 The Bidder should warrant that in the course of providing MDM Solution to the Bank, they shall not infringe upon any third party Patent, Copyright, Design, Trademark, or any other Intellectual Property Rights for hardware, system software and application software. The Bidder shall indemnify and at all times keep the Bank fully indemnified and hold harmless against any and all loss , damages , costs and expenses including Attorney's fees , which may be incurred as a result of any claim or action associated with such infringement. Further, the Service Provider / Firm will also indemnify the Bank against any such claims arising at any time either during the contract period or subsequently.

2.9.2 The Bidders shall have in place a documented Quality and Audit process. A Copy of the same shall be made available along with the technical bids. The

Page 11 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

entire process should be audited by a third party.

2.10 Two Bid System Tender

2.10.1 Separate Technical & Commercial Bids in duplicate duly sealed and super-scribed ‘Quotation for MDM Solution - Technical Bid’ and ‘Quotation for MDM Solution Services- Commercial Bid’ shall be submitted as per bid details given in the RFP.

2.10.2 The bidder will take care of submitting the Bid properly filed so that the papers are not loose. The Bids, which are not sealed as indicated above, are also liable for rejection.

2.10.3 The tender not submitted in the prescribed format or incomplete in details is liable for rejection. The Bank is not responsible for non receipt of bid within the specified date and time due to any reason including postal delays or holidays.

2.10.4 Copy bid: Please note that copy bid of both technical and commercial offers have to be submitted along with their originals in separate sealed envelopes. Offers received without copy bid are liable to be rejected.

Envelope-I (Technical Offer)

(a) The technical bid will be evaluated for technical suitability as well as for other terms and conditions.

(b) All the formats need to be filled in exactly as per the pro-forma given in the Annexures and any deviation is likely to cause rejection of the bid.

(c) The offer may not be evaluated by the Bank in case of non adherence to the format or partial submission of technical details as per the format given in the RFP.

(d) The Technical Bid must not contain any price information. (e) The Technical Bid shall comprise of

i. Covering letter in Company’s / Firm's letter head duly signed by authorized signatory with name, title and seal (Copy of Power of attorney)

ii. Bid Form (Annexure-1) iii. Bid security Form (Annexure-3) iv. Bidder’s Information (Annexure-4) v. Eligibility Criteria (All relevant annexure as per ITB Clause 2.8)

vi. Technical / Commercial Deviation Statement (Annexure-5) vii. Audited Balance sheet of last three financial years

viii. Audited Profit and Loss Statement for last three Financial years ix. A true copy of Registration certificate of the bidder's company / firm

signed by authorized signatory. 2.10.5 The bidder will also submit copy of the RFP duly stamped and signed on each

page by the authorized official of the bidder’s company / firm. Page 12 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Envelope-II (Commercial Offer)

The suggested format for submission of Commercial bid is as follows:

a) Covering Letter in Company’s / Firm's letter head duly signed by authorized signatory with name, title and seal.

b) Bid Form (Copy of Bid Form submitted along with Technical Bid) (Annexure-1)

c) The cost of specified Services as defined in this RFP. To be submitted as per Commercial bid format (Annexure-6).

d) Price must be quoted in Indian Rupees only.

e) The commercial bid shall be on a fixed price basis. The rate must include all costs, taxes and levies excluding only Service Tax/GST (as the case may be). No price variation other than Service Tax will be permitted.

f) The Commercial Bid should give all relevant price information and should not contradict the Technical Bid in any manner.

2.11 Non-Transferable Tender

This tender document is not transferable. Only the bidder, who has purchased this tender document in its name or submitted the necessary RFP price (for downloaded RFP) will be eligible for participation in the bidding process.

2.12 Terms and Conditions

Terms and conditions for bidders who participate in the tender are specified in the section called “Terms and Conditions of the Contract”. These terms and conditions will be binding on all the bidders and will also form a part of the contract, to be signed with the successful bidder on conclusion of this tender process.

2.13 Erasures or Alterations

The offers containing unauthenticated erasures or alterations will not be considered. Therefore, there should be no unauthenticated hand written material, corrections or alterations in the offer. If such erasures or alterations are present these should be initialed by the person or persons authorized for signing the bid. Any deviation may lead to the rejection of the bid.

2.14 Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of its bid and the purchaser will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

2.15 Contents of RFP 2.15.1 The requirements, bidding procedures and contract terms are prescribed in the

RFP. The RFP includes four sections

a) Invitation for Bid (IFB) b) Instruction to Bidders (ITB)

Page 13 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

c) Terms & Conditions of the Contract d) Annexures.

2.15.2 The bidder is expected to examine all instructions, Annexures, terms and conditions etc. in the Bidding Documents. Failure to furnish all information required by the RFP or submission of a bid not substantially responsive to the RFP in any aspect will be at the bidder’s risk and may result in the rejection of its bid.

2.16 Pre-Bid Meeting

2.16.1 The prospective bidders, who have purchased a copy of the RFP or submitted the bid price (for downloaded RFP), shall be permitted to attend a pre-bid meeting to be held as indicated in the Invitations for Bids. Upto a maximum of 2 (two) representatives of each prospective bidder will be permitted to attend the pre-bid meeting. However the purchaser, at its discretion, may permit any additional representative of any prospective bidder to attend the pre-bid meeting.

2.16.2 The purpose of the meeting is to clarify issues and to answer the questions on any matter that may be raised upto that stage. The issues/questions to be raised must be in writing. The purchaser will have liberty to invite any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the bidders in the meeting.

2.16.3 Any modification of the RFP, which may become necessary as a result of the

Pre-bid Meeting, shall be made by the purchaser exclusively through the issue of an Addendum and will be sent to all prospective bidders who have purchased the RFP, allowing at least 7 days time prior to the last date for receipt of bids.

2.16.4 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification

of a bidder.

2.17 Amendment to RFP

2.17.1 Any modification of the RFP, which may become necessary as a result of the Pre-bid Meeting or otherwise, shall be made by the purchaser exclusively through the issue of Addendum/Corrigendum.

2.17.2 At any time prior to the deadline for submission of bids, the purchaser, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the RFP by amendment.

2.17.3 All prospective bidders who have purchased the RFP will be notified of the amendment in writing or by fax or e-mail or through addendum and will be binding on them.

2.17.4 In order to allow prospective bidders reasonable time, in which to take the amendment into account in preparing their bid, The Bank, at its discretion, may extend the deadline for the submission of bid.

Page 14 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

2.18 Language of Bid

The bid prepared by the bidder, all correspondence and documents relating to the bid exchanged by the bidder & the purchaser shall be written in English.

2.19 Bid Validity

Bid shall remain valid for 180 days from the date of opening of Technical Bid.

2.20 Bid Security – Earnest Money Deposit

The bidder shall furnish as part of its bid, bid security of Rs. 50,000/- (Rupees Fifty Thousand only).

2.20.1 The bid security is required to protect the Bank against risk of bidder’s conduct during the period of bid validity.

