construction of tier iii data centre & migration / relocation of data … for... ·  ·...

34
BIDDING DOCUMENT REQUEST FOR PROPOSAL (RFP) FOR Construction of Tier III Data Centre & Migration / Relocation of Data Centre at Navi Mumbai The General Manager, Premises Department, 1 st Floor, West Wing, Star House, BKC, Mumbai 51 Ph: 022-66684452, 4455 Email: [email protected] ARCHITECTS & CONSULTANTS M/s SHETGIRI & ASSOCIATES, Safalya”, 1 st Floor, S. K. Bhole Road, Dadar (W), Mumbai 400 028. Mob: 9821138367 Email: [email protected] Cost of Tender Documents : Rs. 50,000/- EMD/ Bid Security : Rs. 25 Lakhs Last date of submission : 26.11.2015 up to 3.00 PM Opening of Technical Bid : 26.11.2015 at 3.30 PM Date of Pre-bid meeting : 18.11.2015 at 11.00 AM (This document is only brief description of project. Detailed RFP documents can be obtained from Premises Deptt., Bank of India, Star House 1, BKC, Mumbai on payment of non refundable DD/ Pay order/ Rs. 50,000/- drawn in favour of “Bank of India” and payable at Mumbai)

Upload: trinhanh

Post on 20-Apr-2018

220 views

Category:

Documents


2 download

TRANSCRIPT

BIDDING DOCUMENT

REQUEST FOR PROPOSAL (RFP)

FOR

Construction of Tier III Data Centre & Migration / Relocation of Data Centre at

Navi Mumbai

The General Manager, Premises Department, 1st Floor, West Wing,

Star House, BKC, Mumbai – 51

Ph: 022-66684452, 4455 Email: [email protected]

ARCHITECTS & CONSULTANTS

M/s SHETGIRI & ASSOCIATES, “Safalya”, 1st Floor, S. K. Bhole Road, Dadar (W), Mumbai – 400 028.

Mob: 9821138367 Email: [email protected]

Cost of Tender Documents : Rs. 50,000/- EMD/ Bid Security : Rs. 25 Lakhs Last date of submission : 26.11.2015 up to 3.00 PM Opening of Technical Bid : 26.11.2015 at 3.30 PM

Date of Pre-bid meeting : 18.11.2015 at 11.00 AM

(This document is only brief description of project. Detailed RFP documents can be obtained from Premises Deptt., Bank of India, Star House 1, BKC, Mumbai on payment of non refundable DD/ Pay order/ Rs. 50,000/- drawn in favour of “Bank of India” and payable at Mumbai)

Page 2 of 34 Confidential & Proprietary of Bank of India

1 Invitation to Bid (ITB)

a. BANK OF INDIA invites sealed Bids for Setting up of TIER – III Standard

Data Centre at Navi-Mumbai and to Migrate / Relocate the existing Data

Centre for which Request for Proposals are invited for proposing a turnkey

solution for setting up of the TIER – III Data Centre including all the

infrastructure System requirements to be Supplied, Installed, Tested &

Commissioned. The detailed functional and technical requirements have

been given in subsequent parts and sections of this document.

b. The scope of the work includes the following areas to be addressed on a

turnkey solution basis comprising of the following important works: -

1. Civil, Interior Furnishing & Furniture Works

2. Electrical Works,

3. Structured Cabling & Data Networking Works - LAN / WAN

4. Data Center Surveillance System / Data Centre Management

Software

5. UPS Set along with Battery System

6. Precision Air Conditioning & Comfort Air-Conditioning system.

7. L. V Works comprising of Access Control System, CCTV System,

Rodent Repellent System, VESDA, Water Leak detection system,

P.A system, Fire Alarm, Novec 1230 etc

8. Intelligent Building Management System (IBMS)

9. Fire Detection & Suppression System.

10. Hi end Security Systems, Sensors and all the other activities

deemed to be considered for successful installation, testing &

commissioning of a Data Centre.

c. Necessary document establishing tie up with the sub-contractors or sub-

vendors may be submitted for approval.

Page 3 of 34 Confidential & Proprietary of Bank of India

d. Bidders may obtain the complete Request For Proposal (RFP)

document, Technical Specifications and Bill of Quantities from the

office of Bank of India, Premises Department, Head Office, 1st Floor

(West Wing), Star House, Plot C-5, G Block, Bandra Kurla Complex,

Bandra (East), Mumbai 400 051 by paying non-refundable DD /

Payorder for Rs. 50,000 / - drawn in favour of “Bank of India” and

payable in Mumbai.

e. Important dates which the bidders are requested to keep in mind are as

follows: -

1. Date of commencement of Sale

of Bidding documents

3rd November 2015

2. Last date for Sale of Bids Up to 24th November, 2015, 4:00 P.M. I.S.T

3 Pre-bid Meeting 18th November, 2015 at 11:00, B.O.I Head

Office, Star House, B.K.C, Mumbai

4 Last date for submission of Bids 26th November, 2015 before 3:00 P.M. I.S.T

Bids submitted after the date and time will not

be received / accepted

5 Date of Opening of Technical

Bids

26th November, 2015 at 03.30 P.M.

6 Date of Opening of Price Bids

of Pre-qualified bidders

To be announced later.

7 Address for communication Bank of India, Premises Department, Head

Office, 1st Floor (West Wing), Star House, Plot

C-5, G Block, Bandra Kurla Complex, Bandra

(East), Mumbai 400 051

8 Period of Completion 90 Days from date of placing the L.O.I / Work

Order with 7 days of mobilization period.

The completed filled-in RFP is to be submitted at the following address:

The General Manager, Premises Department,

Bank of India, Head Office, 1st Floor,

Star House, C-5, G-Block, Bandra Kurla Complex,

Bandra (East), Mumbai – 400 051.

Phone Numbers: 022 - 66684452 (Shri P.K.Sharma, A.G.M)

022 - 66684455 (Shri Amit Dwivedi, Senior Mgr)

Fax Number: 022 – 6668 4460

Email: [email protected]

Page 4 of 34 Confidential & Proprietary of Bank of India

For any queries and clarification regarding the R.F.P, the bidders may feel free

to contact on the above mentioned address or telephone number or e-mail id

AND also the Project Architects & Consultants: -

M/s SHETGIRI & ASSOCIATES (Mr. Amol Shetgiri / Mrs. Nandita Shetgiri)

Safalya, 1st floor, S.K.Bole Road,

Dadar (W), Mumbai – 400 028.Tel: - (022) - 24223900 / 24224014

Fax: - (022) – 24316702

E-Mail: - [email protected] OR [email protected]

Please note that all the information desired needs to be provided. Incomplete

information may lead to Disqualification of the bid received.

All Bids must be accompanied by Bid Security as specified in the Bid

document.

Bank reserves the right to amend the dates mentioned above or in the RFP,

which will be communicated.

Addendum/ Corrigendum if any will be published in Bank’s website only.

Conditional tenders / tenders with any conditions will not be considered and will

be rejected out rightly.

Rates quoted shall include all present and future taxes, duties, charges,

cesses, levies etc However Service Tax will be paid extra on applicable

rates.

