RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
REQUEST FOR PROPOSAL FOR PROCUREMENT, INSTALLATION AND COMMISSIONING OF SECONDARY MPLS NETWORK FOR BRANCHES / OFFICES
Ref: BOI/HO/IT/MPLS/RFP 01/2015 Dated: 09.03.2015
Page 1 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 2 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Event Dates
Sr.No. Event Description Date 1. Date on which bid 09.03.2015 document will be made available 2. Pre Bid Meeting Date 23.03.2015 (Monday ) and Venue BOI Building, I.T.Department, Plot No.11, Sector 11, CBD Belapur, Navi Mumbai 400614. 2. Last Date and Time for 06.04.2015 15.00 hrs Submission of Bid 3. Date and time of 06.04.2015 16.00 hrs opening Qualifying & Technical Bid 4. Date ,time, Venue of To be advised later to all technically Reverse Auction responsive bidders
Page 3 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Contents
Subject Page No.
1. Introduction . ...... 6 2. Submission of Bids ...... 7 3. Earnest Money Deposit(EMD) ..11 4. Business Requirement ..12 5. Broad scope of work ..12 6. Technical Requirement .17 7. Completion Period .18 8. Maintenance support .20 9. Liquidated damages(LD) ...... 22 10. Service Level Agreement (SLA) Terms and Conditions ...22 11. Payment Terms ...23 12. Documentation 24 13. Validity & Repeat Orders ..25 14. Taxes ...... 25 15. Force Majeure ...... 26 16. Indemnity ..26 17. Authorized Signatory . 27 18. Arbitration . 27 19. Applicable law and jurisdiction of court . ...... 27 20. Cancellation of contract and compensation . 28 21. Patent rights/Intellectual Property rights . 29 22. Right to Audit 29 23. Signing of Agreement or Contract ...... 29 24. Confidentiality ..30 25. Prohibition against Assignment, outsourcing or Sub contract 31 26. Insurance . .32 27. Bidder’s Integrity 32 28. Bidder’s Obligations . ...... 32 29. Country of origin/Eligibility of Goods & Services ..33 30. Governing Language . ...33 31. Defect Liability .. ..33 32. Notices ..... ..33 33. Non disclosure agreement . 33 34. Price Schedule .. ..34 35. Contract Performance Guarantee .... ..35 36. Bid Form, Price schedules and other formats ...... 36
Page 4 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
INSTRUCTIONS FOR BIDDERS (IFB) TABLE OF CLAUSES
Clause Clause Topic Topic No. No.
A. Introduction 18. Arbitration
1. Introduction 19. Applicable law and jurisdiction of court
2. Submission of Bid 20. Cancellation of contract and compensation
3. Earnest Money Deposit(EMD) 21. Patent rights/Intellectual Property rights
4. Business Requirement 22. Right to Audit
B. Scope 23. Signing of Agreement or contract
5. Broad scope of work 24. Confidentiality
Prohibition against Assignment, Outsourcing or 6. Technical Requirement 25. Subcontract
7. Completion Period F. Notices, Guarantee & Formats
C. Support, Agreement & Documentation 26. Insurance
8. Maintenance support 27. Bidder’s Integrity 9. Liquidated damages(LD) 28. Bidder’s Obligations Service Level Agreement (SLA) Terms and 10. 29. Country of origin/eligibility of Goods & Services Conditions 11. Payment Terms 30 . Governing Language 12. Documentation 31. Defect Liability
13. Validity & Repeat Orders E. Insurance, Obligations & Language
14. Taxes 32. Notices 15. Force Majeure 33. Non disclosure agreement 16. Indemnity 34. Price Schedule
17. Authorized Signatory 35. Contract Performance Guarantee
D. Arbitration, Law & Contract of Bids 36. Bid Form, Price schedules and other formats
Page 5 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 Secondary MPLS Network, hereinafter called Secondary MPLS Network Procurement for branches/offices as per the specifications, terms , conditions and scope defined in this RFP.
Bank of India is having more than 4800 branches across the country. At present 4000+ branches have been working on BSNL/MTNL MPLS Network with various Bandwidth ranging from 64kbps to 10MBps. Majority of these branches are having ISDN/VSAT/RF/CDMA as back up link.
A vendor submitting the proposal in response to this RFP for Secondary MPLS Network Procurement for branches/offices of the Bank as mentioned in Annexure 1 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, 8 th 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.50000 (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 There will be only one News Paper advertisement, rest all corrigendum will be through website.
Page 6 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
1.4 Definitions
MPLS Multi Protocol Label Switching CDMA Code Division Multiple Access CPE Customer Premises Equipment CoS Class of service DC Site Data Centre DR Site Disaster Recovery Site ISDN Integrated Services digital Network LAN Local Area Network PoC Proof Of concept QoS Quality of services WAN Wide area Network TCO Total Cost of ownership SLA Service Level agreement VSAT Very small aperture terminal DoT Department Of Telecommunications, Govt. Of India.
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 34.
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.