2.20.2 The bid security shall be denominated in Indian Rupees only and shall be any one of the following forms.

a) A bank guarantee issued by a Scheduled Commercial Bank in India or a Foreign bank located in India, in the “Form” (Annexure-3) provided in the RFP and valid for thirty (30) days beyond the validity of the bid;

or b) A Demand Draft/Pay Order/IOI issued in favor of “Allahabad Bank”

and payable at Kolkata. 2.20.3 Any bid not secured in accordance with ITB Clause-2.20.2 above may be

rejected by the purchaser as non-responsive. 2.20.4 The bid security will have to be submitted for a period of 180 + 30 days from

the date of opening of technical bid. A bid security valid for a shorter period may be rejected by the purchaser as non responsive.

2.20.5 If the bid security submitted in the form of DD/BC/IOI expires during the bid validity period as mentioned above in the ITB clause 2.19, bidder has to revalidate the DD/BC/IOI & submit the same within 3-4 days after the date of expiry of the DD/BC/IOI.

2.20.6 The bid security may be forfeited :

(a) If a bidder withdraws its bid during the period of bid validity specified by the bidder on the Bid Form;

Or (b) In case of the successful bidder, if the bidder fails or refuses:

i) to execute the Contract Form in accordance with clause-2.33 of Section-2 (Instruction to bidders) of the RFP; or

ii) to perform, in accordance with the Terms and Conditions of the RFP or Contract; or

iii) to furnish the Empanelment Security, in accordance with clause-2 of

Page 15 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Section 3 ( Terms and Conditions of the Contract) of the RFP.

2.20.7 The bid security of the unsuccessful bidders will be returned after the completion of the process, whereas the bid security of the finally selected bidder will be returned after the submission of the Empanelment Security.

2.20.8 No interest will be paid by the Bank on the Bid Security so deposited. 2.20.9 In exceptional circumstances, the purchaser may solicit the bidders’ consent to

an extension of the period of bid validity. The request and the responses there to shall be made in writing or by fax/email. The bid security provided shall also be suitably extended. A bidder acceding to the request will neither be required nor be permitted to modify its bid. A bidder may refuse the request without forfeiting its bid security. In any case the bid security of the bidders will be returned after the completion of the process.

2.21 Format and Signing of Bid 2.21.1 The bidder shall prepare two copies each of the Technical & Commercial bid

clearly marking each “Original Bid” and “Copy Bid” as appropriate. In the event of any discrepancy between them, the original shall govern. Original copy of bid security should be submitted with the Original Bid.

2.21.2 The original and all copies of 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. All pages of the Bid except for un-amended printed literature shall be numbered serially and initialed by the person or persons signing the bid.

2.21.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

2.22 Submission of Technical Bid

The bidder shall seal the original and copy of the bids separately.

2.22.1 Thus there will be 2 outer envelopes named as Original Bid and Copy Bid.

2.22.2 Original Bid packet should contain 2 separate sealed envelopes one containing ‘Quotation for MDM Solution - Technical Bid’ and another ‘Quotation for MDM Solution - Commercial Bid’ as per ITB 2.10. Original Bid Security should be submitted in the envelope of Technical Bid of Original Bid packet.

2.22.3 Copy Bid packet should contain 2 separate sealed envelopes one containing ‘Quotation for MDM Solution - Technical Bid’ and another ‘Quotation for MDM Solution - Commercial Bid’ as per ITB 2.10. A photocopy of the bid security should be submitted in the envelope of Technical Bid of Copy Bid packet.

2.22.4 All the inner and outer envelopes shall be addressed to the purchaser at the Page 16 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

address given below:

The Chief Manager (IT), Allahabad Bank, Head Office, Departrment of Information Technology, 2, Netaji Subhas Road Kolkata- 700 001, India

2.22.5 If the outer envelopes are not sealed and marked, the purchaser will assume no responsibility for the bid’s misplacement or premature opening.

2.22.6 Telex, Cable, Facsimile or E-mail Bids will be rejected.

2.23 Submission of Online Commercial Bid (E-Tendering)

2.23.1 The Bank will adopt E-Tendering process for online submission of Commercial Bid Submission. The service provider for e-Tendering process is M/s Antares Systems Limited and the portal address for the same is www.tenderwizard.com/abbank, wherein the necessary details for e-Tendering are available.

2.23.2 The prospective bidders are advised to submit the commercial bids online only. The following steps are to be taken for online submission of Commercial Bids :

2.23.3 Registration with Service Provider Portal www.tenderwizard.com/abbank

2.23.4 The bidder should possess Class III Digital Signature Certificate (Mandatory).

2.23.5 (Commercial Bids will not be recorded without Digital Signature Certificate)

2.23.6 In case of any clarification/Assistance please contact M/s Antares Systems Ltd. before the schedule time of Online Bid Submission.

Contact Persons:- Mr. Kumar Chandan : 09674758720 Mr. Debraj Saha : 09674758721 Mr. Subrata Bhattacharya : 09674758722 E-mail :[email protected] [email protected]

2.23.7 Bidders are required to do Tender Request latest by 13:00 Hrs on 26.09.2017 (Last Date of submission of Bids) at the portal www.tenderwizard.com/abbank . Without the tender request process within the said schedule, the bidder will not be able to submit the Commercial bid online.

Page 17 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

2.23.8 The prospective bidders are advised to ensure on-line submission of Commercial Bid (Annexure-I) only in a single pdf file of with name “MDM_Solution.pdf” of size less than 5MB, duly signed and stamped by the authorized signatory latest by the last date and time of submission of Bids.

2.23.9 The commercial proposal should be inclusive of all taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation, training etc. but exclusive of only applicable (in India) Sales Tax/VAT/GST, Service Tax and Octroi / Entry Tax / equivalent Local Authority Cess.

2.23.10 In case of any discrepancy found between the amount in Figures and words, the amount mentioned in the words will prevail.

2.24 Deadline for Submission of Bid

Bids must be received by the purchaser at the address specified under ITB Clause 2.22.4 and not later than the time and date specified in the IFB. In the event of the specified date for the submission of bids being declared a holiday for the Bank, the bids will be received up to the appointed time on the next working day.

The Bank may, at its discretion, extend the deadline for submission of Bids by amending the RFP in accordance with ITB Clause-2.17, in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

2.25 Late Bid

Any bid received by the purchaser after the deadline for submission of bids prescribed by the purchaser, in Invitation for Bid, will be rejected and returned unopened to the bidder.

2.26 Bid Opening

The purchaser will open only the Technical Bids as per the schedule mentioned in IFB. The Commercial bids for technically qualified bidders only will be opened on a later date subsequent to the technical evaluation. The Bank will notify the date and time of opening of the Commercial bids to the technically qualified bidders. Attendance of all the authorized representatives of the bidders who are present at Bid Opening will be taken in a register against name, name of the company and with full signature.

The following details will be announced at the bid opening:

a) Bidder’s names, b) Technical Details (in case of Technical bid opening), c) Bid Prices & Discounts if any (in case of Commercial bid opening), d) Presence or absence of Bid Security (in case of Technical bid opening) and such

Page 18 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

other details as the purchaser, at its discretion, may consider appropriate.

Commercial bids of those bidders who have not been qualified technically will be returned unopened to the concerned bidders at their recorded address.

2.27 Clarification of Bid

To assist in the scrutiny, evaluation and comparison of offers the purchaser may, at its discretion, ask some or all bidders for clarification of their offer. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

2.28 Preliminary Examination

If there is 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.