The rates and the tender quote must include 18 months free warranty including

on-site comprehensive AMC (counted from date of commissioning & handing

over the Data Centre) which include all components i.e. manpower (with

personnel detail as per RFP clause), machine AMC etc.

This document is only brief description of project. Detailed RFP documents can

be obtained from Premises Deptt., Bank of India, Star House 1, BKC, Mumbai

on payment of non refundable DD/ Pay order/ Rs. 50,000/- drawn in favour of

“Bank of India” and payable at Mumbai. For all purpose, detailed tender

documents of RFP shall prevail over this document.

Duration of the project wherever appears in RFP shall be considered till

completion of 8 years comprehensive AMC period on quoted rates from date of

LOI.

Page 5 of 34 Confidential & Proprietary of Bank of India

2. Disclaimer

The information contained in this Request for Proposal (RFP) document or information

provided subsequently to bidder(s) or applicants whether verbally or in documentary

form by or on behalf of 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.

Page 6 of 34 Confidential & Proprietary of Bank of India

PART 3. INSTRUCTIONS FOR BIDDERS (IFB)

TABLE OF CLAUSES

Clause No.

Topic Clause No.

Topic

A. Introduction 3.18 Format and Signing of Bid

3.1 General D. Submission of Bids

3.2 Proposal & Broad Scope of Work 3.19 Sealing and Marking of Bids

3.3 Information to the bidders 3.20 Deadline for Submission of Bids

3.4 Eligibility 3.21 Late Bids

3.5 Cost of Bidding. 3.22 Modification & Withdrawal of Bids

B. Bidding Documents E. Bid Opening and Evaluation

3.6 Content of Bidding Documents 3.23 Opening of Bids by the Bank

3.7 Clarification of Bidding Documents 3.24 Clarification of Bids

3.8 Amendment of Bidding Documents 3.25 Preliminary Examination

C. Preparation of Bids 3.26 Evaluation & Comparison of Price Bids

3.9 Language of Bid 3.27 Contacting the Bank

3.10 Documents comprising the Bid

F. Award of Contract

3.11 Bid Form

3.28 Post qualification

3.12 Bid Prices

3.29 Award Criteria

3.13 Bid Currencies 3.30 Bank’s Right to Accept Any Bid and to Reject Any or All Bids

3.14 Documents establishing Bidder’s Eligibility and Qualifications

3.31 Notification of Award

3.15 Documents establishing eligibility of products & conformity to Bid Documents

3.32 Signing of Contract

3.16 Bid Security 3.33 Performance Security

3.17 Period of Validity of Bids

Page 7 of 34 Confidential & Proprietary of Bank of India

PART 3. INSTRUCTIONS FOR BIDDERS (IFB)

A. Introduction

3.1 General

Bank of India (Bank) is one of the largest public sector Banks established in the

year 1906. The Bank has presently more than 5000 branches in India spread

across the country. These branches are administered through 54 Zonal Offices.

The Bank has always been the leader among the PSU Banks having many first to

its name. The Bank has been the first in IT initiatives among the nationalized

banks to establish a fully computerized branch with ATM facility. The Bank is also

a founder member of SWIFT in India. The Bank has more than 65 branches

/offices/subsidiaries abroad. The Bank has implemented Core Banking Solution

(CBS) on an outsourcing model with Software ‘Finacle’. At present, our all

Branches are live on core banking. Further, the Bank has provided ATMs as a

delivery channel on a total out-sourcing model, a first of its kind in India.

3.2 The Proposal and Broad Scope of Work

3.2.1 The Bank already has Data Centres admeasuring about 5,000 Sq. Fts and

proposes to build a Tier III Data Centre and Migrate / Relocate the existing Data

Centre to the proposed Data Centre for which Request for Proposals are invited

for proposing a turnkey solution for setting up of the TIER – III Data Centre

including all the infrastructure System requirements to be Supplied, Installed,

Tested & Commissioned. The proposed Data centre, in addition to the servers of

the existing Data Centre shall also host various additional servers of different

upcoming projects of the bank. The proposed additional Data Centre will be of

minimum of Tier 3 standards as per the requirements. This RFP is being floated

to select the vendor or System Integrator (S.I) to build & operate the data centre.

The model of the proposed Data Centre should be modular based i.e. capable of

starting small and growing exponentially by incrementally increasing the proposed

infrastructure. The existing Data centre has Building Management System (BMS)

from where the supervision & monitoring of the Data Centre is carried out. The

monitoring of the proposed Data Centre should be integrated and synchronized

with the existing BMS and therefore, the equipments to be installed in the

proposed Data Centre should be compatible with the existing Data Centre.

3.2.2 The scope of the RFP is to propose a turnkey solution for the errection of the

Data Centre Infrastructure System which shall include the construction of Data

Centre and its operations.

Page 8 of 34 Confidential & Proprietary of Bank of India

The solution shall comprise of supply, installation, testing, training and

handing over of all materials, equipments, hardwares, softwares, appliances

and necessary labor to commission the said system, complete with all the

required components strictly as per the enclosed tender specifications,

design details, drawings & instructions of the Architects, Consultants &

Bank’s Engineer in charge from time to time.

The scope also includes the supply, installation & commissioning of any

material or equipment including necessary civil works required for successful

installation of the particular equipment, that may not be specifically

mentioned in the Bill of quantities (BOQ), specifications and design details

but are required / mandatory for successful commissioning of the project. No

extra claims whatsoever over and above the quoted rates / amount towards

such Civil or errection works shall be entertained during the course of

execution of works on site.

The vendor shall provide documentation including user manuals, system and

operation manuals as well as the necessary drawings diagrams and design

details as a part of successful handing over of the Data Centre.

The vendor shall be responsible for performing all the necessary verification

tests to ensure all proposed software and hardware are functioning as

designed including the equipments and their sub-components.

The vendor shall be responsible for providing support and maintenance for

all equipment and systems proposed on 24 x 7 x 365 basis for a period duly

mentioned in the RFP BOQ document;

The vendor shall be responsible for providing acceptance checklists for the

project.

The vendor shall be responsible for proposing additional items that it may

seem to be necessary but are not mentioned in this tender / RFP document.

The vendor shall be responsible to ensure compliance with the TIER III Data

Centre & Green I.T norms, guidelines & regulations so as to facilitate the

bank get the necessary TIER III certification from concerned Institutes post

completion of the project assignment.

The Data Center should be complete in all respects. The broad areas of the

scope of work and their major elements are as advised later.

Page 9 of 34 Confidential & Proprietary of Bank of India

3.2.3. Design of Data Center

The proposed designs, solution, BOQ & specifications and draft drawings are

enclosed in the RFP document and are meant for reference and for the purpose

of bidding. The vendor so finalized would be required to make all the necessary

shop drawings within the layouts enclosed and the BOQ in consultation with the

Project Architects, their Associate Consultants & Bank’s Engineer in charge so

as to arrive at the final scheme in line with the requirements of the clients and in

accordance with the requirements of Indian standards – ISO, Green IT

requirements, BIS codes & National Building codal provisions if any. However no

change whatsoever in the price schedules and alterations in the BOQ and

specifications would be allowed after the award of the work and the price shall

remain firm throughout the duration of the project (time till completion of AMC

period of 8 years on quoted rates from date of LOI) and the works are to be

executed within the quoted price schedules and BOQ specifications. Any extra

item / works arising out of the changes in the scheme shall be first notified to the

project Architects & their Consultants, who shall take a complete review of the

same and if convinced, notify the Bank’s Engineer in charge about the execution

of the item / work and only after accordance of approval / sanction towards extra

cost implications if any, concerned with the said alteration.