2.2. 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 01/2015 Dated 09.03.2015 ”on the top of the cover No.1 and “PRICE BID PART B against Ref No. BOI/HO/IT/MPLS/RFP 01/2015 Dated 09.03.2015 ” 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 address mentioned above in clause 1.2 above with acknowledgement due so as to reach before 15.00 hours on or before 06 /04/2015 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
Page 7 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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.
2.5. The Bidder shall certify the compliance or 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 01/2015 Dated 09.03.2015 ", in the Qualifying & Technical bid envelope. The bidder shall not furnish the softcopy of the price bid.
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
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
2.12. Duly filled Data Sheet as per Annexure D
2.13. Additional information as per Annexure D, if any.
2.14. Duly filled Checklist as per Annexure E.
2.15. Duly filled relevant Annexure of F.
2.16. Replica of complete price bid masking the prices as per Annexure G – (a) & (b) and all relevant annexures of H(a), H(b), H(c) , duly completed and signed by the authorized person for Reverse Auction process.
2.17. Duly signed Non disclosure Agreement Annexure G (f).
Page 8 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 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 shall submit dully filled Bid form as per Annexure F(c) along with Technical Proposal. After completion for Reverse Auction, selected L1 Bidder shall complete the Bid Form Annexure F(d) and submit it to the Bank within 24 hours of completion of Reverse Auction process.
2.24. 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.
2.25. The order shall be placed on one single selected L1 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 as it is a total turnkey project for required equipment and bandwidth. The bidder who submits the quote should have fulfilled the eligibility criteria.
2.26. 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
Page 9 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.
2.27. 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
2.28. No Bid may be modified after the deadline for submission of Bids.
2.29. 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).
2.30. 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 submission of bids. The bidder shall submit to the bank a list of queries in writing to reach us before 12.00 hours on or before 23/03/2015 (Monday). 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.
2.31. 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.
2.32. 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.
2.33. 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.
Page 10 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
2.34. 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.
2.35. The bank reserves its right to appoint any consultant or consultants for evaluation of the bid.
2.36. 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.
The Bids shall be addressed to:
Contact Person Shri. Rajesh Kumar Ram Assistant General Manager, IT Dept. Address for Communication The Assistant General Manager, and submission of bid. 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 Mayank Sharma, Sr. Manager, [email protected], Shri Arun Prasad Jadiyana, Sr. Manager, [email protected] Ph No. 022 61319856,61289415
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 06 /04/2015 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.5,00,000/ ( Rs. Five 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 Secondary MPLS Network Procurement for branches/offices Ref No. BOI/HO/IT/MPLS/RFP 01/2015 Dated 09.03.2015 ”, Mumbai. No interest shall be
Page 11 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 35.
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.
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
Bank of India intends to procure, install and commission MPLS Network for branches /offices from eligible bidders (excluding BSNL and MTNL) for 1732 locations as mentioned in Annexure 1 of this RFP and new locations (as and when identified by bank during the contract period) with different Bandwidth requirement for a period of 5 years from the date of award of contract. The bank at its discretion may provide orders for additional locations also. MPLS link with different bandwidth is also required for the upcoming new locations that may come up in future as per the Bank requirement during the contract period of this RFP.
5 Broad scope of work
5.1 Bidder should provide MPLS VPN Layer 2 Network for the locations identified by Bank as per Annexure 1 of this RFP for a period of 5 years from the date of award of this contract. The contract of all sites ordered under this contract shall be deemed to end after 5 years from the date of the first order placed. i.e. The contract for all sites shall end synchronously on the same day. 5.2 Bidder should provide 100Mbps dual backhaul link at Bank`s DC and DR sites. It means Bidder has to provide 100mbpsx2 links at DC location which should be from different telecom service provider i.e both the backhaul links should not be from same telecom service provider. Similarly 100mbps x2 links at bank DR location is also to be delivered. Bidder should ensure all 4 backhaul links to be delivered and commissioned before the commissioning of single branch location MPLS links. Also all these 4 backhaul links should be delivered from telecom service provider other than M/s BSNL, MTNL and Railtel. There will be no separate cost for backhaul links in the project. Bidder should ensure the
Page 12 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
utilization of DC and DR Backhaul link should not cross 70% during the contract period and at any point of time. Bidder should upgrade the backhaul links at DC and DR immediately on reporting or observing such utilization. 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. 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 Bidder should provide maximum number of links on wired media as fiber or copper. DC and DR sites should be delivered only on wired FIBRE media. 5.7 If bidder is not feasible on wired media on some of the locations identified by bank, then such locations may be provided with stable wireless as RF link only (excluding DC and DR locations). 5.8 Bidder should ensure all locations which are commissioned on wireless media due to non availability of wired link, should be made feasible in six months’ time from the date of wireless as RF only link commissioning at the respective location. 5.9 Bidder has to provide Layer 2 MPLS VPN link on dedicated ports with 1:1 committed flow. The end point deliverable at branches should be on V.35 (Serial interface) or 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. 5.10 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. 5.11 The Backhaul links will be terminated on Bank provided Cisco ASR1006 router’s Ethernet interface/any other device as per the instruction of the bank. 5.12 Bidder has to provide the MPLS link on branches’ router which is of Cisco or HP or any other standard make. . 5.12 Bidder has to deliver the link up to the router and terminate on the required interface of branch router with prior approval from Bank designated team. 5.13 Bidder has to provide necessary hardware (excluding routers) for delivering the link at bank’s identified location without any additional cost to the bank. 5.14 Bidder should do all internal cabling till branch router for successful commissioning of the required MPLS link without any additional cost to the bank. 5.14 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. 5.15 Bank is procuring secondary MPLS link which should work in auto failover mechanism to the existing BSNL MPLS link at Bank branches or offices. 5.16 Bidder has to conduct UAT (user Acceptance Test) and SAT (Security Acceptance Test) of each site to test the workability of the provided solution.