2.29 Contacting the Bank

2.29.1 No bidder shall contact the purchaser on any matter relating to its Bid, from the time of the bid opening to the time of final selection of the vendor.

2.29.2 Any effort by a bidder to influence the purchaser in the purchaser’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the bidder’s bid.

2.30 Evaluation of Bids

A two bid system is adopted for selection of the vendor:

Stage 1 –Eligibility Bid evaluation

Stage 2 - Evaluation methodology for eligible bidders

Technical Bid Evaluation

Commercial Bid Evaluation

During evaluation of the Tenders, the Bank, at its discretion, may ask the Vendor for clarification in respect of its tender. The request for clarification and the response shall be in writing, and no change in the substance of the tender shall be sought, offered, or permitted. The Bank reserves the right to accept or reject any tender in whole or in parts without assigning any reason thereof. The decision of the Bank shall be final and binding on all the vendors to this document and bank will not entertain any correspondence in this regard.

Page 19 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Eligibility Bid

Eligibility criterion for the Vendor to qualify this stage is clearly mentioned in Eligibility Criteria (Point No. 2.8) of this document. The vendor would need to provide supporting documents as part of the eligibility proof.

Evaluation Methodology for Eligible Bidder

After qualifying the eligibility criteria, the evaluation will be a two stage process. The stages are:

Technical Bid Evaluation

Commercial Bid Evaluation

Technical Bid Evaluation The vendor must score a minimum of 80% compliance in Annexure 2 – Technical Requirement.

Commercial Evaluation

The vendor who achieves the required cut – off technical score as part of technical evaluation shall be qualified for commercial bid opening. The commercial bid would be evaluated based on a “Total Cost of Ownership” (‘TCO’) basis. The Bank will open and scrutinize the commercial bids of the technically qualified bidders only as per Annexure-6.

The commercial bid submitted in the format as per Annexure-6 shall be evaluated. Commercial bid should not have any alteration or overwriting.

(a) Evaluation of all eligible bidders will be done in Indian Rupees only. Evaluation will not be based on any conditional / additional discount.

(b) For commercial evaluation, the item-wise ranking of bidders on the basis of item wise price will be done.

2.31 The Bank’s Right

2.31.1 The Bank reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby 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.

2.31.2 The purchaser reserves the right to accept any Bid in part or whole.

2.32 Notification of Award

2.32.1 Prior to expiration of the period of bid validity, the Bank will notify the successful bidder in writing by letter or fax/email to be confirmed in writing by letter, that its bid has been accepted.

Page 20 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

2.32.2 The notification of award will constitute the formation of the Contract.

2.32.3 Upon the successful bidder’s furnishing of Empanelment Security pursuant to Clause 3.2 of Terms and Conditions of Contract Section of the RFP, the Bank will notify each unsuccessful bidder and will discharge its bid security.

2.33 Empanelment Security

The bidders selected for empanelment shall furnish a bank guarantee as empanelment security valid for a period of 1 Year from the date of signing of contract with a claim period of three months from the date of expiry of guarantee for an amount of Rs.50,000.00 (Rupees Fifty Thousand Only).

The empanelment security is required to protect the Bank against risk of empanelled vendors conduct during the period of empanelment.

2.34 Signing of Contract

2.34.1 At the same time as the Bank notifies the bidder that its bid has been accepted, the bank will send the bidder the Contract Form (Annexure-7) provided in the RFP, incorporating all agreements between the parties.

2.34.2 Within 10(Ten) days of receipt of Contract Form, the bidders shall sign and date the contract and return it to the purchaser along with the required Empanelment Security.

2.34.3 In case the bidder fails to comply ITB Clause 2.32 or in case the bidder withdraws his proposal after selection as per ITB Clause 2.31.3 the bid security of the bidder will be forfeited.

2.35 Period of Contract

The period of contract shall initially be for a period of 3 year from date of signing of the contract, which may be renewed for further period of one year on the same terms and conditions of the RFP, if mutually agreed. Bank shall have the option of terminating the contract anytime during the contract period by giving one month’s notice.

In case of shifting of the services to a new Service Provider, the existing Service Provider shall extend all required support for smooth switch over/migration.

Page 21 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Section- III

TERMS AND CONDITIONS OF THE EMPANELEMENT CONTRACT

3.1 Definitions

In this contract, the following terms shall be interpreted as indicated:

(a) “The Bank” means Allahabad Bank.

(b) “The Service Provider” means the company / firm (bidder) providing the E-Tendering services under the contract.

(c) “The Contract” means the agreement entered into between the Bank and the

Service Provider, as recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein.

3.2 Empanelment Security

The Service Provider(s) will have to provide Bank Guarantee (Format: Annexure-9) of Rs.50,000.00 (Rupees Fifty Thousand Only) towards Empanelment Security while submitting the acceptance of order. The validity of this Bank Guarantee should be for a minimum period of 12 months with a claim period of 3 months from the date of Notification of Award by the Bank.

The Empanelment Security may be forfeited in case of failure of service provider to meet the performance obligation.

3.3 Prices

The Unit rate once offered must remain the same and shall not be escalated during the performance of the contract due to fluctuation in foreign currency or change in the duty/tax structure or for any other reason. The entire benefits/advantages arising out of fall in prices, duty/tax or any other reason, must be passed on to the Bank without the Bank specifically asking for it. However, the fluctuations, if any, in Service tax/GST, as applicable, shall be considered accordingly.

3.4 Deliverables

The Mobile Device Management Solution must be implemented as per project scope within a period of 1-2 weeks in totality from the date of placing of purchase order by the Bank.

The solution as per the required scope needs to be rolled out as per the delivery timelines mentioned above.

In case the deadlines are not met then the Bidder will have to pay penalty to Bank @ 1% of implementation cost inclusive of all taxes, duties, levies etc., per week or part thereof, for late implementation beyond due date of implementation, to a maximum of

Page 22 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

5%.

If delay exceeds the maximum percentage of 5%, Bank reserves the right to cancel the entire order.

Bidder will be responsible for ensuring proper packing, delivery and receipt of the all deliverables. Sealed packs will be opened in the presence of Bank officials.

Any deliverable has not been implemented or not operational on account of which the implementation is delayed, will be deemed/treated as non-delivery thereby excluding the Bank from all payment obligations under the terms of this contract.

The Bidder should provide fully integrated solution in DC and DR based upon the requirement of the Bank.

3.5 Implementation Phase

At the end of the implementation exercise, the solution provider should provide a comprehensive report with a detail of completed implementation work. The report will consist among other things the following:

• Design Document • Fully installed well integrated customized and functioning solution • Standard Operating Procedures - for alert management, incident

management, forensics, report management, log storage and archiving, Business Continuity. SOP should also cover log monitoring tool management including configuration, agent deployments, backup and recovery.

• Presentation of the working solution to the IT management and staff of Bank after completion of the implementation for review and feedback

• An executive summary report for Management of the implemented solutions • Installation and Configuration manuals • Troubleshooting manuals

3.6 Training

The Bidder needs to provide training to selected Bank officials (max 10) on MDM technology solution at Mumbai. Bidder shall be providing resource persons for training and the bank shall provide infrastructure for this purpose.

