REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House,...

89
RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019 Page 1 of 89 REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION AND COMMISSIONING OF SECOND MPLS LINKS AND EMPANELMENT OF VENDORS FOR BRANCHES / OFFICES-2019 Ref: BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Transcript of REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House,...

Page 1: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 1 of 89

REQUEST FOR PROPOSAL FOR

PROCUREMENT, INSTALLATION AND

COMMISSIONING OF SECOND MPLS LINKS

AND EMPANELMENT OF VENDORS

FOR BRANCHES / OFFICES-2019

Ref: BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 2: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 2 of 89

BANK OF INDIA, HEAD OFFICE INFORMATION TECHNOLOGY DEPARTMENT

Bank of India, a body corporate, established under the Banking companies (Acquisition and Transfer of Undertakings) Act 1970, having its Head Office at Bank of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends to procure Second MPLS links and empanelment of vendors for branches/offices , invite bids from the eligible vendors, to participate with complete installation, commissioning, Integration and maintenance at 1970+ locations (Domestic branches) hereinafter called Second MPLS Network Procurement and empanelment of vendor for branches/offices as per the specifications, terms, conditions and scope given in detail in this RFP. At present Bank has MPLS Network from BSNL/MTNL for approximately 4450+ branches out of total 5100+ branches. Under the said requirement of this RFP, Bank shall be using the Second Link as active link and will be used as alternate link for BSNL MPLS Links or branches connected through VSAT and other modes of connectivity. The brief detail of the scope of this RFP is as following:

1) The Bank intends to procure a total solution for the installation, commissioning, Integration and maintenance of Second MPLS Network Procurement for the branches/offices as per Annexure 1 and empanelment of vendors for procurement of new links for a period of 5 years. The detailed scope with technical details is mentioned in related clauses of RFP.

2) The interested bidders can download RFP/bidding document / pre bid clarifications from the Bank’s website http://www.bankofindia.co.in under Tenders section. Cost of the Bid is Rs.50,000/- (non-refundable) and shall be payable by means of Demand Draft / Bank Order along with the completed Bid in a separate cover. The interested vendors may also collect this RFP from the Information Technology Department, Head Office located at the address as mentioned on page 3 after paying the Bid cost by means of a non-refundable Demand Draft / Pay Order for Rs. 50,000/- (Rupees Fifty Thousand Only) favoring Bank of India. Bids without the DD / Pay Order shall not be accepted.

3) The Earnest Money Deposit for the bid is of Rs.20,00,000/- (Rs. Twenty Lakhs Only) by way of Bank Guarantee (format as per Annexure F(a)) from any of the commercial banks (other than Bank of India) in an acceptable form favoring “Bank of India – EMD for Procurement of Second MPLS Network Procurement and empanelment of vendors for branches/offices-2019 Ref

No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019”, Mumbai. No interest shall be allowed on the Earnest Money deposit. Bids without Earnest Money deposit are liable for rejection.

4) The EMD (in form of DD/PO/BG only) and cost of bid (in form of DD/PO only) will be submitted in a separate envelope. No other mode will be acceptable.

5) In this regard, a two-envelope bidding Procedure (Technical Bid and Price Bid) in separate envelopes will be adopted. The technically complete and commercially competitive bids shall be submitted in two parts viz. Qualifying and Technical Bid –

Page 3: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 3 of 89

Part A and Price Bid – Part B in separate sealed cover. The Bids should be delivered to the address mentioned below with acknowledgement due so as to reach before 15.00 hours on or before 25.03.2019. If the last day of submission of bid is declared holiday under Negotiable Instruments Act by the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.

6) The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc., if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 25.03.2019 at 16:00 hrs in the below mentioned Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.

7) The important dates / schedules for the above RFP shall be as following:

Date and Time of commencement of inspection / Sale of Bid Document

21.02.2019 from 10.00 am onwards

Pre bid meeting 28.02.2019 15:00 Hrs Venue: Bank Of India Building, Plot No 11, Sector 11, CBD Belapur, Navi Mumbai - 400614

Last Date and Time for Receipt of Bids at Bank of India (Address as given below)

25.03.2019 15.00 hrs

Date and Time of opening of Technical Bids

25.03.2019 16.00 hrs

Address for Communication and submission of bid.

The General Manager, Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department, 8th floor, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 022-66684444

Bid document Availability Bidding Document to be downloaded from the Tender section of our Bank’s web-site www.bankofindia.com

7 ) For any technical clarification, the contact persons are Shri Ajay Kapoor, Chief

Manager Ph. No. 022-61289415 email-([email protected]). and / or Shri Ajay Bishnoi, Senior Manager Ph. No. 022-61289420 email-([email protected]). For Bank Of India

(Kamesh Mantha) Deputy General Manager

Page 4: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 4 of 89

Disclaimer

The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of Bank of India (BOI), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

This RFP is neither an agreement nor an offer and is only an invitation by BOI to the interested parties for submission of bids. The purpose of this RFP is to provide the bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advice. BOI makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. BOI may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. Independent External Monitors (IEM) Bank of India has empanelled Independent External Monitors (IEMs) for implementation of Integrity Pact (IP) in respect of procurements as per directives received from the Central Vigilance Commission (CVC). The details are as under:-

1 2

Dr. Joginder Paul Sharma, IAS (Retd) Ex-Principal Secretary. Govt. of UP D-266, Sector-47,Noida, UP Mobile: 9650999444 e-mail: [email protected]

Shri Ashwani Kumar Ex-CMD, Dena Bank Flat No. 101, 1st Floor Plot No. F.P. No.81, Ruby Bandra West Ruby CHSL, 29th Road, Near Duruoella Convent High School. Mobile: 9920262626 Email:[email protected]

Integrity Pact Venders/bidders/sellers, only those who commit themselves to Integrity Pact with the Bank, would be considered competent to participate in the bidding process. In other words, entering into this pact would be the preliminary qualification. In case of bids not accompanied with signed IP by the bidders along with the technical bid, the offers shall be summarily rejected. IP shall cover all phases of contract i.e. from the stage of Notice Inviting Tenders (NIT)/Request for Proposals (RFP) till the conclusion of the contract i.e. final payment or the duration of warrantee/guarantee. Format of Integrity Pact is provided as Annexure-E for strict compliance

Page 5: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 5 of 89

Table of Contents 1. Introduction: ............................................................................................. 8

2. Submission of Bids ................................................................................ 10

3. Earnest Money Deposit (EMD) .............................................................. 14

4. Business Requirement ........................................................................... 15

5. Broad scope of work .............................................................................. 16

6. Technical Requirement .......................................................................... 31

7. DC and DR Backhaul Links: .................................................................. 32

8. Maintenance support ............................................................................. 32

9. Liquidated Damages (LD): ..................................................................... 37

10. Service Level Agreement (SLA) Terms and conditions: ......................... 38

11. Payment Terms...................................................................................... 39

12. Documentation: ...................................................................................... 40

13. Validity & repeat orders .......................................................................... 40

14. Taxes ..................................................................................................... 41

15. Force Majeure ........................................................................................ 42

16. Indemnity ............................................................................................... 42

17. Authorized Signatory .............................................................................. 43

18. Arbitration .............................................................................................. 43

19. Applicable law & Jurisdiction of court: .................................................... 44

20. Cancellation of the Contract & Compensation: ...................................... 44

21. Termination Clause: ............................................................................... 45

22. Patent Rights/Intellectual Property Rights .............................................. 45

23. Right to Audit ......................................................................................... 46

24. Signing of Agreement or contract........................................................... 46

25. Confidentiality ........................................................................................ 46

26. Prohibition against Assignment, Outsourcing or Sub contract ............... 48

27. Insurance ............................................................................................... 48

28. Bidder’s Integrity: ................................................................................... 49

29. Bidder’s obligations ................................................................................ 49

30. Country of Origin / Eligibility of Goods & Services ................................. 49

31. Governing Language ............................................................................. 50

32. Defect liability ......................................................................................... 50

33. Notices ................................................................................................... 50

34. Non-Disclosure Agreement .................................................................... 50

Page 6: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 6 of 89

35. Price Schedule ....................................................................................... 50

36. Contract Performance Guarantee .......................................................... 51

37. Inspection .............................................................................................. 52

38. Arrangements for Business continuity to the bank: ................................ 52

39. Order: ..................................................................................................... 53

40. Selection of L1 Bidder: ........................................................................... 53

41. Exit Clause ............................................................................................. 54

42. BID FORM, PRICE SCHEDULES AND OTHER FORMATS ................. 55

Page 7: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 7 of 89

INSTRUCTIONS FOR BIDDERS (IFB) TABLE OF IMPORTANT CLAUSES

Clause No.

Topic Clause No.

Topic

A. Introduction 21. Termination Clause

1. Introduction 22. Patent rights/Intellectual Property rights

2. Submission of Bid 23. Right to Audit

3. Earnest Money Deposit(EMD) 24. Signing of Agreement or contract

4. Business Requirement 25. Confidentiality

B. Scope 26. Prohibition against Assignment, Outsourcing or Subcontract

5. Broad scope of work F. Notices, Guarantee & Formats

6. Technical Requirement 27. Insurance

7. DC and DR Backhaul Links 28. Bidder’s Integrity

C. Support, Agreement & Documentation

29. Bidder’s Obligations

8. Maintenance support 30. Country of origin/eligibility of Goods & Services

9. Liquidated damages(LD) 31. Governing Language

10. Service Level Agreement (SLA) Terms and Conditions

32. Defect Liability

11. Payment Terms E. Insurance, Obligations & Language

12. Documentation 33. Notices

13. Validity & Repeat Orders 34. Non- disclosure agreement

14. Taxes 35. Price Schedule

15. Force Majeure 36. Contract Performance Guarantee

16. Indemnity 37. Inspection

17. Authorized Signatory 38. Arrangement of Business continuity to the Bank

D. Arbitration, Law & Contract of Bids

39. Order

18. Arbitration 40. Selection of L1-Bidder

19. Applicable law and jurisdiction of court 41. Exit Clause

20. Cancellation of contract and compensation

42. Bid Form, Price Schedules and other Formats

Page 8: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 8 of 89

1. Introduction:

Bank of India, a body corporate, established under the Banking companies (Acquisition and Transfer of Undertakings) Act 1970, having its Head Office at Bank of India, Star House-2, C-4, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, 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, to the vendors, to participate in the competitive bidding for a total solution for the Procurement, Installation, and commissioning of Second MPLS Network and empanelment of vendors for Bank’s branches / offices, hereinafter called Second MPLS Network Procurement for the branches/offices and empanelment of vendor for branches/offices-2019 as per the specifications, terms, conditions and scope defined in this RFP.

A vendor submitting the proposal in response to this RFP for Second MPLS Network Procurement and empanelment of vendor for branches/offices of the Bank for a period of 5 years shall hereinafter be referred to as Bidder.

1.1 This document is meant for the exclusive purpose of bidding as per the terms

conditions and specifications indicated and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued. The Bidding Document may be obtained from the Bank as given hereunder or downloaded from Bank’s Website http://www.bankofindia.co.in/tenders and the bid should be submitted to the office of Bank of India, Head Office, I.T. Department, 8th floor, Star House-2, C-4,‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051.

1.2 A non-refundable bid amount of Rs.50,000/- (Rupees Fifty thousand) (As per

annexure A) to be paid by means of a demand draft / pay order favoring “BANK OF INDIA” payable in Mumbai. If bid document downloaded from website, the cost of the bid may be paid along with the technical bid in separate envelope.

1.3 Regarding the RFP, the information will be published in News Papers advertisement/ bank corporate website and further communication or corrigendum/addendum will be displayed through our bank corporate website www.bankofindia.co.in.

Page 9: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 9 of 89

1.4 Definitions

AAA Authentication, Authorization and Accounting CDMA Code Division Multiple Access

CE Customer Edge

CoS Class of Service

CPE Customer Premises Equipment

DC Data Centre

DRC Disaster Recovery Centre

ISDN Integrated Services Digital Network

LAN Local Area Network

MPLS Multiprotocol Label Switching

NAC Network Access Control

NSI Network System Integrator

PE Provider Edge

POC Proof of Concept

QoS Quality of Service

RF Radio Frequency

RFP Request for Proposal

RTD Round Trip Delay

SLA Service Level Agreement

TCO Total Cost of Operations

UC Unified Communication

VSAT Very Small Aperture Terminal

WAN Wide Area Network

Page 10: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 10 of 89

2. Submission of Bids

2.1.1. The technically complete and commercially competitive bids shall be submitted in two parts viz. Qualifying and Technical Bid – Part A and Price Bid – Part B.

2.1.2. The Qualifying & Technical Bid shall be accompanied by Annexure-A confirming

compliance to eligibility criteria. The technical solution is specified in Annexure-B and the format for explicit compliance or deviation to other conditions in the RFP is specified in Annexure C. Only those bidders who fulfill the eligibility criteria shall respond to the RFP.

2.1.3. Price bid shall be submitted as per clause 2.

2.1.4. The cost of preparing response to this RFP will be the responsibility of the bidder

and the Bank will not be liable for any costs incurred by the bidder.

2.1.5. The bidder shall submit the copy of RFP duly signed/undertaken by their authorized signatory. The copy of RFP document should be submitted with Qualifying and Technical bid (PART-A).

2.2. Qualifying & Technical bid and Price Bid shall be submitted in English Language,

in TWO separate sealed envelopes, super scribing “QUALIFYING & TECHNICAL BID - PART A against Ref No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019” on the top of the cover No.1 and “PRICE BID - PART B against Ref No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated 21.02.2019” on the top of the cover No.2.

2.3. The Bidder shall take care of submitting the Bid properly filed so that the papers

are not loose. The bidder shall submit the bid in suitable capacity of the file such that the papers do not bulge out and tear during scrutiny.

2.4. The Bids should be delivered to the below mentioned address with due

acknowledgement so as to reach before 15.00 hours on or before 25.03.2019 or the amended / extended date as publicized through the website. If the last day of submission of bid is declared holiday under NI Act by the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.

The General Manager, Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department, 8th floor, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 022-66684444

Page 11: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 11 of 89

2.5. The Bidder shall certify the compliance or no deviation of all clauses, terms, conditions and specifications stipulated in RFP, as per the Compliance statement Performa given in Annexure-C. The Data sheet as per Annexure – D shall also be submitted. Technical bids accompanied by incomplete or unsigned Annexure-C or Annexure-D are liable for rejection. The bidder shall also submit the soft copy of the complete Qualifying & technical bid in MS-word / Office format in a CD, super scribing "Soft copy of Qualifying & Technical Bid against Ref No.

BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019", in the Qualifying & Technical bid envelope. The bidder shall also submit the soft copy of the price bid in MS-Excel /Office format in a CD, super scribing "Soft copy of Price bid against Ref No.

BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019", in the price bid envelope. The CDs should be in respective envelopes of both bids.

2.6. All details to be provided by the bidder should be specific to the requirements mentioned. Detailed clarification and/or additional information should be provided only at Bank's request. The bidder shall detail their reply for each clause in Annexure - B and Annexure - E and they shall also indicate the Page number in the bid, wherever additional information is enclosed like brochures, manual, documents etc., the bidder shall ensure correctness of referred page nos. The technical bid shall be organized as follows.

2.7. Duly signed covering letter in company’s letterhead by authorized signatory with

name, title and seal.

2.8. EMD as per clause 3 2.9. Duly filled Compliance statement as per Annexure-C (Annex C - Compliance

sheet)

2.10. Letter from OEM for support and service during the contract period, wherever applicable.

2.11. Additional information as per Annexure - C, if any (Compliance sheet)

2.12. Duly filled Data Sheet as per Annexure - D (Organization profile)

2.13. Additional information as per Annexure - D, if any (Org profile)

2.14. Duly filled Checklist as per Annexure - E (Check list)

2.15. Duly filled relevant Annexure of F(a) (Bank guarantee, EMD)

2.16. Replica of complete price bid masking the prices as per Annexure - G - (a)

2.17. Duly signed Non-disclosure Agreement - Annexure G (d)

2.18. The bidder shall have their offices in India and preferably one of their offices in Mumbai. The bidder shall submit the bid authenticated by an authorized person from any of his offices in India, preferably from Mumbai office. However, the bidder

Page 12: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 12 of 89

shall authorize a representative from Mumbai office for interacting with the bank during evaluation of the bid. The bidder shall indicate the addresses, contact nos. and contact persons of their Regional offices and support centers. The bidder shall also indicate address of the office on which order has to be placed, if selected.

2.19. All pages of the bid excluding Brochures are to be numbered as Page --- (current page) of --- (total pages). The numbering shall be done for the whole bid and not section-wise.

2.20. The bidder must submit a detailed statement of facts and profile of their company including year of commencement of business, Internet site details, name & title of the authorized signatory, contact numbers and e-mail address.

2.21. If the bidder is offering solutions/products from other OEMs/principals, as required in this RFP, they shall detail the responsibilities of the parties involved. The bidder should submit a letter of undertaking from OEMs/principals mentioning their consent and assurance for satisfactory performance of the project, along with the Qualifying & Technical Bid – Part A.

2.22. The Bidder shall submit an ownership certificate duly signed by the authorized official, along with the Qualifying & Technical bid, also mentioning that change in ownership is not anticipated in the proposed period of contract. If any such change is anticipated, the scope and effect thereof shall be defined.

2.23. The bidder`s authorized signatory shall authenticate by signature and seal on each page of the Bid including brochures/pamphlet/write-up etc. Bids with erasure/over writing/cutting are liable to be rejected. If required, the corrections can be made by scoring out entries and writing afresh. The authorized signatory shall authenticate each correction. Wherever certification/undertaking is submitted, the bidder shall affix signature with name, title/designation and seal in addition to page-wise authentication.

2.24. The order shall be placed on one single selected bidder's entity who has participated in the tender process. Order for equipment and bandwidth shall be placed in the name of one single entity of selected bidders as it is a turnkey project for required equipment and bandwidth. The bidder who submits the quote should have fulfilled the eligibility criteria as per RFP.