The shop drawings should include the following, but is not limited to;

A. Floor plans, Elevations, Sections & other detailed drawings: -

Civil, Interior & Furniture Works as per instructions

UPS Room and Electrical Room equipments

Server Farm area along with Networking centre Room

Staging & Testing room

Telecom & Communications room

BMS Room & BMS Gadgets Room

Store Room

Dedicated area for mounting of Comfort AC units / Precision Air

Conditioning system

Fire suppression cylinder area – NOVEC 1230

Other areas duly indicated in the plan enclosed along with the RFP

B. All the necessary drawings including plans, elevations & sections, working

execution drawings showing the Civil, Interior & Furniture elements &

works mentioned in the BOQ including the necessary finishing schedules

for the works.

Page 10 of 34 Confidential & Proprietary of Bank of India

C. Layout showing the plan, sectional details, loading calculations for raised

access flooring system and false ceiling layout showing the various levels,

sections, AC distribution scheme, RCP etc.

D. Electrical drawings & diagrams including Load distribution scheme, Panel

drawings & details, calculation sheets, Raceway layout, Power layout,

Lighting layouts, SLD’s etc

E. HVAC system layout comprising of Comfort AC units, mounting scheme,

Ducting layout with sizing calculations, Heat Load calculations, Sections

through the ducts, levels, duct mounting details, & RCF superimposed

drawings & sections.

F. Precision AC scheme comprising of Precision AC units, mounting scheme,

Ducting layout with sizing calculations, Heat Load calculations, Sections

through the ducts, levels beneath the false flooring, duct mounting details,

superimposed drawings & sections

G. Structured cabling layout, Data networking scheme, PDU designs,

drawings, details & calculation sheets for sizing

H. Fire detection plan & scheme & all necessary drawings, details & layouts

I. Fire suppression system – NOVEC 1230 scheme & all necessary

drawings, details & layouts including sizing calculations, capacity

calculations etc

J. Access Control, CCTV, Rodent Repellent, Water Leak detection, VESDA,

P.A system, Fire alarm system plan, humidity control system scheme,

details & all necessary drawings, details & layouts including necessary

superimposed RCP drawings, routing schemes, mounting schemes, sizing

calculations etc.

K. Earthing pit diagrams, drawings & details

L. Synchronization / Integration scheme, drawings, details & calculations for

the existing D.G sets, BMS, Transformers, H.T / L.T panels, Electrical

assessories and other existing infrastructure existing floor or any other

floor, or within the open spaces on Stilt floor of the building

M. Drawings, details, sizing calculations etc for the cabling, conduiting,

electrical elements etc towards the UPS and its batteries kept on other

floor within the building structure, existing D.G sets at the stilt floor level

including existing Transformers, H.T / L.T panels etc.

N. Building Management system including all the necessary drawings, details,

schemes, features, input-output summary, sizing calculations, monitoring

channels & graphic schemes etc

O. Data Centre Information Management including all the necessary

drawings, details, schemes, features, input-output summary, sizing

calculations, monitoring channels & graphic schemes etc.

Page 11 of 34 Confidential & Proprietary of Bank of India

3.2.4 Build of Data Center

The selected vendor / S.I should be responsible for the successful Supply,

Installation, Testing, Training and handing over of all materials, equipments,

hardwares, softwares, appliances etc & Commissioning of the Proposed Data

Center along with its infrastructure which includes Civil, Interior & Furniture

works, Electrical works, UPS, D.G synchronization, BMS, all L.V cum security

systems, softwares, hardwares, environmental controls like humidity,

temperature etc., security (including access / monitoring equipment), power

systems, power supply as specified in the detailed specifications & RFP

document.

The activity will include the following along with the works mentioned above

and elsewhere in the RFP document, but not limited to: -

1. Interiors of the data center (including Civil, Interior & Furniture works,

raised floor, false ceiling etc.)

2. Electrical Work (Panels and cabling)

a. Provide and commission UPS

b. AC wiring circuit

c. Main circuit

d. Point wiring

e. Lighting fixtures

3. Provide and commission UPS

4. Supply and implement physical security (access controls including

biometric), Motion sensors and all other types of sensors & hi end

security gadgets etc

5. Supply and implement environmental Controls (Air conditioners,

humidity control, fire detection and suppression, control panel, etc.)

6. Supply and implement Structured and intelligent Cabling

7. Supply and Implement Video Surveillance systems

8. Supply and implement Pest/Rodent Repellent System

9. Synchronization, Integration with the existing DC elements

10. Supply and implementing NOVEC 1230

11. Synchronization, Integration with the Diesel Generator Set and the

other necessary systems required for successful errection, completion

& operations of the Data centre.

The vendor shall provide qualified and experienced project managers on site

for monitoring the Data Centre and should provide complete description with

Page 12 of 34 Confidential & Proprietary of Bank of India

regard to the project’s Manager’s role, name of the person(s) proposed for the

role, and a summary of their experience and qualifications who would be

responsible for the installation of all the systems.

The vendor shall state how they will manage the installation, testing and hand

over of all systems. The vendor shall state exactly what areas they will assume

responsibility for and what areas they expect Bank to accept responsibility for.

3.2.5 Warranty & Annual Maintenance

The quoted rates and RFP bid amount shall include minimum

comprehensive on – site free warranty including comprehensive on site

AMC of 18 months from the date of Commissioning and acceptance of

handing over the Data center successfully by Bank including all spare parts,

components & sub-components, consumables of all types such as Diesel,

lubricants, fuel of any type, lamps, tools, nuts, bolts, washers, assessories,

fittings, fixtures etc, equipment replacement in case of major defects, hardware

& software replacement in case of defects & operational issues including the

necessary labor & updates during such warranty period. No parts, components

& sub-components, accessories of the systems should be excluded from such

warranty including consumables like lamps, tubes, lubricants, fuels etc. The

minimum 18 months comprehensive warranty including comprehensive

on site AMC will include all related parts & services i.e. all machines and

manpower (with further details mentioned in Clause 4.16).

On site comprehensive AMC (18 months free Warranty and AMC period as well

as 8 years AMC at quoted rates) will include Preventive maintenance of

equipments like UPS, Comfort & Precision AC system, Electrical Assessories,

Networking devices, Existing Diesel Generator, Interior elements, Sanitary

fittings & fixtures, BMS hardwares & softwares etc for all the products will be

within the scope and needs to be undertaken by the bidder over and above

whenever called for by the Bank during emergency situations.

