Tender Document PDF
Tender Document PDF
(Open Tender)
Request for Proposal (RFP)
For
SUPPLY, INSTALLATION, IMPLEMENTATION
AND MAINTENANCE OF SOFTWARE
DEFINED – WIDE AREA NETWORK (SD-
WAN) SOLUTION
DISCLAIMER
Page 1 of 77
The information contained in this Request for Proposal Document (RFP Document) or
subsequently provided to Bidder/s, whether verbally or in documentary form by or on behalf of the
Punjab National Bank or any of their representatives, employees or advisors (collectively referred
to as ― Bank Representatives), is provided to Bidder(s) on the terms and conditions set out in this
RFP Document and any other terms and conditions subject to which such information is provided.
This document shall not be transferred, reproduced or otherwise used for purpose other than for
which it is specifically issued.
This RFP Document is not an agreement and is not an offer or invitation by the Bank
Representatives to any party other than the entities who are qualified to submit their Proposal
(Bidders). The purpose of this RFP Document is to provide the Bidder with information to assist the
formulation of their Proposal. This RFP Document does not purport to contain all the information
each Bidder may require. This RFP Document may not be appropriate for all persons, and it is not
possible for the Bank Representatives, their employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this RFP
Document.
The Bank, its employees and advisors make no representation and shall have no liability to any
person, including any Applicant or Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP
and any assessment, assumption, statement or information contained therein or deemed to form
or arising in any way for participation in this bidding process. The Bank also accepts no liability of
any nature whether resulting from negligence or otherwise, howsoever caused arising from reliance
of any Bidder upon the statements contained in this RFP.
The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding
Document. Failure to furnish all information required by the bidding Document or to submit a Bid
not substantially responsive to the bidding Document in all respect will be at the Bidder’s risk and
may result in rejection of the Bid.
The Bank Representatives may in their absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information in this RFP Document.
Following terms are used in the document interchangeably to mean:
1. Recipient, Respondent, Bidder means the respondent to the RFP document.
2. RFP means the Request For Proposal document.
3. Proposal, Bid means “Response to the RFP Document”.
4. Tender means RFP response documents prepared by the Bidder and submitted.
5. Vendor means the successful bidder.
6. CBS means Core Banking Solution implemented in the Bank.
7. DC means Data Centre located at Delhi.
8. DR/DRC/DRS means Disaster Recovery Site located at Mumbai
9. Purchaser here refers to Bank.
Page 2 of 77
TABLE OF CONTENTS
GENERAL TENDER DETAILS .................................................................................................................................. 7
1. INTRODUCTION: ............................................................................................................................................. 10
2. PURPOSE OF THE PROJECT: .................................................................................................................... 10
3. SCOPE OF WORK: ......................................................................................................................................... 11
INSTRUCTION TO BIDDERS .................................................................................................................................. 14
1. POWER OF ATTORNEY/ AUTHORIZATION LETTER OR RESOLUTION COPY .............. 14
2. COST OF BIDDING ......................................................................................................................... 14
3. BIDDING DOCUMENT .................................................................................................................... 14
4. LANGUAGE OF BIDS ..................................................................................................................... 14
5. AUTHENTICATION OF ERASURES/ OVERWRITING ETC. ................................................... 14
6. AMENDMENT OF BIDDING DOCUMENTS ................................................................................ 14
7. VALIDITY OF BID DOCUMENT .................................................................................................... 14
8. LATE BID ........................................................................................................................................... 14
9. BID CURRENCY .............................................................................................................................. 15
10. BID EARNEST MONEY .................................................................................................................. 15
11. BIDDING PROCESS (TWO STAGES) ......................................................................................... 15
a) TECHNICAL BID ................................................................................................................................. 15
b) COMMERCIAL BID ............................................................................................................................ 16
12. Pre-Bid Meeting & Pre-Bid Queries............................................................................................... 16
13. SUBMISSION OF BID ..................................................................................................................... 16
14. DEADLINE FOR SUBMISSION OF BID....................................................................................... 17
15. MODIFICATION AND/OR WITHDRAWAL OF BIDS ................................................................. 17
16. CONTACTING THE PURCHASER ............................................................................................... 17
17. TERMS AND CONDITIONS OF THE BIDDING FIRMS ............................................................ 17
18. LOCAL CONDITIONS ..................................................................................................................... 18
19. PURCHASERS RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS ......................... 18
20. OPENING OF BIDS ......................................................................................................................... 18
21. CLARIFICATIONS OF BID ............................................................................................................. 18
22. PRELIMINARY EXAMINATION ..................................................................................................... 18
23. REVELATION OF PRICES ............................................................................................................. 19
24. EVALUATION AND AWARD CRITERIA ...................................................................................... 19
25. REVERSE AUCTION ...................................................................................................................... 20
26. PROCUREMENT THROUGH LOCAL SUPPLIERS (MAKE IN INDIA) .................................. 21
27. CONTACTING BANK OR PUTTING OUTSIDE INFLUENCE .................................................. 21
28. CANCELLATION OF BID/ BIDDING PROCESS ........................................................................ 21
Page 3 of 77
29. CONFIDENTIALITY ......................................................................................................................... 21
30. FORCE MAJEURE .......................................................................................................................... 22
31. NON DISCLOSURE......................................................................................................................... 22
ANNEXURE I .............................................................................................................................................................. 23