Page 13 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
BER test (as per ITU standard), traffic reachability to any to any location and ping test with specific load will be done during the acceptance test. UAT and SAT will be assessed by the designated teams (Branch officials, Bank System Integrator, Bank Information security Team) and after the confirmation received from designated teams, mentioned site or location will be declared as LIVE or successfully commissioned. 5.17 It is the responsibility of Bidder to ensure auto failover i.e when present MPLS link get failed, should switch over without manual intervention to Bidder’s MPLS network and vice versa without any downtime for locations i.e zero downtime. 5.18 Bidder should provide all required configuration to Bank Facility management team for achieving the auto failover as per the clause 5.17. Bidder should work in close coordination with bank Facility management team/ Bank appointed system integrator’s team for achieving link auto failover. 5.19 Bidder should do the site survey of all locations prior to delivering the requested MPLS link at identified branches or offices. All site survey reports should be submitted to bank with proper acknowledgment from concerned location officials. The bank can ask the bidder to present these reports at any point of time. 5.20 In case of wire less link Bidder should provide the complete site readiness requirement to bank designated team and local branch officials in writing. 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 2Mbps and above, only on wired media till router. 5.22 Bank will only provide space and UPS Power supply for setting up the dedicated MUX at bank locations. All other required infra 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. 5.23 Bidder should provide below mentioned resources at Bank DC location for providing Pro active support to all requested locations.
Number of Resources required: Four L 1 Engineer in each shift (there will be 3 shifts in a day) and One Team Leader of L 2/3 Role. Team Leader should be available in general shift and accessible to bank 24x7. Link Maintenance should be available 24x7x365 i.e 24 hours in a day. Desired Qualifications and Experience: All L 1 Engineer should be B.E/B.Tech, CCNP qualified and have minimum 3 5 year experience on such kind of project in past. Team Leader should have minimum seven year of experience in handling such kind of project in past with CCNP and ITIL certified. Bidder should also arrange resources at Bank DR Location as per the operational requirement as and when required.
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. 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.
Page 14 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 UP time, Bandwidth Utilization, Link error, Latency Down call details or any other reports as required by bank within 12 hours from the time of such demand. 5.26 Bidder has to deploy a system where call logging of down link should be done automatically i.e without manual intervention and alerts of such down calls should be reported to bank by way of e mail and SMS 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. 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 secondary MPLS network. 5.29 The bidders should be capable of handling the required Secondary 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 agreed commercials 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. 5.32 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. 5.32 The bidder should provide all security measures for bank’s secondary MPLS VPN network which should prevent against all kind of attacks like DDOS, IP spoofing etc. 5.33 The bidder should ensure all IPSec 3 DES enabled traffic should flow in required MPLS network without any hiccups i.e branch to DC or DR site and vice versa. 5.34 Bidder has to ensure all required licenses and certificates should be available from government authorities for delivering the wired or wireless as RF only link at bank branches/offices/DC and DR sites. 5.35 The Bidder should have predefined traffic transport QoS (Quality of Service) parameters, which provide throughput, latency, packet loss, jitter commitments and application prioritization. 5.36 Bidder should ensure the round trip delay should not be more than 70milli seconds (ms) during 50% bandwidth utilization either on wired link or wire less link. 5.37 The bidder has to monitor the required MPLS network without having SNMP access to any of the bank`s router. 5.38 Bidder should ensure the availability of required hardware for restoration of branch/DC/DR MPLS link. The required hardware should be available with in 24 hour 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.