Bank will not accept any used or refurbished products, equipment, hardware,

software or solution and such rejected items if any shall be discarded at the cost

of the vendor. The vendor shall warrant that all the products and equipments

including necessary hardwares & softwares offered are fresh from stock and / or

factory. Vendor shall be fully responsible for the manufacturer’s warranty in

respect of proper design, quality and workmanship of all equipments,

accessories etc covered by RFP.

Page 13 of 34 Confidential & Proprietary of Bank of India

Vendor must warrant all equipment, accessories, spare parts, components, sub

components, hardware, software, consumables, fittings, fixtures etc & in general

the entire infrastructure provided by the vendor etc against any manufacturing or

other defects during the warranty period. During the warranty period, the vendor

shall repair / rectify / completely replace at the installed site, without any cost

implication to the Bank, all the defective equipment, accessories, spare parts,

components, sub components, hardware, software, consumables, fittings, fixtures

etc that are supplied & installed by the vendor and brought to the Vendor’s notice

by the Bank or Consultants and no extra claim whatsoever on this account shall be

entertained. In case of negligence of the vendor to repair / rectify / complete

replacement, the Bank may notify the vendor against such lapses and may also

initiate action including imposing of necessary penalties, deduction of charges

towards the losses suffered and including termination of contract and the vendor

shall not have any say in the matter.

Warranty should not become void, if Bank buys, any other supplemental hardware

from a third party and installs it with in these machines under intimation to the

vendor. However, the warranty will not apply to such supplemental hardware items

installed directly by the Bank.

As regards, the decision regarding repair / rectification or complete replacement of

the product or equipment so supplied and found to be defective during the

warranty period, the decision of the Bank / Consultants shall be final and binding

upon the vendor and the vendor shall have no say in taking such decisions.

It may be further noted that the release of the payments towards the

comprehensive AMC charges towards manpower and equipments etc deployed on

site, shall be subject to submission of documents in support of payments made

towards ESI, EPF, payments made to statutory authorities under labour laws,

salaries / wages paid to the workforce employed by the vendor and deployed on

site, as and whenever requested by the bank. Please note that the Bank shall not

be under any obligation to release the payments to the vendor towards AMC

charges, without the submission of the said mandatory documents or documentary

evidence in support of payments made towards statutory authorities and towards

workforce / manpower deployed on site in the form of salaries / wages.

Further the successful vendor shall provide the break-up of the total cost towards

the comprehensive AMC in the form of person-wise payment of salaries / wages

towards workforce / manpower deployed on site and cost of AMC towards the

machinery or equipments to be provided, replaced or overhauled.

Page 14 of 34 Confidential & Proprietary of Bank of India

Further it shall be the sole responsibility of the vendor to ensure that the minimum

wages or salary amount is paid to the workforce or manpower deployed by the

vendor on site, which shall be certainly not less than the minimum wages or salary

as duly notified by the Government of India’s policy under labour welfare or labour

/ workmen’s protection schemes. Further the wages or salaries paid by the vendor

to the workforce deployed on site shall increase every year based on the indices

published by the Reserve Bank of India and the vendor shall submit the

documentary evidence regarding such an increase in the wages / salaries paid to

the workforce employed on yearly basis to the bank. The payments towards AMC

charges shall be subject to submission of documentary evidence towards the

payments made to the workforce / manpower deployed on site, the break-up of

salaries / wages paid to them (to be in tune with the Government’s directives /

policies) and payment of necessary ESI and EPF charges to the statutory

authorities towards the manpower deployed by the vendor on site and any

statutory compliances with regards to the wages or salaries or departmental

compliances towards ESI / EPF shall be the sole responsibility of the vendor.

3.2.6 Data Center Upgrade

The vendor needs to provide services towards upgrade of data center facilities

whenever instructed and directed by the Bank such as:

Adding UPS, PDU’s, Cabling from PDU’s to racks

Adding Precision AC units

Adding more server / network racks

Adding more LAN cabling (Structured cabling)

Adding more LV components such as Access control, CCTV cameras etc & any

additional works envisaged and instructed by the Bank from time to time.

3.3 Information to the bidders

3.3.1 The bidders should provide the necessary supporting documents indicating their

tie up with all the other agencies like Interior works, Electrical works, O.E.M’s for

various equipments, L.V system manufacturers etc. however the bidder will take

prior approval from Bank / Architect for these agencies before starting execution

of work at site.

3.3.3 Further, the bidders should be able to provide the necessary interfaces with the

existing Service Provider/s of the bank.

3.3.4 The bidders would be one point contact to provide the necessary infrastructure

to the Bank. The selected bidders will provide the Bank complete infrastructure

requirements but not limited to supply, installation of required software /

hardware.

Page 15 of 34 Confidential & Proprietary of Bank of India

‘Successful Bidder’ is the bidder whose technical bid has been accepted and

whose price as per the commercial bid is the lowest.

A summary of the project already implemented must be enclosed with the

Technical Bid, giving the following details:

Name of the Client

Details of Data Centre like Address etc. Nature of the Project

Scope of the Project

Architecture of the solution implemented

Date of award of Contract

Date of commencement of the Project

Date of successful commissioning of the Project

Whether the Project has been vetted / audited by any independent

Agency / Institutional Consultants of Repute, and if so, outcome thereof.

Name of the person who can be referred to from Clients' side, with

Name, Designation, Postal Address, Contact Phone and Fax numbers,

E-Mail IDs, etc. (Attach copies of purchase orders)

(Above Details are MANDATORY and to be included in technical bid.

Without the above details, the Bid is liable to be Rejected)

3.3.6 The Bank also reserves the right to inspect such installation/s while evaluating

the Technical Bid. The system integrator or bidder should obtain permissions

and bear all the expenses in this regard and Bank reserves all right to reject

the bid in case of non submission / non verification of work executed.

3.4 Eligibility / Pre-qualification of the Bidders

a) Bidders shall be either a software vendor or a hardware vendor or a System

Integrator or Service Provider company, engaged in providing Information

technology solutions or Data Centre build solution.

b) The bidder must be in existence for a period of atleast Five (05) years

preceding the Data of the release of the R.F.P

c) The bidding company (bidder) must have a turnover of minimum of Rs 1,000

Crores per annum as an individual I.T Company or Data Centre solution

provider or System Integrator and must be a profit making company in the

last 5 years. Note: - The bidder shall not have incurred any loss in for a

period of Five (05) years preceding the Data of the release of the R.F.P. The

bidder must enclose copies of audited balance sheet & Profit & Loss

Account including the I.T returns for previous Five (05) financial years along

with the RFP document.

Page 16 of 34 Confidential & Proprietary of Bank of India

d) The vendor should be a Limited company as per Indian Companies Act

1956. The Company should be in existence for more than 5 years.

e) The bidder must have successfully executed at least 5 Data Centres

(Minimum 3 in India) with the following criteria: -

1.) Minimum of Two (02) Data Centres of minimum TIER – III standards

and above should have been built on a turnkey solution basis and

comprising of all the works & scope mentioned above admeasuring

above 4,000 sq. feet in area in the last 5 years.