TERMS AND CONDITIONS ..................................................................................................................................... 23
1. SIGNING OF CONTRACT .............................................................................................................. 23
2. DURATION OF CONTRACT .......................................................................................................... 23
3. PERFORMANCE BANK GUARANTEE........................................................................................ 23
4. ACCEPTANCE OF ORDER (ORDER PLACEMENT) ............................................................... 24
5. NOT ACCEPTANCE/ NON EXECUTION OF ORDER .............................................................. 24
6. DELIVERY & INSTALLATION........................................................................................................ 24
7. IMPLEMENTATION ......................................................................................................................... 24
8. ACCEPTANCE TEST ...................................................................................................................... 24
9. PAYMENT ......................................................................................................................................... 24
10. INSURANCE ..................................................................................................................................... 25
11. WARRANTY, ANNUAL MAINTENANCE CONTRACT (AMC) & ANNUAL TECHNICAL
SUPPORT (ATS) .......................................................................................................................................... 26
12. UPGRADES AND UPDATES......................................................................................................... 27
13. ONSITE TECHNICAL SUPPORT (OTS)...................................................................................... 27
14. PENALTY CLAUSE ......................................................................................................................... 31
15. LIQUIDATED DAMAGES................................................................................................................ 33
16. TRAINING ......................................................................................................................................... 34
17. TAXES ............................................................................................................................................... 34
18. CANCELLATION OF PURCHASE ORDER ................................................................................ 34
19. INFORMATION SECURITY ........................................................................................................... 34
20. SIGNING OF PRE CONTRACT INTEGRITY PACT .................................................................. 35
21. DELAYS IN THE SUPPLIER’S PERFORMANCE ...................................................................... 35
22. INDEMNITY....................................................................................................................................... 35
23. EXCHANGE RATE VARIATION .................................................................................................... 35
24. TERMINATION OF CONTRACT ................................................................................................... 35
25. NO RIGHT TO SET OFF ................................................................................................................ 36
26. PUBLICITY ........................................................................................................................................ 36
27. COMPLIANCE WITH LAWS .......................................................................................................... 36
28. GOVERNING LAWS AND DISPUTES ......................................................................................... 36
29. USE OF CONTRACT DOCUMENTS AND INFORMATION ..................................................... 36
30. PATENT RIGHTS............................................................................................................................. 37
Page 4 of 77
31. ASSIGNMENT .................................................................................................................................. 37
32. CONTRACT BETWEEN BANK AND SHORTLISTED BIDDER/TSP (TECHNICAL
SERVICE PROVIDER) ................................................................................................................................ 37
33. PRINCIPAL TO PRINCIPAL RELATIONSHIP ............................................................................ 37
34. LIMITATION OF LIABILITY ............................................................................................................ 38
ANNEXURE-II ............................................................................................................................................................. 39
UNDERTAKING FROM THE BIDDER .................................................................................................................... 39
ANNEXURE-III ............................................................................................................................................................ 40
ELIGIBILITY CRITERIA OF THE BIDDER ............................................................................................................. 40
ANNEXURE-IV ........................................................................................................................................................... 44
BIDDER’S INFORMATION ....................................................................................................................................... 44
ANNEXURE V ............................................................................................................................................................. 45
COMPLIANCE STATEMENT ................................................................................................................................... 45
ANNEXURE – VI ........................................................................................................................................................ 46
PERFORMANCE CERTIFICATE ............................................................................................................................ 46
ANNEXURE – VII ....................................................................................................................................................... 47
LITIGATION CERTIFICATE ..................................................................................................................................... 47
ANNEXURE - VIII ....................................................................................................................................................... 48
UNDERTAKING FOR NON- BLACKLISTED ......................................................................................................... 48
ANNEXURE-IX ........................................................................................................................................................... 49
TURNOVER CERTIFICATE ..................................................................................................................................... 49
ANNEXURE-Xa .......................................................................................................................................................... 50
MANUFACTURER’S (OEM) AUTHORIZATION FORM (MAF) .......................................................................... 50
ANNEXURE-Xb .......................................................................................................................................................... 51
UNDERTAKING FOR BEING the OEM of the OFFERED SOLUTION ............................................................. 51
ANNEXURE-XI ........................................................................................................................................................... 52