Page 15 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
5.39 Bidder should have adequate field engineer for restoration of links with skilled knowledge and prior experience. Bank Branch or offices MPLS link should not be remain isolated due to the requirement of Field engineer at any point of time. 5.40 Bidder has to 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. 5.41 Bidders has to 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. 5.42 Bidders has to provide full support during involvement of additional communication technology or PoC in Bank MPLS network. 5.43 Bidders should provide committed bandwidth as per this RFP or future requirement at identified locations. Required bandwidth should be available continuously. Bidder should provide visibility of committed bandwidth to bank. 5.44 Bidder has to carry out Preventive maintenance of each site in every six month, 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 during the Invoice submission for claiming the payment. 5.45 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. 5.46 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. 5.47 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 network, as advised by the bank time to time and no additional cost will be borne by the bank in this regard. 5.48 Bidder should provide connectivity with 1:1 committed bandwidth for uplink and downlink for branches as per the bandwidth asked per site wise. 5.49 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. 5.50 Bank requirement is the Secondary MPLS solution deployment for the 1732 branches as mentioned in Annexure 1 of this RFP Bidder should ensure during the submission of bid total link feasibility should be 90% of the branches as per Annexure 1 of this RFP i.e 1559 locations. Out of 90% feasibility bidder should have feasibility of 70% availability on their own network or backbone i.e 1091 locations. Further Bank at its discretion to call such bidders who are feasible for 10% remaining locations i.e 173 branches of the Annexure 1 of this RFP. Such vendors has to agree with the successful L1 vendor price for accepting the order for 10% remaining branches. If a bidder is not having the feasibility as per the criteria mentioned above, bid will be not accepted.
Page 16 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
5.51 Since Bank need to build Secondary MPLS network for the locations as per Annexure 1 of this RFP. Bidders should ensure the feasibility of Wire less link should be considered by bank only on Radio Frequency link (RF connectivity) with maximum 9 Meter Pole or antenna height installed in branch premises. There will be no negotiations on the above mentioned height of antenna for installation in branch premises. 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 wire less licenses to be taken care by the successful bidders. External antennas should have proper lightening conductors. Bidder should ensure the compliance for wired link availability for such locations as per clause no. 5.8 of this RFP. 5.52 As per regulatory and corporate compliance we 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. 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. 5.53 Bidder should ensure the availability of Uptime of all requested links as per SLA. The secondary MPLS link procured by bank under this RFP should not be treated as Back up MPLS link for existing working links under the branches. Bank at its discretion will run the traffic by bifurcating the critical applications on the available branch MPLS links. At any point of time branch should have availability of both the links. Bidder is to comply with this requirement and have to submit the declaration during the bid submission. 5.54 Bidder has to 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. 5.55 The selected Bidder should comply with the Bank’s IT and IS policy. 5.56 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 1hour on single occasion and bidder should ensure such activity should be carried out between 01.00 AM to 04.00AM without impacting bank`s business. Two activities in a year is 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 states the availability of network for bank branches and offices. 5.57 The bidder should submit the details (complete address) of all MPLS PoP and RF PoP locations during the bid submission. Bank deserved the right to visit PoP locations of the bidder.
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 2 MPLS VPN link for the branches or offices as per the Annexure 1 of this RFP with mentioned bandwidth. Bidder has to create dedicated Layer 2 MPLS VPN Network for Bank with High availability. At present bank is having
Page 17 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015 all branches or offices connected on BSNL MPLS Network with various Bandwidth to DC and DR locations. BSNL has delivered 100 Mbps MPLS Dual Backhaul link at DC and DR sites. 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. A branch has to access application at DR site, and then it will go directly to DR site instead of coming at DC site. 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 encryption format between branch to DC and DR sites and vice versa, bidder should ensure this traffic should reached to DC and DR sites without any issues. All sites should have gone through UAT and SAT for successful commissioning and acceptance
7 Completion Period
7.1 DC and DR Backhaul Links: Bidder has to complete the site survey of DC and DR sites within 7 days from the date of award of contract to the successful bidder. Bidder has to specify the complete requirement during the site survey for delivering the required 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,MTNL and Railtel) within three weeks from the date of award of contract to the successful bidder. Backhaul links should be terminated on bank premises Core Routers at DC and DR sites on Ethernet interface. It is the responsibility of bidder to carry out all required internal cabling till CPE. 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 5 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.
7.2 Branches or Offices links:
Bidder has to complete the site survey of all locations as requested in this RFP within two weeks from the date of award of the contract to the successful bidder. Bidder has to specify the complete requirement to the concerned branch for commissioning of the
Page 18 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015 required link in writing. All required links at branches or offices should be commissioned and tested with in four weeks from the date of award of contract to the successful bidder. All link testing as specified in clause 5 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 commission. Any delay in 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 above 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.
7.3 Shifting of branches or offices link (wired or wireless as RF only): After receiving the intimation from bank in letter or by e mail, bidder has to shift the requested link (wired or wireless as RF only) from old location to new location within 10 days from the date of such intimation. Bidder has to provide first 10 link (wired or wireless as RF only) shifting per year free of cost to the bank. Bank will not pay any additional cost to the first 10 link shifting of each year. In totality 50 link shifting will not be charged to the bank for the project term. Bank has projected 300 wired links and 200 wire less link approximately (excluding 50 free shifting) will be shifted during the term of the project. Bank will pay the shifting charges as per the commercials shared by the bidder. 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. Commercials for further shifting will be mutually discussed after the expiry of the above mentioned link shifting figures.
