48
Request for Proposal for procurement of VSATs & VSAT related support services Reference Number: HO/ITD/148/2015 Dated: 29/01/2015 Price of tender document: `10,000/- (Rupees Ten Thousand only) Earnest Money Deposit: ` 30, 00,000/- (Rupees Thirty Lacs Only)

Request for Proposal for procurement of VSATs VSAT related

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal for procurement of VSATs VSAT related

Request for Proposal for procurement of VSATs &

VSAT related support services

Reference Number: HO/ITD/148/2015 Dated: 29/01/2015

Price of tender document: `10,000/- (Rupees Ten Thousand only)

Earnest Money Deposit: ` 30, 00,000/- (Rupees Thirty Lacs Only)

Page 2: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 2 of 48

TABLE OF CONTENTS

S. No Description Page No

1 Invitation to quote 3

2 Introduction 4

3 Scope of the Tender 5

4 Instructions to Bidders 8

5 Qualification Criteria 10

6 Terms and Conditions of offer 11

7 Annexure A – Technical Specification 31

8 Annexure B – Technical Bill of Material (Unpriced) 32

9 Annexure C – List of locations 33

10 Annexure I – Authorization Letter Format from bidder 34

11 Annexure II – Offer cover letter 35

12 Annexure III- Statement of Eligibility Criteria 36

13 Annexure IV – Authorization Letter Format from OEM 39

14 Annexure V – FORM1 - Details of bidder 40

15 Annexure VI- FORM2 – Details of Service Centers 41

16 Annexure VII- FORM3 – Customer Reference Details 42

17 Annexure VIII- FORM4 – Details of Financial Position 43

18 Annexure IX- Commercial bid format 44

19 Annexure X – Proforma for the Bank Guarantee for Earnest Money

46

Page 3: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 3 of 48

Invitation to quote

DATE : 29/01/2015 RFP No. : HO/ITD/148/2015 The Bank invites sealed offers (technical offer and indicative commercial offer) for procurement of VSATs for its branches and offices and their maintenance

1. Dena Bank invites sealed bids from eligible bidders for the supply, installation, commissioning and maintenance of VSATs.

2. Interested eligible bidders may obtain further information from the office of Dena Bank,

Information Technology Department, Dena Bhawan-A, Patel Estate Road, Behind Telephone Exchange, Jogeshwari (W), Mumbai 400102.

3. Tender document may be downloaded from the Banks website (hard copies of the

tender document will not be provided) and non-refundable tender fee of `10,000/= (Rupees Ten thousands only) should be deposited to the account as per the details hereunder and copy of transaction receipt has to be submitted on or before 26/02/2015 15.00 Hrs.

Bank: Dena Bank Branch: Jogeshwari-West, Mumbai Account No: 020911023937 Account Name: Dena Bank IT Department Account Type: Current IFSC Code: BKDN0460209

4. The bidder may purchase the bid document till date of submission however no queries

will be entertained after pre bid meeting. 5. The Bid Details are as follows :

S. No. Item Description

1. Bid reference HO/ITD/148/2015

2. Price of Bid Document `10,000/-

3. Date of commencement of sale of Bidding Documents

29/01/2015

4. Prebid meeting 05/02/2015 1500Hrs

5. Last date for sale of Bidding Documents

26/02/2015 1500Hrs

6. Last Date & Time for Submission of Bids

26/02/2015 1500Hrs

7. Date and time of opening of Technical Bids

26/02/2015 1530Hrs

8. Place of submission & opening of Bids

Dy. General Manager Dena Bank Information Technology Department, Dena Bhawan-A, Patel Estate Road, Behind Telephone Exchange, Jogeshwari (w), Mumbai 400102.

9. Address for communication As above Sr.No.8. Tel : 26767133/7080/7085/1093 Fax : 26767051 [email protected]

Page 4: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 4 of 48

6. All bids must be accompanied by bid security as specified in the Bidding Document and

must be delivered at the above office on or before specified date and time indicated above.

7. Bids will be opened in the presence of the bidders’ authorized representatives on the

specified date and time.

8. Bidders will have an interface with the Bank on the technical feasibility of the proposal during pre-bid meeting. If the Bank is not satisfied with technical specifications and the feasibility of the technical offers submitted by any bidder, the commercial offers of that bidder will not be opened. Technically disqualified offers will not be taken up for further process and no discussions / interface will be granted to such bidders.

9. Dena Bank reserves the right to accept or reject in part or full any or all the offers

without assigning any reasons there for. Dy. GENERAL MANAGER (IT) DENA BANK, HO, MUMBAI.

Page 5: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 5 of 48

Introduction Dena Bank, a public sector bank invites request for proposal for procurement of VSATs for Branches, Offsite ATMs, VSAT backhauls for DC & DR. . Bank’s current network architecture design is as follows: Banks locations are inter-connected through Leased Line, MPLS-VPN of BSNL, MTNL and SIFY. Some of the branches/Offsite ATM are connected through VSAT of HCL Comnet, Hughes communication Ltd. and their respective VSAT hubs are connected to data center and DR site through Leased Line connectivity. Present Requirement This document constitutes a formal Request for Proposal (RFP) for establishment of VSAT based WAN links for 250 Branches/ATMs. The Bank invites responses from VSAT Service Providers to propose a contractual arrangement to supply the equipment, installation, integration and maintenance of the VSAT network for the Bank. The Broad scope of work is as under:

a. Installation and commissioning of VSAT equipment at sites specified by the Bank.

Exact location of the sites will be informed as and when the sites are ready. As per

current analysis 20 % VSAT may be deployed at offsite ATM and 80 % VSAT at

branches. However VSAT deployment may change based on requirement.

b. Integrating the VSAT links and the backhaul connectivity within the existing

LAN/WAN infrastructure and other equipment purchased from different vendors in

the network of the Bank so as to have cohesive behavior of the network as well as

other equipment installed in the network including network management.

c. At branch end connectivity of VSAT need to be provided on Fast Ethernet and Gig

Ethernet interface. At DC site, both links after DC backhaul router need to provided

on fast/Gigbit ethernet interface provided by us.

d. The VSAT Service Provider should carry out all civil works related to the installation

of antenna of VSATs at all the proposed locations. The site requirements need to be

indicated in the bid submitted.

e. The VSAT can be for Primary or redundant connectivity. Bidder should provide

facility of automatic switching between the terrestrial based links and VSAT based

links wherever available. In case it is redundant the switch over should be automatic

and the equipment needs to be integrated with the existing router/switch to facilitate

the same.

f. For Branches where the VSAT will be a primary mode of connectivity, Bandwidth of

128 Kbps per site is required to be provided and is to be made available 24*7

g. For the branches where the VSAT will be a configured on backup mode to the

primary link (Leased Line/MPLS), the bidder will have to allocate 128 Kbps per site

taking into account a concurrency ratio of 20% across all the locations where the

Page 6: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 6 of 48

VSAT is to be configured on backup / primary mode for branch operations. In the

case of ATMs and other delivery channel requirement, the bandwidth requirement

will be 5 Kbps which may increase / decrease per site taking into account a

concurrency ratio of 100% across all the locations where the VSAT is to be

configured on primary mode and concurrency ratio of 20% in case VSAT is

deployed as backup mode.

h. The Total Pool of Bandwidth to be allocated to all the 250 sites will be 4 Mbps

keeping the concurrency factor (For locations where VSATs will be configured in the

back up mode) into consideration. Bidder should able to increase total pool

bandwidth from 4 Mbps to desired bandwidth upto maximum of 30 Mpbs at the

request of the Bank within a maximum period of 6 weeks. Bank may increase /

decrease pool bandwidth requirement with a notice period of 6 weeks. Bank will

maximum increase/decrease 2Mbps of bandwidth at a time

i. The VSATs will have to be terminated on the Router Ethernet Port, installed at the

Branches. The Routers at the Branch will be provided by the Bank. Bidders will

have to provide the static / dynamic routing configuration of the Router to the Bank,

which will then be subsequently configured by the Bank’s existing vendor.

j. The Connectivity shall be provided to the Bank on an Outright Purchase Model.

k. Three years onsite warranty and maintenance in terms of after sales support of the

equipment supplied by the vendor with response time of less than two hours plus

travel time. The vendor shall quote for AMC for a period of 2 years post warranty

period

l. Bidder shall have system for Management of the Installed Network using Network

Management software through a central location from Vendor’s NOC. The reports

requirements provided by Bank to be made available on daily / weekly / monthly /

quarterly basis.

m. Backhaul Connections will have to be designed between the Bidder’s VSAT Hub

location and the Bank’s DC and DR. The Backhaul Point to Point Links will need to

be procured and commissioned by bidder in the name of Bank directly from the

Basic Telecom Service Providers with the approval of Bank. Actual lease rentals for

the links will be paid by Bank. However, the Router Hardware and related network

equipment required for terminating the Backhaul Links at the VSAT hub location,

the Bank’s DC and DR sites will have to be provided by the vendor as a part of this

project. For backhaul / interconnectivity among various service providers, the

related network approvals, if required, the same shall be obtained by the vendor.

n. In case of failure of Primary Backhaul, the data should be routed through the

alternate service providers’ backhaul automatically.

o. Service Level Agreement to be executed, covering critical elements like Service

availability, committed access rates, bandwidth, providing an uptime of 99.5% or

more and guaranteed network latency not exceeding 1.5 seconds for any

Branch/ATM based financial transaction. Bank may accept latency more than 1.5

Page 7: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 7 of 48

second if B/W provided is being over-utilized (i.e more than 70 % of the B/W

allotted.)

p. Vendor should meet the Govt. regulatory and Bank security requirements and the

same should be implemented on an ongoing basis at no additional cost to the Bank.