2.25. The Bidder may modify or withdraw its Bid after the Bid’s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.

2.26. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched. Withdrawal notice may also be sent by Fax, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of Bids.

Page 13: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 13 of 89

2.27. No Bid may be returned or modified after the deadline for submission of Bids.

2.28. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a Bid during this interval may result in the Bidder’s forfeiture of its Bid security (EMD).

2.29. The Bidder shall carefully examine and understand the specifications /conditions of RFP and seek clarifications, if required, to ensure that they have understood all specifications/conditions of RFP. Such clarifications should be sought before pre-bid meeting. The bidder may submit to the bank a list of queries in writing to reach us two days before pre-bid meeting as per the scheduled date in this RFP. No individual consultation shall be entertained. The Bidder’s bid should not mention sections like clarifications, 'as orally told', ‘to be discussed’, interpretations and assumptions. With the submission of the Bid, the bidder acknowledges that he/she has carefully studied and understood the RFP and any clarification provided by email completely. In the Pre-Bid meeting, each bidder can be represented by not more than two representatives.

2.30. Incomplete bids, conditional bids, bids not conforming to the terms and conditions, bids without EMD and bids not submitted as per clause 3.2 are liable for rejection by the Bank.

2.31. It is to be understood clearly by the bidders that the selection process requires them to have adequate expertise in the proposed technology. The bank evaluating the proposed solution will also consider the competence and capability of the bidders in implementation and support services.

2.32. The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. The bank reserves the right to re-tender without assigning any reasons whatsoever. The bank shall not incur any liability to the affected bidder(s) on account of such rejection. Bank shall not be obliged to inform the affected bidder(s), the grounds for the Bank's rejection. The Bank reserves the right to modify any terms, conditions and specifications of the RFP and Bank reserves the right to obtain revised price bids from the bidders with regard to change in RFP clauses. The Bank reserves the right to accept any bid in whole or in part.

2.33. The bank reserves the right to release part order or more than one order. The bank reserves the right to finalize the bill of material and repeat orders.

2.34. The bank reserves its right to appoint any consultant or consultants for evaluation of the bid.

2.35. The bidders shall arrange to give a presentation/demonstration on their solution

after submitting their Bid, if required by the Bank. The Bank shall communicate the venue, date and time of presentation/demonstration to the bidders separately.

Page 14: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 14 of 89

The Bids shall be addressed to:

Address for Communication and submission of bid.

The General Manager, Bank of India Head Office, I.T. Department, 8th floor, Star House-2, C-4, ‘G’ Block, , Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 022-61319843

For any Technical Clarification Shri Ajay Kapoor, Chief Manager Email- [email protected] Ph.No.-022-61289415 Shri Ajay Bishnoi, Senior Manager [email protected] Ph.No.-022-61289420

The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc, if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 25.03.2019 at 16:00 hrs or amended date & time as intimated or given on website in the above-mentioned Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.

3. Earnest Money Deposit (EMD)

3.1 The Qualifying & Technical Bid, PART-A shall be accompanied by earnest money of Rs. 20, 00,000/- (Rupees Twenty Lakhs Only) by way of Bank Guarantee (format as per Annexure F(a)) from any of the commercial banks (other than Bank of India) in an acceptable form favoring “Bank of India – EMD for Second MPLS Network Procurement and empanelment of vendors for branches/offices-2019 Ref No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated 21.02.2019”, Mumbai. No interest shall be allowed on the Earnest Money. Bids without Earnest Money are liable for rejection. 3.2 The bid security in the form of Bank Guarantee shall remain valid for a period of 6 months from the last date of submission of bids with 6 months claim period. 3.3 The EMD shall be returned to the selected bidder on his/her submission of Contract Performance Guarantee, as defined in clause 36.

3.4 Bid securities (EMD) of the unsuccessful bidders shall be returned after 30 days of the award of the contract. 3.5 Bank reserves the right to change the dates mentioned above or in the RFP, which will be communicated.

Page 15: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 15 of 89

3.6 Returning Technical and Price Bids: For those bidders who do not qualify, EMD

shall be returned. The technical bid and price bid will not be returned to them. It shall be deemed to be the property of the Bank. The Bank has the right to peruse the same at any point of time.

4. Business Requirement

4.1 Bank of India intends to procure, install and commission Second MPLS Network on wired or on stable wireless solution for branches /offices from eligible bidders (excluding BSNL and MTNL) for the locations as mentioned in Annexure-1 of this RFP and upcoming requirements (as and when identified by bank during the contract period) with different Bandwidth requirement during contract period of project i.e. 5 years. The project initiation date will commence from the date on which the first link is commissioned by the bidder and duly accepted by the bank. The Bank may place purchase order on any of the solution as per the requirement/discretion.

4.2 Bank of India also intends to empanel the service providers among the selected bidders based on the feasibility of all sites and eligibility as per RFP. Contract will expire uniformly for all sites after five years from the date on which the first link is commissioned by the bidder and duly accepted by the bank. All sites including new sites ordered under this contract will expire uniformly on same day.

4.3 Bank may request for extension of validity of contract for a period of one year or till the finalization of alternate arrangements for all or selected ordered and commissioned links under the Project. The rates applicable for the extended period shall be on the fifth year pricing.

4.4 All bidders should have full-fledged Enterprise level Network Operating Centre (NOC) facility where calls should be handled and NOC should be easily approachable by bank’s branches or officials to support in case of any issue observed. Bidders has to allot dedicated toll free number at their NOC for Bank’s branches/locations which should be accessible through mobile or landline. Bank locations will call the designated toll free number for fault booking or status updating. The bidder’s NOC should have preferably separate team for BOI project. Bidders should ensure after booking the fault through toll free number, an alert with fault booking number should be gone to the caller. Further update of such fault should also to be updated through email/SMS.

4.5 Although bank has asked pro-active monitoring of link, it is the responsibility of bidders to advise the caller about their circuit status. At any point of time bank can review the required process at bidders NOC and bidder shall arrange visit of the NOC facility. Bidders also have to provide required statistics of all calls which are landing at bidders NOC to bank for taking further business decisions.

Page 16: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 16 of 89

5. Broad scope of work

Part-A: Procurement of Second MPLS Network for branches/offices

5.1 Bidders shall provide MPLS VPN Layer 3 Network connectivity for the locations identified by Bank for a period of 5 years from the date of this contract. The contract of all sites ordered under this contract shall be deemed to end after 5 years from the date of commissioning of first site by the bidder/service provider under the project.

5.2 Bidders should provide adequate capacity dual Backhaul links at Bank`s DC and DR sites. Bidders has to do the sizing of backhaul link as per the number of branches order received. Bidder should ensure both backhaul links (DC and DR) to be delivered and commissioned before the commissioning of MPLS Link at branch location. Also all backhaul links should be delivered from telecom service provider other than M/s BSNL and MTNL. There will be no separate cost for backhaul links in the project. Bidder shall ensure to upgrade the bandwidth of DC/DR backhaul links to minimum 2 times bandwidth if the utilization of DC or DR Backhaul link exceeds 70% (on Real time) during the contract period and at any point of time. Necessary network devices such as Router/Mux/Rack along with necessary cabling and Battery Backup as per Industry Standard to be provided by Bidder without any additional cost.

5.3 The last mile of Backhaul delivered link PoP should be highly redundant and there

should not be any single point of failure. The bidder should have their own nation-wide high availability MPLS network backbone. The bidder’s core MPLS backbone should be fully meshed. Bidder has to submit the declaration for this clause during bid submission. The bidder shall provide L3 VPN Circuits (Virtual Private Network - IP Security enabled) on stable wireless or wired media as last mile, as ordered. All branches shall be on minimum 2MB dedicated bandwidth.

5.4 The bandwidth provided by the bidder should be available in full duplex mode with

any to any configuration in MPLS Cloud network.

5.5 Bidder should provide Private MPLS VPN Network for bank which should not be integrated for any other entity.

5.6 All location having bandwidth 2MB and above should be made feasible on stable media either on wired or on wireless mode as per purchase order.

5.7 Bidder should provide Backhaul links at Bank`s DC and DR sites only on wired FIBER media with routers, modems, cables up to Bank’s CPE etc. at DC and DR locations with no extra cost to the Bank. The bank will provide the Rack space, cooling and power supply only for these links. Complete address details of Bank DC and DR sites will be shared to the successful bidders only. The existing empaneled service providers, who participate in this process and have already provided the Backhaul links for the branch connectivity under previous second MPLS Project and intended to use the existing backhaul links under this project, can augment the capacity of existing backhaul proportionately with the count of

Page 17: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 17 of 89

branches/ links which are commissioned under this RFP with the prior consent of Bank. Bank can further investigate such proposals/ solution as per the Information security norms and may refuse the same without citing any reason.

5.8 Bidder should provide connectivity through stable wireless or on wired media and shall adhere to the following- a) If the link is not commissioned within the timelines as specified in clause 8.3 by any of means, the purchase order for the link shall be automatically get cancelled. (b) If the link is not commissioned due to service provider dependency then fresh procurement process for procuring new link/ second link shall be initiated as per extant guidelines by the bank. For such remaining links, bank may also approach to other feasible bidder subject to requirement and match with the price of L1 as per RFP Terms.

5.9 The backhaul links at DC and DR will be on wired media only and there will not be

any cost for these links. All identified / ordered locations shall be preferably on stable wired media or on wireless solution (as RF/Wimax only). The distinguishing on commercials can be made between wired and wireless connectivity provided by the bidder.

5.10 Bidder has to provide Layer 3 MPLS VPN link on dedicated ports with 1:1 committed flow. The end point deliverable at branches should be on Ethernet Interface. Bidder has to provide the requested end point as advised by bank in all ordered locations. There should not be any constraints at the bidders end for requested end point deliverable. Bidder should make all arrangement for providing the end point viz. converter etc. Bidder should ensure there should not be any service degradation by using such external media at ordered locations. On 100% locations, the bidder has to commission the link via Ethernet interface.

5.11 Bidder should provide declaration as the delivered MPLS VPN Network of bank is fully isolated from Internet traffic in their network and separated at device level as well. Bidder has to provide the MPLS link on branches router which is of Cisco or HPN or any other standard make.

5.12 Bidder has to deliver the link up to the branch’s router and terminate on the required interface of branch router with prior consent/information to Bank designated team.

5.13 Bidder has to provide necessary hardware for delivering the link at bank’s

identified location without any additional cost to the bank. Bidder should provide mapping, configuration and password of all equipment’s provided by the Bidders.

5.14 Bidder should do all kind of internal cabling till branch router for successful

commissioning of the required MPLS link without any additional cost to the bank (Bidder should provide all required cables for connecting the modem or any external device to Branch router for termination of link at no extra cost to the bank).

Page 18: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 18 of 89

5.15 Proper cabling at branch end or DC/DR location should be done neat and

clean with proper tagging and duct by the bidder without any additional cost to the bank.

5.16 Bank is procuring Second MPLS link which should work in active – active mode and auto failover mechanism to the existing BSNL MPLS or VSAT link with full load at Bank branches or offices.

5.17 The Bank at its discretion may seek a pilot run for the proposed type of

connectivity offered by the selected vendor(s) in live environment. This pilot run will include UAT (User Acceptance Test) as per Annexure - I to test the workability of the entire solution. A UAT team comprising of officials from all stake holder departments and third party consultants hired by the Bank will check the solution against the various parameters given in the RFP. The terms & conditions of the pilot run will be as follows:

a. The pilot test has to be conducted without any cost to the Bank.

b. The pilot test will have to be conducted in the branches as advised by the Bank.

c. The pilot test will have to be initiated, within four weeks of the Bank giving the letter of intent.

d. The pilot test, if mandated by the Bank, will have to be done with all types of wired/ wireless technologies offered by the vendor.

e. Pilot test document containing procedure, diagram, IP details, security considerations, applications testing results etc. should be submitted to the Bank.

5.18 It is the responsibility of Bidder to ensure active-active configuration and

auto failover of links i.e. when present MPLS link gets failed, the complete branch traffic should switch over to another link without any downtime for the branch/locations. Bidder should work in close coordination with bank Facility management team/ Bank appointed system integrator’s team for achieving active-active link configuration and auto failover configuration. The bidder shall provide the Router for commissioning of Backhaul links and will be under his scope and maintenance. The configuration part shall be taken care by the bidder and has to ensure that all the requisite banking applications are accessible on the links commissioned by bidder.

5.19 Bidder should do the site survey of all locations for delivering the requested

MPLS link at identified branches or offices. All site survey reports should be recorded and submitted to bank as and when required with proper acknowledgment from concerned location officials. The bank can ask the bidder to present these reports at any point of time.

5.20 Bidder should provide the complete site readiness requirement (like power

conditioning etc.) to bank designated team and local branch officials in writing.

Page 19: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 19 of 89

5.21 All wire-less link should be provided in the absence of wired link at branches or offices with required bandwidth, latency and uptime. Bidder has to provide links which is of bandwidth 2 Mbps and above, preferably on stable wireless (e.g. RF/ Wimax) or on wired media till router, as ordered.

5.22 A. Bank will only provide Rack space (max 2U only), required earthing voltage and UPS Power supply for installation or commissioning of required links in branches/offices. All other required infra including cabling should be arranged by bidder at no extra cost to bank. Bank will not take any responsibility for installation of MUX/MAST/RF antenna/Modems etc. Bidder should take adequate insurance for deploying hardware at no cost to bank for preventing the equipment from any kind of damage from the date of inception of project to the completion of contract period with the respective bidder.

B. Bank shall provide the rooftop permission for installation of Pole/other equipment’s wherever possible. However, the bidder is refrained from installation of any other equipment other than the one required for connectivity of that specific branch and also that equipment should not be used for connectivity of any other building/customer.

5.23 Provision of Dedicated Team at Bank’s office Bidder has to provide maintenance and FMS support inline to business requirement stated in Clause 8 along with below mentioned resources requirement at banks central locations.

a. Central Location: This will be at Navi Mumbai, Bidder should ensure the

above mentioned resources should be available in each shift. The timing

will be 06:00 AM to 10:00 PM in a day. The below mentioned resources

shall be dedicated for the Bank. The selected vendor shall submit the

contact details of the proposed team within one week from the date of

receiving LOI from bank.

b. Each Selected bidder has to provide 04 (four) number of support

engineers and Project Manager required at Bank Centralized location. The daily shift timing will be 6:00 AM to 10:00 PM as tabulated below.

SN Shift Timing No of Resources

1 Shift-1 06:00 AM to 2:00 PM 01 Support Engineer

2 Shift-2 10:00 AM to 6:00 PM 02 Support Engineer and Project Manager

3 Shift-3 2:00 PM to 10:00 PM 01 Support Engineer

c. Qualification of Support Engineers - The network engineer should be a

technical graduate/ post graduate in IT/CS/EC engineering stream, Minimum CCNA or equivalent/higher certifications with minimum experience of 2 years as network specialist, so as to be able to resolve problems related to wireless and leased line/MPLS networks. Bidder should

Page 20: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 20 of 89

also arrange resources at Bank DR Location as per the operational requirement as and when required.

d. Roles and Responsibilities of Support Engineers:

The brief roles and responsibility of resources which are going to be placed at Banks central location is mentioned below:

Monitor all allotted branches links with due diligence and take follow - up

with their backend team for immediate restoration of all such downlinks as per the SLA uptime.

Contact branches end users to understand the problem if there is any fault finding.

Allocate the down-call to all concerned regional engineers for immediate action.

Responsible for all technical issues concerning the network. Single point of contact for all technical queries and fault resolution. Shall have the primary responsibility of ensuring a smooth network

functioning without congestion and downtime. To provide all kind of SLA reports to the designated bank team as per the

schedule. Should have technical knowledge of Network devices and Tele-

communication.

e. Project Manager/Lead - Apart from above mentioned resources there will be one senior resource from each bidder should be allocate at Banks central location, who will be designated as Project Manager.

f. Qualification of Project Manager / Lead - Should be a BE/ B. Tech./ MCA

with PMP/ITIL or equivalent / higher certifications and minimum of 5 years’ experience in deploying and managing network projects.

g. Roles and Responsibilities of Project Manager:

The brief roles and responsibility of Project Manager is mentioned below:

Responsible as a single point of contact for any escalations across the nation.

Ensure committed delivery on the project rollout front. Ensure committed delivery on the network uptime front. Ensure that the project timelines are met in a smooth fashion Ensure compliance of the Contract and SLAs through supervising the Performance of other personnel of the Bidder involved in service

deliveries etc. Single point of contact for any information sought by the Bank. Managing/Supervising timely resolution of escalations/tickets via Circle

level Project Managers and Bidders NOC Required to attend Bank DC NOC on all working days of the Bank and

also on other days during exigencies.

Page 21: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 21 of 89

5.24 Bidder should ensure all recruited resources for BOI project should be professionally skilled and have good knowledge on handling the project at Customer site. During the recruitment process of required resources, bank may involve their officials to judge the technical requirement. Bank will be conducting interviews of such resources prior to granting them access/permitting their deployment at bank`s locations. If the candidate is not found suitable, Bidder has to propose a new candidate. Since these resources are going to be placed at Bank`s Critical location, it is mandatory for the bidder to ensure the Police verification report of such engineer who are going to be placed at Bank`s critical location for the Project operations support.

5.25 Bidder should ensure all links should be pro-actively monitored with their

designated NMS. Bidder must have their own NOC facility for monitoring of the network. Bidder has to submit the uptime, Bandwidth Utilization, Link error, Latency Down-call details or any other consolidated reports as required by bank with prompt response time of such demand.