Details of training are as under-

• Provide training to the bank personnel on the product architecture, functionality and the design under the scope of this RFP.

• Provide hands-on training to the bank personnel on operations, alert monitoring, policy configuration etc.

• The Bidder shall train the Bank’s personnel for independent operation, creation of policies/rules, generation of reports, and analysis of the reports, Troubleshooting and familiarization of features and functionalities, policy configuration, alert monitoring.

• Bidder shall provide comprehensive training manual, presentations,

Page 23 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

videos, lecture notes, hand-outs and other training documentation for all trainings

3.7 Payment Terms

The Bidder must accept the payment terms proposed by the Bank. The commercial bid submitted by the Bidders must be in conformity with the payment terms proposed by the Bank. Any deviation from the proposed payment terms would not be accepted. The Bank shall have the right to withhold any payment due to the Bidder, in case of delays or defaults on the part of the Bidder. Such withholding of payment shall not amount to a default on the part of the Bank. If any of the items / activities as mentioned in the price bid is not taken up by the bank during the course of the assignment, the bank will not pay the professional fees quoted by the Bidder in the price bid against such activity / item.

The payment will be released as follows:

Software Licenses

• 90% of the license cost on delivery of Software Licenses plus 100% of GST and Octroi / entry tax (wherever applicable) at actual.

The required documents to be provided along with original invoice:

a) Original delivery Challans duly stamped and signed by the Bank Official.

b) Original receipt of Octroi / entry tax etc., wherever applicable.

• 10% of the license cost after go-live sign off from Bank. Go Live Sign Off in the form of Acceptance Test should be signed by both Bank’s identified Project Manager& vendor representative.

Implementation Cost (OTC)

All the devices to be configured in kiosk mode. Implementation cost (OTC) will be paid after Go Live Closure Sign Off in the form of Acceptance Test should be signed by both Bank’s identified Project Manager & vendor representative. Operational Issues will be part of Managed Services and not part of Go-Live Sign Off.

AMC / ATS

Payable quarterly in advance against receipt of satisfactory service report of previous quarter from the Bank’s Project / Operation Manager

The Bank will pay invoices within a period of 30 days from the date of receipt of undisputed invoices. Any dispute regarding the invoice will be communicated to the selected Bidder within 15 days from the date of receipt of the invoice. After the dispute is resolved, Bank shall make payment within 15 days from the date the dispute stands resolved.

Page 24 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

3.8 Termination for Default

The Bank may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Supplier, terminate the Contract in whole or in part:

a. if the Service Provider fails to perform within the time period(s) specified in

the Contract.; or b. if the Service Provider, in the judgement of the Bank has engaged in corrupt

or fraudulent practices in competing for or in executing the contract.

3.9 Indemnity

The service provider will indemnify the Bank against all actions, proceedings, claims, suits, damages and any other expenses for causes attributable to bidder.

3.10 Governing Language

The governing language of the contract shall be English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in this language.

3.11 Applicable Law

The contract shall be interpreted in accordance with the laws prevalent in India. 3.12 Publicity

Any publicity by the bidder in which the name of the Bank is to be used should be done only with the explicit written permission of the Bank.

3.13 Force Majeure

The bidder shall not be liable for forfeiture of its performance security or termination for default, if any, to the extent that it’s delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure.

For purposes of this Clause, “Force Majeure” means an event beyond the control of the bidder and not involving the bidder’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the bidder shall promptly notify the purchaser in writing of such condition and the cause thereof within fifteen calendar days. Unless otherwise directed by the Bank in writing, the bidder 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.

Page 25 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

3.14 Termination for Convenience

The Bank, by written notice sent to the Service Provider, 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 work under the Contract is terminated and the date upon which such termination becomes effective.

3.15 Bidder’s Integrity

The bidder 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.

3.16 Bidder’s Obligations

The bidder 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 bidder is responsible for managing the activities of its personnel or its representatives and will hold itself responsible for any misdemeanours.

The bidder is under obligation to perform as per the orders received from the Bank.

The bidder 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.

3.17 Use of Contract Documents and Information

The bidder shall not, without the Bank’s prior written consent, disclose the Contract or any provision thereof or any specification, plan, drawing, pattern or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the bidder in the performance of the Contract. Disclosure to any such employed person shall be made in confidence & shall extend only as far as may be necessary for purposes of such performance. The selected vendor should submit Non-Disclosure & Indemnity Agreement (Annexure-13) as part of the Contract sealed and signed by the authorised signatory.

The bidder 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 bidder’s performance under the Contract if so required by the Bank.

Page 26 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

3.18 Contract Amendment

No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties.

3.19 Assignment

The bidder shall not assign, in whole or in part, its obligations to perform under the contract, except with the Bank’s prior written consent.

3.20 Corrupt or Fraudulent Practices

As per CVC directives it is required that bidder observes the highest standard of ethics during the selection of bidder and execution of such contracts. In pursuance of this policy;

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the selection process or in contract execution;

And (ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a

selection process or the execution of contract to the detriment of the Bank and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Bank of the benefits of free and open competition;

The Bank will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

The Bank will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has been engaged in corrupt or fraudulent practices in competing for, or in executing a contract.

3.21 Resolution of Dispute

The bank and the bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract.

If, after thirty days from the commencement of such informal negotiations, the purchaser and the bidder are unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution by formal mechanisms (arbitration). These mechanisms may include, but are not restricted to, conciliation mediated by a third party, adjudication in an agreed national forum and/or national arbitration.

Page 27 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

3.22 Privacy and Security Safeguards

The successful bidders shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the successful bidder under this contract or existing at any purchaser location.

3.23 Arbitration

All disputes or differences between the parties will be resolved amicably. If amicable settlement is not possible, then such disputes and differences will be resolved through an arbitrator mutually agreed upon between the parties.

Page 28 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

AAnnnneexxuurree--11 BBiidd FFoorrmm

Date: RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017 To: Allahabad Bank, Head Office, Department of Information Technology, 2, Netaji Subhas Road Kolkata – 700001 Having examined the RFP including all Annexures, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to deliver the Services for e-tendering/e-tendering in conformity with the said RFP. We undertake, if our bid is accepted for empanelment, to deliver the services in accordance with the schedule specified by the Bank. If our bid is accepted for empanelment, we will obtain the guarantee of a Bank for a sum of Rs.50,000/-(Rupees Fifty Thousand only) as empanelment security in the form prescribed by the Bank. We agree to abide by this bid for the period upto 180 days from the date of opening of technical bids and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with the bank’s written acceptance thereof and bank’s notification of award, shall constitute a binding Contract between us. 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 1988”. We undertake that after contract period, or during it if and when the contract gets/is terminated, Bank reserves the right to receive the backup of all the data related to Bank including logs without any cost. We agree that the Bank will have Single Point of Contact (SPOC) with us, at the address stated below, for the entire services to be delivered by us in case our bid is accepted. Name & Address of the Bidder’s Official for Single Point of Contact: ……………………………………………. ……………………………………………. . We understand that the bank is not bound to accept any/all the bids the bank may receive. Dated this _____________ day of _____________ 201_.