q. Adhering to the delivery schedule of each delivery instruction as advised by the

Bank.

r. The bidder should take all care not to hamper the working of the branches and

offices. Any interruption in the branches/offices/ Offsite-ATMs/ has to be foreseen

by the bidder and the same has to be brought to the notice of the Bank in writing

and only on approval by the Bank, the bidder shall proceed ahead. The bidder shall

always take prior permission of the premises in-charge of the bank before starting

any work. The selected bidder shall supply identity cards to all their employees

scheduled to work in the bank’s premises and formally submit request letter to the

bank’s official for permitting access. The bidder shall abide by the security rules &

procedures of the bank. Any requirement of working after office-hours and on

holidays of the bank shall be foreseen and a request in writing shall be made to the

bank in advance and obtain permission from the bank.

s. In case any damage of bank’s property during execution of work is attributable to

the bidder, bidder has to replace the damaged property at his own cost.

t. The Bidder shall be fully responsible for installation, integration and commissioning

of the equipment including commissioning of VSATs, cabling and other related

activities such as unpacking, uncrating, inspection etc. for which the bank shall

provide the required space. While unpacking and installation the bidder shall check

physical availability of items as per the packing list.

u. The selected Bidder shall take all steps to ensure safety of their’ s and the bank’s

personnel during execution of the contract and also be liable for any consequences

due to omission or act of the selected bidder or theirs sub-vendors. The bidder shall

also ensure cleanliness of the site (work area) during execution of the contract.

v. The bidder shall also indicate the site preparation required for installation in terms of

requirements like the size and weight of the System/sub-system (space required),

operating temperature and relative humidity, dust level, requirement of air-

conditioner, power requirement (stabilizer, UPS), electrical grounding (earthing),

routing requirement, floor/ceiling type, requirement of false floor/ceiling, etc.,

separately for each equipment. Load on power and heat dissipation for the

equipment shall also be mentioned. The selected Bidder shall submit the document

regarding site preparation requirements. The bidder shall be responsible for

checking whether the site is made ready as per the requirements before installing

the VSAT. The Bank's deliverable specifically includes supply of UPS, Earthing, AC,

and Platform for the VSATs, Any Monkey Cages (If required) and providing space

for keeping the VSAT equipment.

w. All the cabling including IFL cable done with proper clamping shall be neat and

structured and bidder shall document the cabling PATH along with rack layout.

Page 8: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 8 of 48

x. Completing all legal and regulatory formalities required for installing, integrating and

operating the services offered.

y. The vendor should provide helpdesk at their NOC so as to support the Help desk

activities at no additional cost to Bank. All vendors should note that this Help desk is

in addition to the regular monitoring of VSATs/Leased lines from the vendors’ NOC.

z. The helpdesk number shall be provided to all the branches using VSATs for core

banking and ATM applications, so that in the event of any downtime, the complaint

for the same can be logged in at the central helpdesk.

aa. During project pre and post implementation the vendor should provide one

dedicated Project Manager and Technical engineer to look after this project

exclusively.

Essential Requirements

Technical Engineers at the Dena Bank Data Center

The Vendor will be required to assign one Technical Engineers on a dedicated basis at the Bank’s

Datacenter to cater to all technical queries and fault resolution across the VSAT Network. The

Technical engineers will carry the responsibility of ensuring smooth functioning of the network and

should be suitably qualified to troubleshoot VSATs and Leased Lines with an experience of at least

2 years. Bank at its discretion may increase / decrease or discontinue the utilization of the services

of engineer at Bank’s data centre

Backhaul Link Provisioning

Bidder to provide Backhaul links between the VSAT Hub location and the Bank’s DC and DR

locations (2*4 Mbps between the Hub location and the DC, 1*4 Mbps between the Hub location

and the DR). The Bidder will have to provide the required Router Hardware and other required

network equipment as per specification provided, for terminating the Backhaul links, in Redundant

Mode at the VSAT hub location and the Bank’s DC and DR Locations

Network Management System (NMS)

The Service Provider shall provide Network Management as a part of service, which should

include but not limited to the following:

Proactive Network Management

The service provider’s NMS must be capable of automatically detecting the failure and initiating

corrective actions and generate the uptime reports. Uptime of the VSATs will be decided based on

these reports.

Central Control

The VSAT network must be centrally controlled, enabling centralized monitoring and configuration.

All remote stations must be fully controlled from a central Network Management System (NMS).

Software Management: Software upgrades must be downloadable to the VSATs from the hub.

GUI: The NMS should have a graphical user interface (GUI).

Page 9: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 9 of 48

VSAT Routing: The NMS must control all VSAT Routing functionality.

Statistics: The system shall enable statistics collection at the VSAT port level.

VSAT Commissioning: Remote VSAT commissioning capability from the NMS is required.

Configuration Templates: The NMS should feature templates for convenient configuration of

system components and VSATs.

Health check for all VSAT terminals and providing alarm indicating faulty sub systems.

Bandwidth pool management.

Scheduling of services i.e. the NMS shall have the capability of bandwidth settings in the

network or for a sub group within the network at any time of day.

A set of reports indicating the following:

Daily VSAT uptime and Bandwidth utilization report.

Link performance and reliability/availability on a monthly basis

VSAT parameter modifications as and when made

Monthly Inbound & outbound BW utilization

The printed reports duly signed by the HUB Engineer should be submitted on monthly

basis.

Network Security Controls

The Network should adhere to the following security aspects:

Strong Authentication for the VSAT terminals, Vendors need to mention the security

mechanisms deployed on their network to ensure that the VSATs in the Bank’s network

cannot be accessed by other VSATs in other CUGs.

IPSEC Encryption for specific financial traffic from Branch to DC & DR, as advised by the

Bank for data confidentiality

The IPSEC Encryption shall be between a Router provided by the Bank at the remote site

& the IPsec Head end router that is to be installed at the DC & DR

VSAT should support end to end IPv4 and IPv6 in dual stack mode.

Extended C Band License

Since the Network is planned on Extended-C Band, it is therefore essential that the Service

Provider should have Extended-C Band services operational in India. Service Provider should

enclose the copy of the Extended-C Band VSAT license from DOT along with the BID. The

following documents shall be enclosed along with the technical bids.

VSAT license from DOT

Type of service

DOT clearance for VSAT equipment

Page 10: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 10 of 48

WPC license

CUG License

Customer testimonials

Page 11: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 11 of 48

Instructions to bidders

1. Two Bid System Offer Offers (Technical & commercial) must be submitted at the same time, giving full particulars in separate sealed envelopes at the Bank’s address given below.

Bank‟s address Asst. General Manager [IT] Dena Data Center Dena Bhawan – B Behind MTNL building S V Road, Patel Estate , Jogeshwari (W) Mumbai – 400102

The bidder shall furnish, as part of its bid security of `30 Lakhs in one of the following forms

a) A bank guarantee issued by a scheduled commercial bank other than a cooperative bank for forty five (45) days beyond the validity of the Bid or

b) A Bankers cheque.

Unsuccessful Bidder’s bid security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of bid validity prescribed by the Bidder. No interest will be payable on bid security amount. In the event of non-submission of bid-security amount of Rs. 30 lakh, the proposals will be rejected The bid security may be forfeited:

a) If the bidder withdraws its bid during the period of bid validity specified by the Bank. b) In case the information submitted by the bidder supporting its eligibility claim is found to be

false c) In case of the successful bidder, if the bidder fails to:

1. To sign the contract 2. To furnish performance security

All the envelopes must be super-scribed with the following information:

Type of Offer (Technical or Commercial)

Offer Reference Number

Due Date

Name of Bidder

Page 12: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 12 of 48

Opening of Bids The Bank will open the technical bids on the stipulated day in the presence of authorized representatives of the bidders. The technical bid will be opened first and evaluated for technical requirements as per the stipulations. L1 bidder will be decided through reverse auction. Bank will open the commercial offer of all the technically qualified Bidders before the reverse auction process to arrive at the opening price (start price) for the Reverse Auction. However there would be no compulsion on the part of the Bank to accept these prices as Bench Mark for determining the Start Bid price and the Bank may at its discretion use any other process / methodology to determine the Start Bid Price without having to disclose the basis to the Bidders. All technically qualified Bidders would participate in the reverse auction through the e-tendering process. The bidder has to participate in the e-tendering process adopted by the Bank and comply with the procedure mentioned in the e-tendering process prescribed by the Vendor appointed by the Bank for e-tendering. L1 bidder will be selected on the basis of the least total cost of ownership (TCO) criteria. The bidder who has quoted lowest TCO would be declared as L1 bidder. ENVELOPE-I (Technical Offer): The Technical Offer (T.O) should be completed in all respects and contain all information asked for, except prices. The T.O. should include all items asked for in Annexure. The T.O. offer should not contain any price information. In case the T.O. includes the price information, the bidder will be disqualified on that ground itself. The T.O. should be completed to indicate that all products and services asked for are quoted. Any software(s) or operating system supplied free along with the system or at a cost must be indicated separately and specifically. It is mandatory to submit technical details in the prescribed format dully filled in along with the offer. The Bank, at its discretion, may not evaluate a Technical offer in case of non-submission or partial submission of technical details. ENVELOPE-II (Commercial Offer): The Commercial Offer (C.O.) should give all relevant price information and should not contradict the T.O. in any manner. These two envelopes containing the Technical and Commercial Offer should be separately submitted. Please note that if any envelope is found to contain both technical and commercial offer, then that offer will be rejected.

1. Qualification Criteria Only the bidders, who fulfill all the qualifications mentioned in “Eligibility Criteria” of the offer, are eligible to participate in the offer.