TECHNICAL SPECIFICATIONS .............................................................................................................................. 52
ANNEXURE-XII .......................................................................................................................................................... 60
Performa for Indicative Commercial Offer .............................................................................................................. 60
ANNEXURE - XIII ....................................................................................................................................................... 62
PERFORMA FOR INTEGRITY PACT .................................................................................................................... 62
ANNEXURE- XIV........................................................................................................................................................ 68
Proforma for the Bank Guarantee ............................................................................................................................ 68
ANNEXURE- XV ......................................................................................................................................................... 70
UNDERTAKING FOR HAVING SERVICE SUPPORT CENTER & SPARE WAREHOUSES/ LOGISTIC
CENTERS IN INDIA BEING THE OEM OF THE OFFERED SOLUTION .............................................. 70
Page 5 of 77
ANNEXURE- XVI ........................................................................................................................................................ 71
Complete BOM of Offered Solution/Product/Hardware ........................................................................................ 71
ANNEXURE- XVII....................................................................................................................................................... 73
Undertaking for Labour Law Compliance ............................................................................................................... 73
ANNEXURE- XVIII ..................................................................................................................................................... 74
Escalation Matrix (Both OEM & Bidder) .................................................................................................................. 74
ANNEXURE- XIX (a) .................................................................................................................................................. 75
Certificate regarding RFP for Supply, Installation, Implementation and Maintenance of Software Defined –
Wide Area Network (SD-WAN) Solution....................................................................................................... 75
ANNEXURE- XIX(b) ................................................................................................................................................... 76
ANNEXURE- XX ......................................................................................................................................................... 77
Checklist....................................................................................................................................................................... 77
Page 6 of 77
GENERAL TENDER DETAILS
RFP FOR SUPPLY, INSTALLATION, IMPLEMENTATION AND MAINTENANCE OF
SOFTWARE DEFINED – WIDE AREA NETWORK (SD-WAN) SOLUTION
1. Date of commencement of Bidding Process. 05/11/2020
2. Last date and time for sale of Bidding 25/11/2020 upto 1600 Hrs
Documents
3. Last date and time for receipt of queries from 10/11/2020 upto 1700 Hrs
bidders for Clarifications
4. Date of Pre-Bid Meeting 11/11/2020 at 1500 Hrs
5. Last date and time for Online bid submission 25/11/2020 upto 1600 Hrs
(both Technical & Commercial) (Hash
submission)
6. Last date and time for Bid Re-Encryption From 25/11/2020 1701 Hrs to
26/11/2020 1400 Hrs
7. Time for submission of technical supporting From 25/11/2020 1701 Hrs to
document (Hard Copy) 26/11/2020 1400 Hrs
8. Date and Time of Technical Bid Opening 26/11/2020 at 1600 Hrs
9. Place of Submission of Bids Asstt. General Manager
Punjab National Bank,
IT Procurement Department,
I.T. Division, HO: 5 Sansad Marg,
New Delhi 110 001
10. Place of opening of Bid Punjab National Bank,
Information Technology Division, 2nd floor,
HO, 5 Sansad Marg, New Delhi – 110 001
11. Address for communication As above
Tel:- (011)23710483
23710021 Ext: 159, 230
Fax:- (011) 23321305
12. Cost of RFP Rs. 10,000/-+ 18 % GST*(Non-refundable)
should be submitted online only in favour of
Punjab National Bank before last date of bid
submission in the following account:
IFSC Code: PUNB0399900
Bank & Branch: Punjab National Bank,
Sansad Marg, New Delhi -110 001
Account No. 0153002200175673 (16 digits)
Imprest account – HO IT Division
*MSE bidder is exempted from payment of
cost of RFP if bidder can furnish requisite
proof subject to the satisfaction of Bank.
This exemption is not applicable for traders,
sole agents, distributors etc. Start-up bidder
recognized by Department of Industrial
Policy and Promotion (DIPP) is also
exempted from payment of cost of RFP.
13. Earnest Money Deposit Rs. 1.00 crores* should be submitted online
or in the form of Bank Guarantee (BG)
before last date of bid submission in favour
of Punjab National Bank, IT Division payable
at New Delhi. BG should be valid up to 12
Page 7 of 77
months from the date of submission of bid
with claim period of another 12 months.
IFSC Code: PUNB0015300
Bank & Branch: Punjab National Bank,
Sansad Marg, New Delhi -110 001
Account No. 0153002100572949 (16 digits)
Imprest account – HO IT Division
*MSE bidder is exempted from payment of
Earnest Money Deposit if bidder can furnish
requisite proof subject to the satisfaction of
Bank. This exemption is not applicable for
traders, sole agents, distributors etc. Start-
up bidder recognized by Department of
Industrial Policy and Promotion (DIPP) is
also exempted from payment of Earnest
Money Deposit.
14. Contact to Bidders Interested Bidders are requested to send
the email to [email protected],
[email protected], containing following
information, so that in case of any
clarification, the same may be issued to
them: (a)Name of Bidder, (b)Contact
person, (c)Mailing address with Pin
Code,(d)Telephone No., Fax No., Mobile
No.(e) e-mail etc.
NOTE
1. All the interested Bidders, who have not registered earlier with e-procurement site
(https://etender.pnbnet.in), would have to register with our e-procurement site. Bidders to ensure
to get themselves registered timely, atleast two working days before the Hash submission date, to
avoid last moment issues.
2. Bidders are advised to go through Bidders Manual available on https://etender.pnbnet.in for
registration and submission of tenders. If approval of registration is pending at Bank’s end, Bidders
should immediately contact Bank’s Helpdesk on telephone No. 011-23765468 or email us at
[email protected]
3. Bidders are required to strictly submit their bids in electronic form using the e-procurement
system at https://etender.pnbnet.in by using their digital certificates of class II and above (both
encryption and signing). Bidders are advised to keep digital certificates (or tokens) ready at time of
submission of bid. Use of Digital Certificate is mandatory for participation in e-tendering process.
Bidders should ensure that Digital token has not expired or corrupted at the time of e-tendering
process.
4. Bidders are advised to go through Bidders Manual for Browser settings and Java settings
required for participation in the bid. Follow each & every step mentioned in Bidder Manual. If bidder
still faces any problem, he/she should immediately contact Bank Helpdesk on telephone No. 011-
23765468 or email us at [email protected].
5. Bids received after closing of the bid in the e-procurement system will be auto-rejected by the
system. Please note that HASH SUBMISSION and BID RE-ENCRYPTION is a mandatory activity,
failing which Bank will not accept the hard copy of Technical bid.