5.26 Bidder has to deploy a system which is capable of logging calls in case of

disruption of services due to link failure automatically i.e. without manual intervention and alerts of such down-calls should be reported to bank by way of e-mail facility. Bidder should provide a portal to bank where real time monitoring can be observed and ticket logging and ticket status can be viewed and done .The bidder shall also ensure the maximum uptime (>99.5%) and put monitoring system in place and make sure monitoring of all commissioned links on real time basis. The bidder shall also provide onsite FMS Team to monitor the links on daily basis. This integration is to be implemented by the selected bidder at no extra cost to the bank.

a. In case the existing empanelled bidders of Bank under second MPLS

Project are finalized in this new RFP process, the bidder may integrate the newly commissioned links with their existing NMS tool with clear segregation of projects in the NMS and relevant field to distinguish the projects subject to consent from Bank/ Bank Information Security Team. Also bidder shall ensure that all the said requirements/ features are fulfilled as per this RFP.

b. In case of shifting of a branch to new location where feasibility on wired/

RF/ Wimax is not available then some alternate arrangement like VPNoB/3G/4G/5G/EVDO connectivity should be made available to that branch by the bidder itself. The rates of alternate connectivity (50% of stable wireless i.e. RF/Wimax) shall be applicable as per RFP norms.

c. In case if L1 bidder is not able to commission the link as per mentioned

timelines, the Bank will be starting process to ascertain the feasibility from the remaining bidders. The concerned site will be allocated to the bidder as per process ensuring that he is complying the L1 rates criteria and will be commissioning the link as per delivery timelines.

Page 22: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 22 of 89

d. Bidder should also ensure to integrate the links with bank existing or upcoming ticketing or NMS system. At present bank is using HP Service Manager Version 9.34 as a tool for call logging and HP NNMi version 10 for network monitoring. Bidder should ensure all required configuration and interface should be provided during the required integration to bank. This integration is to be implemented by the selected bidder at no extra cost to the bank. Bidder resources at Bank’s NOC locations are also going to be trained by bank team/ Bank SI Team for the existing ticketing tool of bank for day to day operation.

5.27 Bidder has to take action for all down-calls as per the required SLA and

ensure the restoration on immediate priority.

5.28 There will be no change in existing IP schema for bank branches/offices/ DC/DR locations during the implementation of Second MPLS network.

5.29 The bidders should be capable of handling the required Second MPLS VPN

network for the entire contract period.

5.30 The commercials quoted by the successful bidder shall be fixed for 5 years. And bank at its discretion will place the new link order as per the required bandwidth on the commercials finalized in the process during the term of the project.

5.31 Devices/equipment’s or any other materials required for implementation of

the required solution not quoted by bidder in the bid, shall be supplied by the bidder only and no extra cost is payable by the bank.

5.32 Bidder has to submit the project plan to bank as per the scope of work

defined in this RFP for project implementation before delivering the links within 7 working days from the date of award of the contract.

a. The bidders should have capability to configure IPv6 traffic on MPLS VPN network as per the bank requirement at no additional cost to the bank, as and when the bank decides to implement IPv6 in the bank’s Network.

b. The bidder should provide all security measures for bank’s Second MPLS VPN network which should prevent against all kind of attacks like malware attacks, DDOS, IP spoofing etc.

c. The bidder should ensure all IPSec (Advanced Encryption Standard)

enabled traffic should flow in required MPLS network without any hiccups i.e. branch to DC or DR site and vice versa.

d. The bidder should be able to change the routing protocol in their MPLS

network cloud without any hiccups i.e. branch to DC or DR site and vice versa.

Page 23: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 23 of 89

5.33 Bidder has to ensure all required licenses and certificates should be available from government authorities for delivering the wired or wireless links at bank branches/offices/DC and DR sites. Bidder has to comply with the bank information security policy for commissioning of links.

5.34 The Bidder should have predefined traffic transport QoS (Quality of Service)

parameters, which provide throughput, latency, packet loss, jitter commitments and application prioritization.

5.35 Bidder should ensure the round trip delay should not be more than 70 milli

seconds (ms) on wired link and 120 milli seconds (ms) during on wireless link.

5.36 The bidder has to monitor the required MPLS network and bank will provide the restricted SNMP access to any of the bank`s router subjected to compliance with the Bank`s Security requirement. However bidder shall provide solution for providing pro-active monitoring of links without using SNMP trap from branch/offices router.

5.37 Even after this process, if links are not commissioned, bank can also opt to

approach to other feasible L2, L3, L4 (so on) bidder subject to requirement and agree with the lowest price as per RFP terms and inline to Guidelines. Even After, if the link is not commissioned then fresh procurement process for procuring new link/second link shall be initiated as per the extant guidelines. a. If any new links or requirement of link at shifted location which is declared/

reported non-feasible by existing service provider, In such cases, bank may take services of other bidders (L2/L3 and so on) subject to matching the L1 price at shifted locations. Such requirements will be sent to vendors (L2/ L3 and so on) with condition to match L1 price. And if agreed, the vendor has to convey and acknowledge the acceptance of such requirements with L1 price within week time else offer will be canceled and pass on to next service provider. All terms and conditions will be as per this RFP process. Even After, if the link is not commissioned then link shall be procured as per extant procurement guidelines.

b. If the bidder / other bidder propose an alternate solution at shifted location, then price will be 50% price of L1 bidder for Wireless connectivity.

c. Bidder should ensure the availability of required hardware/spare parts for restoration of branch/DC/DR MPLS link. The required hardware should be available within 24 hours from the incidence reporting or ticket logged. Bidder has to ensure the hardware availability irrespective the cause of damage and to meet branch business operation continuity.

5.38 Bidder should have adequate field engineers for restoration of links with

skilled knowledge and prior experience. Bank’s Branch or offices MPLS link should not be remain isolated due to the requirement of Field engineer at any point of time.

Page 24: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 24 of 89

5.39 Bidder shall provide full escalation matrix of all verticals of their organization

during the Bid submission. This escalation matrix is to be again reviewed by successful bidders and should submit to bank during any changes in the matrix.

5.40 Bidders shall setup weekly meeting with bank officials till Project rollout or

implementation. After implementation of complete solution, bidder has to ensure monthly review meeting with bank officials. Bidder has to ensure the monthly meeting should be attended by National level officials from bidders end.

5.41 Bidders shall provide full support during involvement of additional

communication technology or PoC in Bank MPLS network without any additional cost to the bank. The Bank can consider such solutions after concurrence from Bank’s Security Team subject to meeting the SLA, Uptime and monitoring as per RFP.

5.42 Bidders should provide committed bandwidth as per this RFP or upcoming

future requirement at identified locations. Required bandwidth should be available continuously. Bidder should provide visibility of committed bandwidth to bank.

5.43 Bidder should carry out Preventive maintenance (PM) on need basis for

branches where Link uptime is below 90% in the quarter or once in year, the preventive maintenance report which should be properly sealed and signed by concerned branch officials along with dates and any remarks. These reports should be submitted to the bank on periodic basis. During the contract period, if the bidder has not carried out the preventive maintenance in which the incident has occurred in the branch, the damaged equipments will be replaced by the bidder without any extra cost to the bank and any down time due to whatsoever be the reason (including earthing issues/ voltage issue and any infrastructural issue) for that site will be treated as non-compliance to uptime SLA and the selected bidder will be penalized accordingly as per this RFP. Bank will not pay any additional charges for such preventive maintenance visits. Non-submission of PM reports may lead to penalty inline to clause 10 of this RFP.

5.44 The bidder shall provide the service, system spare parts and complete

maintenance of the system for a period of not less than 5 years from the date of acceptance of each site, extendable on mutual agreement. The bidder shall submit an undertaking letter to this effect along with the Technical bid, otherwise the bid is liable for rejection.

5.45 All tools, tackles, testing instruments, consumables, vehicles etc., as

required during all operations such as transport, installation, testing, commissioning and maintenance during the contract period shall be provided by the Bidder at no extra cost to the Bank for completing the scope of work as per this RFP.

5.46 In future, bank may carry out design modification and/or application addition

to the bank network, including modification for the security policy implementation. Accordingly vendor should carry out necessary configuration changes in the MPLS

Page 25: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 25 of 89

network, as advised by the bank time to time and no additional cost will be borne by the bank in this regard.

5.47 Bidder should provide connectivity with 1:1 committed bandwidth for uplink

and downlink for branches as per the bandwidth asked per site wise .

5.48 Bidder should not provide last mile network from BSNL or MTNL MPLS Network. Bidder should also ensure there should not be any integration of network with BSNL or MTNL.

5.49 Bank intends to deploy the Second MPLS solution at the branches as per

Annexure - 1 on wireless and wired solutions and empanelment of TSPs (Telecom Service Providers) for upcoming requirements. Bank at its discretion may call bidders who are feasible for remaining locations as per eligibility criteria. The Bank at its discretion may provide orders for additional links or reduce the number of links also.

a. Since Bank need to build Second MPLS network for the locations under

this RFP, Bidders should consider the feasibility only on wired or stable wireless like Radio Frequency link (RF connectivity)/Wimax solution or other new proven stable technology meeting RFP criteria.

b. In case of RF, the bidder will try and achieve feasibility through an

antenna/pole/mast of a height of up to 9 meters on rooftop and 12 meters from ground, which will be at the bidder’s cost. However, in case an antenna/mast of greater height is required, specific reference per site, detailing reasons, needs to be made to the Bank prior to setting up such antenna/mast. The Bank will review such requests and can only consider the same if the site permission for such extended mast is available; however the bidder has to also bear the cost of such higher antenna/masts and related additional equipment. Bidder should ensure all required wire-less certificates or licenses from competent and government authority should be available before deploying such solutions in project. Any issues related to wireless licenses to be taken care by the successful bidders. External antennas should have proper lightening conductors.

5.50 As per regulatory and corporate compliance, the Bank may have to open

new branches in every financial year. For all such locations where new branches are proposed for opening will be provided new link apart from the requested location under this RFP. The selected Bidder has to deliver the link as per the timeline mentioned under this RFP. All such new links will be under similar SLA and scope of work as mentioned locations under this RFP.

5.51 Bidder should ensure the availability of Uptime of all requested links as per

SLA. The Second MPLS link procured by bank under this RFP should not be treated as Back-up MPLS link for existing working links under the branches. Bidder has to ensure that bifurcation of the traffic for the applications. At any point of time branch should have availability of both the links. Bidder has to comply with this requirement and have to provide necessary configuration for testing of link as

Page 26: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 26 of 89

active-active and also during failure of one link all traffic should divert on other link and vice versa. Bidder has to submit the declaration during the bid submission.

5.52 Bidder shall configure the MPLS network as per the bank`s QoS policy in coordination with bank`s Facility Management Team. This feature should be available from day one of the project.

5.53 The selected Bidder should comply with the Bank’s IT and Information

Security policy. The best IT security practices that the Bank will be looking forward to be necessarily adopted are given in Annexure H. These will have to be complied with during the pilot as well as in the rollout and during the contract and implementation should acceptable to the Bank.

5.54 Bidder should provide one week minimum advance intimation to bank

designated team for carrying out any maintenance activity in bidder network. Such activity should not be more than 3 hours on single occasion and bidder should ensure such activity should be carried out during lean business hours preferably between 01.00 AM to 04.00AM without impacting bank`s business. Two activities in a year would be permitted by bank with a duration of one hour. Bidder should ensure availability of network after the completion of maintenance activity for all branches and offices. After completion of the activity bidder has to submit the activity report to bank designated team, such reports should state the availability of network for bank branches and offices.

5.55 The bidder should submit the details (complete address) of all MPLS PoP

and RF PoP locations during the bid submission. Bank deserves the right to visit PoP locations of the bidder. The bidder shall have to arrange such visits time to time.

5.56 At present bank is using Codec G.711/G.722/G.729/iLBC for IP Phone

Communication. Bidder should ensure all IP phone installed in bank branches or offices should work in any to any configuration without any issue.

5.57 The bidder should ensure that each location is within a radius of 5

kilometers from any of his BTS/Repeater Towers for better connecitvity. However for flatland rural areas, the radius may be extended up to 10 kilometers. Such BTS/Repeater should be in line of sight of bank location. Bidder should ensure that all commissioned sites should get stable connectivity as per the validity of project. In case during the validity of Project any Line of Sight issue occur then such bidders has to make the required arrangements for providing the stable connectivity without any additional cost to the Bank. It will be the discretion of the bank to consider such sites on other solution proposed by bidder on case to case basis.

5.58 All clearances, wherever required, in respect of the mast/pole/antenna from any government/local/statutory bodies etc. like municipal corporations, airport authorities are the responsibility of the bidder.

Page 27: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 27 of 89

5.59 It shall be the responsibility of the Bidder to configure the solution as per the Secure Configuration Document (SCD) of the Bank, fixing security vulnerabilities, mitigation of various audit points, VAPT points and taking prompt action on the advisories shared by the Bank at any point of time during the validity of the contract period.

5.60 Bidder shall ensure that all supplies (hardware, software etc.) must not be

End of Support / End of Service and spares/upgrades should be available for at least 5 years from date of commissioning. If any commissioned/supplied hardware or software is declared End of Sale/End of Support by the OEM, then Bidder shall replace such equipments with its new or higher version without any extra cost to the Bank.

5.61 The Bidder shall depute adequate number of Field Engineers (FEs) at the

ground level and near vicinity of centers / branches/ offices of the Bank for fast resolutions of the issues. The contact details of these FEs will be shared with the Bank. The FEs should be easily reachable, particularly during the office hours of the branches/Bank.

5.62 Bidder should provide a system capable to send incident alerts through email and/ to respective authorities. For example, a. On branch outage, alert should be sent to Branch Manager/ZO IT/Bank Team.

b. For ZO links outage, alert should be sent to in-charge ZO IT/HO Team

c. For critical links, alert should be sent to central monitoring team/HO Team along with other stake holders.

5.63 The Field engineers will preferably be full time employees of the vendor having diploma in computer science, IT, Telecommunications or equivalent/higher qualifications with at least one year domain expertise.

5.64 The vendor should have a clear Disaster Recovery and Business Continuity

Plan in place for support services and should submit the BCP plan to the Bank. In case the Bidder does not have ready business continuity plan, he should undertake to implement business continuity plan within two months from the date of issue of the first Purchase Order.

5.65 “Site Survey‟, “Installation Certificate”, “In Operations Certificate” and

“Acceptance report for successful commissioning/User Acceptance Testing (UAT)” must be maintained by the selected vendor for future reference like LD/Penalty Calculation. The formats would be finalized in consultation with the Bank. The vendor is also required to submit Proof of Delivery (POD) and Bill of material of all the equipment delivered at the sites specified by the Bank. This shall be one time activity and the date of successful commissioning of link as these documents shall be considered as the billing's start date.

5.66 Bidder shall be responsible and comply with the preparation and processes

of Bank’s change management process.

Page 28: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 28 of 89

5.67 The Bidder should have a clear DR (Disaster Recovery) and BCP (Business Continuity Plan) in place for support services and should submit the BCP plan to the bank. In case the bidder does not have ready business continuity plan, then bidder should undertake to implement BCP within two months from the date of issue of the LOI.

5.68 The bidder shall arrange and ensure proper contingency plans to meet any

unexpected obstruction to the service provider or any employees or sub-contractors of the service provider (as the bank may permit) in rendering the services or any part of the same under this agreement to the bank. Selected Bidder should ensure the last mile delivered at bank location should be preferably from Selected Bidder own network or from other major Telecom Service provider with whom selected bidder has made arrangement. Such TSP should also to be on board by the selected bidder as per bank eligibility criteria only.

5.69 Bidder shall provide, without any additional cost to the Bank, adequate

protection for the masts/pole/antenna like Platform/Monkey protection cage/Snow Shield/ other obstructions wherever necessary, to prevent disturbances to the alignment causing communications failure. Any other equipment which are not mentioned in this RFP but are required for making the branch/ office live on the network via wired/wireless link shall be provided by the selected bidder at no extra cost to the Bank.

5.70 Bidder should also advise one common corporate e-mail address for

communicating our communication initiated by our Head Office / NBGs/ Zonal Offices / other Centers. The escalation matrix with email-ids should also be provided.

Part-B: Empanelment of telecom service providers (TSPs) for existing and

new links for procurement of Second MPLS Network for branches/offices

5.71 Bank intends to empanel the vendors for the contracted period of the project for procurement of MPLS Links for all domestic branches/offices of Bank. In addition to the empanelment of vendors for all India Basis, our other offices may also empanel vendors for their requirements, if required or may float open tender. Thus the vendors empanelled by us i.e. Bank Of India Head Office, Vendors additionally empanelled by other offices if any, and any other vendors satisfying the eligibility criteria as decided by that Zonal office/NBG as per the RFP, shall be eligible to participate in the tenders, as shall be mentioned in individual RFPs floated by various offices of the bank across India. Bank reserves the right to accept or reject proposals from the current empanelled vendors, who have not participated in the procurement process on regular basis at its own sole discretion. The bank will review the performance of empanelled bidders on year to year basis, bank at its own discretion may cancel their empanelment in the bank if it is not satisfactory.

5.72 For empanelment in the bank for future requirement under this project,

bidder should be eligible, technically qualified and responsive as per this RFP. For

Page 29: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 29 of 89

upcoming additional /new requirement bank may invite quotes from empanelled vendors and process for individual site.

5.73 The empanelment will be in force initially for contract period (subject to

review on year to year basis) from the date of notification of empanelment to the successful Bidder. The Bank may, at its sole discretion, extend the currency of the panel further. The Bank reserves the right to scrap the panel at any time, without assigning any reasons there for. The Bank's decisions in this regard shall be binding and final.

5.74 During the currency of the panel, whenever the Bank desires to procure any

of the indicated links for the branches/offices, all/some of the empanelled vendors, depending upon the availability of service support at/nearer to the locations where the commissioning of link is desired, would be invited to submit quotations and the vendor who had offered the best terms, as per the Bank’s evaluation, would be awarded the Purchase Contract. Such quotations may be invited either by the Bank’s Head Office, NBGs or any of its Zonal Offices.