2.) The firm must have experience of having rendered services for

successful completion of Data Centre for any PSU/ Govt./ Public/

Reputed Private Sector during last 5 years comprising of the following

sub-conditions: -

At least 3 similar Data Centre projects costing minimum Rs.1000 lakhs

each out of which atleast one work should be in Mumbai / Navi

Mumbai/Thane

OR

At least 2 similar Data Centre projects costing minimum Rs. 1250 lakhs

each out of which at least one work should be in Mumbai/Navi

Mumbai/Thane

OR

At least one similar Data Centre project costing minimum Rs. 2000

lakhs. If this single work is not in Mumbai/Navi Mumbai/Thane, at least

one another work costing Rs. 800 lakh should be in Mumbai/Navi

Mumbai/Thane.

The Data Centre should have been built, primarily consisting of

Precision Airconditioning system, Comfort AC system, Fire- fighting and

suppression system, Access control and CCTV, L.V systems, UPS,

VESDA, Rodent Repellent System, Electrical system works and lighting,

Structured cabling, Interiors & Civil elements etc and all the allied works

required for successful installation & completion of the Data Centre.

The bidder must produce experience certificates from such clients about

the satisfactory implementation of the projects. The certificate should be

issued individually & directly from the principal client for multiple sites/

projects, individually. The certificate issued by any person other than the

principal client will not be considered.

Page 17 of 34 Confidential & Proprietary of Bank of India

The experience for sub-letting, 3rd party work, Joint Ventures will not be

considered.

The certificate must clearly mention value of works, Scope of works,

period of completion, performance of work & client details such as

Name, Designation, Authorized Signatory, Postal Address, Contact

Phone and Fax Numbers, E-Mail Ids etc.

In case of mergers or amalgamations of one entity with some other

entity or the Parent company, the responsibility of successful execution

and handing over the Data centre shall vest with the entity to whom the

contract was awarded and contract documents executed and the

merged / amalgamated entity shall not have any direct or indirect control

over the said contract. Further the responsibility shall continue &

services as defined in the RFP document provided, upto the end of the

Warranty cum comprehensive AMC contract period of 18 months as well

as the AMC contract period of 8 years.

(Above details are MANDATORY. The Bid is liable to be rejected

without the above details).

f) The Format of Pre-qualification documents required to be submitted along

with the RFP are enclosed. It shall be mandatory to obtain Certificates from

the Clients only in the required format. Any other format adopted by the

bidders for obtaining certificates from the Clients is liable for rejection. The

bidders shall enclose all the necessary documents duly called for along with

the supporting documents in support of the Prequalification requirements.

Bank reserves right not to consider any documents submitted in support of

above after opening of technical bids and may reject the bid for not fulfilling

the criteria.

g) The Bank reserves the right to request for any additional information and

also reserves the right to reject or accept the bid of any bidder, if in the

opinion of Bank, the qualification data is incomplete or the bidder is found

not qualified to satisfactorily execute the requirements of the project.

h) The Bank reserves the right to inspect such implementations / installations

executed by the bidder. The bidder shall ensure necessary permissions

from their clients, required for such site visits and shall arrange for site visit

of the Bank’s identified representatives at a mutually convenient time and all

the expenses in this regard shall be borne by the Bidder.

Page 18 of 34 Confidential & Proprietary of Bank of India

i) The Bidder shall possess the necessary registrations with Department of

Income Tax, Sales Tax, Service Tax, ESIC, EPF, Labour licenses &

departments, Customs etc and all such regulatory bodies. Necessary

supporting certificates of Registration with these authorities shall be

enclosed at the time of submitting the bid documents.

j) The Bidder shall act as a System Integrator and shall have necessary tie-

ups with Original Equipment Manufacturers (OEM’s) or shall have

dealership with the Equipment manufacturers. The necessary agreements,

MOU’s, contract documents, tie-up certificates between the Bidder and the

OEM’s for items or equipment makes mentioned in the RFP shall be

enclosed at the time of submitting the bid documents.

Other information: -

1. The Bidder should ensure that Bank’s existing investment in computer

Hardware, Software, Network, O.S, application software, etc is fully

protected.

2. All systems and related services to be supplied under the Contract shall

have their origin in countries allowed as per Import Trade Control

Regulations in India.

3. “Origin” means the place where the products are produced or the place

from which the related services are supplied. Products are produced when

a commercially recognised product results that is substantially different in

basic characteristics or in purpose or utility from its’ components.

4. The origin of products and services is distinct from the nationality of the

Bidder.

5. All pages of the RFP documents as well as the contract documents in case

of the successful System Integrator shall be signed by the authorized

signatory of the vendor and the necessary documents in support of the

authorization such as the Power of Attorney, MOU’s etc shall be enclosed

along with the RFP documents.

3.5 Cost of Bidding 3.5.1 The Bidder shall bear all costs associated with the preparation and cost

incurred towards their Bids and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

Page 19 of 34 Confidential & Proprietary of Bank of India

B. The Bidding Documents

3.6. Content of Bidding Document/s

3.6.1 The products required, Bidding procedures, and contract terms are prescribed

in the Bidding Documents. The Bidding Documents include:

(a) PART 1 - Invitation to Bid (ITB)

(b) PART 2 - Disclaimer

(c) PART 3 - Instruction for Bidders (IFB)

(d) PART 4 - Terms and Conditions of Contract (TCC)

(e) PART 5 - Technical & Functional Specifications (TFS)

(f) PART 6 - Bid Forms, Price Schedules and other forms (BF)

(g) PART 7 - Schedule of Dates, Amounts, etc. (SDA)

3.6.2 The System integrator or bidder is expected to examine all instructions, forms,

terms and specifications in the Bidding Document. Failure to furnish all

information required by the Bidding Document or to submit a Bid not

substantially responsive to the Bidding Document in every respect will be at

the System Integrator or Bidder’s risk and may result in the rejection of the

Bid. It may be also noted that all the pages of the RFP document shall be duly

signed and sealed on each and every page before submission.

3.7 Clarification of Bidding Document/s

3.7.1 A prospective system integrator or Bidder requiring any clarification of the

Bidding Document may notify the Bank/ Consultant in writing or by Fax at the

address / fax number / e-mail indicated in Invitation to Bid. The Bank/Architect

will respond at the time of pre-bid meeting to any request for clarification of

the Bidding Document received by 15.11.2015 till 3.00P.M. Relaxation in any of

the terms contained in the Bid, in general, will not be permitted, but if granted,

the same will be communicated to all the Bidders.

3.8 Amendment of Bidding Document/s

3.8.1 At any time prior to the deadline for submission of Bids, the Bank, for any

reason, whether, at its own initiative or in response to a clarification requested

by a prospective system integrator or Bidder, may modify the Bidding

Document/s, by amendment. The addendum/ corrigendum if any will be

published in website only and will be binding to each bidder. Each bidder is

advised to visit Bank’s website regularly.

Page 20 of 34 Confidential & Proprietary of Bank of India

3.8.2 All prospective system integrators or Bidders that have received the Bidding

Document will be notified of the amendment in the above mentioned mode

only. Bidders who will submit their bid without addendum/ corrigendum (duly

signed/ stamped/ accepted) will be rejected.

3.8.3 In order to allow prospective system integrators or Bidders reasonable time in

which to take the amendment into account in preparing their Bids, the Bank, at

its discretion, may extend the deadline for the submission of Bids.