7.4 New Link (wired or wireless as RF only) commissioning: Apart from the attached list of branches in this RFP bank will place the order for new link for their upcoming locations. Bank will share such locations address with assigned team for feasibility, team has to confirm the feasibility of such locations to bank team in four working days. After receiving the feasibility, 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 new location within 4 weeks from the date of PO. The link will be treated as successfully commissioned after the required testing as specified in clause 5 of this RFP. Delay in commissioning of new links will attract the LD as mentioned in clause 9 of this RFP. Bank prefer new links should be delivered on wired media, if wired media is not available then bidder has to provide the requested link on wire less media i.e RF with maximum 9 meter height. 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.
Page 19 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
7.5 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 up gradation activity should be competed with in three days 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 not to 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.
The selected bidder shall nominate a Project Manager immediately on acceptance of the order, who shall be the single point of contact (SPOC) at Mumbai. However, for escalation purpose, details of other persons shall also be given. The project manager nominated by the bidder should have prior experience in implementing similar project. All sites under this RFP should be commissioned and will be operationalized in 4 weeks from the date of award of contract. Purchase order issued by bank will be deemed accepted within 5 days from the date of PO, if successful bidder has not acknowledged the receipt of PO.
Successful bidders should ensure all new links or up gradation 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.
8 Maintenance support
8.1 Bank is procuring secondary 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 5 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 location by bank team at any point of time. Bidder has to advise the portal to bank for reviewing the all connected links for bandwidth utilization, down call, and incidence reported, fault ticket status, fault ticket logging etc. 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 1 hour from the call logging including travelling time. Response time is Fifteen minutes from the call logging.
For Urban or District Headquarter branches/Offices: Restoration of links should be done within 2 hours from the call logging including travelling time. Response time is Thirty minutes from the call logging.
Page 20 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
For Semi Urban and Rural Branches/Offices: Restoration of links should be done within 4 hours from the call logging including travelling time. Response time is Thirty minutes from the call logging.
Locations which are isolated in night should be attended by the Field engineer next day morning before the start of the branch operations, normally at 9 am, 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.
8.2 Bidder should not take more than two hours for remote trouble shooting 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 with in two hour from the reported incidence.
8.3 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`s should provide 6 Class of Service model with separate traffic management for data traffic with QOS feature. Bidder`s network must have the capability of providing Inter Class of Service Burstability. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network for all locations.
8.4 Bidder has to provide all kind of reports which are going to be used for SLA calculation in a mutually agreed format. Bidder has 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.
8.5 Bidder should ensure all required hardware used for link commission, 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.
8.6 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.
8.7 Bidder has also to follow the Bank ticketing tool, where all branches are pro actively monitored. Bank tool will assigned 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 team found link is ok and suspecting hardware issue then bidder team has to provide such update on generated fault ticket with in 15 (fifteen) from the time ticket has been
Page 21 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015 assigned. Bidder should also follow there NMS tool for SLA. All required reports under this RFP has to be submitted by the bidders own tool. Bank will arrange the required training or knowledge transfer for the bank tool to bidder’s team placed at DC.
8.8 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. Bidder should provide the services on monitoring tool to extract information branch wise/zone wise/entire locations. Bidder monitoring tool should have customization facility as per bank requirement.
9 Liquidated Damages (LD)
9.1 Time is the essence of the contract. If the bidder fails to complete the commissioning as per clause 7 of this RFP, the bank shall impose Liquidated Damages as mentioned below:
For Branches or offices links (Including new wired or wireless as RF only link commissioning): a sum Rs. 500/ (Rupees five hundred) per day per site will be applicable for the delay. The LD for link commissioning shall be applied on the total bandwidth charges for the whole contractual period (5 years) for the each location/site. However, the maximum cap on the LD shall be 10% of the total bandwidth charges for the whole contractual period (5 years) of ordered location/site. At the maximum cap bank may consider termination of contract.
For DC and DR Backhaul links: A sum of Rs.3000/ (Rupees Three thousand) per day per site will be applicable for the delay.
9.2 If the bidder fails to upgrade the link as per clause 7.5 of this RFP, the bank shall impose LD of Rs.1000/ (Rupees One Thousand) per day per site. This LD will be exclusive from the above mentioned LD clauses.
9.3 If the bidder fails to shift the link as per clause 7.3 of this RFP, the bank shall impose LD of Rs.500/ (Rupees Five Hundred per day per site). This LD will be exclusive from the above mentioned LD clauses.
9.4 If the bidder has failed to comply clause 5.50 of this RFP, the bank shall impose the penalty of 10 % of total project cost in addition to above LD/penalties.And may initiate the suitable process for blacklisting of the firm.
10 Service Level Agreement(SLA) Terms and conditions:
DC and DR Backhaul links: The monthly UP Time of DC and DR Backhaul links should be 99.99% at each location. The percentage uptime is calculated on monthly basis as follows:
Page 22 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
(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 99.99% , 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 extension of period as below and shall have full right to terminate the contract. The right of termination shall be in addition to the below extension period and penalty. Apart from above mentioned penalty clause, Bank will levy extra Penalty of Rs.5000/ in for every one hour downtime on each incidence. As these links are critical links on which all branches or offices are connected.