----------------------------- ---------------------------- (Signature) (In the Capacity of)

Duly authorised to sign bid for and on behalf of

(Name & Address of Vendor) ________________________________

Note: The Bidder shall necessarily provide a copy of ‘Power of Attorney’ authorizing the signatory for signing the Bid on behalf of the Bidder in its Bid.

Page 29 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

AAnnnneexxuurree--22 TTeecchhnniiccaall RReeqquuiirreemmeennttss ffoorr MMDDMM SSoolluuttiioonn

Sr.No Technical specifications Weight Option Compliance

(Yes/No) Remarks

1

The Solution should have comprehensive predefined security configuration assessment checks (settings) for different supported platforms as per industry standards such as ISO27001, PCI-DSS, OWASP etc.

10 M

2

The Solution support all mainstream mobile and tablet Operating Systems (OS), which include iOS, Android, Windows OS etc.

30 M

3

The Solution should provide web- based admin console to render visibility into all enrolled corporate-owned, employee-owned and shared devices, regardless of platform or device type. Product should have the provision for necessary customization.

10 M

4

The Solution should provide directory services (AD/LDAP) integration to fetch existing directory services structure into the MDM solution such that changes in the AD/LDAP are synchronized with the solution

10 M

5 The Solution should provide an automated simple, consistent enrolment flow for all major platforms

10 M

6 The solution should send enrolment requests over-the-air using message services, email or a custom URL

10 M

7

The Solution should authenticate against Active directory/LDAP, one time passcodes based Authentication 10 M

8

The solution should prompt users to accept a custom Terms of Use agreement before gaining access to corporate resources on the device

5 O

9 The solution should create and distribute customized acceptable usage policy. 5 M

10 User should get notification in case of any change/modification in the policy 5 O

Page 30 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

11 The solution should register corporate devices and provide workflow based authorization process.

10 O

12 The solution should provide individual or bulk device enrolments. 10 M

13 The solution should be capable of applying or modifying default device policy settings

5 M

14 Restrict device features such as camera, usage of SD card, screen capture etc. 5 M

15

Use mobility intelligence dashboards to i. Provide quick view into real-time deployment data from the admin console ii. Gain a graphical summary of operations and compliance iii. Provide a comprehensive list of enrolled devices and drill down into specific device and user details.

15

M

16 View detailed hardware and software inventory reports 5 M

17

Remotely locate (GPS tracking etc), lock , perform detection and blocking of SIM change and wipe for lost or stolen devices or personal policies that span across devices

5 M

18 Specify passcode policies and encryption settings 5 M

19 Detect and resist jail braking and rooting of devices 5 M

20 Apply existing Active Directory/LDAP certificate authorities in secured manner 5 O

21

Record both device and console events to capture detailed information for system monitoring, and view logs in the console or export reports

5 O

22 Separate personal and private user data from business data Restrict mobile OS versions

20 M

23

Provide the ability to create and manage organization-specific MDM policies, such as enforcing password policies (password length, unique password, change frequency), as well as manage groups of devices via Active Directory (AD)

5 O

Page 31 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

24 Configure a device to authenticate to the network using 802.11 (with EAP-TLS) and certificate-based authentication

10 O

25 Ability to Integrate with SIEM 10 M

26 Admin should be able to perform remote wipe 5 M

27 Provide Wi-Fi control-blacklist/whitelist selective Wi-Fi networks, and detect and prevent manual override by user

10 O

28 Monitor device status such as battery life, memory usage and CPU 5 O

29 Block older software versions of apps 5 M

30 Identify and track mobile device application licenses M

31 Restrict access to edit, share, or open files to authorized apps 5 M

32 Disable some/all pre-installed applications that come with a commercial device

5 M

33

Restrict or manage the “side loading” of applications to prevent unapproved installation of applications by removable media and/or USB connection

10 M

34 Place prohibited applications installed on the device in quarantine 5 M

35 The solution should separate containers to run enterprise applications. 40 M

36 Report on data usage and trends 5 O

37 Report on last-connected status, updates and push status 5 M

38 Enforce device authentication before device use 5 M

39 Configure device or email wipe when maximum no. of failed attempts is exceeded

5 O

40 In kiosk mode restrict device to run approved applications only ( Android, iOS & Windows)

5 M

41 Remove managed Apps and data automatically when a device is un- enrolled from the EDM suite.

10 M

42

All MDM features have to be compatible with all mobile /tablet device make/vendors like Apple, Samsung, Motorola, htc, Microsoft, Nokia, Blackberry,LG, Lenovo, Xiaomi, Oppo,

15 M

Page 32 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

OnePlus, Asus/HP, Panasonic etc

43 All contents must be encrypted by AES 256 or equivalent 20 M

44 Monitor device location for providing contextual authentication 5 M

45

Grouping of devices and users based on business units, organization groups, geographic locations, device ownership etc

10 O

46 Set up screen lock and enforce password protection as per Bank’s policy 5 M

47 Provide app access through the creation of secure tunnel. 15 M

48 Provide fully automated device enrollment & activation process flow & removal.

10 M

49

Send alerts on encountering following scenarios: (i)Device has not connected in a period of time (ii) Device has outdated policies (iii)Device does not have encrypted data protection (iv)Device does not meet minimum OS version (v) Device has an installed application that is on disallowed applications list (vi) Device does not have an application that is on the required applications list

10 M

** M-Mandatory, O- Optional

Page 33 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

AAnnnneexxuurree--33

BBiidd SSeeccuurriittyy FFoorrmm

(Format of Bank Guarantee (BG) towards Bid Security) (On a Non-Judicial Stamp Paper of appropriate amount as per Stamp Act)

To: ALLAHABAD BANK, Head Office, Department of Information Technology, 2, Netaji Subhas Road, Kolkata-700001, India RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017 WHEREAS _________________________ (hereinafter called “the vendor”) has submitted its bid dated _______ (date of submission of bid) for providing of ___________________________ (description of services) (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE ______________ (name of bank) of ____________ (name of country) having our registered office at ______________ (address of bank) (hereinafter called “the Bank”) are bound unto ALLAHABAD BANK in the sum of __________ for which payment well and truly to be made to ALLAHABAD BANK, the Bank binds itself, its successors and assigns by these presents. Sealed with the common seal of the said Bank this _____ day of ______ , 201_.

THE CONDITIONS of this obligation are:

1. If the vendor withdraws its Bid during the period of bid validity specified by the vendor on the Bid Form; or

2. If the vendor, having been notified of the acceptance of its Bid by ALLAHABAD BANK during the period of bid validity :

(a) fails or refuses to execute the Contract Form if required; or

(b) fails or refuses to furnish the Empanelment Security, in accordance with the RFP ;

We undertake to pay ALLAHABAD BANK up to the above amount upon receipt of its first written demand, without ALLAHABAD BANK having to substantiate its demand, provided that in its demand ALLAHABAD BANK will note that the amount claimed by it is due it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 30 days after the period of the bid validity i.e. 180 days from the date of opening of technical bids (mention date of expiry which should be a minimum of bid validity+30 days), and any demand in respect thereof should reach the Bank not later than the above date.

Notwithstanding any term contained herein

(a)this guarantee shall be valid only upto_________________ (Insert Guarantee End Date) whereupon it shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and

(b) the total liability of the Bank under this guarantee shall be limited to Rs. ___________ (Rupees ____________________Only)

Date:

Place:

Seal Code No. Signature Page 34 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Note:

BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN INDIA.