5.75 Provided that an empanelled vendor, who do not participate in the tender

process or whose reputation and/or conduct of business as per the laws of the land and/or record of supply/installation/service had changed adversely after empanelling, and/or if after having been awarded any Purchase Order by the Bank, the vendor had not fulfilled its commitments of supply/installation/service to the satisfaction of the Bank (in respect of any Purchase Order/Contract awarded by the Bank), and/or for such other/similar reasons, its name may be deleted from the panel and it would not be invited to submit price quotations thereafter or the bid if submitted by such vendor shall not considered for evaluation. The bank’s decision in this regard shall be final and binding on all the empanelled vendors.

5.76 Notwithstanding the empanelment and/or any provision contained herein,

the Bank reserves the sole right to invite price quotations from any/all/none of the empanelled Suppliers.

5.77 In particular, in case of bulk purchases exceeding a value as may be

decided by the Bank at its sole discretion, and/or in case of procurements being effected in compliance of guidelines of multi-lateral agencies like the World Bank and/or in case of procurement being effected under National/International Competitive Bidding norms and/or in case of procurements being effected of hardware/software peripherals which, in the opinion of the Bank, are of specialized nature or for the specialized projects in such cases the Bank may initiate a separate open tender/procurement process independent of the said empanelment.

5.78 During evaluation of the Bids, the Bank, at its discretion, may ask the Bidder for clarification of its Bid. The request for clarification and the response shall be in writing, and no change in the substance of the Bid shall be sought, offered, or permitted.

Page 30: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 30 of 89

5.79 Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a substantially responsive Bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations from, or objections or reservations to critical provisions, such as Performance Security, Applicable Law, Validity period of the price quotation, Qualification Criteria, Warranty and Force Majeure will be deemed to be a material deviation. The Bank’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself, without recourse to extrinsic evidence. The Bank would also evaluate the bids on technical parameters including possible visit to inspect Bidder’s/Supplier’s facilities. In such case the entire cost of inspection, including boarding, lodging, travelling, incidental expenses of the Bank’s representative and/or Bank’s Consultant shall totally be borne by the supplier for the complete duration of the inspection.

5.80 Subsequent to empanelment, it is expected from the empanelled vendors to participate in the Quotations/Tender Process initiated by the Bank (Head Office, NBG, Training Centre, and Zonal Offices) for procuring items as mention in price proposal where the vendor is having their Head/Regional/Zonal Offices as also direct service support centers or service support through its franchisee.

5.81 Post-qualification

a. For each purchase subsequent to empanelment, the Bank will invite Price Quotations from the empanelled Suppliers and proceed with the selection of L1 Vendor as per the extant guidelines or as the terms mentioned in this RFP.

b. The size of the lot will be decided by the Bank at its own discretion and shall

be binding on the empanelled Suppliers. All the price bids after their evaluation on the parameters mentioned in the price quotations/RFP terms would be arranged in descending order and the contract would be awarded to the bidder whose bid has been evaluated to be the lowest.

5.82 Award Criteria

a. The Bank will award the Contract to the successful Bidder, out of the Bidders

who have responded to Bank's Invitation for Quotation/RFP as referred above, who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest evaluated Bid.

b. Bank May place Purchase Contract with Bidder for Wired or RF or 3G/4G/5G/Alternate Media based on Bank’s requirement. Purchase Order shall be placed with L1 bidder for respective selected Media.

c. However, the Bank also reserves the right to distribute the orders depending on the procurement/project as would be enumerated in RFP.

d. Bank reserves the right to distribute the order among the vendors who are L1

Page 31: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 31 of 89

in each item as would be enumerated in RFP.

e. The Bank reserves the right at the time of award of contract to increase or decrease, by ascertaining percentage as enumerated in RFP of the quantity of goods and services originally specified while floating the Invitation for Quotation, in the Schedule of Requirements without any change in unit price or any other terms and conditions.

5.83 After a Purchase Contract is awarded to a Supplier, the Bank may, at his

discretion, award further Purchase Contracts to the same supplier for all/some of the links originally quoted by him at the same/reduced prices up to a period of 12 (Twelve) months from the date of the first Purchase Contract without calling for fresh quotations.

a. The Bidder should furnish a brief write-up, backed with adequate data, explaining its available capacity and experience (both technical and commercial) for the required items/units within the specified time of completion after meeting all its current commitments.

b. The Bidder should clearly confirm that all the facilities exist in his factory/service center/business premises for inspection and testing and these will be made available to the Bank or its representative for inspection.

5.84 The empanelled vendor is expected to participate in all the Quotation/Tender processes initiated by any of the offices of the Bank. In case, any of the empanelled vendor do not participate in the tenders floated by the Bank from time to time, the vendor shall have to pay to the Bank an amount of Rs.5000/- for 1st NON-Participation, Rs.10000/- for 2nd NON-Participation and will be liable to be excluded from the panel for 3rd NON-Participation. The Bank can adjust such amount in upcoming payments.

5.85 The empanelled bidder should comply all the terms and conditions

mentioned in this RFP in terms of delivery timelines, SLA/uptime, liquidated damages and shifting/diversion of links.

6. Technical Requirement

Bank required second MPLS Network from Established Telecom Service Provider other than BSNL or MTNL to build redundancy for their branches or offices across the country. Bidder has to provide Layer 3 MPLS VPN link for the branches or offices as per required bandwidth. Bidder has to create dedicated Layer 3 MPLS VPN Network for Bank with High availability. At present bank is having all branches or offices connected on BSNL MPLS Network with various Bandwidth to DC and DR locations. All branches are simultaneously connecting to DC and DR site at any point of time. Branches or offices are required to access applications hosted at DC or DR site on continuous basis. If a branch has to access application at DR site and then it will go directly to DR site instead of coming at DC site.

Page 32: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 32 of 89

Bidder has to provide the seamless MPLS VPN Network for branches where branches can have the portability to connect any sites i.e. any to any configuration should be available in MPLS VPN Network. In case of failure of Existing BSNL MPLS Link at branches, the branch traffic should be diverted to second MPLS Network to reach DC or DR site without manual intervention. After restoration of Primary MPLS Network it should be auto diverted to Primary MPLS network. Bidder should provide committed bandwidth for all required sites and the bidder should be able to demonstrate the same and bank should have visibility. At present all branches traffic is working on IPSec3 DES/AES encryption format between branch to DC and DR sites and vice versa, bidder should ensure this traffic should reach to DC and DR sites without any issues. All sites should have gone through UAT and SAT as per Annexure I for successful commissioning and acceptance.

7. DC and DR Backhaul Links:

Bidder should ensure link level redundancy, PoP level redundancy, service provider level redundancy while providing the backhaul at DC and also the same at DR site. Bank will only provide sufficient space and power for the installation of MUX if any at DC and DR site. Bidder has to provide sufficient battery backup for their installed equipment at DC and DR sites and which should be last for 1 hour minimum. Bidder has to commission the two backhaul links at DC and two at DR sites (with alternate service providers, excluding BSNL and MTNL) .The delivery time will be three weeks from the date of award of contract to the successful bidder for Primary links at DC and DR and for secondary links, the delivery time will be six weeks from the date of award of contract. Backhaul links should be terminated in bank premises (at DC and DR sites) on routers (in High Availability mode) provided by the bidders. It is the responsibility of bidder to carry out all required internal cabling till the routers provided by bidders. Cabling should be neat and clean with proper tagging and duct by the bidder without any additional cost to the bank. Bidder has to coordinate with bank System Integrator of Facility Management Team for successful link delivery with tested load as specified in Clause 6 of this RFP. Bidder should give utmost priority for commissioning of Backhaul links at DC and DR sites simultaneously to achieve delivery of links at branches or offices. Delay in commissioning of Backhaul links will attract applicable Liquidated Damage as per the Clause 9 of this RFP. In case if bidder providing any rack for installing mux, bidder should take prior approval on rack specification before installing the rack.

8. Maintenance support a. Bank is procuring Second MPLS network to build redundancy in their WAN

network for connected branches or offices across the country. Bidder has to provide Pro-active maintenance support for all links provided by them. Bidder has to provide resources for 24x7x365 at bank`s location as specified in Clause 6 of this RFP. All links has to be monitored on Real time basis through bidder’s NMS tool which should be accessible from the banks WAN at DC/DR/any other location by bank team at any point of time. Bidder has to advise the portal to bank for reviewing all the connected links for bandwidth utilization, down-call, incidence reported, fault ticket status, fault ticket logging etc. The Bidders portal

Page 33: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 33 of 89

should have facility to provide required SLA reports also in MS-EXCEL format and further customization feature should be available for analysis. Bidder should ensure all links should be monitored Pro-actively i.e. as and when link went down a fault ticket has to be created by the bidder NMS automatically and alert should be given to bank`s team or designated bank officials by e-mail and SMS. The bidder shall provide service support at all ordered locations. The bidder shall ensure a response and restoration of the connectivity as per below mentioned time-lines:

For Metro Branches/offices: Restoration of links should be done within 2 hour from the call logging including travelling time. Response time is 15 minutes from the call logging.

For Urban or District Headquarter branches/Offices: Restoration of links should be done within 4 hours from the call logging including travelling time. Response time is 30 minutes from the call logging.

For Semi Urban and Rural Branches/Offices: Restoration of links should be done within 6 hours from the call logging including travelling time. Response time is 30 minutes from the call logging.

Locations (Excluding DC and DR sites) which are isolated in night (i.e. after 11.00 PM) should be attended by the Field engineer next day morning before the start of the branch operations, and bidder should take all necessary steps for restorations of such locations before the start of branch business hours. Bidder has to submit the declaration in writing advising the strength of filed engineers along with their hierarchy across the country. Bidder should ensure availability of engineers in the branches or offices well on time and make all possible efforts to restore the links before starting business hours of the branches.

b. Bidder should not take more than one hour for remote troubleshooting of the

links. If a links is down or non-working due to branch router issue or any hardware failure or any infra issue at branch end, bidder should ensure such information should be assigned to concerned team by e-mail or in writing within two hours from the reported incidence.

c. Bidder should be able to configure Quality/Class of services in the MPLS

Network as asked by bank and at no extra cost to the bank. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network for all locations. Bidder should provide COS for business critical application or data in the 80:20 ratio where 80%should be prioritized for data traffic and 20% would be for voice over IP traffic. Bidder should also ensure in case of no VOIP traffic, 100% should be used for data traffic only.

d. Bidder has to provide all kind of reports which are going to be used for SLA

calculation in a mutually agreed format viz. Bandwidth utilization report of any site at any point of time, down-call report with complete details etc. Bidder has

Page 34: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 34 of 89

to pro-actively shared the bandwidth utilization report of all branches where utilization is beyond 70% on weekly basis after due diligence from there end. Bidder should ensure all SLA reports should be available from the bidders NMS portal.

e. Bidder should ensure all required hardware used for link commissioning,

delivery and maintenance should be new and under proper warranty with respective OEM. Bidder should have all required licenses from the OEM for deploying such products for bank requirements. Non-compliance of same will be the full responsibility of successful bidder only.

f. Bidder should take all preventive measures to protect MPLS Network deployed

for bank from any kind of vulnerabilities, which are released on time to time basis globally. Bank has full rights to ask the confirmation from the successful bidder in writing for prevention from such vulnerabilities.

g. Bidder has also to follow the Bank ticketing tool also, where all branches are

pro-actively monitored. Bank tool will assign the ticket for every fault booking of applicable sites to bidder’s team placed at DC. Bidder’s team has to work on all such calls and do the required troubleshooting of the links as per scope of work of this RFP. If bidder’s team finds that link is ok and suspecting hardware issue then bidder team has to provide such update to concerned on generated fault ticket within 15 (fifteen) minutes from the time ticket has been assigned. Bidder should also follow their NMS tool for SLA. All required reports under this RFP has to be submitted by the bidder’s own tool. Bank will arrange the required training or knowledge transfer for the bank tool to bidder’s team placed at DC.

h. Bidders monitoring tool should have Real time dash board showing summary

of the network like number of up and down branches, and links in form of pie chart, bar graph and percentage etc. or as advised by bank. All terminated links at bank locations should be available on the bidder’s portal including backhaul links. Bidder should provide the services on monitoring tool to extract information branch wise/zone wise/entire locations. Bidder’s monitoring tool should have customization facility as per bank requirement. The bidder will make necessary customization for the bank to provide monitoring portal to bank`s location with read and download privileges to the designated users of the bank, these numbers may be around 70 or more.

i. It will be the responsibility of the bidder to submit SLA reports or exception

reports to the bank including the downtime penalty calculations. Nonetheless the data of the Bank`s System Integrator will be treated as final in this regard. However, on justification the bidder has option to ask for the Bank`s SI data and to represent in case of any major discrepancy. The bank reserves the right to examine such request on merit.

j. The bidder has to organize below mentioned Project Review meeting with strict

scheduled as mentioned below.

Page 35: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 35 of 89

i. Weekly Review meeting at Bank`s designated central location for the rollout and implementation progress.

ii. Monthly Review meeting at Bank`s central location for the rollout and

implementation progress, this meeting will be attended by Bidders country level executives. This meeting will recurring till the installation of all proposed sites.

iii. Monthly Review meeting at Bank`s central location for service assurance,

this meeting will be attended by Bidders country level executives.

iv. Monthly Review meeting at Bank`s each zonal office for service assurance, this meeting will be attended by Bidders Senior Level executive of such State or region.

8.1 Branches or Offices links:

8.1.1 Bidder has to specify the complete requirement to the concerned branch for

commissioning of the required link in writing. All required links at branches or offices should be commissioned and tested within the timelines as specified in clause 8.3 from the date of award of contract to the successful bidder. All link testing as specified in clause 6 of this RFP should be done by the bidder in coordination with bank system integrator and facility management team. It is the responsibility of bidder to compete the required link testing for declaring the successful link commissioning. Testing is the responsibility of bidder and link will be accepted only after the successful testing. All required hardware for commissioning of the links at branches or offices should be delivered by the bidder at concerned location within the mentioned timeline only. Delay in link commission due to non-availability of required hardware is the responsibility of bidder only. At present all branches or offices are working on Primary MPLS network, so required power and space is available at all locations.

8.1.2 The successful bidders shall provide connectivity to all ordered locations. The

bidders has to endeavor to make all ordered for locations feasible by expanding its reach/infrastructure, wherever necessary.

8.1.3 In case the selected bidder is still not in a position to make any ordered location

feasible on Wired or on stable wireless RF / WiMax as last mile, the bidder may approach to the bank with detailed reasons and seek approval for providing connectivity on 3G/4G/5G/EVDO/MPLS over Broad band technology solutions. However, such connectivity on 3G/4G/5G/EVDO/MPLS over Broad band should not exceed 20% of total locations ordered. The bank reserves the right to agree to the 3G/4G/5G/EVDO/MPLS over Broad band solution for such branches or offices even after successful UAT and Security Acceptance Test. The price for such amended connectivity (3G/4G/5G/EVDO/MPLS over Broad band) will be 50% less of the discovered Wireless L1 rate for such bandwidth under this tender process i.e. the required bandwidth of such sites commercials will be treat as 50% of the least discovered rate for such bandwidth from specific bidders. No one-time charges are payable in any case. The bidder has

Page 36: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 36 of 89

to deploy external device to establish such connectivity till the bank router without any additional cost to the bank.

8.1.4 In case a bidder is not able to cover 100% of the sites, even after the relaxation

of 20% to offer connectivity through 3G/4G/5G/CDMA-EVDO/ MPLS over broadband, the bidder may request the Bank on a case to case basis for exemption for additional sites on alternate medium on 50% of the least discovered price. The Bank may consider such requests of the bidder keeping in mind the reasons involved for making the site feasible, any technical reason, government restrictions etc. In case the Bank accepts the exemption request of the bidder for any particular location, the penalty stipulated at clause 9.4 will not apply. However, the decision of the Bank in this regard will be final. If Bank don’t accept such request, the penalty stipulated at clause 9 will be strictly applicable for all such sites.

8.2 Shifting of branches or offices link (wired or stable wireless as RF/ Wimax

only):

8.2.1 After receiving the intimation from bank in letter or by way of e-mail, bidder has to shift the requested link (wired or wireless as RF only) from old location to new location within four weeks from the date of such intimation. Bank may further place the order (beyond above mentioned figures) for link shifting as per the necessity and bidder has to shift the link as per the above mentioned timelines. Shifting charges shall be 1 month rental.

8.2.2 During the course of shifting, if the branch has been initially commissioned with

RF link but after shifting to new premises it is reported to be non-feasible, in such scenario, bidder has to commission the link on an alternate medium via 3G/4G/5G/BROADBAND/EVDO.

8.2.3 The Bank reserves the right to migrate a Branch and Office (covered under

this RFP) to some other technology (that may be provided by some other service provider) at any stage during the contract period. In such cases, the selected bidder has to ensure the shifting and commissioning of the given link at any other feasible site as specified by the Bank.

8.2.4 The selected bidder shall be responsible for the preparation of “Change

Management Process” document for the Bank wherein the entire process/procedure shall be defined pertaining to various activities involved during the tenure of the contract including, but not limited, to the following:

8.3 New Link (Wired or stable wireless as RF/ Wimax only) commissioning as

per future additional requirements: New Link (Wired or stable wireless as RF/ Wimax only) commissioning: Apart from the attached list of branches in this RFP, Bank will place the order for new link for their upcoming locations during the validity of the project to the selected bidder. Bank will share such locations address with assigned team for feasibility, team has to confirm the feasibility and commercials of such locations to bank team

Page 37: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 37 of 89

in two weeks’ time. After selection based on L1 criteria, Bank will issue the necessary PO for new links and bidder has to carry out the site survey within a week time from the date of PO. The required new link will be commissioned at location within the below mentioned timelines from the date of award of PO. The link will be treated as successfully commissioned after the required testing as specified in clause 6 of this RFP. Delay in commissioning of links will attract the LD as mentioned in clause 9 of this RFP. Bank prefer new links should be delivered on wired or on stable wireless media i.e. RF/ WiMax only. All terms and conditions including scope of work will be same as per the old links which are ordered under this RFP for new links. Bidder should ensure the delivery of new links should be done as per the requirement raised by bank, as these locations are to be opened or made LIVE in a framed time only, to meet the regulators and corporate goals requirement. The Bank has the right to place order for any of its existing branches / offices in India or any branch / Office which might be opened in future till the tenure of this project. All requirements of additional and new links will be procure from the empanelled bidders selected through this empanelment Process. The project timelines for consolidated purchase order is mentioned below.