Branches/offices links: The monthly UP Time for branches /offices links should be 99.95% 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
MTTR should be as per clause 8.1 for branches/offices links.
SLA Calculation: If the uptime is below 99.95% , the Bank shall deduct a penalty from the Bandwidth Charges , which will be @ 1% of cost of monthly rental per location/site for every 0.01% or part thereof of reduction in the uptime. However, if uptime is less than 98% , the Bank shall levy penalty and extension of period as below and shall have full right to terminate the contract. The right of termination shall be in addition to the below extension period and penalty. Bank will levy Extra Penalty of Rs.1000/ per month on each incidence in addition to above mentioned SLA calculation, if branch remain isolated for more than 12 hour per day.
Bidder has to submit RCA report for every major incidence within 7 days of the reported incidence. If bidder fails to submit the RCA report as per above mentioned timeline, the Rs.1000/ 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.
11 Payment Terms
11.1 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 rental charges. The payment shall be directly credited to the designated
Page 23 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015 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. 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 (f) of this RFP and also on submission of contract performance guarantee under clause 35 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.
11.2 The bandwidth charges are payable on quarterly basis in arrear per site basis from the date of installation & acceptance by the bank 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. The selected bidder should provide Invoices for each site separately.
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 mutually agreed format 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. Mandatory all these reports should have branch officials Name/Signature/Sealed/Date and Remark (if any).
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
Page 24 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 one year from the date of award of contract
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. 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.
14 Taxes
14.1 Prices shall include all applicable taxes, duties, levies, charges, license fees, road permits etc. in connection with delivery of links at site including incidental services and commissioning. However, service tax (wherever applicable) will be paid extra at actual from time to time 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. However, service tax, if any, is to be quoted separately. Otherwise, the bid is liable for rejection at 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 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.
Page 25 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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:
15.1 Natural phenomena, including but not limited to floods, droughts, earthquakes, epidemics,
15.2 Acts of any Government, including but not limited to war, declared or undeclared, priorities, quarantines, embargoes,
15.3 Terrorist attacks, public unrest in work area;
15.4 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 equipment’s under the project as are supplied and 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:
Page 26 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
(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 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).
Page 27 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 10 sites during one month, during the contract period.
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. 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.
20.10 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
Page 28 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015 that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.
20.11 Termination for the convenience of bank: The bank may, at 75% completion of the project or in fourth year of the project whichever is earlier. Terminate the contract by giving 90 days advance notice to the bidders. . 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. Patent Rights/Intellectual Property Rights
In the event of any claim asserted by a third party of infringement of trademark, trade names, copy right, 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.
22. 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.
23 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 (f) of this RFP. The agreement has to be signed by the bidder within one month or 30 days from the date of award of the contract. Bidder has to prepare the contract or agreement as per the Annexure G (f) 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 signed 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.
Page 29 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
24 Confidentiality
24.1 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. 24.2 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. 24.3 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 Information of similar importance but at all times using at least a reasonable degree of care. 24.4 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. 24.5 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” ).
24.6 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
Page 30 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 . 24.7 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.
25 Prohibition against Assignment, Outsourcing or Sub contract
25.1 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. 25.2 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. 25.3 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
Page 31 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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. 25.4 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.
26 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 equipment is lost/damaged, bidder should initiate and pursue claim till settlement. 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.
27 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.
28 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.
Page 32 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
29 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.
30 Governing Language
The governing language shall be English.
31 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.
32 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.
33 Non Disclosure Agreement
The Bidder should sign the Bank’s standard non disclosure agreement as per Annexure G(e) and submit along with the Bid. Bank has full right to add further details in the NDA format to protect bank`s interest.
Page 33 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
34 Price Schedule
34.1 The price schedule shall be submitted in Price Bid only.
34.2 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.
34.3 Price shall include all charges, applicable 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. However, service tax (wherever applicable) will be paid extra. 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.
34.4 No escalation in price quoted is permitted for any reason whatsoever. Prices quoted must be firm till the complete execution of the contract. However, the price arrived under the reverse auction process shall be the final and binding on the vendor who is selected as L1. If for any reason the bank decides not to opt for Reverse auction, then the price bids submitted by the technically responsive bidders will be opened by the Bank and the L1 vendor is decided based on the Price bid submitted by the bidders. Any benefit of downward movement of prices in future in the industry for similar product/services should be passed on to the bank.
34.5 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.
34.6 Price must be quoted in Indian Rupees only.
34.7 The rates quoted by the bidders shall be uniform across the country for all locations.
34.8 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.
34.9 The price bid shall be as per the bill of material required to meet the terms & conditions and specifications of the RFP.