Annexure-44 Bidder’s Information

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

1 Company Name

2 Date of Incorporation

3 Company Head Office address

4 Registered Office address

5 Contact persons address, telephone number, mobile number, Fax number, email id. (provide at least 2 contact persons details)

6 Number of year experience in implementation of e-tendering solution

7 Name, Designation, Tel. No., email-id of the Authorized official submitting the bid

Place Date SEAL (Authorized Signatory )

Page 35 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure-5 Technical / Commercial Deviation Statement

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

The following are the particulars of deviations from the requirements of the tender specifications:

Technical Deviation

Clause Deviation Remarks (Including Justification)

Commercial Deviation

Clause Deviation Remarks (Including Justification)

The technical specifications furnished in the bidding document shall prevail over those of any others document forming a part of our bid except only to the extent of deviations furnished in this statement.

Place :

Date: SEAL (Authorized Signatory)

Note : Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No Deviations”.

Page 36 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure-6

Commercial Bid Format

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

S. No.

Items *OTC (One Time Cost)

YEAR 1

YEAR 2

YEAR 3 TOTAL

AMT AMT AMT AMT 1 License cost (3000

devices) 2 Set up cost for Central

Management Console DC DR

3 ATS cost for Management Server.

4 Any other Charges Total

Note: 1. For each of the above items provided the Bidder is required to provide the cost for

every line item where the Bidder has considered the cost in BOM.

2. The Bidder needs to clearly indicate if there are any recurring costs included in theabove bid and quantify the same. In the absence of this, the Bidder would need toprovide the same without any charge. Bidder should make no changes to thequantity.

3. If the cost for any line item is indicated as zero then it will be assumed by the Bankthat the said item is provided to the Bank without any cost.

4. All Deliverables and Services to be provided as per requirements specified in theRFP.

5. The cost needs to include for all deliverables, services and other requirement asmentioned in the RFP

6. The Bidder has to make sure all the arithmetical calculations are accurate. Bank willnot be held responsible for any incorrect calculations however for the purpose ofcalculation Bank will take the corrected figures / cost

7. All prices to be in Indian Rupee (INR) only

8. The prices quoted by the bidder shall be all inclusive, that is, inclusive of all taxes,duties, levies etc. except GST & Octroi /entry tax (wherever applicable) will be paidextra. Octroi / entry tax will be paid on actual on production of original receipt

9. Implementation Cost should include Implementation, Installation, configuration ofMobile Device Management Solution and other activities as defined in the scope ofthe RFP. The cost should also include training and other needs as detailed in the

Page 37 of 54

*OTC will include One (01) year Warranty/Support

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

RFP.

10. Bank will not deploy any onsite support engineer for the solution. However, remote telephonic support by the bidder should be ensured on all working days. Onsite support shall be made available by the bidder for Central Management Server, if the issue is not resolved through telephonic support.

11. For the TCO purpose License cost for 3,000 devices would be considered. The quoted price should be valid for a period of 1 years from the date of placing of purchase order.

12. The Vendor needs to size the infrastructure (hardware, Operating System, Database) for 3,000 devices.

Place:

Date: SEAL Authorized Signatory

Page 38 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure - 7

Empanelment Contract Form

Non-Judicial Stamp Paper of appropriate value

CONTRACT NUMBER:

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

This Agreement made the_________ day of _____, 20___ Between ALLAHABAD BANK (hereinafter “the Bank”) of one part and _______________ (Name of Service Provider) of ___________ (City and Country of Service Provider) (hereinafter) of the other part :

WHEREAS the purchaser is desirous that certain goods should be provided by the Service Provider, viz., ________________ _______________ (Brief Description of Services) and has accepted a bid by the Service Provider for providing Services.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) The RFP for Empanelment of Vendors for Providing E-Tendering Services and amendments to it, if any.

(b) The Bid form and price schedule submitted by the bidder and subsequent amendments, if any, made into it, as accepted by the Bank;

(c) The detailed Technical and Security Specifications;

(d) The Bank’s Notification of Empanelment.

3. In consideration of the payments to be made by the Bank to the Service Provider as hereinafter mentioned, the Service Provider hereby covenants with the Bank to provide the Services to remedy defects therein in conformity in all respects with the provisions of the contract.

4. The Bank hereby covenants to pay the Service Provider in consideration of the provision of the Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the Services which shall be supplied/provided by the Service Provider are as under:

Sl. No. Brief Description of Services Per event Price (Rs.)

Page 39 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

5. DELIVERY SCHEDULE:

(Detail to be given specifying the commissioning of the solution for the Bank)

In Witness whereof the parties hereto have caused this agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said ______________________________ (For the Service Provider)

in presence of __________________________

Signed, Sealed and Delivered by the

said ______________________________ (For the Purchaser)

in presence of __________________________

Page 40 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure-8 Empanelment Security Form

(Format of Bank Guarantee (BG) towards Empanelment Security) (On a Non-Judicial Stamp Paper of appropriate amount as per Stamp Act)

To: Allahabad Bank, Head Office, Department of Information Technology, 2, Netaji Subhas Road, Kolkata-700001, India RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017 WHEREAS _________________________ (hereinafter called “the bidder”) has submitted its bid dated_______ (date of submission of bid) for Empanelment of Vendors for Providing e-tendering Services to Allahabad Bank’s Request for Proposal (RFP) No. HO/DIT/MDM/2017-18/71 dated 12.09.2017 (hereinafter called “the Bid” ).

KNOW ALL PEOPLE by these presents that WE______________(name of bank) of ____________ (name of country) having our registered office at______________ (address of bank) (hereinafter called “the Bank”) are bound unto ALLAHABAD BANK (hereinafter called “the Beneficiary”) in the sum of Rs.50,000/-(Rupees Fifty Thousand only) for which payment will and truly to be made to the said Beneficiary, the Bank binds itself, its successors and assigns by these presents. Sealed with the common seal of the said Bank this _____ day of_______ , 2017.

THE CONDITIONS of this obligation are:

If the bidder, having been notified, by the beneficiary, as selected for Empanelment of Vendor for Providing e-tendering Services, during the period of contract fails to provide the services or perform obligations in accordance with the aforesaid RFP and Contract, as bidder;

We undertake to pay the Beneficiary up to the above amount upon receipt of its first written demand, without the Beneficiary having to substantiate its demand, provided that in its demand the beneficiary will note that the amount claimed by it is due to it owing to the occurrence of above condition, specifying the occurred condition.

This guarantee will remain in force up to 6 months from the date of signing the contract i.e. up to_______(mention date of expiry), and any demand in respect thereof should reach the Bank not later than the above date.

Notwithstanding any other term contained herein :

1. this guarantee shall be valid only up to _________________ (Insert Guarantee End Date) whereupon it shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and

2. the total liability of Bank under this guarantee shall be limited to Rs.__________ (Rupees _______________________ only)

Page 41 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Place :

SEAL Code No. SIGNATURE.

NOTE :

1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORYIS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG

2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN INDIA.