No of Links Delivery/

Commissioning timelines

Auto cancellation of PO (after)

Links for any order less than 500 12 weeks 16 weeks

Links more than 500 and upto 750 16 weeks 20 weeks

Links more than 750 and upto 1000 20 weeks 24 weeks

Links more than 1000 and upto 1500 26 weeks 30 weeks

Links more than 1500 and upto 2000 30 weeks 35 weeks

Links more than 2000 and above 34 weeks 40 weeks

8.4 Link Upgradation:

After receiving the intimation from bank by way of letter or e-mail, bidder has to upgrade the requested location bandwidth as requested link upgradation activity should be competed with in three weeks from the intimation given by bank. Bidder has to ensure required hardware should be available at branch end for bandwidth upgradation in mentioned timeline only. Bidder should not charge any extra cost towards link upgradation, bank will only pay applicable bandwidth charges from the date of enhanced bandwidth of such locations as per the commercials submitted by the successful bidders. Successful bidders should ensure all new links or upgradation of links commercials will be as per the Annexure-G(a) of this RFP. These commercials will be applicable till the tenure of the project.

9. Liquidated Damages (LD):

9.1 Time is the essence of the contract. If the bidder fails to complete the

commissioning as per clause 8 of this RFP, the bank shall impose Liquidated Damages as mentioned below:

Page 38: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 38 of 89

a. For Branches or offices links (Including new wired or wireless as RF/ Wimax

only link commissioning): a sum Rs. 100/- (Rupees one hundred) per day per site will be applicable for the delay. LD for delay in delivery of links in branches will be capped at 5% of the contract value of ordered location/site. At the maximum cap bank may consider termination of contract.

b. For DC and DR Backhaul links: LD for delivery of backhaul link will be

capped at Rs 500/- per day for a maximum period of four weeks.

9.2 Penalty on non-upgradation - If the bidder fails to upgrade the link as per timelines under this RFP, the bank shall impose Penalty of Rs.100/- (Rupees One Hundred only) per day per site. LD for delay in upgradation of links in branches will be capped at 5% of the contract value of ordered location/site.

9.3 Penalty on non-shifting of link - If the bidder fails to shift the link as per timelines

under this RFP, the bank shall impose Penalty of Rs.100/- (Rupees One Hundred only) per day per site. LD for delay in shifting of links in branches will be capped at 5% of the contract value of ordered location/site.

10. Service Level Agreement (SLA) Terms and conditions:

10.1 DC and DR Backhaul links: The monthly UP Time of DC and DR Backhaul links should be 99.90% at each location. The percentage uptime is calculated on monthly basis as follows:

(Total contracted hours in a month – downtime hours within contracted hours) ------------------------------------------------------------------------------------------------------- * 100

Total contracted hours in a month

MTTR (Mean Time To Respond) for DC and DR Backhaul links should be Fifteen minutes and restoration time should be thirty minutes.

SLA Calculation: If the uptime is below 99.90%, the Bank shall deduct a penalty from the Bandwidth Charges , which will be @ 1% of cost of monthly rental of all ordered sites for every 0.01% or part thereof of reduction in the uptime. However, if uptime is less than 98%, the Bank shall levy penalty and shall have full right to terminate the contract as these links are critical links on which all branches or offices are connected.

10.2 Branches/offices wired/wireless links: The monthly uptime for branches /offices links should be 99.50% per site. The percentage uptime is calculated on monthly basis as follows:

(Total contracted hours in a month – downtime hours within contracted hours) ------------------------------------------------------------------------------------------------------- * 100

Total contracted hours in a month

Page 39: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 39 of 89

Total contracted hours in a month MTTR should be as per clause 8.1 for branches/offices links. SLA Calculation: If the uptime is below 99.50%, the Bank shall deduct a penalty from the Bandwidth Charges , which will be @ 1% of cost of monthly rental per location/site for every 0.1% or part thereof of reduction in the uptime. However, if uptime is less than 90%, the Bank shall levy penalty and shall have full right to terminate the contract. 10.3 SLA Calculation for the branches commissioned on alternate solution

(3G/4G/5G/CDMA-EVDO/ MPLS over broadband): If the uptime is below 95.00 %( on monthly basis), the Bank shall deduct a penalty from the Bandwidth Charges, which will be @ 1% of cost of monthly rental per location/site for every 0.1% or part thereof of reduction in the uptime. However, if uptime is less than 90%, the Bank shall levy penalty and shall have full right to terminate the contract. 10.4 Bidder has to submit RCA report for every major incidence within 14 days

of the reported incidence. If bidder fails to submit the RCA report as per above mentioned timeline, the Rs.200/- per day will be penalized for non-submission for every single day default. This penalty is exclusive from the above mentioned penalties. Major incidence refers to outage of more than 10% of total sites at a particular time ordered under this RFP.

10.5 If preventive maintenance reports as required are not submitted along with

Invoices, amount equal to 15 days rental charge shall be deducted from the payment.

11. Payment Terms

11.1 The bandwidth charges are payable on quarterly basis in arrear per site

basis from the date of acceptance for every site ordered, installed and accepted by the Bank. The charges towards all items are payable within 45 days from the date of receipt of invoice. All invoice raised for bandwidth charges should carry the site name along with site address with allotted bandwidth and uptime report. The selected bidder should provide consolidated state wise invoices for each commissioned sites. All the invoices under this project will be submitted centrally at Head Office at CBD Belapur office with all relevant annexures (UAT report and uptime report) need to be submitted and processed at Head Office level only.

11.2 The payment of recurring rental charges shall be made centrally at Head Office level. The selected bidder shall submit invoice and other documents necessary as per the terms duly authenticating on each document, site-wise, along with the request letter for payment of bandwidth charges. The payment shall be directly credited to the designated account provided by the successful bidder through electronically after deducting applicable TDS if any. The payment after deducting applicable TDS will be released centrally at the Bank's Head Office on quarterly basis. The payments will be released only on acceptance of the order and on signing the agreement/contract by the selected bidder as per the Annexure G (e) of this RFP and also on submission of contract performance guarantee under

Page 40: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 40 of 89

clause 36 of this RFP. The bidder shall be responsible for extending the validity date and claim period of all the bank guarantees as and when it is due on account of incompletion of work under guarantees. The bank shall invoke the guarantee before expiry of validity. If the work is not completed and the guarantee is not extended, accordingly. The agreement in response to this RFP has to be mutually agreed and signed within eight weeks from the date of issuance of first purchase order. Any delay in finalization and signing of the said contact and in release of payments will be the responsibility of concerned bidder.

11.3 All submitted invoices are to be supported with required documents only.

All invoices should have complete details of site with respect to the claim period and plan of service, rate breakup (if any), tax breakup as well. All invoices will be payable after deducting applicable penalty or LD amount if any.

11.4 Bidder should provide all SLA reports (reports on parameters like packet

loss, jitter, latency, availability, down-call from the commissioning date, bandwidth utilization for any duration, within the contract period, in the format desired by the Bank) for calculating the LD and penalty from the system in place which will be further asked in advised format by the Bank for processing the invoices after deducting the penalty or LD amount.

11.5 It is the responsibility of Bidder to ensure all kind of field reports viz. site

survey reports, preventive maintenance reports, call attended reports etc. should be made available at any point of time clearly visible. All the mandatory reports should have branch officials Name/Signature/Sealed/Date and Remark.

12. Documentation:

All related documentations shall be supplied by the selected bidder in CD and also in printed media at no extra cost. The documentation has to be provided by the bidder location wise as per the requirement. Training on MPLS Network operations and FLM (First Level Maintenance) of the link or equipment’s shall be provided to the branch staff at the time of installation. It should be mentioned specifically in the installation and acceptance certificate given by the branch Manager. Bidder has also to submit the Project plan after award of the contract. Bidder should annually submit the complete project document covering all details of all sites on yearly basis. After expiry of the contract bidder has also to submit the complete document of the project covering all details of all orders sites under this project. Bank at its discretion can ask bidder to provide all kind of details related to project in the document. Bank will give the Project sign-off after the submission of requested document only.

13. Validity & repeat orders

13.1 The bidder should keep validity of the bid for six calendar months from the

last date of submission of bids. The Bank shall have the right to place the order to either single or multiple locations or for all locations which can be spread over a period of twelve months from the date of award of first purchase order.

Page 41: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 41 of 89

13.2 The Bank shall have the right at its absolute discretion to place further orders on the selected bidder for future requirement on the rates finalized for various items and services during the period of contract (through empanelment process). Such orders, if any, shall be governed by this RFP and agreed terms. The validity is further renewable with mutual consent of bidder and bank for more no. of sites.

13.3 If the bidder is selected lowest in further procurement process for delivering

the new links, the bidder shall deliver such links with in eight weeks from the date of purchase order .The procurement of new links or future requirements will be finalized as per procurement process followed by the Bank during entire contract period (i.e. 5 years from the acceptance of first link delivered under the project). Such orders, if any, shall be governed by this RFP and agreed terms. The validity is further renewable with mutual consent of bidder and bank for more no. of sites.

13.4 The Bank shall have the right at its absolute discretion to place further

orders on the selected bidder for future requirement on the rates finalized for various items and services during the period of contract.

13.5 The bank reserves the right to release part order or more than one order. The bank reserves the right to finalize the bill of material and repeat orders.

13.6 Bank reserves the right for placing the order for any number of sites in one Purchase order or multiple Purchase orders during eighteen months from the date of first order. New sites under this project will be placed through empanelled process. Further it is the bank discretion to place more or less number of sites under this project.

14. Taxes

14.1 The total price quoted shall be exclusive of applicable GST and inclusive of

all other duties, levies, charges etc. and also cost of incidental services such as transportation, insurance etc. and the same is payable at Bank’s Head Office. The charges towards supply, installation, commissioning, integration, acceptance and services regulatory/govt. charges, duties, AMC etc., should be included in the total bandwidth charges of the equipment along with Bandwidth and these charges should not be quoted separately. Otherwise, the bid is liable for rejection as per the discretion of the bank.

14.2 Invoice submitted by the vendor should indicate exact cost of the items

ordered and supplied along with the Tax amount.

14.3 It is the responsibility of the selected bidder to obtain the necessary approval from the Government/ any other authorities for importing such products, if the items to be supplied by the bidder are to be imported from any other country.

14.4 The Bidder shall be solely responsible for arranging the foreign exchange

release and import license for any materials, components, bought out items that may be required to be imported for the purpose of performing the work under this

Page 42: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 42 of 89

RFP and accordingly the bid prices shall include all the customs, customs clearance, import duties, levies, license fee etc. payable by the Bidder on imported items. Bank is not liable in this regard whatsoever. All prices quoted shall be in Indian Rupees only and no exchange rate fluctuations shall be borne by the bank for whatever be the reason incurred by the bidder.

14.5 Any certificate required to be submitted by the Bank in case of acquiring

encryption hardware or software shall be explicitly specified in the technical bid by the bidder.

14.6 Income Tax/Corporate Taxes in India: The bidder shall be liable to pay all corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India and the price bid by the bidder shall include all such taxes in the contract price.

14.7 Tax Deduction at source: Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the bidder. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force.

15. Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or the Bank as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the Contract such as:

a. Natural phenomena, including but not limited to floods, droughts,

earthquakes, epidemics.

b. Acts of any Government, including but not limited to war, declared or undeclared, priorities, quarantines, embargoes, Terrorist attacks and public unrest in work area.

c. Provided either party shall within ten (10) days from the occurrence of such a cause notify the other in writing of such causes. The Bidder or the Bank shall not be liable for delays in performing his/her obligations resulting from any Force Majeure cause as referred to and/or defined above. However, any delay occurred in compliance to procedure or obtaining of necessary permits/license for importing of the equipment’s/movement of the equipment’s to the ordered sites, change of procedure by the Government/any other authorities will not be categorized under Force Majeure.

16. Indemnity

(i) The Bidder shall indemnify the bank and be liable for loss due to malfunctioning of those equipments under the project as are supplied and

Page 43: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 43 of 89

installed by the bidder. The total liability of the bidder shall not exceed the total cost of the project under this Contract.

(ii) The Bidder also do hereby Indemnify the Bank, and shall keep indemnified and hold the Bank harmless from and against any and all losses, liabilities, claims, actions, costs and expenses (including attorneys' fees) without any cap relating to, resulting directly from or in any way arising out of any claim, suit or proceeding brought against the Bank as a result of:

(a) an act or omission of gross misconduct or willful negligence of the Bidder, its employees, its agents, sub-contractors in the performance of the obligations of the Bidder under this Agreement and/ or

(b) claims against the Bank, made by employees or other persons who are deployed by the Bidder and/or

(c) breach of any representation or warranty of the Bidder under this Agreement or

(d) Violation of the Confidentiality obligations of the banks customers’ data by the Bidder and/or its officials/employees or any other person employed by them in connection with the Contract.

(e) Any breach of Intellectual Property Rights (IPR) violations by the Bidder on materials if any supplied by the Bidder.

17. Authorized Signatory

The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the RFP or Contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company to discuss, sign agreements/ contracts with the Bank, raise invoice and accept payments and also to correspond. The bidder shall furnish proof of signature identification for above purposes as required by the bank.

18. Arbitration

All disputes or differences between the parties shall be resolved amicably. If amicable settlement is not possible, then such disputes and differences shall be resolved through an Arbitrator mutually agreed upon between the parties. If the parties cannot agree upon an Arbitrator, then both the Bidder and the bank shall appoint one Arbitrator each, and both the Arbitrators jointly shall appoint a third Arbitrator. The decision of the majority of the Arbitrators shall be final and binding on the parties. The arbitrators shall give a reasoned Award. The Arbitration Proceeding shall be governed by the provisions of the Arbitration and Conciliation Act, 1996.

Work under the Contract shall be continued by the selected bidder during the arbitration proceedings unless otherwise directed in writing by the Bank unless the matter is such that the works cannot possibly be continued until the decision of the arbitrator or of the umpire, as the case may be, is obtained and save as those which are otherwise explicitly provided in the Contract, no payment due or payable

Page 44: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 44 of 89

by the Bank, to the bidder shall be withheld on account of the ongoing arbitration proceedings, if any, unless it is the subject matter or one of the subject matters thereof. The venue of the arbitration shall be at MUMBAI, INDIA.

19. Applicable law & Jurisdiction of court:

The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts).

20. Cancellation of the Contract & Compensation:

The Bank reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred by the Bank under any one of the following circumstances:

20.1 The selected bidder commits a breach of any of the terms and conditions

of the bid. 20.2 The bidder goes into liquidation voluntarily or otherwise. 20.3 An attachment is levied or continues to be levied for a period of 7 days upon

the effects of the bid. 20.4 The progress made by the selected bidder is found to be unsatisfactory. 20.5 If deductions on account of liquidated Damages exceeds more than 10% of

the total contract price. 20.6 If uptime is less than 98% for more than 1% of total sites during one month,

during the contract period for links other than 3G/4G/5G. 20.7 In case the selected bidder fails to deliver the quantity as stipulated in the

delivery schedule, the Bank reserves the right to procure the same or similar materials from alternate sources at the risk, cost and responsibility of the selected bidder. After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving three months’ notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Bank may have to incur in executing the balance of the contract. This clause is applicable, if for any reason, when the contract is cancelled.

20.8 Alternatively at the discretion of the bank, if the Contract is cancelled during

the contract period, the bidder shall remove all equipment supplied and installed by them without any extra cost to the Bank. The Bank shall not be liable for anything, whatsoever, in this regard. If the Contract is cancelled at any time during the contract period due to unsatisfactory performance, the Bank shall invoke the performance guarantee provided by the bidder at the time of entering into the contract to the full extent of the performance guarantee provided by the bidder at the time of entering into this contract.

Page 45: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 45 of 89

20.9 The Bank reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and security deposit, if any, under this contract or any other contract/order.

21. Termination Clause: 21.1 Termination for Insolvency: The Bank may, at any time, terminate the

Contract by giving written notice to the Bidder if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

21.2 Termination for the convenience of bank: The bank may, at any point

during the currency of this contract may terminate the contract by giving 90 days advance notice to the bidders without assigning whatsoever reason. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

21.3 Termination for non-performance and not meeting SLA: The bank will review the performance of vendors on quarterly basis and bank may exit from contract (site-wise) if bidder will not provide satisfactory services as per SLA and uptime as per the contract. The bank’s decision in this regard will be final. Bank will not bear any compensation for these exits as they are due to non-performance of service provider and for site-wise it will be 30 days advance notice.

21.4 Termination for Downward rates: The bank may exit from contract (site-wise), if the rates will be observed down from the existing rates by giving 90 days’ notice. Bank may call fresh quotes from the vendors and may award the contract to new selected vendor.

22. Patent Rights/Intellectual Property Rights

In the event of any claim asserted by a third party of infringement of trademark,

trade names, copyright, patent, intellectual property rights or industrial design

rights arising from the use of the products supplied by the BIDDER or any part

thereof in India, the BIDDER shall act expeditiously to extinguish such claim. If the

BIDDER fails to comply and the BANK is required to pay compensation to a third

party resulting from such infringement, the BIDDER shall be responsible for the

compensation including all expenses, court costs and lawyer fees. The BANK will

give notice to the BIDDER of such claim, if it is made, without delay.

Page 46: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 46 of 89

23. Right to Audit

Bank has full right to review and audit bidder’s network and whole setup by bank officials or engaging third party consultant for auditing the bank requirement under this RFP.