6. The Indicative commercial bids is to be submitted online only.
Page 8 of 77
7. Bidders should submit bids well before time rather than waiting for last moment to avoid any
technical glitches or networking issues etc at their end.
8. If bidder is shortlisted to participate in Reverse Auction (RA), Demo for Reverse Auction will
be conducted a day before RA, if bidder requests for the same. Further, Demo for Reverse Auction
will only be provided to bidders who have accepted the Base price (i.e. Terms & Conditions of the
reverse auction).
9. If bidder is participating in the Reverse Auction, it is advised that Bidders place their bids well
before time rather than waiting for auction end time to avoid any last minute glitches (or any network
issues or internet response issues etc) occurring at Bidder’s end. Bidders may keep refreshing
auction page to ensure that they are connected to server (via internet).
10. Bidders are requested to use a reliable internet connection (data cable/ broad band) to
safeguard themselves. Bank is not responsible for telephone line glitch, internet response
issues, hardware hangs etc., at bidder’s end.
11. If Bidders have any queries, they may call us at Helpdesk Telephone No 011-23765468 from
10.00 am to 05.00 pm (except Sundays and Bank holidays).
Page 9 of 77
1. INTRODUCTION:
Punjab National Bank (PNB) has taken many IT initiatives. Bank has Computerized 100% of its
branches and has implemented a Centralized Banking Solution (CBS) with Data Centre at New
Delhi and Disaster Recovery Site at Mumbai. The centralized Banking Solution covers all the 11500
plus SOLs (Service Outlets), which are connected to the Data Centre and DRS through an
Enterprise Wide Network which is a two tier meshed architecture. The mode of connectivity to the
branches/offices is a combination of Leased Lines, ISDN Lines, MPLS, VSATs, Radio Links and
other forms of connectivity, which may emerge in the near future.
Punjab national Bank also have a setup for Mail Exchange, Alternate Delivery Channels services
like Internet Banking, ATM, POS, Payment gateway, Mobile Banking, Kiosks etc. Besides these
services, there are interfaces with applications and networks used by different institutions like NPCI,
MTNL, Customs, RBI, CIBIL, NSDL and other institutions wherever required. Applications from
multiple bidders for different internal requirements of Bank are also in use. All the applications are
having DRS setup. Bank has also implemented Security Operation Centre (SOC) and integrated the
servers / devices for log analysis and monitoring of servers / devices installed across the Bank
network. Bank has implemented Enterprise Data Ware House Project to provide better access to
information, to foster better and more informed decision-making, besides providing statutory
reporting and MIS for the Bank.
The Enterprise Wide Network is maintained by Bank’s Network Integrator and the security measures
are already enforced at various levels (Application Security, Network Security, Database Security,
OS Security, Access Controls, Physical Security etc.). All these security measures are in place in
congruence with the Bank’s Information Security Policy, Business Continuity & Disaster Recovery
Plans & various other regulatory compliances.
Punjab National Bank invites bids (Technical bid and Commercial bid) from eligible bidders for
central SOFTWARE DEFINED – WIDE AREA NETWORK (SD-WAN) SOLUTION at DC Delhi & at
DRS (currently in Mumbai) or any other alternate site as per requirements mentioned in the RFP
to support for 5000 edge devices from day 1 and should also be scalable (horizontally or
vertically)_in case bank’s decides to increase the number of edge devices in future. This
invitation of Bids is open to all Original Equipment Manufacturers (OEMs) having presence in India
or their Authorized Representative in India, provided bidders fulfill the minimum qualification criteria
as mentioned in bid document (Annexure-III). Joint bid will not be accepted by Bank.
In addition to the requirement for PNB, the selected bidder may also be required to supply, if
Page 10 of 77
required, the hardware to Bank‘s subsidiaries, its sponsored RRBs and any of its existing or future
subsidiaries/entities or in case of merger with any other organization at the same rate and same
terms and conditions.
Please note that any deviations mentioned in the bid will not be considered and evaluated
by the Bank. Bank reserve the right to reject the bid, if bid is not submitted in proper format
as per RFP.
3. SCOPE OF WORK:
1. To supply of complete Hardware and Software as per specifications and requirements
defined in RFP, commission, install, test, configure and maintenance of the required
networking equipment/appliance/solution, at various locations identified by the Bank. This
will also include the followings:
2. Configuration will include configuring the equipment as per Bank’s requirements.
3. The implementation includes, installation of the hardware including Rack mounting,
configuration of the equipment/appliance/solution, testing, monitoring etc.
4. Bidder has to plan the central SDWAN devices for DC and DR, to support for approximately
5000 edge devices from day 1 and also support scalability up to 15000 edge devices at
any point of time.
5. De-installation of the existing router at the branch along with power cables and replacing
with new SD-WAN device and power cables (rack mounting). Reconnecting all uplinks and
other cables in a neat manner. Asset tagging to be done on the new network equipment.
Same will be provided by Bank.
6. The solution should be primarily able to provide aggregation of network links , load
balancing of traffic, prioritizing of application over the network links, implementation of QoS
per tunnel on the fly, discover network traffic with application-level insight with deep packet
visibility and analyse and report on application usage and anomalies and prioritizing a
specific application traffic over a link. It should be able to manage network congestion by
optimizing application-level traffic and should provide monitoring capabilities on an ongoing
basis and also be able to provide end user response time metrics on a GUI. The solution
shall also provide facility of using internet over 3g/4g/broadband over a secure channel as
and when required by the Bank.