Page 21 of 34 Confidential & Proprietary of Bank of India

C. Preparation of Bids

3.9 Language of Bid

3.9.1 The Bid prepared by the System integrator or Bidder, as well as all

correspondence and documents relating to the Bid exchanged by the System

integrator or Bidder and the Bank and supporting documents and printed

literature shall be written in English.

3.10 Documents Comprising the Bid

3.10.1 Documents comprising the Technical Proposal Envelope (Envelope No. 1)

should be:

(a) Bid Form as per Format enclosed completed in accordance with the

Technical Bid document comprising of the various clauses in the BID and

duly signed by the Bidder along with the tender fees in the form of a non-

refundable pay order / D.D in favor of Bank of India, payable in Mumbai if

downloaded from the website.

(b) Documentary evidence establishing that the Bidder is eligible to Bid and

documents in support of the Pre-qualification including the forms to be filled

in the necessary format towards the pre-qualification process and

establishing the bidders capability to perform if its Bid is accepted.

(c) Documentary evidence establishing that the products, systems and the

ancillary services to be supplied by the Bidder are eligible products and

services and conform to the Bidding Document.

(d) A full description of the Technical solution which must provide an acceptable

solution to the business requirement described in Technical & Functional

specifications of the RFP. Any Technical Bid containing any Price

information will be rejected.

(e) Bid Security deposit / Earnest Money Deposit (E.M.D) of Rs. 25, 00, 000/-

(Rupees Twenty five lakhs only) in favor of “Bank of India” payable at

Mumbai as specified in the relevant Clause of the RFP document.

(f) Details of Project handled / Referral letters as per Clause 3.3.4. and 3.4.

(g) A non-disclosure agreement as per Format 6.2

(h) Manufacturers’ / Producers’ authorization form as per Format 6.8 wherever

applicable

Page 22 of 34 Confidential & Proprietary of Bank of India

(i) Service Support Details form as per Format 6.11.

(j) Confirmation as per clause 3.15.3 (c).

While submitting the Technical Bid, literature on the software / hardware if any,

should be segregated and kept together in one section / lot. The other papers like

Bid Security, Forms as mentioned above etc. should form the main section and

should be submitted in one lot, separate from the section containing literature and

annual accounts.

Any Technical Proposal not containing the above will be rejected. The

Technical Proposal should not contain any price information, such proposal

will be rejected.

3.10.2 Documents comprising Price Proposal Envelope (Envelope No. 2) should be:

a) A Full Price Schedule of the Solution indicating all the components

(including sub sections / modules) of the solution and services as per the

price schedules / Bill of Quantities (BOQ) enclosed

b) The Bid as per Format furnished in the Bidding documents duly signed by

the Bidder and completed in all respects.

c) Price bids containing any conditions/ deviations or similar clauses will be

summarily rejected.

3.11 Bid Form

3.11.1 The System integrator or Bidder shall complete both the two Envelopes of the

Bid Form furnished in the Bidding Document separately and submit them

simultaneously to the Bank. Bids are liable to be rejected if only one (i.e. either

of Technical Bid or Price Bid) is received. The envelope super scribed as

"Technical Bid document” & "Price Bid document" shall be submitted

simultaneously. Both the said envelopes shall be enclosed in a third envelope

with details about the bidder, subject & Name of the work / project, complete

postal addresses of the bank & bidder etc clearly mentioned.

3.12 Bid Prices

The detail Bid price indicated in Price schedule should be separately quoted for

Hardware, Equipments, Gadgets, Software Applications etc. The Hardware

price schedule should include the entire Hardware infrastructure necessary at

the Data Centre Site. The Software Application should also be quoted in such a

Page 23 of 34 Confidential & Proprietary of Bank of India

manner that it should indicate the Application cost at the Data Centre, however

in the format called for and without any deviations.

3.12.1 The prices indicated in the Price Schedule shall be entered in figures and

words. In case of any discrepancy between the two (figures and words), the

latter shall prevail upon the bids.

a) The total price quoted must be inclusive of cost of providing services for

supply, installation, testing and commissioning of the solution and the

Warranty including all applicable present and future anticipated taxes,

duties, levies, charges etc. as also inclusive of the cost of incidental

services such as transportation, insurance, Sales Tax and / or VAT

payable, Works contract tax & Central Excise tax, Royalties, Duties, Levies,

Cess, Entry Tax, LBT, Purchase Tax, Turnover Tax, ESI, PF, Octroi or

entry-tax, Profession Tax or any other similar tax on material or finished

work as well as surcharge, levies, duties payable to Central / State

Government, Municipal Authorities, Ward, Fire departments and all other

statutory authorities etc. However only Service Tax will be paid

extra on applicable rates.

b) The total price quoted must be inclusive of costs incurred for taking the

necessary approvals / NOC’s from the statutory bodies like N.M.M.C,

CIDCO, M.C.G.M, Fire Departments, MHADA, Ward Offices or any other

Statutory approval authority and the necessary payments towards these

statutory charges of various departments shall be reimbursed by the bank

on production of necessary challans & receipts in favour of the Bank. The

successful bidder shall indemnify the bank / Consultants for any problems

arising out of such approvals. The bidder shall include in the quoted price, all

costs to be incurred for getting such approvals and no extra claim over and

above the quoted price shall be entertained. The bidder shall prepare and

submit to such departments, all the necessary drawings proposed for

installation in consultation with the Consultants of the bank as a part of

necessary compliance towards getting approvals / NOC’s from the statutory

departments.

c) The cost of comprehensive Annual maintenance service for a period of 8

years as mentioned in relevant Clause (Section 4.16) on yearly basis after

expiry of warranty including comprehensive AMC period of 18 months (Refer

section 4.15). .

Page 24 of 34 Confidential & Proprietary of Bank of India

d) Prices quoted as above shall be valid for a minimum period of 180 days from

last date of submission of RFP bid documents.

3.12.2 Prices quoted by the System integrator or Bidder shall be fixed during the

system integrator’s or Bidder’s performance of the Contract and shall not be

subject to variation on any account, including exchange rate fluctuations,

changes in taxes, additional taxes implemented by State / Central

Government during the course of execution of works under the contract,

duties, levies, charges etc. A Bid submitted with an adjustable price quotation

will be treated as non-responsive and will be rejected.

3.13 Bid Currencies

3.13.1 Bids are to be quoted in Indian Rupees only.

3.14 Documents Establishing System Integrator’s or Bidder’s Eligibility and

Qualifications

3.14.1The System integrator or Bidder shall furnish, as part of its Bid, documents

establishing the system integrator’s or Bidder’s eligibility to Bid and its

qualifications to perform the Contract, if it’s Bid is accepted.

3.14.2 The documentary evidence of the system integrator’s or Bidder’s qualifications

to perform the Contract if its Bid is accepted shall establish to the Bank’s

satisfaction:

a) that, in the case of a system integrator or Bidder offering to supply products

and/or Systems under the Contract which the system integrator or Bidder did

not produce, the system integrator or Bidder has been duly authorized as

per authorization format enclosed.

b) given in the Bid, by the products’ Producer to supply the products and / or

Systems in India;

c) that adequate, specialized software/hardware expertise are already

available with the bidder in order to ensure that the support services are

responsive and the System integrator or Bidder will assume total

responsibility for the fault-free operation of the systems installed and

maintenance during the warranty period and provide necessary

maintenance services after end of warranty period, for a period mentioned.