24. Signing of Agreement or contract

After the award of the contract to the successful bidder, contract or agreement has to be signed by the bidder as per the Annexure G (e) of this RFP. The agreement has to be signed by the bidder within three months or 90 days from the date of award of the contract. Bidder has to prepare the contract or agreement as per the Annexure G (e) of this RFP and submit to the bank for review, bank will review the contract shared by the successful bidder by engaging the bank legal department. Bank has full right to add further standard clauses or details required under this RFP in the contract or agreement for protecting bank`s interest. After the final review done by bank legal department successful bidder has to do the final stamping and printing of the contract with no cost to the bank and submit the duly signed contact to bank. Bank will sign the contact or agreement and submit one copy of the contract or agreement to the successful bidder and keep one copy for their internal record. Bidder should ensure contract or agreement should be completed under the above mentioned stipulated time. Bank will process any kind of payment payable towards under this project to successful bidder only after the signing of agreement or contract with bank.

25. Confidentiality

25.1 The Bidder acknowledges that in the course of performing their obligations under this contract the BIDDER shall be exposed to or acquire Confidential Information of the BANK or its clients. The BIDDER understands and acknowledges that it has been given access to such Confidential Information solely as a consequence of and pursuant to this Agreement.

25.2 The BIDDER will, at all times, maintain confidentiality regarding the contents of this Agreement and proprietary information including of the BANK’s Customers, Card Holders, any business, technical or financial information/data whether at the time of disclosure, designated in writing as confidential or not.

25.3 The BIDDER agrees to keep in confidence and not disclose to any third

party any and all Confidential Information available to the BIDDER, whether such information is given in writing or, is oral or visual, and whether such writing is marked to indicate the claims of ownership and/or secrecy or otherwise. Except as otherwise provided in this Agreement, the BIDDER agrees that it shall not use, nor reproduce for use in any way, any Confidential Information of the BANK except to the extent required to fulfil its obligations under the Agreement. The BIDDER agrees to protect the Confidential Information of the BANK with at least the same standard of care and procedures used by to protect its own Confidential

Page 47: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 47 of 89

Information of similar importance but at all times using at least a reasonable degree of care.

25.4 The BIDDER shall also ensure that its officials/employees and if BIDDER is permitted to hire another person to assist it in the performance of its obligations under this Agreement, such person also shall maintain the confidentiality of the Confidential Information in the same manner as the BIDDER is bound to maintain the confidentiality.

25.5 During the course of implementing the transactions contemplated hereby or providing the Services hereunder and during the course of the relationship contemplated hereby either Party may become aware of the other Party's business information, lists, marketing plans or strategies, methods of doing business, or similar information which the disclosing Party designates, either orally or in writing, to be of a confidential or proprietary nature, or which the receiving Party has reason to believe should be treated as such, including, but not limited to: technical drawings, designs and concepts; software programs, routines, formulae and concepts; production plans, designs, layouts and schedules; marketing analyses, plans and surveys; all matters relating to the Parties’ finances and personnel (collectively, the “Business Information”).

25.6 Each Party shall: (a) protect and maintain the confidentiality of the Business

Information; (b) not disclose, or allow to be disclosed, the Business Information to any party other than to its employees, officers or directors who have a need-to-know in order to perform the Services or are under a binding obligation of confidentiality with respect to any such information; (c) not use the Business Information for any purpose other than to perform the Services under this Contract; and (d) treat all Business Information of the other Party with the same degree of care to avoid disclosure to third parties as is used with respect to the recipient Party’s own Business Information, but not less than a reasonable degree of care. A Party’s obligations of confidentiality hereunder shall terminate when such Party can document that the Business Information (a) at the time of its disclosure was known to the Party to whom disclosed; (b) is already in the public domain or becomes generally known or published without breach of this Contract; (c) is lawfully disclosed to a third party free to disclose such information; (d) is subsequently independently developed by the Party to whom disclosed without reference to or use of the Business Information; or (e) is legally required to be disclosed provided that the Party so compelled shall promptly notify the other Party so as to permit such other Party to appear in any proceedings and object to the disclosure.

25.7 The provisions of this Article shall survive notwithstanding the expiration or termination of this Agreement for any reason whatsoever for a period of one (1) year after termination, except the data of the customers of the Parties which shall survive the termination or expiration of this Agreement.

Page 48: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 48 of 89

26. Prohibition against Assignment, Outsourcing or Sub contract

26.1 Neither Party shall directly or indirectly transfer or assign its rights or obligations hereunder or interests herein, either in whole or in part, without the prior written consent of the other Party.

26.2 Notwithstanding anything contained herein the BIDDER shall not assign, outsource, or sub-contract to any third party, in whole or in part, its duties, human resources and obligations under the Contract, except with the BANK’s prior written consent and if so permitted on such terms and conditions as may be stipulated by the BANK. The BANK shall be within its absolute right at its sole discretion to refuse / deny approval & give consent and the same shall not be challenged by the BIDDER.

26.3 BIDDER shall ensure that outsourcing or Subcontracts, if permitted by the BANK, shall comply with the provisions of this Agreement. It is clearly understood that the BIDDER shall be solely and primarily responsible to fulfil its obligations and adhere to the time limits agreed upon and stated in this Agreement irrespective of whether any sub-Contracting is permitted by the BANK. It is clarified that the BANK shall not be liable or answerable to the Sub-Contractors under any circumstances. The BANK and/or the RBI shall be authorized to make inquiries and audit the Sub-Contractors compliance with its obligations and the BIDDER agrees to provide the BANK with such information and access for audit of the Sub-Contractors, as requested for by the BANK and/or RBI. At all times, the BANK and/or the RBI shall have the right to inspect the premises, Books and records of the BANK/Sub-Contractors directly or through its representatives. All BANK’s/ Sub-Contractor’s records with respect to any matters covered by this Agreement and/or as may be required by RBI and/or the BANK shall be made available to the BANK or its designees as often as the BANK deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. The BIDDER shall accordingly incorporate the necessary clauses to that effect in the agreement with the Sub Contractor. The BIDDER is aware that any failure to permit inspection may result in RBI imposing fine/penalty and all such amounts shall be paid by the BIDDER.

26.4 Notwithstanding anything stated herein above, the BIDDER may sub contract certain jobs/activities under this Contract for which the BANK may not have any objection, and such type of sub contract may be informed to the BANK by the BIDDER.

27. Insurance

It is the responsibility of the bidder to insure the equipment’s installed at the sites against all risks and the charges are to be borne by the bidder. The insurance shall be against all risks basis including War Risks and Strikes, valid during contract period of 5 years. The Bank assumes no responsibility for any loss/damage to the equipment installed at the branches and no compensation shall be provided in case of any damage or loss to the equipment due to whatever is the reason. If any

Page 49: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 49 of 89

equipment is lost/damaged, bidder should initiate and pursue claim till settlement without any cost to the Bank. Bidder should promptly make arrangements for repair/replacement with new equipment, irrespective of settlement of claim by the underwriters. Penalty will be imposed on such sites experiencing any service outage due to such damage as per the provisions of clause 10 and its sub clauses of this RFP.

28. 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.

29. 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 will abide by the job safety measures prevalent in India and will

free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Bidder’s negligence. The Bidder will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated.

The Bidder is responsible for managing the activities of its personnel or sub-

contracted personnel and will hold itself responsible for any misdemeanours.

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.

30. Country of Origin / Eligibility of Goods & Services

All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India.

For purposes of this clause, “origin” means the place where the goods are mined, grown, or manufactured or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Page 50: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 50 of 89

31. Governing Language

The governing language shall be English.

32. Defect liability

In case the supplied equipment under the Contract are found to be defective as to material and workmanship and / or not in accordance with the requirement, and/or do not achieve the guaranteed performance as specified herein, the bidder shall forthwith replace/make good such defective supplies at no extra cost to the bank without prejudice to the other remedies as may be available to the bank under the contract.

33. Notices

Notice or other communications given or required to be given under the Contract shall be in writing and shall be hand-delivered with acknowledgement thereof, or transmitted by pre-paid registered post, or by facsimile, provided that where such notice is sent by facsimile, a confirmation copy shall be sent by pre-paid registered post within five days of the transmission by facsimile, at the address to the receiving party by the other in writing, provided such change of address has been notified at least ten days prior to the date on which such notice has been given under the terms of the contract. Any notice or other communications shall be deemed to have validly given on date of delivery if hand-delivered; if sent by registered post, then on the expiration of seven days from the date of posting; and if transmitted by facsimile, then on the next business date after the date of transmission.

34. Non-Disclosure Agreement

The Bidder should sign the Bank’s standard non-disclosure agreement as per Annexure G (d) and submit along with the Bid. Bank has full right to add further details in the NDA format to protect bank`s interest.

35. Price Schedule

35.1 The price schedule shall be submitted in Price Bid format only.

The process of Price Announcement will be as under:

a. The Bank will take minimum 1(one) week for processing of all the quotes received from all eligible bidders after opening of the price bid, the period for evaluation of price bids may be extended as per processing time. b. Bidders who fail to quote for all the locations (as per Annexure-1) will be disqualified. c. The result will be disclosed by displaying the consolidated prices received by all the bidders for each site.

Page 51: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 51 of 89

d. During the Price announcement process, not more than 2 (two) representatives from each bidder will be entertained. e. Except screening the prices to all the bidders during the process, no other communication or sharing of prices be entertained by the Bank. f. Summary of distribution of sites shall be disclosed to all the eligible bidders.

35.2 The price schedule shall be furnished as per this RFP, specifically with

reference to scope of work as per clauses 5. Support and technical specifications are detailed in Annexure-B.

35.3 Price should be exclusive of GST and inclusive of all other charges, taxes,

duties, levies, charges, license fees, road permits, regulatory / Govt. Charges etc. in connection with delivery, installation, maintenance of product at site including AMC, incidental services and commissioning. The charges towards supply, installation, commissioning, integration, acceptance and services regulatory/govt. charges, duties, AMC etc., should be included in the rental charges and it should not be quoted separately. Otherwise, the bid is liable for rejection at the discretion of the bank.

35.4 No escalation in price quoted is permitted for any reason whatsoever.

Prices quoted must be firm till the complete execution of the contract. Any benefit of downward movement of prices in future in the industry for similar product/services should be passed on to the bank.

35.5 If Prices quoted both in figures as well as in words have any discrepancy between the rates given in figures and in words, the rates given in words will be considered.

35.6 Price must be quoted in Indian Rupees only.

35.7 The rates quoted by the bidders shall be uniform across the country for all

locations.

35.8 The bidder shall not omit items or leave blank against price of an item, instead, the bidder shall indicate ‘Nil’ or “included in item----” explicitly.

35.9 The price bid shall contain complete bill of material with the prices indicated

item-wise in hardcopy along with softcopy in CD. However, if any discrepancies are found in the rates between soft and hard copy of price bid, the hard copy rates will prevail. Price bid soft copy in form of digitally signed Excel file (of Annexure-1) and Hard Copy of the same file duly signed by the authorized signatory should be provided. Digital signature should be of the authorized signatory of the bidder's organization. A certificate / declaration in this regard should be provided along with the bidding documents.

36. Contract Performance Guarantee

36.1 The Selected bidder shall furnish an unconditional and irrevocable Bank Guarantee for 10% of the total value of contract, in favour of the Bank,

Page 52: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 52 of 89

from a nationalized/ public sector bank or scheduled commercial bank, other than Bank of India, towards performance of the contract in accordance with the specification and conditions of the bid document and agreed upon on final bid evaluation. The above guarantee shall be submitted by the bidder within 21 days from the date of award of the contract. The Contract Performance guarantee shall be kept valid up to end of the contract period i.e. for five years from the start date of the contract. The guarantee shall contain a claim period of three months from the last date of validity.

36.2 The proceeds of the Performance Security shall be payable to the Bank as

compensation for any loss resulting from the Service Integrator’s failure to complete its obligations under the Contract.

36.3 The Performance Security shall be denominated in Indian Rupees and shall be by way of Bank Guarantee issued by a Public / Private Sector Bank in India (Other than Bank of India), acceptable to the Bank in the format 6.6 provided in the Bid. Bank has full right to add further details in the above-mentioned performance security format for protecting the bank`s interest.

36.4 The Performance Security will be discharged by the Bank and returned to

the Service Integrator within 90 days after claim period, following the date of completion of the Service Integrator’s performance and other obligations under the Contract.

36.5 In the event of any contract amendment, the Service Integrator shall furnish

the amendment to the Performance security within 21 days after receipt of such amendment, rendering the same valid for the duration of the Contract. In the event of any correction of defects or replacement of defective system or addition of more links during the maintenance period the performance guarantee for a proportionate value shall be extended for a further period of 90 days

37. Inspection

Bank may visit the successful bidders centralized NOC or HUB or POP or

Location where MPLS Network equipment’s are housed.

38. Arrangements for Business continuity to the bank:

The Service Provider agrees for the following continuity arrangements to ensure the business continuity of the Bank:

a. In the event this Agreement comes to end on account of termination or by the expiry of the term/ renewed term of the Agreement or otherwise, the Service Provider shall render all reasonable assistance and help to the Bank and to any new contractor engaged by the Bank, for the smooth switch over and continuity of the Services.

Page 53: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 53 of 89

b. In the event of failure of the Service Provider to render the Service, without prejudice to any other right the Bank shall have as per this Agreement, the Bank at its sole discretion may make alternative arrangements for getting the Services from any other source. And if the Bank gives a prior notice to the Service Provider before availing such service from any other alternative source, the Service Provider shall be liable to reimburse the expenses, if any incurred by the Bank in availing such services from the alternative source.

39. Order: Bank reserves the right for placing the order for any number of sites in one

Purchase order or multiple Purchase orders during the eighteen month from the date of first order. Upcoming Requirements/ New sites under this project will be placed through empanelled process. Further it is the bank discretion to place more or less number of sites under this project.

40. Selection of L1 Bidder:

40.1 At present bank requirement is second MPLS link as per the locations

details mentioned in Annexure-1 of this RFP. All eligible bidders must quote the commercials for all sites as per the proposed BW strictly in sequence and format of price bid.

40.2 In this way all bidders has to submit the commercials of each site and bank

will finalize the L1 bidder on the basis of price discovery of each site. Bidders should ensure all locations should be quoted for both Wired and Wireless connectivity as per the bank requirement. Bank will select the bidder through location wise L1 quote through Price bid only.

40.3 There will be no reverse auction under this RFP and bidders will be finalized

through closed Price Bid / quote of each branch only.

40.4 All eligible bidders will be placed order if they will be becoming L1 for minimum 300 sites and maximum 2500 sites.

40.5 If any bidder becomes L1 to less than 300 locations, the bank may

consider and place the order after ascertaining his presence and support level as per sole discretion of the Bank in case of business exigencies.

40.6 The order for sites beyond 2500 shall be placed with Respective L2,

L3, L4 bidders and so on for the respective sites subjected to L2, L3, and L4 bidders and so on should agrees to match the declared L1 price of that particular site.

40.7 If L2, L3, L4 and so on do not agree to match the L1 price for distributed locations then the sites (more than 2500 also) will be awarded to L1 bidder only.

Page 54: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 54 of 89

41. Exit Clause

The performance of bidder will be continuously reviewed by the Bank to maintain the terms & conditions as specified in this document. Based on the review, if the selected bidder fails to satisfy / maintain their commitment with respect to Uptime, Performance, Timely implementation of the project etc. the contract may be terminated by giving 3 months’ notice period. Bank’s decision in this regard will be final. In case of termination of this contract, the Bank shall have the right to avail services of any other bidder / agency to continue the project without any let or hindrance from bidder and the bidder has to provide necessary help for smooth switch over. Bank will not pay any charges to the bidder towards packing / forwarding / freight / transit insurance etc., for the equipment at the time of termination/completion of the contract. In addition to the cancellation of purchase order, Bank reserves the right to appropriate the bid security / performance Bank guarantee given by the vendor.

Page 55: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 55 of 89

42. BID FORM, PRICE SCHEDULES AND OTHER FORMATS

FORMATS

Annexure – A Eligibility Criteria Annexure – B Technical Specification Annexure – C Compliance Statement

Annexure – D Organizational Profile Annexure – E Checklist Annexure – F (a) Performa of Bank Guarantee Format for Earnest Money

Deposit Annexure – F (b) Performa of Bank guarantee for contract performance Annexure – F (c) Bid Form (Technical Bid) Annexure – F (d) Proposal Form (Price Proposal) Annexure – G (a) Performa for Total link Summary Annexure – G (b) Undertaking letter format Annexure – G (c) Authorization letter format Annexure – G (d) Non-Disclosure Agreement. Annexure – G (e) Contract Form

Annexure – H IT best practices to be followed by bidders Annexure – I User Acceptance Test Certificate Annexure – J Integrity Pact

Page 56: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 56 of 89

Annexure – A

Eligibility Criteria

Sl. No.

Eligibility Criteria Bidder’s Response [Y / N] (enclose the proofs wherever applicable)

1

Whether the Bidder has paid Rs.50, 000/- as cost of Bid (Organization which are fully owned by Government of India exempted for the cost of Bid i.e. Rs.50,000/- )

2

Whether the Bidder has submitted EMD Amount?

3 Whether softcopy of Technical bid submitted?

4

The bidder should be a registered company in India as per Companies Act 1956 / 2013. The Certificate of Incorporation issued by Registrar of Companies are required to be submitted along with the technical bid.

5

Whether bidder has their presence in India for more than 5 years and registered in India? Submit supporting certificates for the same.

6

Whether Bidder is having valid license (up to expiry of the contract) from respective Govt. body for MPLS VPN services in India for last 3 years.

7 Is the bidder operating from India?

8 Whether the bidder’s office is in India and one of their offices is preferably in Mumbai?

9

The bidder must submit a detailed statement of facts and profile of their company including year of commencement of business, Internet site details and name and title of the authorized signatory for their bid and their contact numbers and e-mail address.