Page 42 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure-9 Details of Offices

(To be submitted on the letter head of the bidder) RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

Date: To :

Allahabad Bank, Head Office, Dept. of Information Technology, 2, Netaji Subhas Road, Kolkata – 700 001, India

Sir, We have permanent offices at the following locations across India.

Sl. No Location & Address Contact Person and details Ph. No. and Email Address

Seal & Signature of Authorized signatory: ____________

Page 43 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure 10 Bidder Turnover & Profits

(To be submitted on the letter head of the Bidder) RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

Name of the Bidder Company / Firm: _____________________________________

Details of turnover and profit for last three years:

Sr. No.

Financial parameters of the bidder

Business Results

Annual Turnover

(INR)

Net Profit /(Loss) (INR)

Net Worth (INR)

1 2014-2015

2 2015-2016

3 2016-2017

Only Bidder company / Firm figures need to be mentioned.

(Not to include subsidiary, affiliate or group entities figures)

(Mention the above amount in INR only)

Also, copies of Audited Balance sheet and Profit & Loss accounts for the years 2014-15, 2015-16 and 2016-17 to be submitted along with this Annexure.

Certified By: Seal & Signature of authorized signatory (Chartered Accountant) (For Bidder)

Place:

Date:

Page 44 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure-11

Service Level

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017 Bidder will have to provide application support as per RFP requirement. All P1 and P2 calls should be resolved within following stipulated timelines - P1 call - Application is down or not accessible due to appliance or software functionality issues. Such calls should be resolved within 1 hr of raising the call. Replacement should be made in case of failure. P2 call - Major features are severely impacted and temporary work around is available. Such calls should be resolved within 4 hrs of raising.

The penalty will be calculated as per the details given below.

Total Call Resolution Time in a Year

Penalty Details

For P1 calls

0 Hrs<= A <=1Hrs

No Penalty

1 Hrs<A<=4 Hrs 5% of cost of yearly ATS charges

4 Hrs< A <= 8 Hrs 10% of cost of yearly ATS charges

8 Hrs<A

Penalty at an incremental rate of 1% (in addition to a base of 10%) of cost of yearly ATS charges for every 1 hour higher than the stipulated time of total call resolution time in a year (i.e. 1Hrs) with an overall cap

For P2 Calls

Penalty at an incremental rate of 0.5% of cost of yearly ATS charges for every 1 hour higher than the stipulated time of total call resolution time in a year (i.e. 4 Hrs) with an overall cap of 30% of the yearly

SLA penalty would be adjusted from subsequent ATS payment. The SLA charges will be subject to an overall cap of 30% of the yearly ATS charges and thereafter, Bank has the discretion to cancel the contract. In case if there is no pending invoices to be paid by the Bank to the Bidder, the Bidder has to submit a pay order / cheque payable at Mumbai in favor of Bank for the same within 15 days from the notice period from the Bank.

Page 45 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure 12 Self Declaration – Blacklisting

To The Chief Manager (IT) Department of Information Technology Allahabad Bank, Head Office, 2, Netaji Subhash Road, Kolkata – 700 001, (W.B.) India Dear Sir,

Sub: Self Declaration – Blacklisting

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017 We hereby certify that, we have not been blacklisted/debarred by any Government Dept. / PSU

/ Banks for non-implementation /non delivery of the order/not providing support or for any

other reason during last three years. We also certify that we have not been a defaulter for any

Government Dept./PSU/Banks.

Signature of Authorized Official Name and Designation with Office Seal Place: Date:

Page 46 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure 13 Non-Disclosure and Indemnity Agreement RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

THIS AGREEMENT made and entered into at ……..on this the…..day of………20... Between ALLAHABAD BANK, a body corporate constituted under the Banking Companies (Acquisition & Transfer of Undertakings) Act 1970, having its Corporate Office at --------------------------------------------------------------------------------------hereinafter called the “BANK” which term shall wherever the context so require includes its successors and assigns

AND M/s.……………………………. Limited a company registered under the Companies Act having its registered office at…………………………………….. Hereinafter called the “Vendor” which term shall wherever the context so require includes its successors and assigns, WITNESSETH: WHEREAS The Bank is inter alia engaged in the business of banking and has been procuring hardware/software for various banking operations. M/s. has been engaged in the business of supply and installation of computer systems (hardware/software). The parties intend to engage in discussions and negotiations concerning establishment of business relationship between them. In the course of discussions and negotiations, it is anticipated that the parties may disclose or deliver to the other certain or some of its trade secrets or confidential or proprietor information for the purpose of business relationship. NOW THERFORE THIS AGREEMENT WITNESSETH and it is hereby agreed by and between the parties hereto as follows: 1. Confidential information

"Confidential Information" means and includes all data, documents and information disclosed or to be disclosed by either Party to other Party and its Representatives (as defined herein) (including information transmitted in written, electronic, magnetic or other form and also information transmitted orally or visually) and any and all information, in whole or in part, directly or indirectly, from such information including all notes, summaries, analyses, compilations and other writings. Confidential information shall include any copy, abstract, extract, sample, note or module thereof and electronic material or records.

“Receiving Party” may use the information solely for and in connection with the Purpose. "Disclosing Party" means party who discloses Confidential Information.

2. Use of Confidential Information Each party agrees not to use the other’s confidential information for any purpose other than for the specific purpose. Any other use of such confidential information by any party shall be made only upon the prior written consent from the authorized representative of the other party or pursuant to subsequent agreement between the Parties hereto.

Page 47 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

The receiving party shall not commercially use or disclose for commercial purpose any confidential information or any materials derived therefrom, to any other person or entity other than persons in the direct employment of the Receiving Party who have a need to access to and knowledge of the confidential information solely for the purpose authorized above. The Receiving Party may disclose confidential information to consultants only if the consultant has executed non-disclosure agreement with the Receiving Party that contains terms and conditions that are no less restrictive than these and such consultant should also be liable to the original disclosing party for any unauthorized use or disclosure. The Receiving party shall take appropriate measures by instruction and written agreement prior to disclosure to such employees to assure against unauthorized use or disclosure. The Receiving Party agrees to notify the Disclosing Party immediately if it learns of any use or disclosure of the Disclosing party’s confidential information in violation of the terms of this Agreement.

Neither party shall make news release, public announcements, give interviews, issue or publish advertisements or Agreement, the contents/provisions thereof, other information relating to this agreement, the purpose, the Confidential information or other matter of this agreement, without the prior written approval of the other party.

3. Exemptions

The obligations imposed upon either party herein shall not apply to information, technical data or know how whether or not designated as confidential, that:

• Is already known to the Receiving party at the time of the disclosure without an obligation of confidentiality.

• Is or becomes publicly known through no unauthorized act of the Receiving party. • Is rightfully received from a third party without restriction and without breach of this

agreement. • Is independently developed by the Receiving party without use of the other party’s

Confidential Information and is so documented. • Is disclosed without similar restrictions to a third party by the Party owning the

confidential information. • Is approved for release by written authorization of the disclosing party; or • Is required to be disclosed pursuant to any applicable laws or regulations or any order of

a court or a governmental body; provided, however that the Receiving party shall first have given notice to the Disclosing Party an made a reasonable effort to obtain a protective order requiring that the confidential information and / or documents so disclosed used only for the purposes for which the order was issued.