2. Schedules of the Offer The provider has to commission the links as per the following schedule in respect of Work Order issued for the locations listed in Annexure II:

Serial Details Time Frame (from

Page 13: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 13 of 48

No. date of issuance of Work Order.)

1 Commissioning of VSATs 06 Weeks

For Work Orders placed subsequently, the VSATs have to be commissioned within a period of Four weeks from the date of issuance of the Work Order.

3. Terms and Conditions Terms and conditions for bidders who participate in the offer for quotes are specified in the section called “Terms and Conditions”. These terms and conditions will be binding on all the bidders. These terms and conditions will also form a part of the purchase order, to be issued to the successful bidder(s) on the outcome of the offer process.

4. Non-transferable offer This offer document is not transferable. Only the party, who has purchased this document, is entitled to quote.

5. Pre bid Meeting: The pre-bid queries, if any should be mailed to [email protected] on or before the last date and time for sale of tender document. Only those bidders who have collected the tender document would be allowed to attend the pre-bid meeting. Maximum two officials per bidder would be allowed to participate in pre-bid meeting. The representatives of OEM who are not bidders are not permitted to participate in Pre bid Meeting

6. Offer validity Period: The offer should hold good for a period of 90 days from the date of opening of technical offer.

7. Address of Communication Offers should be addressed to the address given in Para 1.

8. Modification and Withdrawal of Offers The bidder may modify or withdraw its offer after its submission, provided that written notice of the modification or withdrawal is received by Dena Bank prior to the closing date and time prescribed for submission of offers. No offer can be modified by the bidder, subsequent to the closing date and time for submission of offers.

9. Preliminary Scrutiny Dena Bank will scrutinize the offers to determine whether they are complete, whether any errors have been made in the offer, whether required technical documentation has been furnished, whether the documents have been properly signed, and whether items are quoted as per the schedule. Dena Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in an offer. This shall be binding on all bidders and Dena Bank reserves the right for such waivers.

10. Clarification of Offers

Page 14: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 14 of 48

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

11. No Commitment to Accept Lowest or Any Offer Dena Bank shall be under no obligation to accept the lowest or any other offer received in response to this offer notice and shall be entitled to reject any or all offers including those received late or incomplete offers without assigning any reason whatsoever. Dena Bank reserves the right to make any changes in the terms and conditions of purchase that will be informed to all bidders. Dena Bank will not be obliged to meet and have discussions with any bidder, and/or to listen to any representations.

12. Documentation The following information should be furnished along with the technical offer by means of printed technical brochures as per checklist provided.

a. Make and model numbers of all the items quoted b. Specifications of all items asked along with technical specifications table.

13. Submission of Technical Details It is mandatory to provide the technical details in the exact format of Technical Details column given in the technical specifications. Dena Bank may not evaluate the offer in case of non-adherence to the format or partial submission of technical details as per the format given in the offer. Dena Bank shall not allow/permit changes in the technical specifications once it is submitted. The relevant product information brand and model number offered, printed product brochure, technical specification sheets etc. should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification.

14. Make, Models & Part numbers of the equipment It is necessary to provide make, model and part numbers of equipment and their sub components which are critical in nature and requires replacement when the part gets faulty. If part number changes, bidders should intimate same to the bank. The offer may not be evaluated and/or will be liable for rejection in case of non-submission or partial submission of make, model and part numbers of the items offered. Please note that substituting this information by just brand name is not enough.

15. Format for Technical Offer The Technical Proposal should be submitted in an organized and structured way.

a. Index

b. Technical Offer with Specifications as given in Annexure A.

c. Authorization Letter Format as per Annexure –I

d. Bidders offer letter as per Annexure –II

e. Pre-qualification criteria compliance format as per Annexure –III

f. OEM letter of authorization and Undertaking as per Annexure –IV

g. Technical Bid Forms I to IV.( Annexure V to VIII )

Page 15: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 15 of 48

h. Terms and Conditions Compliance table

Term No Short Description of term Complied (Yes/No) Detailed explanation about deviation, if not complied

1

To

Last

16. Format for Commercial Offer The Commercial offer must not contradict the technical offer in any way. The suggested format for submission of Commercial offer is as follows:

1. Index 2. Covering letter 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure IX). This

must contain all price information 4. A statement that the bidder complies with Payment schedule given in the offer.

17. Locations of Installation This offer is being floated by the Head office of Dena Bank. The equipment being procured through this offer shall be installed and commissioned by the successful bidder, at various locations all over India. The indicative lists of locations where equipment are proposed to be installed are given in Annexure C.

18. Costs & Currency DENA Bank will take into consideration the sum of the cost of supply, installation services and AMC cost while arriving at L1 bidder. The cost must be indicated as Fixed Price in Indian Rupees only, including the following:

1. Cost of the equipment/ services.

2. Installation and commissioning charges, if any,

3. 5 years comprehensive onsite warranty covering all parts & labour.

4. Transportation and Forwarding charges up to the site of installation.

5. Insurance to cover equipment up to delivery of equipment at Dena Bank site.

6. All taxes (including sales tax, service tax, VAT) and duties and levies excluding octroi,

which will be reimbursed on actual basis against original document of payment.

7. Bank is likely to get Duty Credit Scrips under the Served from India Scheme of the Central

Government’s Foreign Trade Policy and the Bank intends to utilise these scrips in payment

of the Excise Duty element involved in the purchase for which this RFP is floated. Bidder to

make all the necessary arrangements for clearance of the material from custom/excise

dept.

The price offered to the Bank must be in Indian Rupees, inclusive of all presently applicable taxes and duties. Any new taxes/ increase in taxes introduced by Govt. / State Govt./ Municipal Corporation or local bodies which is subject matter of the contract, if it is a liability of Bank shall be borne by the Bank and shall become payable by the Bank on production of documentary proof by the bidder.

Page 16: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 16 of 48

If the Government brings in any changes to the tax structure resulting in reduction of the cost, the benefit arising out of such reduction or changes or abolition shall be passed on to the Bank. The price should be mentioned in terms of the amount payable by Bank as per the pricing structure for all the services indicating the break-up of each item as per bill of materials. However, any item not mentioned in the bill of material but necessary to complete the project will be the sole responsibility of the bidder and will be deemed to have been included in the price. Prices, which are not quoted as above, can be rejected. The Bank reserves its right to reject any bid submitted with an adjustable price quotation.

19. Price Freezing: The price finalized will remain valid over a period of contract from the date of 1st Purchase order for with the option to the Bank to review the prices for downward/upward revision of price due to reduction/increase in government levies, taxes, duties etc as mentioned in the Para 19.

20. Criteria Following criteria describes the major aspects for evaluation of offers:

a. Reputation of the MPLS link service provider in India for quality of service and reliability. b. Capability of the proposed solution to meet technical requirements outlined in this

document c. Capability of the NOC Center to meet technical requirements outlined in this document d. Compliance of the equipment, NOC center facilities offered with technical specifications laid

down in the tender. e. Acceptance of tender terms and conditions. f. Service and support capabilities of bidders. g. Bidder standing (e.g. experience in supply and support of similar solutions) h. Sound financial conditions as judged by the Bank. i. Bidder meeting the qualification criteria as specified in the tender document.

The evaluation will focus on the degree of fit to requirements. It may include reference demonstrations, reference calls, and site visits. To facilitate scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask for clarifications on offers. The request for such clarifications and bidder’s response must necessarily be in writing. The Bank reserves its right to shortlist the bidders based on the above mentioned evaluation criteria after the opening of technical offer. The commercial offer of only the short listed bidders will be opened.

21. Price Comparison

L1 bidder will be selected on the basis of the lowest Total cost of ownership (TCO) criteria in Annexure – IX.

22. No Negotiation It is absolutely essential for the bidders to quote the lowest price at the time of making the offer in their own interest. No Bidder shall contact the Bank on any matter relating to its offer from the time of offer opening to the time the Contract is awarded. Any effort by a bidder to influence the Bank in its decision on offer evaluation, comparison or contract award decisions may result in the rejection of the Bidder’s offer.

Page 17: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 17 of 48

23. Short-listing of Bidders Dena Bank will prepare a short-list of technically qualifying bidders and the commercial offers of only these bidders will be opened at the time of opening of commercial offer. Dena Bank will evaluate and compare the offers based on the criteria mentioned in Para 20 of this document. The technical and commercial offers of the bidders who have participated in the tendering process would be in possession of the Bank and would not be returned to them.

24. Right to Alter Quantities Dena Bank reserves the right to issue Purchase Order in phases for additional new or existing branches /offices Dena Bank also reserves the right to delete one or more items from the list of items specified in offer.

Page 18: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 18 of 48

Qualification Criteria

1. Eligibility Criteria Only those bidders who fulfill the following criteria are eligible to respond to the RFP. Offers received from the bidders who do not fulfill all or any of the following eligibility criteria are liable to be rejected. The bank reserves the right to interpret the documents / proof of eligibility submitted by the bidders and may choose to accept / reject the proof of eligibility or may also call for further clarification with respect to any documents submitted by the bidder. The experience and expertise of the bidder, field record of satisfactory services, and Bidder’s compliance with all these requirements must be substantiated with credible documentary proof such as customer Purchase Orders with dates and audited balance sheet for the last year.

S. No. Clause Documents Required

1. The bidder should be registered as a company in India as per Company Act 1956 and should have been in operation for a period of at least 3 years as on date of RFP.

Certificate of Incorporation

2. The Bidder/ Consortium should have a minimum annual turnover of `25 Crores in each of the last three financial

years.

Copy of the audited profit and loss account of the company showing turnover of the company for last three years.

3. The Bidder must be an ISO 9001 company or equivalent. PO copies to be submitted.

4.