7. The Bidder should specify various infrastructure requirements which need to be provided
for commissioning and smooth functioning of the network. This will include site
requirements, power, cables, connectors, network cards, ports, UPS, environmental
conditions, illumination, etc.
8. The bidder will ensure seamless integration of all the supplied equipment for functioning of
existing as well as new applications in consultation with OEM.
9. Bank will conduct acceptance tests along with the bidder to ascertain the quality and
completeness of the installation.
10. The Bidder should have the Back to Back support agreement with OEM during the entire
contract period including warranty & AMC/ATS period to ensure the smooth working and
to achieve the highest uptime on the offered equipment. The bidder will be responsible for
ensuring preventive maintenance on quarterly basis.
Page 11 of 77
11. The bidder should provide comprehensive on-site warranty/AMC during the entire contract
period including warranty & AMC/ATS period for all equipment and required accessories,
if any as per RFP by the Bank. Warranty would cover replacement of faulty parts or the
whole equipment/maintenance patches/bug fixes, if any, for the hardware supplied and
installed by it.
12. In case a product or part of the product (component) which has been quoted, is rendered
out of sale during the contract period, a substitute of equivalent or higher capacity should
be provided at the same cost/free of cost to the Bank in place of the original product given
in the bidding document submitted by the successful bidder. The bidder shall inform the
Bank well in advance, whenever OEM declares end of support of the relevant product
during the contract period including warranty & AMC/ATS period. Bank will have periodic
review of technology. Successful bidder will supply the models approved as per technical
aspects. In case any of the models becomes end of support during entire contract period,
then Successful bidder will provide the latest model available at no extra cost to Bank
without disruption in performance of services/applications.
13. The bidder should ensure the Return Material Authorization (RMA) support in case of
supplied equipment fails. The replacement of faulty equipment should match the
performance requirements of existing equipment or better. All the terms and conditions
which are applicable to faulty equipment will also applicable to the replacement equipment.
14. During the contract period, the bidder will also provide the latest versions of software at no
extra cost to the Bank. Bidder will conduct a review of Bank’s network annually. Bank will
consider an alternate model in consultation with the OEM in case of need.
15. Bidder has to integrate SDWAN solution with existing AD, TACACS, NTP, Monitoring Tool
etc.
16. The Bidder shall co-ordinate with Bank’s network integrator and LAN cabling vendor for
resolving connectivity issue of workstation/ network equipment.
17. Successful bidder shall provide all technical specifications, all necessary entitlements,
papers of license, etc. for both hardware and software of all equipment covered in this RFP
to the Bank.
18. The successful bidder including OEM will be required to submit an undertaking before
signoff , explicitly stating their commitment to provide full technical, spares, operational and
maintenance support to Bank during the contract period including warranty & AMC/ATS
period.
19. Bidder shall ensure that during implementation the performance and security of the existing
Bank’s network should not be hampered.
20. As per Bank’s requirement, the successful bidder will arrange for team of experts for the
solution from OEM to carry out trouble shooting if required, at the time of proof of concept
and at the time of installation or in case of any issues with the installed devices in
coordination with the Bank.
21. Bidder has to provide the devices with rack mounting kit to accommodate all components
in the rack space provided in the Bank’s branches/offices.
Page 12 of 77
22. The successful bidder has to buy back the existing devices/equipment (e.g. CISCO routers
etc.).
23. Bank may conduct the Proof of concept (POC) during or after technical evaluation in an
extensive manner at specified locations of the Bank, to verify that the selected model
conforms to all technical specifications mentioned in the RFP.
24. If there is any gap in interpretation of Bank's requirement and bidder/OEM understanding
for proposed solution, it will be the responsibility of Bidder/OEM to fill up the gap on time
without any extra cost to Bank during implementation of Project/AMC/ATS.
25. The Bank reserves the right to shift the equipment/appliance/solution to a suitable location
depending upon the need. The Bidder will arrange to uninstall, shift the equipment, re-
install, configure and commission the same at the shifted location and making the entire
system operational without any additional cost to Bank.
Other conditions:
a. Bank reserves right to cancel the contract at any time in case system fails to meet any of the
requirements as mentioned in the RFP.
b. No right to employment in the Bank shall accrue or arise, at any point of time under this project.
c. Bank reserves the right to change the Successful bidder with three months’ notice to the
concerned person of the Company.
d. A detailed agreement will be done with the successful bidder specifying roles and
responsibilities.
e. The offered solution shall be subject to Bank’s audit through off-site and on-site scrutiny at any
time during the contract period. The auditors may be internal/ external. The successful bidder
should provide solution and implementation for all the audit points raised by Bank’s internal/external
team during the contract period without any extra cost.
f. Obtaining Road permits or any other document for delivery of the material till Bank's premises
will be the sole responsibility of the successful bidder (Vendor). The successful bidder (Vendor) hall
arrange road permit for locations applicable at no extra cost to the Bank. However, Bank will sign
the necessary forms as purchaser, as per the requirements.