34.10 The price bid shall contain complete bill of material with the prices indicated item wise.
Page 34 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
35 Contract Performance Guarantee
35.1 The Selected bidder shall furnish an unconditional and irrevocable Bank Guarantee for 10% of the total order value, in favor of the Bank, from a scheduled Commercial Bank, other than Bank of India, towards due 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 one week from the award of the contract The Contract Performance guarantee shall be kept valid till date of acceptance of all the sites under this order. The guarantee shall contain a claim period of three months from the last date of validity. 35.2 Bidder has also to submit the Performance guarantee by way of Bank Guarantee in favor of Bank from a scheduled bank towards the performance of the contract after the acceptance of all sites till the validity of contract of each site. Bidder has to submit a bank guarantee of 10% of the total order value of the project which should be valid till the expiry of contract (Five year). This Bank guarantee can be renewed on yearly basis and should have claim period of three months from the validity date.
35.3 The Performance Security shall be payable to the Bank as compensation for any loss resulting from the Bidders failure to complete its obligations on delivery & successful installation and acceptance of all links under the Contract.
35.4 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 as per Annexure–F(b) in 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.
Page 35 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
36 BID FORM, PRICE SCHEDULES AND OTHER FORMATS
FORMAT
Annexure – A (PART 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) Proforma for Total link Summary
Annexure – G (b) Components for L1 Criteria
Annexure – G (c) Undertaking letter format
Annexure – G (d) Authorization letter format
Annexure – G (e) Non Disclosure Agreement.
Annexure – G (f) Contract Form
Annexures – H Reverse Auction Process H –A, H B, H C
Page 36 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure – A (PART A) Sl. Eligibility Criteria Bidder’s Response [Y / No. N] (enclose the proofs wherever applicable) 1 Whether the Bidder has paid Rs.50, 000/ as cost of Bid? / Letter to the effect if the same has been paid while participating in the tender Ref.No. RFP 01/2015 dated 09.03.2015 Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices (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. Whether bidder has their presence in India for more than 5 years and registered in India? 5 Whether Bidder is having valid license for MPLS VPN services in India for last 5 years? 6 Has the Bidder installed minimum of 5000 MPLS VPN Layer 3 links on their own Backbone in India? 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., 2011 2012, 2012 2013 and 2013 2014 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 500 MPLS VPN Layer 2 link for any single Financial organization using the same kind of application having PAN – India presence,
12 The Bidder should have Layer 2 MPLS VPN service provider
Page 37 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
License from Govt. of India and National Long Distance service operator having own MPLS VPN Network. 13 Bidder should have their own NOC facility which should be in existence from last 5 years in India and should be valid till the validity of this project term. Submit the declaration. 14 Bidder should not have been blacklisted and insolvent by any Government organization or PSU in past. Bidder should submit the declaration with the Bid. 15 Bidder should have valid certifications(ISO 9001:2008 or ISO 27001/BS7799 and TL 9000)
Bids, which are not meeting the above criteria, shall not be considered for further evaluation and bids will be rejected .
Page 38 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure B Technical Specification
Sl. Technical Specification Yes/No Remark No. 1 Bidder should provide round trip latency delay should be less than 70ms(End to End) on 50% bandwidth utilization 2. End to end packet loss should not be more than 10^( 7) 3 Bidder should provide support for End to End IP sec traffic on MPLS network. 4. Bidder should provide any to any configuration on MPLS VPN Network 5 Bidder should ensure RF antenna height should not be beyond 9 meter from the base. 6 End to end traffic categorization, bandwidth provisioning and prioritization for specific traffic as required by Bank 7 The MTU (maximum transmission unit) size should be 1500 bytes. 8 Jitter of the connectivity should not be more than 10ms. 9 Bidders should support IPV4 & IPV6 addressing scheme. 10 Bidder should not consider CDMA /2G/3G/4G/GPRS as last mile option from any TSP 11 Bidder Network should support multicast support in the MPLS network. 12 Bidder network should able to provide Multi VRF environment. 13 Bidder’s network should support dynamic routing protocols like Open Shortest Path First (OSPF), Border Gateway Protocol (BGP) etc. 14 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. 15
Page 39 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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`s should provide 6 Class of Service model with separate traffic management for data traffic with QOS feature. Bidder`s network must have the capability of providing Inter Class of Service Burstability. Bidder should ensure all applications should be accessible including IP Phone communication through IPSec in required MPLS Network for all locations.
Page 40 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure C Compliance Statement
We certify that except for the following deviations, we agree to abide by all other clauses, terms, conditions and specifications mentioned in the RFP.
Main RFP / Clause / Sub Deviation Specific Page no. of the Annexure Clause No. Response No.
Place: Date: Signature of Authorized signatory with seal
Note: If there are no deviations the bidder has to give his response by writing ‘NIL’ in the statement. 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 41 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
ANNEXURE – D ORGANISATIONAL PROFILE
(Include in Technical Proposal Only – Not to be included in Price Proposal) CONSTITUTION :
1. Proprietary 2. Partnership 3. Private Ltd. 4. 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 (Service Provider) / Solution Provider (Third- party) Any Other ( please specify ) If Consortium, then specify : 1. name of members 2.