4. Term

This agreement shall be effective from the date of the execution of this agreement and shall continue till expiration or termination of this agreement due to cessation of the business relationship between the parties. Upon expiration or termination as contemplated herein the Receiving party shall immediately cease any or all disclosures or uses of confidential information and at the request of the disclosing party, the receiving party shall promptly return or destroy all written, graphic or other tangible forms of the confidential information and all copies, abstracts, extracts, samples, note or modules thereof.

The obligations of the receiving party respecting disclosure and confidentiality shall continue to be binding and applicable without limit until such information enters the public domain.

Page 48 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

5. Title and Proprietary Rights Notwithstanding the disclosure of any confidential information by the Bank to the Vendor, the Bank shall retain title and all intellectual property and proprietary rights in the confidential information. No license under any trademark, patent or copyright or application for same which are or thereafter may be obtained by the Vendor is either granted or implied by the conveying of confidential information.

6. Return of Confidential Information

Upon written demand of the disclosing party, the receiving party shall (I) cease using the confidential information (ii) return the confidential information and all copies, abstracts, extracts, samples, note or modules thereof to the disclosing party within seven (7) days after receipt of notice and (iii) upon request of the disclosing party, certify in writing that the receiving party has complied with the obligations set forth in this paragraph.

The Vendor shall not make news releases, public announcements, give interviews, issue or publish advertisements or publicize in any other manner whatsoever in connection with this Agreement, the contents / provisions thereof, other information relating to this Agreement or information received under this Agreement, the Purpose, the Confidential Information or other matter of this Agreement, without the prior written approval of the Bank.

The Vendor shall not reverse-engineer, de-compile, disassemble, or otherwise interfere with any software disclosed hereunder.

7. Remedies

The receiving party acknowledges that if the receiving party fails to comply with any of its obligations hereunder, the disclosing party may suffer immediate, irreparable harm for which monetary damages may not be adequate. The receiving party agrees that, in addition to all other remedies provided at law or in equity, the disclosing party shall be entitled to injunctive relief hereunder.

8. Entire Agreement

This agreement constitutes the entire agreement between the parties relating to the matter discussed herein and supersedes any and all prior oral discussion and/or written correspondence or agreements between the parties. This agreement may be amended or modified only with the mutual written consent of the parties. Neither this agreement nor any rights, benefits and obligations granted hereunder, shall be assignable or otherwise transferable.

9. Severability

If any provision herein becomes invalid, illegal or unenforceable under any law, the validity, legality and enforceability of the remaining provisions and this agreement shall not be affected or impaired.

10. Indemnity

The Vendor will indemnify the Bank against all actions, proceedings, claims, suits, damages and any other expenses for causes attributable to Vendor in connection with purchase of Hardware/software/goods under this contract. The total liability of the Vendor under the contract will not exceed the total cost of the project.

11. Dispute Resolution Mechanism

Page 49 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

In the event of any controversy or dispute regarding the interpretation of any part of this agreement or any matter connected with, arising out of, or incidental to the arrangement incorporated in this agreement, the matter shall be referred to arbitration and the award passed in such arbitration shall be binding on the parties. The arbitral proceeding shall be governed by the provisions of Arbitration and Reconciliation Act 1996 and the place of arbitration shall be Kolkata.

12. Jurisdiction

The parties to this agreement shall submit to the jurisdiction of courts in Kolkata.

13. Governing Laws The provisions of this agreement shall be governed by the laws of India.

14. Authority to Execute the Contract Each person executing this Agreement warrants and represents that he or she has the authority to enter into this Agreement on behalf of the party whose name appears below their signature.

In witness whereof, the parties hereto have set their hands through their authorized signatories. SIGNED : For and on behalf of BANK ………….. M/s .................

Page 50 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure 14 Credential Letter from Organization(s)/Bank(s)

(To be submitted on the letter head of the Concerned Organization) RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

To : The Chief Manager (IT) Allahabad Bank, Head Office, Dept. of Information Technology, 2, Netaji Subhas Road, Kolkata – 700 001, India Sir,

M/s ________________ is/was our vendor for supply and maintenance of the following MDM solution for the period _________________, as briefed under:

The supply and maintenance support for the solution supplied, from the vendor M/s __________________________ is/was satisfactory.

Place:

Date: Seal & Signature

(For .......................................................)

S. No Name of MDM Solution in Use Main features/description of the Solution

1

2

Page 51 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

ANNEXURE -15 Undertaking – Document Correctness

RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017 This is to certify that the information furnished herein and as per the documents submitted (hard copy and soft copy) is true and accurate and nothing has been concealed or tampered with. We further certify that the contents of the soft copy are same as those provided in the hard copy. We have gone through all the conditions of RFP document and are liable to any punitive action for furnishing false information / documents. Dated this _____ day of ____________________ 201_ Signature (Company Seal) In the capacity of Duly authorized to sign bids for and on behalf of:

Page 52 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure 16

Letter of Undertaking from OSD / OEM RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

(This letter should be on the letterhead of the OEM / OSD / Manufacturer duly signed by an authorized signatory)

To

The Chief Manager (IT) Department of Information Technology Allahabad Bank, Head Office, 2, Netaji Subhash Road, Kolkata – 700 001, (W.B.) India Sir,

We ………………………… (Name of the OSD / OEM) who are established and reputable manufacturers / developers of ………………………… having factories at ………, ………and …………… do hereby authorize M/s ……………………… (who is the Bidder submitting its bid pursuant to the Request for Proposal issued by the Bank) to submit a Bid and negotiate and conclude a contract with you for providing Mobile Device Management solution for the product/s manufactured / developed by us against the Request for Proposal received from your Bank by the Bidder and we have duly authorized the Bidder for this purpose.

We undertake to perform the obligations as set out in the RFP in respect of such services and hereby extend our warranty / support and services through M/s.……………… during the 3 years contract period as per terms and conditions of the RFP.

We assure you that in the event of M/s ……………………… not being able to fulfill its obligation as M/s ……………………… Bidder in respect of the terms defined in the RFP, (OEM / OSD Name) would continue to meet these either directly or through alternate arrangements without any additional cost to the Bank.

Yours Faithfully

Authorized Signatory

Name:

Phone No.

Fax

E-mail

Page 53 of 54

AALLLLAAHHAABBAADD BBAANNKK RFP Ref No HO/DIT/MDM/2017-18/71 dated: 12.09.2017

Annexure 17

Undertaking of Information Security RFP Ref. No. – HO/DIT/MDM/2017-18/71 dated 12.09.2017

(This letter should be on the letterhead of the bidder as well as the OEM/ Manufacturer duly signed by an authorized signatory on Information security as per regulatory requirement) To

The Chief Manager (IT) Department of Information Technology Allahabad Bank, Head Office, 2, Netaji Subhash Road, Kolkata – 700 001, (W.B.) India Sir,

Sub: RFP for Supply and Implementation of Mobile Device Management Solution

We hereby undertake that the proposed hardware / software to be supplied will be free of malware, free of any obvious bugs and free of any covert channels in the code (of the version of the application being delivered as well as any subsequent versions/modifications done) Yours Faithfully

Authorized Signatory

Name:

Phone No.

Fax

E-mail

Page 54 of 54