The bidder should not be currently blacklisted by any Central/State Govt. depts./Public Sector Banks / Financial Institutions in India. The bidder should submit a certificate from Company Secretary / External Auditor to this effect.

The Bidder should submit a certificate from Company Secretary / External Auditor to this effect.

5. The bidder should have support centers at at least 100 locations across India.

List of support centers

6.

The Bidder should have been licensed by Govt. of India (DOT) for Extended C Band VSAT Operations. Copy of the valid license / Registration certificate to be enclosed.

Licenses copy to enclosed

7.

The bidder should be in the line of supply and commissioning of the VSATs or an authorized channel partner for the above equipment during the last 3 years and should have executed contracts for supply, installation, integration and maintenance of above equipment for at least 3 scheduled Commercial banks during the last three years.

Copies of Major Contracts executed should be enclosed.

8. The bidder should be operating through their own HUB located in India

Self-declaration to be submitted.

9. Consortium is permitted of maximum of 2 members; one of them should be Bandwidth provider.

Memorandum of Understanding (MOU) for the project to be submitted.

Page 19: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 19 of 48

2. Quality Standards Dena Bank is looking for well-proven branded products. All products quoted should be associated with specific model numbers and names and with printed literature describing configuration and functionality.

3. Manufacturer‟s Authorization form Bidders, other than the manufacturers must submit a letter of authority from their manufacturers that they have been authorized to quote on behalf of the manufacturer as per Annexure IV. Terms and Conditions of the Offer

1. Technical Inspection and Performance Evaluation Dena Bank reserves its right to carry out a technical inspection and performance evaluation (benchmarking) of the services offered by short-listed bidders.

2. Payment Terms Dena Bank will make payment (after deducting applicable penalty if any) for the commissioning, maintenance and tariff and for support services as given hereunder. During the contract period bank will not make any payment to the bidder other than for those items/services that are covered under the commercial quote given by the bidder. If Site is not ready, Bank will make the payment for delivered material after 30 days from the delivery date. Quarterly payment for the previous quarter will be made in arrear based on the invoice and NMS reports submitted towards links commissioned/maintained at our locations during the previous quarter. At the time of commissioning of links, the provider has to arrange for Commissioning report containing the full details of the links commissioned which will be prepared /signed by the provider and validated by Bank/Network integrator of Bank. The payment will be considered for the links commissioned links based on these reports. Penalties for delayed commissioning of links and downtime penalties, if any, shall be calculated for every month and recovered from payments to be made at the end of that quarter. The installation will be deemed as incomplete if any component is not delivered or is delivered but not installed and/or not operational or not acceptable to Dena Bank after acceptance testing/examination. In such an event, the supply & installation will be termed as incomplete and it will not be accepted and warranty period will not commence. The installation will be accepted after complete commissioning and satisfactory working for a minimum period of 10 days.

3. Pre-dispatch Inspection Bidder shall inform its readiness for the factory inspection at least 15 days in advance. Bank reserves its right to carry out factory inspection of the equipment to be supplied to Banks at bidder’s factory/site/center. There shall not be any additional charges for such inspection. However, Bank will have the discretion to recover the costs related to travel and stay of its staff/consultants from bidder if the equipment offered for inspection is not as per Bank’s order or the bidder do not comply with the test and inspection procedures. Inspection procedure in detail shall be intimated to the bidders at the time of placing orders.

Page 20: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 20 of 48

Should any inspected equipment fail to conform to the specifications, the purchaser may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements free of cost to the bank. The Banks’ right to inspect, test and where necessary, reject the equipment after its arrival at destination shall in no way be limited or waived by reason of the previously been inspected, tested and passed by the bank or its representative

4. Delivery, Installation, Commissioning, and Shifting The bidder MPLS Links shifting activity should be undertaken as per below schedule after receipt of PO.

Sr No. Description Activity Completion Period

1 Deliver, Install and Commission of new VSATs

Within 6 week time

If the bidder fails to execute the activities within the stipulated time schedule or by the date extended by Dena Bank, it will be a breach of contract. In such case, Dena Bank may foreclose the bank guarantee after a notice for 30 days. In the event of Dena Bank agreeing to extend the date of delivery at the request of bidder, it is a condition precedent that the validity of Bank guarantee shall be extended by further period as required by Dena Bank before the expiry of the original bank guarantee. Failure to do so will be treated as breach of contract. In such an event Dena Bank reserves its right to foreclose the bank guarantee. At the discretion of Dena Bank, there will be an acceptance test conducted by the bidder in presence of Dena Bank officials and/or its nominated consultants after installation of complete equipment. In case of serious discrepancy in MPLS link & other equipment supplied, Dena Bank may cancel the entire purchase order and return them back to the bidder at bidder’s costs and risks. The cancellation of the order would not be applicable to the MPLS link & other equipment supplied and already accepted by the Bank but it would be applicable to the MPLS link & equipment that are pending for acceptance. The Bank will not arrange for any Road Permits/Sales Tax clearance for delivery of hardware to different locations and the bidder will have to make own arrangements for taking delivery of hardware from the locations as per the list provided by the Bank along with the order. However bank will provide necessary help like declaration letter, arrangement of Sales Tax forms to be attested by the bank etc. In states where road permits are compulsory delivery, installation and commissioning should be completed within 7 weeks from receiving the purchase order and intimation from the Bank. This procurement will be under empanelment for a period of one year from first purchase order and bidder to supply the equipments on the same rate during the empanelment period. Quantities mentioned in the tender are estimated and may differ at the time of actual ordering.

5. Order Cancellation The Bank reserves its right to cancel the order after giving 30 days’ notice/cure period to rectify the default in the event of one or more of the following situations that are not occasioned due to reasons solely and directly attributable to the Bank alone

Page 21: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 21 of 48

a. Delay in implementation as specified in the scope of this document beyond the specified period.

b. In case the Service Level Agreement (SLA) is not executed within the stipulated period c. Serious discrepancy in the quality of service / hardware / software expected during the

implementation, rollout and subsequent maintenance process.

d. In the case of any violation of the terms of the RFP, Contract, Secrecy or persistent default in complying with the terms of Service Agreement

e. At any stage, any representation or particulars furnished by bidder are found to be

incorrect or false

f. In the case the bidder change its constitution or amalgamate or merge with any other entity without the prior intimation to the Bank or such change being unacceptable to the Bank

g. In the case any major shareholder or stakeholder are found to have been engaged in

activities which are criminal in nature in their own country or any proceedings for declaring them as insolvent for winding up are pending or initiated.

However the Bank’s decision on the matter will be final and binding on the bidder. In addition to the cancellation of Purchase order, the Bank reserves the right to invoke the Bank Guarantee given by the bidder to recover the damages, or any consequential damages without prejudice to other rights of the Bank to recover the damages, liabilities or consequential damages. Upon cancellation of contract/completion of period of service, the bidder should handover the peaceful legal possession of all the assets provided as per the scope of the contract along with the licenses therewith and obtains discharge from the Bank. The Bank also reserves the right to assign or allot or award the contract to any third party upon cancellation.

6. Inter-working of Hardware and Software The bidder must integrate all the hardware components supplied by him to make the system integrated and fully functional including the third party systems as mentioned in the scope of work. It will be bidder’s responsibility to locate the exact nature of the problem/fault(s) and rectify the same. Under no circumstances will a problem/fault be blamed on other entities without sufficient cause and justification.

7. Acceptance Tests At the discretion of bank, acceptance tests will be conducted by the bidder at the site in the presence of the officials of Dena Bank and/or its nominated consultants within three days after the installation of the equipment. The tests will check for trouble-free operation for seven consecutive days apart from physical verification and testing. There shall not be any additional charges payable by Dena Bank for carrying out this acceptance test. Dena Bank will take over the system on successful completion of the above acceptance test. An average availability of equipment (as prescribed in the document) for duration of test period shall be considered as satisfactory. In case the acceptance test is not completed within 10 days due to factors attributable to the Bank, it will be considered as Site not ready (SNR) case. Warranty will start from the 11th day from the date of installation for all cases including SNR cases.

Page 22: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 22 of 48

The acceptance tests shall be carried out broadly on guidelines given hereunder

a. The delivered equipment should be as per the purchase order/agreement without deviation and should be installed as per specifications.

b. The bidder must demonstrate the features specified in technical specifications.

c. Successful live operation

In the event of failure of the acceptance test, a period not exceeding two weeks will be given to rectify the defects and clear the acceptance tests, failing which the bank reserves the right to get the equipment replaced by the supplier at no extra cost to the purchaser.

8. Software Drivers & Manuals The equipment will have to be supplied with the complete documentation of hardware, all subsystems, operating systems, system software, software drivers and manuals as applicable which will help the Bank to take over the equipment to any service provider for daily operations management. The bidder shall supply operation and maintenance manuals together with drawings of equipment’s and equipment’s built.

9. Warranty The offer must include a five-year comprehensive on-site warranty for 24*7 supports for hardware from the date of installation and acceptance by the Bank. No parts, accessories of the systems including consumables should be excluded from such warranty The OEM or bidder may from time to time release Updates/Upgrades/New releases/New versions. The bidder must ensure that all such Updates/Upgrades/New releases/New versions and version migrations, as and when released during the term of warranty period should be notified to the Bank by bidder and should be made live on the equipment installed within 6 weeks during the term of the contract period at no additional cost or fees or expenses. The bidder shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of all hardware, equipment, accessories etc. covered by the agreement. The bidder must warrant all hardware, equipment, accessories, spare parts etc. against any manufacturing defects, mal-functioning or failure during the warranty period. During the warranty period, the bidder shall maintain the systems and repair/replace at the installed site all defective or failed components, at no additional charges to the Bank. Warranty should not become void, if Bank buys, any other supplemental hardware from a third party and installs it within these machines under intimation to the Bidder. However, the warranty will not apply to such supplemental hardware items installed.