Page 25 of 34 Confidential & Proprietary of Bank of India

3.15 Documents Establishing Eligibility of Products and Conformity to

Bidding Documents

3.15.1 The system integrator or Bidder shall furnish, as part of its Bid, documents

establishing the eligibility and conformity to the Bidding Documents of all

products and/or System and/or services which the system integrator or Bidder

proposes to supply under the Contract.

3.15.2 The documentary evidence of the eligibility of the products and/or System

and/or services shall consist of a statement (attached to the Price Schedule) of

the country of origin of the products and/or System and/or services offered,

which shall be confirmed by a certificate of origin issued at the time of

shipment.

3.15.3 The documentary evidence of conformity of the products and/or System

and/or services to the Bidding Documents may be in the form of literature,

drawings, and data, and shall consist of:

a) a detailed description of the essential technical and performance

characteristics of the products and/or Systems as mentioned in Price

schedules;

b) an item-by-item commentary on the Technical & Functional Specifications

given in the Bid, demonstrating substantial responsiveness of the products

and/or System and/or services to those specifications, or a statement of

deviations and exceptions to the provisions of the Technical & Functional

Specifications; and

c) a confirmation that, if the System integrator or Bidder offer systems and/or

other software produced by another company, such software operates

efficiently on the system proposed by the system integrator or Bidder; and

the system integrator or Bidder is willing to accept responsibility for its

successful operation.

3.16 Bid Security / Earnest Money Deposit (E.M.D)

3.16.1 The system integrator or Bidder shall furnish, as part of its Bid, a Bid security

of amount Rs. 25, 00, 000 / - (Rupees Twenty Five Lakhs only) favouring

“Bank of India”, payable at Mumbai.

3.16.2 The Bid security is required to protect the Bank against the risk of system

integrator’s or Bidder’s conduct, which would warrant the security’s forfeiture.

Page 26 of 34 Confidential & Proprietary of Bank of India

3.16.3 The Bid security shall be denominated in Indian Rupees and shall be in the

form of a Banker’s Cheque / Pay Order / Demand Draft, issued by a

Nationalized / Scheduled banks in India, drawn in favour of Bank of India

payable in Mumbai

3.16.4 Any Bid not secured, as above, will be rejected by the Bank, as non-

responsive.

3.16.5 Unsuccessful system integrator’s, whose Price bid is not accepted or Bidders’

Bid security will be discharged or returned as promptly as possible but not

later than sixty (60) days after the expiration of the period of Bid validity .

3.16.6 The successful system integrator’s or Bidder’s Bid security will be adjusted

against the security deposit to be withheld by the bank for the entire period of

completion of the contract. Upon the system integrator or Bidder signing the

Contract and furnishing the performance security as per format 6.6.

3.16.7 The Bid security may be forfeited:

a) if a system integrator or Bidder withdraws its Bid during the period of Bid

validity specified by the system integrator or Bidder on the Bid Form; or

b) if a system integrator or Bidder makes any statement or encloses any form

which turns out to be false/incorrect at any time prior to signing of Contract;

or

c) in the case of a successful system integrator or Bidder, if the system

integrator or Bidder fails;

(i) to sign the Contract;

or

(ii) to furnish Performance Security as mentioned in Clause 3.33 herein.

3.17 Period of Validity of Bids

3.17.1 Bids shall remain valid for a period of minimum 180 days from the date of

opening of the Bid. A Bid valid for a shorter period shall be rejected by the

Bank as non-responsive.

3.17.2 In exceptional circumstances, the Bank may solicit the system integrators’ or

Bidders’ consent to an extension of the period of validity. The request and the

responses thereto shall be made in writing. The Bid security provided shall also

be suitably extended.

Page 27 of 34 Confidential & Proprietary of Bank of India

3.18 Format and Signing of Bid

3.18.1 Each bid shall be in two parts:-

Part I covering the Technical Bid document of the RFP and Pre-Qualification

aspects hereinafter referred to as ‘Technical Proposal / Technical Bid’.

Part II covering only the price schedules / filled in BOQ hereinafter referred to as

the ‘Price Proposal / Price Bid’.

The two parts should be in two separate covers, each super-scribed with the name of

the Project as well as “Technical Proposal” and “Price Proposal” as the case may be,

as detailed below. The superscription should also cover details regarding the project

etc. as required vide clause 3.19 below.

3.18.2 The Bid shall be typed or written in indelible ink and shall be signed by the

Bidder or a person or persons duly authorized to bind the Bidder to the

Contract. The person or persons signing the Bids shall initial all pages of the

Bids, except for un-amended printed literature.

3.18.3 Any inter-lineations, erasures or overwriting shall be valid only if they are

initialled by the person signing the Bids. The bank reserves the right to reject

bids not confirming to above.

3.18.4 All pages of the RFP documents as well as the contract documents in case of

the successful System Integrator shall be signed by the authorized signatory of

the vendor and the necessary documents in support of the authorization such

as the Power of Attorney, MOU’s etc shall be enclosed along with the RFP

documents.

Page 28 of 34 Confidential & Proprietary of Bank of India

D. Submission of Bids

3.19 Sealing and Marking of Bids

3.19.1 The system integrators’ or Bidders’ shall seal the envelopes containing

“Technical Bid” and “Price Bid” separately and the two envelopes shall be

enclosed and sealed in an outer envelope. The technical bid, price bid

and all the necessary documents shall be submitted in duplicate super-

scribed as ORIGINAL & DUPLICATE COPY respectively. All pages of the

technical bid, price bid and other necessary documents enclosed along

with the bids shall be signed and sealed by the bidder.

3.19.2 The inner and outer envelopes shall:

a) be addressed to the Bank at the address given; and

b) bear the Project Name ", RFP for Construction of Tier III Data Centre &

Migration / Relocation of Data Centre at Navi Mumbai - Technical Bid”

and RFP for Construction of Tier III Data Centre & Migration /

Relocation of Data Centre at Navi Mumbai - Price Bid” in separate

envelopes.

c) All envelopes should indicate on the cover the name and address of the

Bidder.

d) The outer envelope shall bear the Project Name as follows", RFP for

Construction of Tier III Data Centre & Migration / Relocation of Data

Centre at Navi Mumbai - Technical Bid” and Price Bid”.

3.19.3 If the outer envelope is not sealed and marked, the Bank will assume no

responsibility for the Bid’s misplacement or premature opening.

3.20 Deadline for Submission of Bids

3.20.1 Bids must be received by the Bank at the address specified, not later than the

date & time specified in the Invitation to Bid.

3.20.2 The Bank may, at its discretion, extend this deadline for the submission of

Bids by amending the Bid Documents, in which case, all rights and obligations

of the Bank and system integrators or Bidders previously subject to the

deadline will thereafter be subject to the deadline as extended.