Page 13 of 77
INSTRUCTION TO BIDDERS
2. COST OF BIDDING
The Bidder shall bear all the costs associated with the preparation and submission of their bid and
Punjab National Bank, hereinafter referred to as “Purchaser” or “Bank”, will in no case be
responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
3. BIDDING DOCUMENT
The Bidder is expected to examine all instructions, forms, terms and conditions in the Bidding
Documents. Failure to furnish all information required by the Bidding Documents or submission of
a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidders’
risk and may result in the rejection of its bid without any further reference to the bidder. Bidder
should submit the bid strictly as per RFP failing which bid will be treated as non-responsive
and will be liable for rejection.
4. LANGUAGE OF BIDS
The bids prepared by the bidder and all correspondence and document relating to the bids
exchanged by the bidder and PNB, shall be written in English.
Any inter-lineation, erasures or overwriting shall not be valid and it will lead to rejection of bid
without quoting any reason.
At any time prior to the last Date and Time for submission of bids, the Bank may, for any reason,
modify the Bidding Documents through amendments at the sole discretion of the Bank. All
amendments shall be uploaded on the Bank’s websites (www.pnbindia.in and
https://etender.pnbnet.in ) and will be binding on all those who are interested in bidding. In order
to provide prospective Bidders a reasonable time to take the amendment if any, into account in
preparing their bid, the Bank may, at its discretion, extend the deadline for submission of bids.
Bidders are required to go through the any subsequent amendment/Corrigendum/clarifications
meticulously and submit their queries, if any, at least 2 working days before the hash submission
date to avoid any last minute issues.
Bid shall remain valid for 12 months from last date of submission of bid prescribed by PNB. A bid
valid for shorter period shall be rejected by the purchaser as non-responsive.
8. LATE BID
Page 14 of 77
Any bid received by the Bank after the deadline for submission of bid will be rejected.
9. BID CURRENCY
Bidder has to submit the Bid Earnest Money (EMD) of Rs. 1.00 crores (MSE bidder is exempted
from payment of Earnest Money Deposit if bidder can furnish requisite proof subject to the
satisfaction of Bank. However, Traders/ Sole Agents/ Distributors etc. are excluded from this
relaxation. Also, Start-up bidder recognized by Department of Industrial Policy and Promotion
(DIPP) is also exempted from payment of Earnest Money Deposit), which should be submitted in
the form of online deposit or Bank Guarantee (BG) favoring PUNJAB NATIONAL BANK, IT
DIVISION New Delhi and filling all the details as per specified Annexure-XIV. The BG should have
a validity of 12 months from the date of submission of bid with claim period of another 12 months.
The BG/ details of EMD should be submitted at the time of bid submission.
In case of unsuccessful bidder, EMD will be returned within one month of disqualification
(Technically/Commercially) or within one month of completion of tender process, as the case will
be and no interest will be payable on EMD amount. The EMD will be returned to the successful
bidder upon submission of Performance Bank Guarantee and no interest will be payable on EMD
amount.
(Proof of the transaction (printout) to be submitted along with the bid documents).
For the purpose of the present job, a two stage bidding process will be followed. The response to
the present tender will be submitted in two parts:
Technical bid
Commercial bid
The bidders will have to submit the technical bid in Banks e-procurement system as well as in hard
copy and commercial bids in only online form through Bank’s e-procurement system. All
documents/letters, addressed to the Bank, should be submitted in Original. (No Photocopies will
be acceptable).
a) TECHNICAL BID
The Technical bid must be submitted in hard bound file in a sealed envelope superscribing
“Technical Bid response against RFP FOR SUPPLY, INSTALLATION, IMPLEMENTATION
AND MAINTENANCE OF SOFTWARE DEFINED – WIDE AREA NETWORK (SD-WAN)
SOLUTION” & also online. Unsealed envelops will not be accepted. TECHNICAL BID will contain
all the supporting documents regarding eligibility criteria, scope of work, Technical aspects,
Compliance statement and Terms & Conditions etc. mentioned in the RFP, and NOT contain any
Page 15 of 77
pricing or commercial information at all. Technical bid documents with any commercial
information will be rejected.
In the first stage, only TECHNICAL BIDs will be opened and evaluated. Bids of only those bidders
would be evaluated further on Technical parameters who comply with all the eligibility criteria’s.
Only those bidders confirming compliance to all the terms & conditions of RFP document shall be
short-listed for commercial stage.
b) COMMERCIAL BID
In the second stage, the COMMERCIAL BID of only those bidders will be opened, who will comply
will all the eligibility criteria’s and will confirm compliance to all the terms &
conditions of RFP document in the Technical Evaluation Stage. (Annexure-XI)
Bidders are required to submit pre-bid queries, within the stipulated timelines as given in the
General Tender Details, through mail (In excel format only). Bidders are also required to bring hard
copy of the same queries on their letter head, duly signed and stamped by their authorized
signatory. Queries not submitted in hard copy will not be responded.
Sr. RFP Page No. RFP Clause Name RFP Clause Bidder’s
No. & No. Query/Suggestion/Remarks
The queries submitted before pre-bid meeting and submitted in hard copy as mentioned above, will
only be discussed in the pre-Bid meeting and their subsequent responses will be uploaded onto
Bank’s websites.
Only two persons per bidder will be allowed to attend the Pre-Bid meeting provided they have
authorization letter from competent authority to attend the pre-bid meeting from their company.
Bidders attending the pre-bid are also required to submit a copy of their I-card issued by their
company.
Bidders are required to go through the RFP and any subsequent Corrigendum’s/clarifications
meticulously and submit their queries timely to avoid any last minute issues.