In the event of system breakdown or failures at any stage, protection available shall be specified this would include the diagnostics for identification, protection of data entered, Recovery / restart facilities and Back up facilities.

The Bidder shall carry out Preventive Maintenance (PM) on yearly basis, including cleaning of interior and exterior, of all hardware and should maintain proper records at each site for such PM. Failure to carry out such PM will be a breach of warranty and the warranty period will be extended by the period of delay in PM and also the payment to be made for Warranty/ AMC would be deferred.

Page 23: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 23 of 48

For implementing different versions of Application Software, if adjustments / change in the configuration are to be made in base memory the same should be carried out by the Bidder as a part of warranty. If the Operating System or additional copies of Operating System are required to be installed / reinstalled / de-installed, the same should be done as part of warranty. The Bidder shall ensure that the warranty complies with the agreed technical standards, security requirements, operating procedures, and recovery procedures

For any delay in making available the replacement and repaired equipment for inspection, delivery of equipment or for commissioning of the systems or for acceptance tests / checks on per site basis, Bank reserves the right to charge a penalty. The bidder has to enter into direct arrangement with the OEM for fulfilling the obligation related to warranty/AMC of the VSATs/network equipment.

10. Spare parts Bidder should also provide the list of parts of each component & unit price (inclusive of taxes) of the same. If during warranty and AMC period, in case of units gets damaged for the reasons not attributable to the bidder then Bank would procure for the spare part at the rate mentioned. If Bidder does not quote for a specific spare part then the value of the spare part would be considered as Zero Note: The prices quoted for parts covered in Table A – Price Schedule will be considered for Spares pricing & need not be quoted in Table B – Spare Part (Price schedule). The Parts not covered in any other tables of Price Schedule need to be quoted separately in Table C – Spare Part (Price Schedule).

11. Penalties Penalty for delay in delivery (Commissioning, Upgradation and Shifting of links). If the bidder fails to commission, upgrade and shift the link within the specified limit; the bidder shall be liable for penalty of 2% VSAT cost per week. This penalty would not be applicable if the delay is due to factors attributable to the Bank. While calculating the penalty part of the week would be considered as entire week. Penalty for Downtime

Availability is calculated as accessibility to the branch users for accessing any services including Finacle application etc. Problem in the hardware at Bank’s locations would be excluded while calculating availability (downtime due to hardware supplied by the vendor including spare parts as a part of contract and downtime due to backhaul link commissioned by the bidder would not be excluded).

Level of availability for a given location calculated on monthly basis

Penalty Amount

> 99.50% to 100% No penalty would be deducted

> 97% to 99.50% 0.20% on total quarterly charges payable for that particular site for every hour.

> 95% to 97 % 0.30% on total quarterly charges payable for that particular site for every hour.

Page 24: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 24 of 48

≥ 90% to 95% 0.50% on total quarterly charges payable for that particular site for every hour.

< 90% No charges will be payable for that particular month for which the down time exceeds 10%.

<80 % No charges will be payable for next month too.

<70 % No charges will be payable for next two months.

<60 % No charges will be payable for next three months.

<50 % No charges will be payable for next four months.

<40 % No charges will be payable for next five months.

<30 % No charges will be payable for next six months.

Note: for calculation of penalty, quarterly charges per site will be calculated as under: quarterly charges= TCO /[(no of VSAT)*20 quarters] wherein [(Total Cost of Ownership) T= T1+T2+T3 as per ANNEXURE IX]

For e.g. If the total downtime in a month is 22 hrs in a month for a particular site then the total penalty would be 22 *0.30= 6.6 % of the total quarterly charges payable for that particular site and if the total downtime in month is 42 hours then the total penalty would be 40*0.50= 20 % of the monthly charges payable for that site.

Note for Penalties: a. In case the penalties exceed 20% of the contract value the contract may be cancelled and

advance amount paid if any, will be recovered with 1.25% interest per month from the date of the respective payment made by the Bank to the vendor.

b. If at any time during performance of the Contract, the bidder or its authorized agent should

encounter conditions impeding timely completion of implementation schedule / delivery of the Services, the bidder shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the bidder notice, the Bank shall evaluate the situation and may at its discretion extend the bidder’s time for performance against suitable extension of the period of the performance guarantee.

Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the bidder and in case of shortfall from the Performance Bank Guarantee or bank guarantee, as the case may be, held with the Bank. However Bank reserves the right to cancel the order over and above charging penalty.

12. Hardware Maintenance The Bidder will carry out preventive and corrective maintenance activities to ensure that all hardware performs without defect or interruption for ensuring availability at various locations as mentioned in the document during warranty and post warranty maintenance contract period.

13. Training The Bidder will train the designated end-user personnel of the Bank to enable them to effectively operate the total system. Such training should be for a maximum duration of one day and carried out during the period of installation of the complete system to ensure proper handling by the designated personnel at the location. The Bank will not pay any additional charges for this training.

14. Technical Documentation The technical documentation involving detailed instructions for operation and maintenance is to be delivered with every unit of the equipment supplied. The language of the documentation should be English.

Page 25: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 25 of 48

15. Right to use Defective Goods If after delivery, acceptance & installation and within the guarantee & warranty period, the operation or use of the Goods proves to be unsatisfactory, the bank shall have the right to continue to operate or use such Goods until rectification of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the bank's operation.

16. Indemnity The Bidder hereby indemnifies, protects and saves the Bank and holds the Bank harmless from and against all claims, losses, costs, damages, expenses, action suits and other proceedings, (including reasonable attorney fees), relating to or resulting directly or indirectly from (i) an act of omission or commission of the Bidder, its employees, its agents, or employees of its sub-contractors in the performance of the services provided by this Agreement, (ii) breach of any of the terms of this Agreement or breach of any representation or warranty or false statement or false representation or inaccurate statement or assurance or covenant by the Bidder, (iii) bonafide use of the deliverables and or services provided by the Bidder, (iv) infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of all components provided to fulfill the scope of this project, (v) claims made by the employees, sub-contractor, sub-contractor’s employees, who are deployed by the Bidder, under this contract, (vi) breach of confidentiality obligations of the Bidder, (vii) negligence or gross misconduct solely attributable to the Bidder or by any agency, contractor, sub contractor or any of their employees appointed by the Bidder for the purpose of any or all of the obligations under this agreement. The Bidder shall further indemnify the Bank against any loss or damage arising out of loss of data, claims of infringement of third-party copyright, patents, or other intellectual property, and third-party claims on the Bank for malfunctioning of the equipment or software or deliverables at all points of time, provided however, (i) the Bank notifies the Bidder in writing immediately on being aware of such claim, (ii) the Bidder has sole control of defense and all related settlement negotiations. Bidder shall be responsible for any loss of data, loss of life, etc, due to acts of Bidder’s representatives, and not just arising out of gross negligence or misconduct, etc, as such liabilities pose significant risk. The Bidder shall indemnify the Bank (including its employees, directors or representatives) from and against claims, losses, and liabilities arising from:

a. Non-compliance of the Bidder with Laws / Governmental Requirements.

b. Intellectual Property infringement.

c. Negligence and misconduct of the Bidder, its employees, subcontractor and agents.

d. Breach of any terms of Agreement, Representation or Warranty.

e. Act of omission or commission in performance of service.

f. Loss of data.

Indemnity would be limited to court awarded damages and shall exclude indirect, consequential and incidental damages. However indemnity would cover damages, loss or liabilities, compensation suffered by the Bank arising out of claims made by its customers and/or regulatory authorities.

Bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action, suits and other proceedings, resulting from infringement of any patent, trade marks, copyrights etc or such other statutory infringements under any laws including the Copyright Act, 1957 or Information Technology Act 2000 in respect of all the hardware, software and network

Page 26: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 26 of 48

equipment or other systems supplied by them to the Bank from whatsoever source, provided the Bank notifies the Bidder in writing as soon as practicable when the Bank becomes aware of the claim however, (i) the Bidder has sole control of the defense and all related settlement negotiations (ii) the Bank provides the Bidder with the assistance, information and authority reasonably necessary to perform the above and (iii) the Bank does not make any statements or comments or representations about the claim without the prior written consent of the Bidder, except where the Bank is required by any authority / regulator to make a comment / statement / representation. Indemnity would be limited to court or arbitration awarded damages and shall exclude indirect, consequential and incidental damages and compensations. However indemnity would cover damages, loss or liabilities suffered by the Bank arising out of claims made by its customers and/or regulatory authorities.

The Bidder shall not indemnify the Bank for:

a. Any loss of profits, revenue, contracts, or anticipated savings or

b. Any consequential or indirect loss or damage however caused, provided that the claims against customers, users and service providers of the Bank would be considered as a “direct” claim.

17. Limitation of Liability The bidders aggregate liability in connection with obligations undertaken as a part of Project regardless of the form or nature of the action giving rise to such liability (whether in contract, tort or otherwise), shall be at actual and limited to the value of the contract [Purchase order value]. The bidders liability in case of claims against the Bank resulting from misconduct or gross negligence of the Bidder, its employees and subcontractors or from infringement of patents, trademarks, copyrights or such other Intellectual Property Rights or breach of confidentiality obligations shall be unlimited. The Bank shall not be held liable for and is absolved of any responsibility or claim/litigation arising out of the use of any third party software or modules supplied by the Bidder as part of this project In no event shall either party be liable for any indirect, incidental or consequential damages or liability, under or in connection with or arising out of this Agreement or the hardware or the software delivered hereunder, howsoever such liability may arise, provided that the claims against customers, users and service providers of the Bank would be considered as a direct claim.