10

Bidder should be making Net profit/positive Net worth for the last 3 Balance Sheets i.e., 2015-2016, 2016-2017 and 2017-2018 from this activity. Please Enclose a certificate in this regard duly certified by the auditor of the company. (Organizations which are fully owned by Government of India are exempted for this clause.)

11 Whether the bidder has installed a minimum of 2000 MPLS VPN Layer 3 link for any single Banking and Financial

Page 57: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 57 of 89

Services Institution/organization using the same kind of application having PAN – India presence.

12

Bidder should have their own NOC facility which should be in existence from last 3 years in India and should be valid till the validity of this project term. Submit the declaration.

13

Bidder should not have been blacklisted and insolvent by any Government organization or PSU in past. Bidder should submit the declaration with the Bid.

14 Bidder should have valid certifications(ISO 9001:2008 or ISO 27001/BS7799 and TL 9000)

15

Bidder must have satisfactorily conducted bank accounts for last one year. Bidder shall furnish the undertaking, details of his bank accounts and certificates from his banks regarding satisfactory conduct of bank accounts, along with the technical bid.

16 Bidder must have submitted Integrity Pact as per Annexure-J

Note- 1). Bids, which are not meeting the above criteria, shall not be considered for

further evaluation and bids will be rejected. 2). The bidder has to submit the quotes for all locations for wired and wireless

medium.

Page 58: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 58 of 89

Annexure - B Technical Specifications

Sl. No.

Technical Specification Yes/No Remark

1 Bidder should ensure round trip delay should not be more than 70 milli seconds (ms) on wired link and 120 milli seconds (ms) on wireless link.

2 Bidder should provide support for End to End IP sec traffic on MPLS network.

3 Bidder should provide any to any configuration on MPLS VPN Network

4 Bidder should ensure RF antenna height should not be beyond 9 meters from the base.

5 End to end traffic categorization, bandwidth provisioning and prioritization for specific traffic as required by Bank

6 The MTU (maximum transmission unit) size should be 1500 bytes.

7 Jitter of the connectivity should not be more than 10ms.

8 Bidders should support IPV4 & IPV6 addressing scheme.

9 Bidder Network should support multicast support in the MPLS network.

10 Bidder network should able to provide Multi VRF environment.

11 Bidder’s network should support dynamic routing protocols like Open Shortest Path First (OSPF), Border Gateway Protocol (BGP) etc.

12

Bidder should provide all monthly SLA reports (reports on parameters like packet loss, jitter, latency, availability, down-call from the commissioning date, bandwidth utilization for any duration, within the contract period, in the format desired by the Bank) from the bidders monitoring tool.

13

Bidder should be able to configure Quality/Class of services in the MPLS Network as asked by bank and at no extra cost to the bank. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network

Page 59: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 59 of 89

for all locations.

14 The minimum permissible signal strength is -55 dbm. 15 The external device should support IPv6

16

The network of the TSP shall be capable of handling incidents like distributed denial of service (DDOS), Brute force attack etc.

17

Network Time Protocol Version 4 (NTPv4), Syslog, Ping, Trivial File Transfer Protocol (TFTP) and Secure Shell version 2 (SSHv2)

18 SNMPv3 support , Access control list (ACL) Support

19 The bidder will ensure physical and/or logical segregation of BOI network from that of other networks.

20

Bidder shall do adequately strengthened encryption algorithm to encrypt the entire data when it is traveling through the air.

21

In case of radio frequency (RF) connectivity, bidder may provide point to point or point to multi point connectivity on WiMax, provided it adheres to the terms and conditions mentioned in the RFP, like committed bandwidth, security parameters etc.

22 The selected Bidder should comply with the Bank’s IT and IS policy in concerned areas relevant to the RFP

23

The selected Bidder should undertake to implement the observations/recommendations of the Bank’s IS-Audit, Security Audit Team or any other audit conducted by the Bank or external agencies and any escalation at no extra cost to the Bank. All upgrades/patches/firmware etc. shall be installed by the bidder promptly and at no cost to the Bank. It shall be the responsibility of the bidder to conduct all activities related to such upgrades etc.

24

The vendor should have a clear Disaster Recovery and Business Continuity Plan (BCP) in place for support services and should submit the BCP plan to the Bank. In case the Bidder does not have ready business continuity plan, he should undertake to implement business continuity plan within two months from the date of issue of the first Purchase order.

Specification for mast height <=3metres

25 Monopole tower should be used

Page 60: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 60 of 89

26 A monopole tower should be guyed or self-supported

27 Hollow, heavy duty, thick non-corrosive steel tube, with high strength should be used

28 Weight of structure should be less than 30 Kg

29 Deflection of antenna should be less than 05Cm for winds <=150Kmph

30 Total floor area covered by the installation should not be more than 2 square foot.

Specification for mast height for more than 3metre and less than equal to 9 meters

31 Tower should be guyed and may be fitted with climbing rungs where necessary

32 Guyed masts may be in lattice, triangular or square, tapered or straight, as well as monopole structural forms.

33 Weight of structure should be less than 250 Kg

34 Deflection of antenna should be less than 15Cm for winds <=150Kmph

35 Total floor area covered by the installation should not be more than 5 square feet excluding the guy wires.

Specification for mast height for more than 9 meters

36 Mast/tower should have protection including anti climb system against birds, monkeys and other animals

37 All structural components including washers, clips, nuts & bolts should be galvanized (anti rust)

38 Separate down conductors shall be installed from each tower to earth.

39 Wires from the antenna should be properly guided and firmly bound to mast.

40 Outdoor wire should have proper shielding from antenna till system room.

41 Maintenance of the tower

42

Towers require regular maintenance for purposes of early detection of deterioration and as a mandatory measure to prevent breakdowns and the attendant consequences. Engineers should visit and conduct health checkup of the tower in every first and third quarter or as and when called

Page 61: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 61 of 89

by branch. If anything is found to be faulty should be replaced/repaired without any cost to bank

43 The top of mast or tower should be painted red. Rest of the pole, mast or tower should be painted blue (non-gloss paint).

44 Tower should be painted every two years.

45

For every tower site, vendor shall keep a maintenance log book and get signatures from branch for every preventive checkup visit. Log book should contain the following information: a. Installation Date b. Next preventive due dates c. Next Painting due dates d. Adhoc Maintenance dates e. Details of activity carried out and replaced parts f .Name and address of engineer

Page 62: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 62 of 89

Annexure - C Compliance Statement

We certify that we agree to abide by all clauses, terms, conditions and specifications mentioned in the RFP.

Main RFP / Annexure No.

Clause / Sub Clause No.

Deviation Specific Page no. of the Response

Place: Date: Signature of Authorized signatory with seal Note: If no deviations are mentioned in Annexure C, it shall be deemed that there is no deviation, irrespective of the fact whether any mention in the bid document anywhere.

Page 63: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 63 of 89

Annexure – D

ORGANISATIONAL PROFILE

(Include in Technical Proposal Only – Not to be included in Price Proposal)

CONSTITUTION

1. Proprietary

2. Private Ltd.

3. Public Ltd.

:

Established since Commercial Production of the solution on Offer started since

:

:

Address of Registered Office

:

Category : Software Producer / Developer (Principal)

Hardware Manufacturer (Principal)

Bidder / Solution Provider (Third-party)

Name Phone Nos. (with STD Codes)

Names of Proprietor/Partners/ Directors

: 1.

2.

3.

4.

5.

Number of Engineers familiar with the solution

:

Number of Total Employees :

Solution being offered, sold so far to:

Page 64: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 64 of 89

Purchaser, with full address and Details of contact person (Phone, Fax and E-Mail)

Modules in Use

Date of Sale

Whether Warranty/AMC still continues

1.

2.

3.

Note :

1. Please support the above facts with documentary evidence.

2. Please also attach: Income-Tax Clearance Certificate (latest) Referral Letters from Clients mentioned above.

3. Consortium not allowed.

Signature of Bidder: _____________________________ Name: _____________________________ Business address: _____________________________

Place Date:

Page 65: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 65 of 89

Annexure – E

CHECKLIST The bidder shall confirm whether following are submitted in their bid. The bidder shall indicate the page no. at which the details asked below are furnished, otherwise, bid is liable for rejection.

S.No. DETAILS SUBMITTED

(Yes/No)

Page No. at which details are enclosed

1. Technical Solutions given in Technical bid and price/rate/ cost estimate/price performance figures/cost benefit analysis etc. given in price bid only

2. Bids in two parts in English, sealed and super scribed (2 copies - one original and one photocopy)

3. Bid is filed in proper capacity files. Original and Photocopies are filed in separate files. Photocopy is complete.

4. Cost of RFP (non-refundable), if downloaded from the Bank’s Website & EMD Submitted in Qualifying & Technical BID (Part- A)

5. Duly filled and signed compliance statement in Annexure-C

6. Duly filled Data sheet in Annexure- D

7. Soft Copy of Technical bid and Price bid in MSWORD /MS – Excel format submitted in CD

8. Bids Submitted as per clause 3.2

9. Whether the Bid is authenticated by authorized person

10. Address of Office on which order has to be placed

11. Bank and Bidder’s scope, deliverable and responsibilities during warranty

12. All the pages are numbered properly

13. All pages are authenticated by sign

Page 66: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 66 of 89

and seal (Full signature to be affixed and not initials).

Erasures/Overwriting/Cutting/Corrections authenticated

Certification/Undertaking is authenticated.

14. The latest Annual Report and Audited Balance Sheet, Company details and Capabilities submitted

15. Ownership certificate submitted

16. Details of service support and response time as per this RFP

17. Price bid as per the clause submitted

18. Whether price quoted are exclusive of Sales Tax and other taxes viz. Octroi/ Entry tax etc.

19. Price for Bandwidth charges to be included in the price bid and confirm that there is no hidden cost

20.

Whether replica of price Bid is enclosed in Technical Bid masking price

21. Validity of the bid for 6 months mentioned.

22 Support offered for 5 years on 24 hours basis on 365 day. (i.e. 24*7*365 basis)

23

Call log in Procedure, Preventive and Break down/Corrective Maintenance during warranty and AMC

Page 67: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 67 of 89

Annexure – F (a)

Performa Of Bank Guarantee Format For Bid Security Form (EMD)

BID SECURITY FORM

Whereas ........................... (hereinafter called “the Bidder”) has submitted its Bid dated

...................... (date of submission of Bid) for the supply of ................................. (name and/or

description of the Products/system) (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 ............................. (name of Purchaser) (hereinafter called

“the Purchaser”) in the sum of _______________________for which payment well and truly to

be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these

presents. Sealed with the Common Seal of the said Bank this ____ day of _________ 2019.

THE CONDITIONS of this obligation are:

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

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser 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 performance security, in accordance with the Instruction

to Bidders. We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to 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 6 months after the period of the Bid validity, i.e. up to ________, and any demand in respect thereof should reach the Bank not later than the above date.

................................... (Signature of the Bidder’s Bank) Note: Presence of restrictive clauses in the Bid Security Form such as suit filed

clause/clause requiring the Purchaser to initiate action to enforce the claim etc.,

will render the Bid non-responsive.

Page 68: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 68 of 89

Annexure – F (b)

PERFORMANCE SECURITY FORM/ PERFORMA FOR BANK GUARANTEE (PBG)

Bank Guarantee No. …..

Date: ……

Issued by……..

To,

Bank of India

(As per RFP)………..

……………………….

WHEREAS BIDDER, having its registered office at…………………..……… ……………………… (hereinafter called the “Service Provider") has undertaken, in

pursuance of your RFP Reference No. for Procurement, Installation, and commissioning of Second MPLS Network and empanelment of bidders for Bank’s branches / offices (hereinafter called the “said Contract").

2. AND WHEREAS it has been stipulated by you in the said Contract that the Service

Provider shall furnish you with a Bank Guarantee by a recognized Bank for the sum of Rs.

-……………… as security for compliance with the Service Provider’s performance

obligations in accordance with the said Contract.

3. AND WHEREAS we ………………………………having our Head Office

at…………….. and a Branch office at……………………… at the request of the Service

Provider issue this Guarantee in your favour guaranteeing the due performance of the

Service Provider of the said Contract.

4. We ………………………. Bank hereby agree and affirm that we are Guarantors and

responsible to you, on behalf of the Service Provider, up to a sum of Rs. ……………

(amount in words) and we undertake to pay you the said amounts without demur or

objection, upon your first written demand declaring the Service Provider to be in default

under the said Contract. We shall pay the said amounts without cavil or argument as

aforesaid, without your needing to prove or to show grounds or reasons for your demand

or the sum specified therein.

5. We undertake to pay you any money so demanded notwithstanding any dispute or

disputes raised by the Service Provider in any suit or proceeding pending before any Court

or Tribunal relating thereto our liability under this present being absolute and unequivocal.

6. We,_______________________ (indicate the name of bank) further agree that the

guarantee herein contained shall remain in full force and effect during the period that would

be taken for the performance of the said Contract and that it shall continue to be

enforceable till all the dues of the Bank of India under or by virtue of the said Contract have

been fully paid and its claims satisfied or discharged or till Bank of India certifies that the

Page 69: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 69 of 89

terms and conditions of the said Contract have been fully and properly carried out by the

said Service Provider and accordingly discharges this guarantee. This Guarantee shall be

valid up to ………….. and unless a demand or claim under this guarantee is made on us

in writing on or before the ………………..we shall be discharged from all liability under this

guarantee thereafter.

7. We, ________________________ (indicate the name of bank) further agree with

Bank of India that Bank of India shall have the fullest liberty without our consent and without

affecting in any manner our obligations hereunder to vary any of the terms and conditions

of the said Contract or to extend time of performance by the said Service Provider from

time to time or to postpone for any time or from time to time any of the powers exercisable

by Bank of India against the said Service Provider and to forbear or enforce any of the

terms and conditions relating to the said Contract and we shall not be relieved from our

liability by reason of any such variation, or extension being granted to the said Service

Provider or for any forbearance, act or omission on the part of Bank of India or any

indulgence by the Bank of India to the said Service Provider or by any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have effect

of so relieving us.

8. This guarantee will not be discharged due to the change in our constitution or of the

Service Provider.

9. We, ________________________________________ (indicate the name of bank)

lastly undertake not to revoke this guarantee during its currency.

Executed at……………… on this the …………………. Day of ……………………….

Signature and Seal of Guarantors (Service Provider’s Bank)

....................................................................

Date....................................................

....................................................................

....................................................................

Address:.......................................................

....................................................................

NOTE: 1. BIDDER SHOULD ENSURE THAT SEAL AND CODE NO. OF THE SIGNATORY IS PUT

BY THE Bankers, BEFORE SUBMISSION OF THE Bank GUARANTEES. 2. STAMP PAPER IS REQUIRED FOR THE Bank GUARANTEES ISSUED BY THE Banks

LOCATED IN INDIA.

Page 70: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 70 of 89

Annexure - F (c)

Bid Form (TECHNICAL BID) (To be included in Technical Bid Envelope)

Date : .............................. To:

Bank of India, Head Office, Star House-2, C-4, “G”-Block, 8th Floor, I. T. Department Bandra Kurla Complex Bandra (East), Mumbai-400 051.

Gentlemen: Reg.: Procurement of Second MPLS Network for branches/offices of Bank for a period of

5 years Ref: Your Ref No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated 21.02.2019

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we,

the undersigned, offer Second MPLS Network Procurement for branches/offices of Bank for a period of 5 years, in conformity with the said Bidding documents.

We undertake, if our Bid is accepted, to deliver, install and commission the Solution in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10 percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Bank. We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us. Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. 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 understand that you are not bound to accept the lowest or any Bid you may receive. Dated this ....... day of ............................ 2019 _________________________________ ________________________________ (Signature) (Name) (In the capacity of) Duly authorized to sign Bid for and on behalf of _________________________________

Page 71: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 71 of 89

Annexure – F (d) Proposal Form (Price Proposal)

(To be included in Price Proposal Envelope) To,

Bank of India, Head Office, Star House-2, C-4, “G”-Block, 8th Floor, I. T. Department Bandra Kurla Complex Bandra (East), Mumbai-400 051.

Reg.: Procurement of Second MPLS Network for branches/offices of Bank for a period of 5 years

Ref: No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated 21.02.2019 ---------------------------------------------------------------------------------------------

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we,

the undersigned, offer Second MPLS Network Procurement for branches/offices of Bank for a period of 5 years, in conformity with the said Bidding documents for the sum of

...................………….. (Total Proposal amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Proposal. (To be modified suitably to contain the details of all items under this RFP and its prices) We undertake, if our Proposal is accepted, to deliver, install and commission the system, in accordance with the delivery schedule specified in the Schedule of Requirements. We agree to abide by the Proposal and the rates quoted therein for the orders awarded by the Bank. Until a formal contract is prepared and executed, this Proposal, together with your written acceptance thereof and your 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 understand that you are not bound to accept the lowest or any Proposal you may receive. Dated this ....... day of ............................ 2019 _________________________________ ________________________________ (Signature) (in the capacity of) Duly authorized to sign Proposal for and on behalf of _________________________________

Page 72: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 72 of 89

Annexure – G (a)

Performa for Total link Summary- Part of Price Bid (Please note Annexure G (a) should be submitted with price quotes for wired and

wireless medium separately. Otherwise the bid is liable for rejection)

Table-A1: Price Schedule for Wired links/solutions (List of all branches/offices are mentioned in Annexure-1 of this RFP)

Sr.No.