Bidders are required to strictly submit their bids in electronic form using the e-procurement system
at https://etender.pnbnet.in by using their digital certificates of Class II and above (both encryption
and signing). All the interested bidders should register themselves in the e procurement system
https://etender.pnbnet.in for submitting the bids online, if they have not done earlier. The RFP
document and further corrigendum, if any can also be downloaded from Bank’s websites
www.pnbindia.in & https://etender.pnbnet.in. Bids received after closing of the bid in the e-
procurement system are summarily rejected without any reason. The commercial bid should be
submitted online only.
All the Annexures and bid documents are to be uploaded in pdf format during the online bid
submission and the same along with technical supporting documents should be submitted
manually before the final date & time of bid submission at the following address.
The Assistant General Manager
Page 16 of 77
Punjab National Bank,
IT Procurement Department,
I.T. Division, HO: 5 Sansad Marg,
New Delhi 110 001
The hard copy of the technical bid to be submitted should contain all the required annexures in
original. Bidder to ensure submission of bid strictly as per the requirement of the RFP. Kindly do
not submit any extra documents/certificate which are not required. At the time of physical
submission of bid, bidder has to show acknowledgement e-mail received after completion of the
bid submission in proof of having submitted the bid online.
Bids must be submitted not later than the specified date and time mentioned in the Bid Document.
If the specified date of submission of bids being declared a holiday for the Purchaser, the bids will
be received up to the specified time in the next working day. The Purchaser may, at its discretion,
extend this deadline for submission of bids by amending the bid documents, in which case all rights
and obligations of the Purchaser and bidders, previously subject to the deadline, will thereafter be
subject to the deadline extended. All the correspondence should be addressed to Bank at the
following address.
Please note that HASH SUBMISSION and BID RE-ENCRYPTION is a mandatory activity, failing
which bidder will not be able to submit the bid. For details you may visit our e-Procurement Site
https://etender.pnbnet.in
Kindly also note that hard Copy of Technical Bid will be received only after successful Hash
Submission and Online bid Re-encryption.
Bids once submitted will be treated as final and no further correspondence will be entertained on
this. No bid will be modified after the deadline for submission of bids. No bidder shall be allowed
to withdraw the bid, if bidder happens to be successful bidder. In case of any deviation in the bid
submitted in Online portal and the hard copy bid, the one submitted online will be considered and
will be evaluated.
The bidder has to accept all terms and conditions of the Bank and should not impose any of its
own conditions upon the Bank. A bidder who does not accept any or all conditions of the Bank
shall be disqualified from the selection process at any stage as deemed fit by the Bank.
Page 17 of 77
18. LOCAL CONDITIONS
The bidder must acquaint himself with the local conditions and factors, which may have any effect
on the performance of the contract and / or the cost.
The Purchaser reserves the right to accept or reject any bid and annul the bidding process or even
reject all bids at any time prior to award of contract, without thereby incurring any liability to the
affected bidder or bidders or without any obligation to inform the affected bidder or bidders about
the grounds for the purchaser's action. The Purchaser reserves the right to accept or reject any
technology proposed by any bidder.
The Date, time and location of bid opening is as per the tender schedule. Any change in Date, time
or location of bid opening will be communicated to the participating bidders through e-mail. The
technical bids will be opened in the presence of representatives of the bidders who choose to
attend. In the event of the specified date of bid opening being declared a holiday for purchaser, the
bids shall be opened at the specified time and place on next working day.
To assist in the examination, evaluation and comparison of bids the purchaser may, at its discretion,
ask the bidder for clarification and response shall be submitted in writing, duly signed & stamped
by the authorized signatory and no change in the price or substance of the bid shall be sought,
offered or permitted. The clarification and response received from bidder will be subsequently part
of bid submitted by that bidder.
The Purchaser will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required information have been provided as
underlined in the bid document, whether the documents have been properly signed, and whether
bids are generally in order.
The bid determined as not substantially responsive will be liable for rejection by the purchaser and
may not be made responsive by the bidder by correction of the non-conformity. The decision of the
Bank in this regard will be final.
Page 18 of 77
The purchaser may waive any minor informality or non-conformity or irregularity in a bid,
which does not constitute a material deviation, provided such waiver does not prejudice to
affect the relative ranking of any bidder.
The prices in any form or by any reasons should not be disclosed in the technical or other parts of
the bid except in the indicative commercial bid. Failure to do so will make the bid liable to be
rejected.
After opening of the technical bids, all the documents and annexure (except commercial
documents/offer) will be evaluated first by the Bank.
1. Bid document must be submitted in a single hard bound file. (No loose pages must be
submitted). All pages of the Bid Document must be serially numbered and must be signed in
Full (no initials) by the authorized signatory and stamped by Bidder’s Official seal. All
Annexures must be on the letter head of the Bidder, except those which are to be provided by
OEM/CA/third party. All documents, addressed to the Bank, should be submitted in Original. (No
Photocopies will be acceptable).
2. All third party documents must be signed by their authorized signatory and his/her
designation, Official E-mail ID and Mobile no. should also be evident. Bidder is also required to
substantiate whether the person signing the document is authorized to do so on behalf of his
company. Inability of the bidder to prove the genuineness/authenticity of any third party document
may make the bid liable for rejection.