18. Audit The bank shall at its discretion audit the software and services of the Bidder by its internal/external auditors. The Bidder shall provide various audit tools for auditing all the components proposed by the Bidder as part of the solution. The audit tools will need to be provided by the Bidder in the form of application audit reports that can be used by the internal, external, Bank appointed and statutory auditors. The Bidder is required to facilitate the same at no additional cost and shall provide uninterrupted access to the documents required by the auditors. The Bidder shall at all times whenever required furnish all information, records, data stored in whatsoever form to inspecting auditors of the Bank and/or of RBI and extend full cooperation in carrying out of such inspection. The Bidder will also undertake to cooperate with the RBI to carry out its supervisory functions and objectives and will furnish all records and other information as RBI may call for to carry our inspection and/or other functions. The cost that is to be paid to RBI or any government agency for doing the audit/inspection will be borne by the Bank. The Bank also,

Page 27: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 27 of 48

reserves the right to call for any material information/report etc. during the subsistence of the Contract to verify continuous adherence to the terms of contract. Bank will also conduct review on the financial and operational condition of the Bidder to assess its ability to continue to meet its obligations.

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

20. Contract / Service Level Agreement (SLA) At the completion of selection process, the Bank will enter into an agreement with the selected Bidder for the agreed set of services and for period prescribed in tender document In case the SLA is not executed within the stipulated period, the Bank will be at liberty to invoke the performance Bank Guarantee and / or further payments due will be postponed till the signing of SLA.

21. Performance Security: Within 21 days after the Bidder's receipt of Notification of Award, the Bidder shall furnish Performance Security to the Bank for an amount of 15% of the annual contract value for three years and valid up to 60 days after the date of completion of performance obligations. The proceeds of the performance security shall be payable to the Bank as compensation for any loss resulting from the Bidder's failure to complete its obligations under the Contract or if the Bank Guarantee for the succeeding year is not renewed before the expiry of the same. The Performance Security shall be in the form of a bank guarantee issued by a nationalized Bank located in India, acceptable to the Bank. The performance security will be discharged by the Bank and returned to the Bidder not later than 60 days following the date of completion of the Bidder's performance obligations, including any warranty obligations, under the Contract and upon the Bidder submitting a bank guarantee for 15% of annual contract value for Facility Management service for 2 years and valid up to 60 days after the date of completion of performance obligations. The format for the performance Bank Guarantee will be provided to the successful bidder in due course.

22. Force Majeure The bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that it’s delay in performance or other failure to perform its obligations under the contract is the result of an event of force Majeure. For purposes of this Clause, "Force Majeure" means an event beyond the control of the Bidder and not involving the bidder's fault or negligence and not foreseeable. Such events may include, but are not limited to Acts of purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes. If a Force Majeure situation arises, the Bidder shall promptly notify Dena Bank in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by Dena Bank in writing, the Bidder shall continue to perform it’s obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

Page 28: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 28 of 48

In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, Dena Bank and the bidder shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of Dena Bank shall be final and binding on the bidder.

23. Resolution of Disputes The Bank and the Bidder shall make every effort to resolve amicably, by direct informal negotiation between the respective project directors of the Bank and the Bidder, any disagreement or dispute arising between them under or in connection with the Agreement. If the Bank project director and Bidder project director are unable to resolve the dispute after thirty days from the commencement of such informal negotiations, they shall immediately escalate the dispute to the senior authorized personnel designated by the Bidder and Bank respectively. If after thirty days from the commencement of such negotiations between the senior authorized personnel designated by the Bidder and Bank, the Bank and the Bidder have been unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution through formal arbitration. All questions, claims, disputes or differences arising under and out of, or in connection with the SLA Agreement or carrying out of the work whether during the progress of the work or after the completion and whether before or after the determination, abandonment or breach of the Agreement shall be referred to arbitration of a sole Arbitrator: acceptable to both parties failing which the number of arbitrators shall be three, with each side to the dispute being entitled to appoint one arbitrator. The two arbitrators appointed by the parties shall appoint a third arbitrator shall act as the chairman of the proceedings. The award of the Arbitrator shall be final and binding on the parties. The Arbitration and Conciliation Act 1996 or any statutory modification thereof shall apply to the arbitration proceedings and the venue of the arbitration shall be Mumbai. The language of arbitration shall be English.

24. Non-Solicitation

During the term of this Agreement and for a period of one year thereafter Customer shall not, directly or indirectly, hire or solicit for hire, any of the personnel engaged by Wipro, without the prior written consent thereof from Wipro. Thus, the Customer agrees to the entry of an injunction against it in the event of actual or threatened breach of its obligations hereunder, and acknowledges such relief shall be in addition to such other and further relief as may be available to Wipro at law or in equity.

Page 29: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 29 of 48

ANNEXURE A

Product Features & Technical Specifications Bidder should comply with technical specification mentioned below-

TECHNICAL SPECIFICATIONS

Remote VSAT specifications The Remote Extended C-Band Broadband VSATs shall have the following specifications.

Description Specifications

I. In-Door Unit (IDU)

1. In Route

a) In route data rate capability Minimum 192 Kbps, upgradable up to 1.5 Mbps

without any modification

b) Modulation GMSK or QPSK with Turbo

c) In route Access TDMA / FTDMA / MFTDMA

d) Minimum Incremental BW size 1 Kbps

2. Out Route

a) Out Route Data Rate Upto 60 Mbps

b) Out Route Format DVB-S or higher

c) Modulation QPSK, 8PSK

3. Physical Interface

a) No. of Ethernet ports One

b) Port Speed 10 / 100 Mbps

c) Data Transport Protocols TCP/IP and UDP, TCP acceleration

4. Other essential Features

a) The IDU shall support Packet Filtering, TCP spoofing, QoS on both

inbound and outbound

b) Access Scheme on Inbound Guaranteed Bandwidth, Bandwidth on demand,

Slotted Aloha, Mix of these

c) IP Protocols The remote station must support all of the

following protocols & capabilities: TCP/IP, IRDP,

RIP V1, RIP V2, ARP, ICMP, IGMP, IP Multicast,

DHCP (Server and Relay options), NAT/PAT, and

IP Access List.

II. BUC

Power Output 2 Watt minimum

Transmit Freq. Range 6725 to 7025 MHz

Frequency Selection Synthesized

Input Frequency Range 950-1450 MHz

Gain 35 dB

Gain Flatness + 0.5 dB over + 40 MHz

Page 30: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 30 of 48

Frequency Stability Better than 1 X 10 ^ -7

LO Frequency Stability Better than 5 X 10^-8

III. LNBC

Input Frequency Band 4500 to 4800 MHz

Noise Temperature 90 K

Gain 60 dB

Gain Variation + 0.5 dB over 36 MHz

VSWR Better than 1.25: 1

Output Frequency Range 950-1450 MHz

IV. Antenna

a) Antenna Size (Diameter) Minimum 1.2 meters

b) Mount Type Non-Penetrating mount, Elevation over Azimuth

c) Type of Feed Offset

d) Operating frequency 6725 MHz to 7025 MHz

e) Tx Gain (Mid Band) 36.8 dBi

f) Rx Gain (Mid Band) 33.4 dBi

g) Antenna Adjustment Range In Azimuth- 0 to 360 degree, Continuous Fine

In Elevation – 5 to 90 degree Continuous

h) Wind condition a) Operational - 80 Kmph

b) Survival - 200 Kmph

i) Reflector Material Made of SMC material or any other equivalent

material

VSWR 1.3:1 Maximum

Cross Polarization -30 dB Max(With 1 dB Contour)

3. Environmental Conditions

Temperature Range -5 to + 50 C (operating)

-40 to + 70 C (storage)

Relative Humidity Upto 90%

A remote site shall have a small outdoor antenna - 1.2 meters for Extended C Band, a low-power

(minimum 2 W) outdoor unit (ODU) and an indoor unit (IDU).

The remote units should be fully controlled from the central NMS, configuring all bit rates, coding

options, user protocols and configuration down to the port level.

Page 31: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 31 of 48

ANNEXURE- I

Authorization letter format

Dated:

To

The Deputy General Manager

Dena Bank

Dear Sir,

SUB: Authorization Letter for attending the Bid Opening

Ref: Your RFP No:

This has reference to your above RFP for Procurement of Video Conferencing equipment. Mr/Ms

______________ is hereby authorized to attend the bid opening of the above RFP

_______________ DT: _____________ on _____________ on behalf of our organization.

Signature of Authorizing Authority

Name of Authorizing Authority

Page 32: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 32 of 48

ANNEXURE - II

Format of undertaking letter on the letterhead of the bidder

Dated:

To

The Deputy General Manager

Dena Bank

Dear Sir,

Ref: Your RFP No:

With reference to the above, we hereby confirm that we are the manufacturer of the following

equipment (or) authorized channel partner/ authorized dealer (strike off not applicable) of M/S

………………………………………. (Provide OEM Name) for the following equipment.

TYPE OF EQUIPMENT MAKE OF EQUIPMENT MODEL OF EQUIPMENT

We confirm that the above equipment are original make and all the components used in the

equipment are of original make and new as per configuration offered and all the deliverables will

be supplied with the authorized license certificates in the name of the bank. If found contrary, we

undertake to replace the component/ equipment with the original ones at our own cost and under

such circumstances, bank reserves right to levy penalty for the lapses. If the equipment supplied is

not working properly, the same shall be replaced with a new system at our cost. We hereby

confirm that the Model offered & empanelled will be available & supplied during the currency of the

empanelment. We further confirm that we have read all the points of the RFP document and shall

comply & abide by that. We undertake to enter in to an SLA agreement as per the RFP document

for warranty/ AMC Services with Bank, if required.