Name Phone Nos. (with STD Codes) Names of Proprietor/ : 1. Partners/ Directors
2. 3. 4. 5. Number of Engineers familiar : with the solution Number of Total Employees : Solution being offered, sold so far to: Purchaser, with full address Modules Date of Sale Whether Warranty/AMC still and Details of contact person in Use continues (Phone, Fax and E-Mail) 1. 2. 3. Note : Please support the above facts with documentary evidence. Please also attach :Income Tax Clearance Certificate (latest) Referral Letters from Clients mentioned above Signature of Bidder: ______Name: ______Business address: ______Place Date:
Page 42 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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.
Sl No DETAILS SUBMITTED Page No. at Yes/No 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 in MSWORD /MS – Excel format submitted
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’s and Bidder’s scope, deliverable and responsibilities during warranty
12. All the pages are numbered properly
Page 43 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
13. All pages are authenticated by sign and seal (Full signature to be affixed and not initials). Erasures/Overwriting/Cutting/Correcti ons 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
Whether replica of price Bid is enclosed in Technical Bid masking 20 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)
Call log in Procedure, Preventive and Break down/Corrective Maintenance 23 during warranty and AMC
Page 44 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure – F (a) 1. PROFORMA 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 ______2014. 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 45 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure – F (b) 2. Proforma of Bank guarantee for contract performance
PERFORMANCE SECURITY FORM
To: (Name of Purchaser)
WHEREAS ...... (Name of Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of Contract No...... dated,...... 2015. to supply...... (Description of Products and Services) (hereinafter called "the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein, as security for compliance with the Supplier's performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ...... (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ...... (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the ...... day of......
Signature and Seal of Guarantors (Supplier’s Bank) ...... Date...... Address:......
Page 46 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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 Secondary MPLS Network for branches/offices of Bank for a period of 5 year s Ref: Your Ref No. BOI/HO/IT/MPLS/RFP 01/2015 Dated 09.03.2015 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer Secondary MPLS Network Procurement for branches/offices of Bank for a period of 5 year , 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 ...... 2015
______(Signature) (Name) (In the capacity of)
Duly authorised to sign Bid for and on behalf of ______
Page 47 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
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.
Gentlemen
Reg.: Procurement of Secondary MPLS Network for branches/offices of Bank for a period of 5 years Ref: No. BOI/HO/IT/MPLS/RFP 01/2015 Dated 09.03.2015 Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer Secondary MPLS Network Procurement for branches/offices of Bank for a period of 5 year , 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 ...... 2015 ______(signature) (in the capacity of)
Duly authorized to sign Proposal for and on behalf of ______
Page 48 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure – G (a) Proforma for Total link Summary
(Please note Annexure G (a) should be submitted with price quotes. Otherwise the bid is liable for rejection)
Sr.No. Bandwidth No. of No. of No. of Annual Link Links Links Links on Charges Charges for on Wire less Per Link 5 Years Wired as RF media only media 1 128Kbps 1552 2 256Kbps 57 3 512Kbps 8 4 1Mbps 10 5 2Mbps 99 6 6Mbps 1 7 10Mbps 4 8 45Mbps 1 Total 1732
Bidder`s should ensure the above mentioned rate card will be valid till the expiry of the contract. On this rate card bank will further place the order for new link commissioning and bandwidth up gradation as and when required during the project term. Bidder should comply with this requirement and submit the certificate during bid submission.
Page 49 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure – G (b) Components for L1 Criteria
Sr.No Name of the Items TOTAL "Rs." Total cost of MPLS links as per 1 Annexure G(a) (A) Link Shifting Charges per site for 2 wired 300 links. (B) Link Shifting Charges per site for 3 wire less 200 links. (C)
Total (L1) A+B+C
THE SELECTED BIDDER SHALL FURNISH THE BREAK UP OF THE FIGURE QUOTED IN THE REVERSE AUCTION PROCESS AS PER THIS RFP WITHIN THE STIPULATED TIME.
The selected bidder shall furnish the breakup of the figure quoted in the reverse auction process as per this RFP within the stipulated time. All the vendors should note that they have to quote for all the components as mentioned above. L 1 will be evaluated based on all the above mentioned components only.
In above table for Point No.2 successful bidder has to submit the shifting charges for each wired link.
In above table for Point No.3 successful bidder has to submit the shifting charges for each wire less link.
Bidder`s should ensure the mentioned shifting charges per site for wired and wire less will be valid till the expiry of the contract. On this link shifting rate card bank will further place the order for new link commissioning and bandwidth up gradation as and when required during the project term. Bidder should comply with this requirement and submit the certificate during bid submission.
Page 50 of 197 Confidential & Proprietary
RFP: For Procurement,Installation and commisioning of Secondary MPLS Network for Branches/offices. RFP Ref No. HO/IT/MPLS/RFP-01/2015 Dated 09.03.2015
Annexure – G (c) 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: Secondary MPLS VPN Network Procurement for branches or offices RefNo. BOI/HO/IT/MPLS/RFP 01/2015 Dated 09.03.2015