3.21 Late Bids

3.21.1 Any Bid received by the Bank after the deadline for submission of Bids

prescribed, will be rejected.

Page 29 of 34 Confidential & Proprietary of Bank of India

3.22 Modification and Withdrawal of Bids

3.22.1 No Bid may be modified after the deadline for submission of Bids.

3.22.2 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

system integrator’s or Bidder’s forfeiture of its Bid security.

Page 30 of 34 Confidential & Proprietary of Bank of India

E. Opening and Evaluation of Bids

3.23 Opening of Bids by the Bank

3.23.1 The system integrators’ or Bidders’ names, Bid modifications or withdrawals

and the presence or absence of requisite Bid Security and such other details

as the Bank, at its discretion, may consider appropriate, will be announced at

the Bid opening. No bid shall be rejected at bid opening, except for late bids,

which shall be returned unopened to the system integrator or Bidder.

3.23.2 Bids (and modifications sent) that are not opened at Bid Opening shall not be

considered further for evaluation, irrespective of the circumstances.

3.24 Clarification of Bids

3.24.1 During evaluation of the Bids, the Bank, at its discretion, may ask the system

integrator or Bidder for clarification of its Bid. The request for clarification and

the response shall be in writing, and no change in the prices or substance of

the Bid shall be sought, offered or permitted.

3.25 Preliminary Examination

3.25.1 The Bank will examine the Bids to determine whether they are complete,

required formats have been furnished, the documents have been properly

signed, and the Bids are generally in order.

3.25.2 The Bank reserves the right to accept / reject any or all the bids received at its

discretion without assigning any reasons thereof.

3.25.2 Prior to the detailed evaluation, the Bank will determine the responsiveness of

each Bid to the Bidding Document. For purposes of these Clauses, a

responsive Bid is one, which conforms to all the terms and conditions of the

Bidding Document without any deviations. Deviations from, or objections or

reservations to critical provisions, such as those concerning Bid Security,

Applicable Law, Performance Security, Qualification Criteria, Insurance,

Warranty, BOQ, specifications, AMC and Force Majeure etc. 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 reserves the right to evaluate the bids on technical &

functional parameters including possible visit to inspect live site/s of the

system integrator or bidder and witness demos of the system and verify

functionalities, response times, etc.

Page 31 of 34 Confidential & Proprietary of Bank of India

3.26 Evaluation and Comparison of Price Bids

3.26.1. The Bank will evaluate and compare the Price bids, which have been

determined to be responsive.

3.26.2 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail, and the

total price shall be corrected. If the Successful system integrator or Bidder

does not accept the correction of the errors, its Bid will be rejected, and its

Bid security may be forfeited. If there is a discrepancy between words and

figures, the amount in words will prevail.

3.26.3 L1 will be decided on the basis of sum total of the price as quoted in the Price

Bid.

3.26.4 Quotation of Prices for all Items:

The system integrator or Bidder should quote for complete consignment of

items proposed/listed in this Bid. In case, prices are not quoted by bidder, the

bank reserves the right to reject all such incomplete bids.

3.27 Contacting the Bank

3.27.1 No system integrator or Bidder shall contact the Bank on any matter relating

to its Bid, from the time of opening of Bid to the time the Contract is awarded.

3.27.2 Any effort by a system integrator or Bidder to influence the Bank in its

decisions on Bid evaluation, Bid comparison or contract award may result in

the rejection of the system integrator’s or Bidder’s Bid.

.

Page 32 of 34 Confidential & Proprietary of Bank of India

F. Award of Contract

3.28. Post-qualification

3.28.1 All the Price bids after their evaluation on the parameters mentioned above

would be arranged in ascending order and the contract would be awarded to

the bidder whose bid has been evaluated to be the lowest.

3.29. Award Criteria

3.29.1The Bank will award the Contract to the successful system integrator or Bidder

who has been determined to qualify to perform the Contract satisfactorily, and

whose Bid has been determined to be responsive, and is the lowest evaluated

Bid.

3.30. Bank’s right To Accept Any Bid and to reject any or All Bids.

3.30.1The Bank reserves the right to accept or reject any Bid in part or in full, and to

annul the Bidding process and reject all Bids at any time prior to contract

award, without thereby incurring any liability to the affected system integrator or

system integrators or Bidder or Bidders or any obligation to inform the affected

system integrator or system integrators or Bidder or Bidders of the grounds for

the Bank’s action.

3.31. Notification of Award

3.31.1Prior to expiration of the period of Bid validity, the Bank will notify the

successful system integrator or Bidder in writing or by fax, that its Bid has been

accepted.

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

3.31.3Upon the successful system integrator’s or Bidder’s furnishing of Performance

Security, the Bank will promptly notify each unsuccessful Bidder and will

discharge its Bid security.

3.32. Signing of Contract

3.32.1At the same time as the Bank notifies the successful system integrator or

Bidder that its’ Bid has been accepted, the Bank will send the system integrator

or Bidder the Contract Form as per format enclosed incorporating all

agreements between the parties.

3.32.2 Successful Bidder shall sign and date the Contract and return it to the Bank

within 14 days.

Page 33 of 34 Confidential & Proprietary of Bank of India

3.33. Performance Security in addition to EMD

3.33.1 Performance Security of 10 % in the required format to be submitted by the

successful system integrator or bidder within 14 days from the date of issue of

L.O.I

3.33.2 Failure of the successful system integrator or Bidder to comply with the

requirement of Clause 3.31 or Clause 3.32 shall constitute sufficient grounds

for the annulment of the award and forfeiture of the Bid security, in which

event; the Bank may make the award to the next lowest evaluated system

integrator or Bidder or call for new Bids.

Note: Not withstanding anything said above, the Bank reserves the right to

reject / award the contract to any system integrator or vendor or cancel

the entire process without assigning reasons thereto.

Page 34 of 34 Confidential & Proprietary of Bank of India

4. TERMS AND CONDITIONS OF CONTRACT (TCC)

TABLE OF CLAUSES

Clause No.

Topic Clause No.

Topic

4.1 Definitions 4.21 Contract Amendments

4.2 Country of Origin 4.22 Assignments

4.3 Standards 4.23 Delay in Supplier’s Performance

4.4 Use of Contract Documents and Information

4.24 Liquidated Damages

4.5 Patent Rights 4.25 Termination for Default

4.6 Performance Security 4.26 Force Majeure

4.7 Inspection & Quality Control Tests

4.27 Termination for Insolvency

4.8 System & Other Software 4.28 Termination for Convenience

4.9 Acceptance Tests & Certificate 4.29 Resolution of Disputes

4.10 Packing 4.30 Governing Language

4.11 Delivery & Documents 4.31 Applicable Law

4.12 Insurance 4.32 Addresses for Notices

4.13 Transportation 4.33 Taxes and Duties

4.14 Incidental Services 4.34 Supplier Integrity

4.15 Warranty 4.35 Supplier’s obligations

4.16 Maintenance Services 4.36 Patent Rights

4.17 Training 4.37 Site Preparation and Installation

4.18 Payment 4.38 Commissioning of the Solution

4.19 Prices 4.39 Technical Documentation

4.20 Change Orders 4.40 Right to use defective product