We, further, confirm the following services will be provided during the process of supply,

installation, commissioning and maintenance.

1. Coordinating with the branches/ offices for Delivery, Installation by coordinating with other

agencies/vendors of other equipment, if required.

2. Assists the Banks authorized representatives for undertaking the inspection at their factory/ on

site as per the banks instructions, if required by bank.

Further, we are agreeable for all the terms & conditions prescribed in the tender document and in

subsequent clarifications/addendums.

Yours faithfully,

(Name, Designation, Address, Phone Number of the Authorized Signatory with Company Seal)

Page 33: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 33 of 48

ANNEXURE - III

Statement of Eligibility Criteria

S. No. Clause Documents Required

1. The bidder should be registered as a company in India as per Company Act 1956 and should have been in operation for a period of at least 3 years as on date of RFP.

Certificate of Incorporation

2. The Bidder/Consortium should have a minimum annual turnover of ` 25 Crores in each of the last three financial

years.

Copy of the audited profit and loss account of the company showing turnover of the company for last three years.

3. The Bidder must be an ISO 9001 company or equivalent. PO copies to be submitted.

4.

The bidder should not be currently blacklisted by any Central/State Govt. depts./Public Sector Banks / Financial Institutions in India. The bidder should submit a certificate from Company Secretary / External Auditor to this effect.

The Bidder should submit a certificate from Company Secretary / External Auditor to this effect.

5. The bidder should have support centers at atleast 100 locations across India.

List of support centers

6.

The Bidder should have been licensed by Govt. of India (DOT) for Extended C Band VSAT Operations. Copy of the valid license / Registration certificate to be enclosed.

Licenses copy to enclosed

7.

The bidder should be in the line of supply and commissioning of the VSATs or an authorized channel partner for the above equipments during the last 3 years and should have executed contracts for supply, installation, integration and maintenance of above equipments for at least 3 scheduled Commercial banks during the last three years.

Copies of Major Contracts executed should be enclosed.

8. The bidder should be operating through their own HUB located in India

Self-declaration to be submitted.

9. Consortium is permitted of maximum of 2 members; one of them should be Bandwidth provider.

Memorandum of Understanding (MOU) for the project to be submitted.

Page 34: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 34 of 48

ANNEXURE - IV

(This format has to be issued by Original Equipment Manufacturer on their Letter Head duly signed

by authorized signatory. The date of the issuance of the letter by the OEM should be after the first

date of sale of document.)

Dated:

To

The Deputy General Manager

Dena Bank

Dear Sir,

We hereby certify that M/S …………………………… (Name & Address) is an Authorized Partner

for Supply, installation and commissioning of video conferencing equipment for the last …. years.

Further, we certify that the Authorized Partnership agreement with M/S ……………………… is in

force and is valid up to …………..

Further, we hereby certify that M/S …………………… is authorized to participate in the tender

process for procurement on our behalf and submit bids. We undertake to honor the Warranty and

AMC terms & conditions as per the tender documents independent of continuation of the channel

partnership/ authorized dealership arrangement with M/S ………………….. either directly or

through any of our channel partners/ authorized dealers, in case of failure of M/S …………….. in

extending Warranty/ AMC Commitment as per terms and conditions of this RFP.

We hereby undertake that the Model offered & empanelled will be available & supplied during the

currency of the empanelment.

We also confirm that the serial number of supplied equipments that the bidder has quoted is

covered under three years OEM advances replacement services

Further, we confirm that the undersigned is authorized to issue this letter.

Yours faithfully,

(Name, Designation, Address, Phone Number of the

Authorized Signatory with Company Seal)

Page 35: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 35 of 48

ANNEXURE – V:

Details of Bidder/Consortium

1. Name of the Company:

2. Whether Registered in India :

3. Address of Registered Office / Head Office:

4. Phone Number (with STD Code)

5. Fax Number

6. E-mail id

7. Constitution (Public Ltd Co., / Pvt Ltd Co./ Partnership/ Proprietary Concern etc)

8. Date of Establishment:

9. Name of Chief Executive:

10. Location of Factory, if applicable:

11. Line of Activity:

12. Date from which the product offered in the tender are supplied:

13. Products Developed / Serviced (Attach product literature)

14. Details of Quality Certifications Obtained for the Company & its Products, such as ISO-

9001:2000 etc. (attach Xerox copies).

15. Total Number of Employees:

16. Name of the Project Manager at Mumbai with Contact No:

17. Availability of Helpdesk at your NOC:

18. Number of skilled /dedicated technical personnel in your organization.

Date: Signature of Authorized Official with Seal

Page 36: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 36 of 48

ANNEXURE –VI

Details of Service Centers

Particulars of Regional / Branch Offices/service centers

Please furnish information about Regional/ Branch Offices/ Service centers in the following format

City / State Address

Date: Signature of Authorized Official with Seal

Page 37: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 37 of 48

ANNEXURE–VII

Customer Reference Details

A. List of Organizations and related references:

Name of the Organisation & contact details Details of equipment supplied & Number

Date: Signature of Authorized Official with Seal

Page 38: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 38 of 48

ANNEXURE – VIII

Details of Financial Position

Financial Position (Enclose copy of Audited statements)

(In Rs in Lakhs)

2010-11 2011-12 2012-13

Audited (A) / Provisional (P) (A) (A) (A)

Paid up Capital

Tangible Net Worth

Total Assets

Total Sales (net of excise)

PBDIT

Profit after Tax

Please attach annual reports / duly audited financial statements for the latest three financial years.

Date: Signature of Authorized Official with Seal

Page 39: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 39 of 48

FORM-V

The Vendor is required to fill up the following questionnaire and submit the same in the Technical

proposal.

Sl.No. Technical Specification Complied (YES/NO) Remarks

1. Broadband TDM/TDMA /FTDMA or

MFTDMA Extended C Band 1.2 meter

VSAT with 2 watts or more power.

2. Vendor should configure supplied

network equipment for back-haul

connectivity using the links provided by

the bank of two separate service

providers each as redundancy between

the vendor’s hub and the Data center

and DR Center .

3. Is the vendor having approval for

Extended-C Band services operational

in India?

4. Vendor should Supply required router

and other network equipment at

DC,DR & Hub

5. IDU shall have 1 LAN port with routing

capability

6. Proactive Network Management. All

the reports online from the Network

Management System (NMS) to support

all the features as described in

Technical Proposal for the VSATs.

7. Vendor should undertake Civil Work

relating to installation of VSAT Antenna

etc.

8. Vendor should Obtain the regulatory

clearance from the respective

Authorities.

9. Bandwidth availability in the HUB in

terms of its H/W capacity

10. Bandwidth provided to other users till

date

11. Capacity availability and plans for

future expansion of HUB

12. Transponder space subscribed

13. EIRP rating of the satellite transponder

14. Location of the satellite vis-à-vis the

Indian sub-continent

Specify

15. Capability of Network Management

Page 40: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 40 of 48

across multiple Media.

16. Documentary proof to be enclosed:

A) License /Clearance for VSAT

operations in India from Govt. of India.

b)WPC License

c) Any other License.

Page 41: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 41 of 48

SALIENT FEATURES OF SERVICE LEVEL AGREEMENT

Parameter Yes/No Comments

24 X 7 Monitoring Operation Yes / No

Up-Time Commitment of 99.50% for Network

with Penalty Clause

Yes/ No

Up-Time Commitment of 99 % for Hub with

Penalty Clause

Yes/ No

Up-Time Commitment of 98% for individual

remote location with Penalty Clause

Yes/ No

Network latency period not to exceed 1.5

seconds

Yes/ No

Response time should be 2 hours + travel

time

Yes/ No

Rapid Service Deployment Yes / No

Proactive Monitoring of the VSAT Network

for reduced downtime

Yes / No

Threshold Violation Log Reports Yes / No

Automatic generation of trouble ticket in an

event of link failure

Yes / No

Proactive fault detection and Management Yes / No

Review and setting of Routing policies Yes / No

Configuration fine tuning Yes / No

QoS implementation and review Yes / No

Bandwidth monitoring and Reporting Yes / No

WAN Performance report per site basis. Yes / No

Page 42: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 42 of 48

ANNEXURE IX

Commercial Bid Format Commercial Bid Format (To be provided in a separate sealed cover)

Table-A: One Time Equipment Charges

S. No. Category Equipment

No. of units

Unit cost per item

Taxes & duties

etc.

Total unit cost

` Total cost

`

A B ` C ` D=(B+C) E=(A*D)

1 VSATs EX C Band VSAT with 3 years Warranty 250 x x x

VSAT Installation

Mounting & Installation 250 X X X

2 Network equipment

For DC 2 X x x

For DR 1 x x x

For HUB 3 x x x

Total cost for Equipment xx xx x x x

Table-B: AMC charges for 4th and 5th Year for equipment Sr No Description Qu

antities

FourthYear AMC

Fifth Year AMC

Total cost

` ` (a) (b)

1. EX C Band VSAT with 3 years Warranty 250 xx Xx

2. Network equipment for DC 2 xx xx

3. Network equipment for DR 1 xx xx

4 Network equipment for HUB 3 xx xx

Total cost xx xx xx Table: C- Bandwidth charges

Sr No Description Quantities

First Year (Rs.)

Second Year (Rs.)

Third Year (Rs.)

Fourth Year (Rs.)

Fifth Year (Rs.)

Total Cost (Rs.)