(As per

Annexure-

1 only)

Zone Locati

on Sol ID

BW Link Type

Year-1

Cost

Year-2

Cost

Year-3

Cost

Year-4

Cost

Year-5

Cost

Total Cost

Total Cost

Total Cost

(L1 Criteria Cost) (Amount in

Figures) (Sum of cost

for Wired, RF and 3G/4G/

5G)

(L1 Criteria Cost)

(Amount in Words) (Sum of cost for Wired, RF and 3G/4G/5

G)

1 Branch A

As per annexure-1

Wired

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

2 Branch B

As per annexure-1

Wired

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

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

--------

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

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

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

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

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

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

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

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

--------

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

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

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

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

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

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

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

Last branch

Branch Z

As per annexure-1

Wired

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

Page 73: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 73 of 89

Table-A2: Price Schedule for Stable Wireless links/solutions

(List of all branches/offices are mentioned in Annexure-1 of this RFP)

Sr.No.

(As per

Annexure-

1 only)

Zone Locati

on Sol ID

BW Link Type

Year-1

Cost

Year-2

Cost

Year-3

Cost

Year-4

Cost

Year-5

Cost

Total Cost

Total Cost

Total Cost

(L1 Criteria Cost) (Amount in

Figures) (Sum of cost

for Wired, RF and 3G/4G/

5G)

(L1 Criteria Cost)

(Amount in Words) (Sum of cost for Wired, RF and 3G/4G/5

G)

1 Branch A

As per annexure-1

Wireless

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

2 Branch B

As per annexure-1

Wireless

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

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

--------

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

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

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

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

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

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

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

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

--------

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

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

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

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

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

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

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

Last branch

Branch Z

As per annexure-1

Wireless

xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx xxxxx

1. For being selected or empaneled, Bidders should ensure to provide quotes for all

branches for both type of connectivity mentioned above in Table A-1 and Table A-2. 2. Bank is taking quotations for both Wired and Wireless connectivity at the

branches/offices and May place order for Wired or Wireless connectivity as per the business requirement.

3. Bidder`s should ensure the above mentioned rate card will be valid till the expiry of the contract.

Page 74: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 74 of 89

4. The bidder has to strictly follow the serial number of Annexure -1 of this RFP during price bid-submission. 5. The above mentioned prices are inclusive of all required hardware for commissioning of links, all required backhaul links (with redundancy) at Bank DC and DR sites along with required hardware (Router, modem, cables etc.). The above quotes shall be used for selection of L1 bidder based on lowest quotation. 6. Above rates are exclusive of GST and inclusive of all other charges as per scope. 7. Rates for 3G/4G/5G/other alternate technology shall be 50% of that of Stable Wireless Connectivity cost.

Table-B

Bandwidth Upgrade Rates above 2 Mbps on Wired/Stable wireless Connectivity Bank would require higher bandwidth for some of its locations. The multiplication factors for the particular bandwidth, on the basis of which price of other bandwidths will be computed, are given below:

Bandwidth Category Multiplication factor

2 Mbps Y (discovered price)

4 Mbps 1.50 Y

6 Mbps 2.00 Y

8 Mbps 2.50 Y

10 Mbps 3.00 Y

20 Mbps 3.50 Y

30 Mbps 4.00 Y

40 Mbps 4.50 Y

50 Mbps 5.00 Y

Note: I. The bidder shall necessarily agree to the multiplication factor provided for the above bandwidths. E.g., the bidder will have to accept the multiplication factor for 4, 6, 8 and 10 Mbps and so on up to 50 mbps. However, in any case the charges will not exceed the TRAI prescribed charges/ceiling on charges for Point to Point connectivity or MPLS connectivity, whichever lower, for the bandwidth under consideration. Bidder should provide a declaration as a part of price bid for above rates.

Page 75: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 75 of 89

Annexure – G (b)

Undertaking letter format

Offer Reference No: Date: To The General Manager, Bank of India, Head Office, Star House-2, C-4, ‘G’ Block, 8th floor, I.T. Department; Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Email: [email protected] Dear Sir,

Sub: Second MPLS VPN Network Procurement for branches or offices Ref No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated 21.02.2019

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

We, the undersigned, as a bidder, having examined the complete RFP document (along with its annexure), do hereby offer to Second MPLS VPN Network Procurement for branches or

offices in full conformity of your requirements as elaborated in above said RFP for the amounts mentioned by us in the Price Bid or such other sums as may be agreed to between us. We hereby agree to all the terms and conditions stipulated in the RFP except for the variations and deviations of requirements as mentioned by us in the Compliance Statement, submitted along with our Technical Proposal. We agree to abide by our Offer for a period of 6 months from the date of last day of Bid submission and it shall remain binding upon us and may be accepted by the Bank at any time before the expiration of this period. Until a formal contract is prepared and executed, this offer together with the Bank’s notification of award by means of order shall constitute a binding contract between us. We undertake, if our Bid is accepted, to provide Contract Performance Guarantee, and other Guarantees as mentioned in RFP and in the amounts and within the times stipulated in the RFP. We also undertake, if our bid is accepted, to provide technical consultancy and guidance for successful operation of the MPLS links and its expansion in future by the bank as per clause 6 of this RFP. We understand that the Bank may reject any or all of the offers without assigning any reason whatsoever. We understand that you are not bound to accept the lowest or any bid you may receive. Yours faithfully, (NAME AND DESIGNATION) Place: For and On behalf of _______________________________ Date:

Page 76: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 76 of 89

Annexure – G (c) Authorization letter format

To The General Manager, Bank of India, Head Office, Star House-2,C-4, ‘G’ Block, 8th floor, I.T. Department; Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Email: [email protected]

Dear Sir,

SUB: Authorization Letter for attending the Bid Opening

Ref No. BOI/HO/IT/MPLS/RFP- 01/2019 Dated 21.02.2019

This has reference to your above RFP for Second MPLS VPN Network Procurement for branches or offices. Mr/Miss/Mrs. ______________________________ is hereby authorized to attend the bid opening of the above RFP _______________ dated _____________ on _____________ on behalf of our organization.

The specimen signature is attested below: _________________________________ Specimen Signature of Representative __________________________________ _________________________________ Signature of Authorizing Authority Signature of Attesting Authority ______________________________ Name of Authorizing Authority

Page 77: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 77 of 89

Annexure – G (d)

NON-DISCLOSURE AGREEMENT (to be submitted on Stamp paper)

WHEREAS, we, ________________________________________, having Registered Office at __________________________________, hereinafter referred to as the COMPANY, are agreeable to offering the Second MPLS VPN Network Procurement for branches or offices to Bank of India, having its registered office at Star House-2, C-4, “G” Block, Bandra Kurla Complex, Mumbai – 400 051, hereinafter referred to as the BANK and,

WHEREAS, the COMPANY understands that the information regarding the Bank’s Second MPLS VPN Network Procurement and Services shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and WHEREAS, the COMPANY understands that in the course of submission of the offer for the said Second MPLS VPN Network Procurement and Services and/or in the aftermath thereof, it may be necessary that the COMPANY may perform certain jobs/duties on the Bank’s properties and/or have access to certain plans, documents, approvals or information of the BANK; NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following conditions, in order to induce the BANK to grant the COMPANY specific access to the BANK’s property/information The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs for others, any confidential or proprietary information belonging to the BANK, unless the COMPANY has first obtained the BANK’s written authorization to do so; The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the COMPANY for the purpose of submitting the offer to the BANK for the said Second MPLS VPN Network Procurement for branches or offices will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK The COMPANY shall not, without the BANK’s written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the COMPANY for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance.

Authorized Signatory Name: Designation: Office Seal: Place Date:

Page 78: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 78 of 89

Annexure – G (e)

CONTRACT FORM (to be submitted on Stamp paper)

THIS AGREEMENT made the .......day of.................................., 2019 between

.......................... (Name of Purchaser) (hereinafter called "the Purchaser") of the one part

and ..................... (Name of Service Provider) of ......................... (City and Country of

Service Provider) (hereinafter called "the Service Provider") of the other part :

WHEREAS the Purchaser invited Bids for certain Products and services viz.,

..................................... (Brief Description of Products and Services) and has accepted

a Bid by the Service Provider for the installation and commissioning of Point to Point link

and services in the sum of .............................. (Contract Price in Words and Figures)

(hereinafter called "the Contract Price").

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 of RFP Ref No.: BOI/HO/IT/MPLS/RFP- 01/2019 Dated

21.02.2019 shall be deemed to form and be read and construed as part of this Agreement, viz.:

a) the Bid Form and the Price Schedule submitted by the Bidder;

b) the Bill of Material;

c) the Technical & Functional Specifications;

d) the Terms and Conditions of Contract;

e) the Purchaser's Notification of Award; f) Schedule of Dates, Amounts etc. (SDA)

g) All pre bid clarifications /mail communications shared with the bidder during the processing of this bid.

3. In consideration of the payments to be made by the Purchaser to the Service

Provider as hereinafter mentioned, the Service Provider hereby covenants with the Purchaser to provide the Second MPLS VPN Network services and to remedy defects therein, in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Service Provider in consideration of

the provision of the Products and services and the remedying of defects therein,

Page 79: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 79 of 89

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 MPLS links services which shall be installed by the Service Provider are as under:

SL.

NO. LOCATION CAPACITY

TOTAL

PRICE (Rs.)

TOTAL VALUE: (Rs.)

DELIVERY SCHEDULE: 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 Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Service Provider) in the presence of:.......................................

Note : This is the standard contract form in which contract will be signed with service provider. Bank has full right to add further standard clauses in this contract format during the finalization in interest of bank.

Page 80: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 80 of 89

Annexure – H

IT best practices to be followed by bidders

A. Device Management

The devices should be hardened according to latest Secure Configuration

Document as per Bank’s Policy.

Unwanted services should be disabled on the devices.

Remote Device management should be done with secure channel e.g. SSH V2 & above.

Access of devices should be provided to authorize users based on IP, MAC Ingress / Egress Packet Filtering etc.

Administrative access of devices should not be through generic user id.

Centralized Access control mechanism should be in place like TACACS, RADIUS etc. to access these devices.

All devices should be time-based (NTP) synchronized.

Management traffic should be separate from the data traffic.

Devices should be physically secured.

Devices should not contain ACL i.e. “IP ANY – ANY Rule.”

Bank should have rights to audit/review the whole setup catering to Bank’s application.

B. Capability of devices The devices should have:-

ACL Support

SNMP v2/v3 support

NTPv4,Syslog , Ping, TFTP and SSHv2

Firewall functionality

IPS functionality

IPV6 support

Capability of handling incidents like DDOS, Brute force attack etc. C. Security of traffic flow

Business Traffic should be encrypted by IPSec using algorithm AES-128 or higher version.

Prevention mechanism for Denial of Service (DoS) attacks such as control plan DoS attack i.e. LDP.

Strong Hashing encryption algorithm should be used for authentication e.g. SHA -2 (160 bits key size or more)

Prevention mechanism for attacks like reply attack, Black-hole, Grey-hole, Worm-hole, Router error injection, Attacks against IPSec, Rogue IPsec VPN gateway, offline cracking of Pre Shared Key etc.

Secure IP Routing should be used.

Page 81: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 81 of 89

Strong exchange key algorithm should be used for encryption and decryption e.g. DH Group 5 & above.

PFS [Perfect Forward Secrecy] should be enabled.

Management traffic to and from device should be encrypted. D. Incident management

Prevention mechanism for mis-configuration

Alert mechanism should be in place for any malicious event occurred etc.

Every incident reported should be notified to Bank and documented. E. Patch management

Network devices should be updated with latest firmware and security patches.

Process for performing updated should be maintained and approved by Bank.

Page 82: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 82 of 89

Annexure – I

USER ACCEPTANCE TEST CERTIFICATE

For new MPLS Link acceptance

Branch Name Service Provider

Sol ID Circuit ID/Link ID

Zone WAN IP

NBG LAN IP

Contact No. Bandwidth

Please tick the correct response when working with new MPLS and put the remark if any

S.No Description Yes or No Remarks

1 Whether failover with existing MPLS/VSAT link has been tested successfully

YES NO

2 Whether Finacle DC is accessible by branch through biometric successfully?

YES NO

3 Whether Branch has successfully viewed SIGFILE/ printed a report/ Passbook form?

YES NO

4 Whether Finacle DR is accessible by branch successfully?

YES NO

5 Whether branch is able to login and access MMS successfully?

YES NO

6 Whether branch is able to login and access HRMS successfully?

YES NO

7 Whether branch is able to access and login CAPS application successfully?

YES NO

8 Whether Branch is able to access LMS/epay/ GBM/Locker/HRTGS successfully?

YES NO

9 Whether IP Phone communication between Branch and DC established successfully?

YES NO

10 Has the cable been tied using cable ties by the vendor?

YES NO

11 Whether Trace Route upto DC/DR/CTS Server through New Link is attached

YES NO

12 Whether Active-Active Scenario configured? YES NO Note: 1. All responses should be ticked YES for acceptance of the site.

2. Billing cycle shall start as per the date put by branch official.

Installation done by (Representative from vendor)

Checked and accepted by (Branch Official)

Signature and Stamp Signature and Stamp

Date Acceptance Date

Name Name

Designation Designation

Employee ID PF No.

Mobile No. Mobile No.

Email ID Email ID

Note: above mentioned format may be amended suitably by the bank as per actual requirement

at later stage.

Page 83: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 83 of 89

Annexure-J

PRE-CONTRACT INTEGRITY PACT PRE-CONTRACT INTEGRITY PACT BETWEEN BANK OF INDIA AND General This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on XX day of the XX month of 2019, between, on one hand, the Bank of India acting through Shri, Designation of the Officer (hereinafter called the “BUYER”, which expression shall mean and include, unless the context otherwise requires, his successors in officer and assigns) of the First Part and M/s. represented by Shri Chief Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) award the contract and the BIDDER/Seller is willing to offer/has offered the stores and Request for proposal for ADC and Load Balancer for Intranet and Internet Based Applications. WHEREAS the BIDDER is a private company / public company / Government undertaking / partnership / registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Public Sector Undertaking Bank of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence / prejudice dealings prior to, during and subsequent to the currency of the contract entered into with a view to :- Enabling the BUYER to obtain the desired said stores / equipment / work at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereby agree to enter into this Integrity Pact and agree as follows. Commitments of the BUYER

Page 84: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 84 of 89

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 1.2 The BUYER will , during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs. 1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach. 2 In case any such preceding misconduct on the part of such officials(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled. Commitments of BIDDERs 3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post- contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following :- 3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract Request for proposal for ADC and Load Balancer for Intranet and Internet Based Applications in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. 3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favor or disfavor to any person in relation to the contract or any other contract with the Government.

Page 85: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 85 of 89

3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. 3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract. 3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufactures / integrator / authorized government sponsored export entity of the stores / supplier and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER nor has any amount been paid promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. 3.6 The BIDDER, either while presenting the bid or during precontract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. 3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. 3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. 3.10 The BIDDER commits to retrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above. 3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is Request for proposal for ADC and Load Balancer for Intranet and Internet Based Applications. a relative of any of the officers of the BUYER or alternatively, if any relative of an officer of the BUYER has financial interest / stake in the BIDDERs firm, the same shall be disclosed by the BIDDER at the time of filling of tender. The term relative for this purpose would be as defined in Section 6 of the Companies Act 1956.

Page 86: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 86 of 89

3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER. 4. Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded can be terminated for such reason. 5. Earnest Money (Security Deposit) 5.1 While submitting commercial bid, the BIDDER shall deposit an amount as specified in the RFP as Earnest Money/Security Deposit, with the BUYER through any of the following instruments (i) Bank Draft or a Pay Order in favour of (ii) A confirmed guarantee by a scheduled commercial bank, promising payment of the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof of payment. (iii) Any other mode or through any other instrument as specified in the RFP. 5.2 The Earnest Money / Security Deposit shall be valid upto the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period / Defect liability period. 5.3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. 5.4 No Interest shall be payable by the BUYER to the BIDDER on Earnest Money / Security Deposit for the period of its currency. 6. Sanctions for Violations Request for proposal for ADC and Load Balancer for Intranet and Internet Based Applications.

Page 87: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 87 of 89

6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (Whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, whenever required:- (i) To immediately call off the pre-contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. (ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit / Performance Bond (after the contract is signed) shall stand forfeited either fully or partially as decided by the BUYER and the BUYER shall not be required to assign any reason therefor. (iii) To immediately cancel the contract if already signed, without giving any compensation to the BIDDER. (iv) To recover all sums already paid by the BUYER and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. (v) To encash the advance bank guarantee and performance bond / warranty bond, if furnished by the BIDDER, in order to recover the payments already made by the BUYER, along with interest. (vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation / rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. (vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER. (viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or agent or broker with a view to securing the contract. (ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. (x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. 6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the commission by the BIDDER or any one employed by it or acting on its behalf (Whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption. 6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact. 7. Fail Clause

Page 88: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 88 of 89

7.1 The BIDDER undertakes that it has not supplied / is not supplying similar product / systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry / Department of the Government of India or PSU and if it is found at any stage that similar product / systems or sub systems was supplied by the BIDDER to any other Ministry / Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded. 8. Independent Monitors 8.1 There shall be Independent Monitors (hereinafter referred to as Monitors) appointed by the BUYER for this Pact in consultation and with approval of the Central Vigilance Commission. 8.2 The task of the Monitors shall be to review Independently and objectively whether and to what extent the parties comply with the obligations under this Pact. 8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project / procurement, including minutes of meetings. 8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER. 8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER / Subcontractor(s) with confidentiality. 8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings. 8.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and, should the occasion arise, submit proposals for correcting problematic situations. 9. Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

Page 89: REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION … MPLS NW RFP... · of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends

RFP: For Procurement, Installation and Commisioning of Secondary MPLS Network for Branches/Offices vide Ref BOI/HO/IT/MPLS/RFP- 01/2019 Dated: 21.02.2019

Page 89 of 89

11. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings. 12. Validity 12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER / Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 12.2 Should one or several provision of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 13. The parties hereby sign this Integrity Pact at on BUYER BIDDER Name of the Officer Name of the Officer Designation Designation Bank of India Witness Witness 1……………………….. 1………………….... 2……………………….. 2…………………....