1

FTDMA EX C Bandwidth Bandwidth pool (in Kbps) per annum # 4096 Kbps

2

Backhaul between VSAT Hub to DC, Mumbai

2 (Primary – 4

Mbps &

Page 43: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 43 of 48

# In case Bank deploy’s VSATs for ATM as connectivity the per VSAT bandwidth requirement will be to the extent of 5 Kbps concurrency of 100% as primary and concurrency of 20% for backup. TABLE „D‟ - REPLACEMENT & INSTALLATION OF SPARE PARTS

S. No. Name of Schedule Components Quantity Unit Price Total Price

1

2

TOTAL COST OF TABLE „D‟=T4 T4

TABLE „E‟ – SHIFTING & REINSTALLATION CHARGES

S. No. Name of Schedule Quantity Unit Price Total Price

1 Dismounting of VSAT 1 X X

2 Remounting at New Location 1 X x

TOTAL COST OF TABLE „E‟=T5 T5

TCO (Total Cost of Ownership) T= T1+T2+T3+T4+T5 Note: 1. All the above prices are in INR and inclusive of all taxes, Octroi will be paid extra. 2. The entire above price quoted should be valid of 5years. 3. if Bank wishes to upgrade or degrade the VSAT Pool bandwidth / Backhaul link, price will

increase/decrease in the same ratio. 4. Prices of the Bandwidth & backhaul link should be equally distributed across the years. 5. AMC should not exceed maximum 10% of the product cost. 6. VSAT Dismounting or Remounting charges at TABLE “E” should not be more than VSAT

installation charges at TABLE “A”.

Secondary-4 Mbps)

3

Backhaul between VSAT Hub to DR, Bangalore.

1 (Primary – 4

Mbps)

4

Commissioning Charges for backhaul links applicable for 1st year only.

Page 44: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 44 of 48

Proforma for the Bank Guarantee for Earnest Money To The Asst. General Manager (IT) Dena Data Center Dena Bhawan – B Behind MTNL building S V Road, Patel Estate , Jogeshwari (W) Mumbai - 400102 WHEREAS.......................................... (Company Name) registered under the Indian Companies Act 1956 and having its Registered Office at.................................................................. India (hereinafter referred to as “the Service Provider”) proposes to tender and offer in response to Dena Bank tender Ref. No. HO/ITD/148/2015 dated 29/01/2015 (hereinafter called the “TENDER”) AND WHEREAS, in terms of the conditions as stipulated in the TENDER, the Service Provider is required to furnish a Bank Guarantee in lieu of the Earnest Money Deposit (EMD), issued by a scheduled commercial bank in India in your favour to secure the order for the services under the Tender in accordance with the Tender Document (which guarantee is hereinafter called as “BANK GUARANTEE”) AND WHEREAS the Service Provider has approached us,............................................................ for providing the BANK GUARANTEE. AND WHEREAS at the request of the Service Provider and in consideration of the proposed TENDER to you, WE, ..................................................................having ............................................................Office at..........................................................., India have agreed to issue the BANK GUARANTEE. THEREFORE, WE, ......................................................., through our local office at ................... India furnish you the BANK GUARANTEE in manner hereinafter contained and agree with you as follows: 1. We....................................., undertake to pay the amounts due and payable under this Guarantee without any demur, merely on demand from you and undertake to indemnify you and keep you indemnified from time to time to the extent of Rs........................(Rupees ..............................only) an amount equivalent to the EMD against any loss or damage caused to or suffered by or that may be caused to or suffered by you on account of any breach or breaches on the part of the Service Provider of any of the terms and conditions contained in the Tender and in the event of the Service Provider commits default or defaults in carrying out any of the work or discharging any obligation in relation thereto under the TENDER or otherwise in the observance and performance of any of the terms and conditions relating thereto in accordance with the true intent and meaning thereof, we shall forthwith on demand pay to you such sum or sums not exceeding the sum of Rs......................(Rupees......................................... only) as may be claimed by you on account of breach on the part of the Service Provider of their obligations in terms of the TENDER. 1. Notwithstanding anything to the contrary contained herein or elsewhere, we agree that your

decision as to whether the Service Provider has committed any such default or defaults and the amount or amounts to which you are entitled by reasons thereof will be binding on us and we shall not be entitled to ask you to establish your claim or claims under Bank Guarantee, but will pay the same forthwith on your demand without any protest or demur.

2. This Bank Guarantee shall continue and hold good until it is released by you on the application by the Service Provider after expiry of the relative guarantee period of the Tender and after the

Page 45: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 45 of 48

Service Provider had discharged all his obligations under the Tender and produced a certificate of due completion of work under the said Tender and submitted a “ No Demand Certificate “ provided always that the guarantee shall in no event remain in force after the day of ...........................without prejudice to your claim or claims arisen and demanded from or otherwise notified to us in writing before the expiry of the said date which will be enforceable against us notwithstanding that the same is or are enforced after the said date.

3. Should it be necessary to extend Bank Guarantee on account of any reason whatsoever, we undertake to extend the period of Bank Guarantee on your request under intimation to the Service Provider till such time as may be required by you. Your decision in this respect shall be final and binding on us.

4. You will have the fullest liberty without affecting Bank Guarantee from time to time to vary any of the terms and conditions of the Tender or extend the time of performance of the Tender or to postpone any time or from time to time any of your rights or powers against the Service Provider and either to enforce or forbear to enforce any of the terms and conditions of the said Tender and we shall not be released from our liability under Bank Guarantee by exercise of your liberty with reference to matters aforesaid or by reason of any time being given to the Service Provider or any other forbearance, act or omission on your part of or any indulgence by you to the Service Provider or by any variation or modification of the Tender or any other act, matter or things whatsoever which under law relating to sureties, would but for the provisions hereof have the effect of so releasing us from our liability hereunder provided always that nothing herein contained will enlarge our liability hereunder beyond the limit of Rs..................( Rupees....................................only ) as aforesaid or extend the period of the guarantee beyond the said day of ...................... unless expressly agreed to by us in writing.

5. The Bank Guarantee shall not in any way be affected by your taking or giving up any securities from the Service Provider or any other person, firm or company on its behalf or by the winding up, dissolution, insolvency or death as the case may be of the Service Provider.

6. In order to give full effect to the guarantee herein contained, you shall be entitled to act as if we were your principal debtors in respect of all your claims against the Service Provider hereby guaranteed by us as aforesaid and we hereby expressly waive all our rights of surety ship and other rights, if any, which are in any way inconsistent with any of the provisions of Bank Guarantee.

7. Subject to the maximum limit of our liability as aforesaid, Bank Guarantee will cover all your claim or claims against the Service Provider from time to time arising out of or in relation to the said Tender and in respect of which your claim in writing is lodged on us before expiry of Bank Guarantee.

8. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax or registered post to our local address as aforesaid and if sent accordingly it shall be deemed to have been given when the same has been posted.

9. The Bank Guarantee and the powers and provisions herein contained are in addition to and not by way of limitation of or substitution for any other guarantee or guarantees here before given to you by us (whether jointly with others or alone) and now existing uncancelled and that Bank Guarantee is not intended to and shall not revoke or limit such guarantee or guarantees.

10. The Bank Guarantee shall not be affected by any change in the constitution of the Service Provider or us nor shall it be affected by any change in your constitution or by any amalgamation or absorption thereof or therewith but will ensure to the benefit of and be available to and be enforceable by the absorbing or amalgamated company or concern.

11. The Bank Guarantee shall come into force from the date of its execution and shall not be revoked by us any time during its currency without your previous consent in writing.

12. We further agree and undertake to pay you the amount demanded by you in writing irrespective of any dispute or controversy between you and the Service Provider.

Page 46: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 46 of 48

13. Notwithstanding anything contained herein above; i) our liability under this Guarantee shall not exceed Rs...............................................(

Rupees.........................................only) ; ii) this Bank Guarantee shall be valid upto and including the date ............. ; and iii) we are liable to pay the guaranteed amount or any part thereof under this Bank

Guarantee only and only if you serve upon us a written claim or demand on or before the expiry of this guarantee.

14. We have the power to issue this Bank Guarantee in your favour under the Memorandum and

Articles of Association of our Bank and the undersigned has full power to execute this Bank Guarantee under the Power of Attorney issued by the Bank.

For and on behalf of Branch Manager Seal Address

Page 47: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 47 of 48

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 2015. Between ..........................

(Name of Purchaser) (hereinafter called "the Purchaser") of the one part and ..................... (Name

of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the Supplier") of

the other part :

WHEREAS the Purchaser invited Bids for certain Products and services viz.,

..................................... (Brief Description of Products and Services) and has accepted a Bid by

the Supplier for the supply of those Products and services in the sum of ..............................

(Contract Price in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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

2. The following documents of Bid No.: HO/ITD/148/2015 dated 29/01/2015

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

a) the Bid Form and the Price Schedule submitted by the Bidder;

b) the Bill of Material;

c) the Technical & Functional Specifications;

d) the Terms and Conditions of Contract;

e) the Purchaser's Notification of Award;

f) Schedule of Dates, Amounts etc. (SDA)

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Products and services and to remedy defects therein, in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of

the Products and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the

times and in the manner prescribed by the Contract.

Brief particulars of the Products and services which shall be supplied / provided by the Supplier are as under:

Page 48: Request for Proposal for procurement of VSATs VSAT related

Reference Number: HO/ITD/148/2015

HO/ ITD/148/2015 48 of 48

SL.

NO.

BRIEF

DESCRIPTION

OF PRODUCTS &

SERVICES

QUANTITY TO

BE SUPPLIED.

TOTAL

PRICE (Rs.)

TOTAL VALUE: (Rs.)

DELIVERY SCHEDULE: IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier) in the presence of:.......................................