3. Technical bid opening will be done in presence of authorized representatives of all the
bidders (if they choose to be present) who have submitted technical bid successfully (both
online & in Hard Bound File) within the stipulated time lines set by the Bank.
4. First of all, the RFP Cost and EMD of all bidders will be verified. If any RFP Cost/EMD is not
found in order, that bidder will be declared ineligible for further participating in the tender process.
5. After that technical bids will be evaluated based on the eligibility criteria defined in the RFP
document. Bids complying with all the eligibility criteria and confirming compliance to all the terms
& conditions of RFP document would be further evaluated on technical parameters.
6. Bidders satisfying the technical requirements as determined by the Bank and accepting the
terms and conditions of this document shall be short-listed for further process.
7. PNB will determine to their satisfaction whether the bidder selected as having submitted the
best evaluated responsive bid is qualified to satisfactorily perform the contract. The decision of PNB
will be final in this regard.
8. The determination will take into account bidder’s financial, technical and support capabilities
as per RFP, based on an examination of documentary evidence submitted by bidders.
Page 19 of 77
9. The Bank reserves the right to accept or reject any product/ item/ technology/ module/
functionality proposed by the bidder without assigning any reason thereof. The Bank also reserves
the right to reject any Bid, in case any of the Technical Specification as per Annexure XI is not in
compliance to Bank’s requirement. Decision of the Bank in this regard shall be final and binding on
the bidders.
1. The commercial bids shall be opened in the presence of shortlisted bidders, if they choose to
be present. The intimation of time and place of opening of commercial bids will be informed
separately to the shortlisted bidders only. If the shortlisted bidders or their duly authorized
representatives are not present, the commercial bids will be opened in their absence. No
information regarding the Commercial opening will be provided later to the bidders who did not
attend the commercial opening, neither telephonically nor through mail.
2. After opening of commercial bids as above, commercial evaluation & verification of the bids will
be done by the Bank. Any arithmetic errors will be rectified as per clause 22-Preliminary
Examination.
3. The bidders will be required to quote for all the items required by the Bank.
i) “If a bidder quoting higher prices, higher by more than 40% as compared to the average
quoted prices (of all technically qualified bidders) for all items in aggregate, the same bidder shall
not be called for reverse auction process”. If due to such price variation factor, a bidder is not found
eligible to be called for reverse auction and only one bidder is left commercially eligible, in such a
situation, Bank reserves the right to negotiate with the L1 bidder.
5. The L-1 price and L-1 vendor for the rate contract will be decided on the basis of least
grand total cost derived after conducting reverse auction.
Bank will hold Reverse Auction in the event of two or more bidders are commercially eligible. Final
Item wise price shall be arrived after Reverse Auction. The procedure for the same is available on
our e-procurement website. Reverse Auction/s will be conducted on mandatory items only (Table-
A of Indicative Commercial bid format (Annexure XII)). Base Price, Bid decrement value will be
as per Bank’s Discretion and will be communicated to all commercially eligible bidders only for
seeking acceptance.
It will be mandatory for all the bidders to quote rates of all optional components that are required
as per RFP. The rates of optional items will be negotiated with the successful bidder only, if required
by Bank.
a. If the commercially eligible bidders do not accept the base price and bid decrement value
fixed by the Bank within the stipulated time given by the Bank, in such a situation Bank reserves
the right to disqualify that/those bidder(s) from further RFP process.
Page 20 of 77
b. After giving the acceptance by bidder(s) for the base price and decrement value, if the
bidder(s) do not login in Bank’s E-Auction portal during the Reverse Auction or refuse to participate
in Reverse Auction at any time thereafter, then the bidder(s) will automatically get disqualified for
further RFP process.
c. During the course of Reverse Auction if eligible bidders accept the base price and do not place
any bid below the accepted base price after logging into the Reverse Auction portal, then out of
these bidders, the one who has quoted least total price in Table-A of Indicative Commercial bid
format (Annexure XII) shall be treated as L1 bidder and Bank reserves the right to further negotiate
with L1 bidder and finalize the final prices.
In case of any situation where Bank is left with only one eligible bidder, then Bank reserves the
right to negotiate with that bidder and final Item wise price shall be arrived.
Procurement through Local Supplier (Preference to Make in India) will be done as per the “Public
Procurement (Preference to Make in India) Order 2017 issued vide Department of Industrial Policy
and Promotion (DIPP) Notification No. P-45021/2/2017-B.E-II dated 15.06.2017 and thereafter
revised vide Notification No. P-45021/2/2017-PP (B.E-II) dated: 28.05.2018 & No. P-45021/2/2017-
PP(BE-II) dated 04.06.2020. Please also refer to Notification No. F.No.33(1)/2017-IPHW
dt:14.09.2017 for the list of Electronic Products that are notified under the Public Procurement
(Preference to Make in India) Order 2017.
‘Local Supplier’ means a supplier or service provider whose product or service offered for
procurement meets the minimum local content as prescribed under this Order. The minimum local
content shall be 50%.
The bidder (if local supplier) will have to submit a self-certification that the offered item meets the
minimum local content and shall give details of the Locations at which the local value addition is
made. The bidder will also submit a certificate from statutory auditor or cost auditor of the company
or from a practicing cost accountant or chartered accountant giving the percentage of local content.
Bidders are forbidden to contact Bank or its Consultants on any matter relating to this bid from the
time of submission of commercial bid to the time the contract is awarded. Any effort on the part of
the bidder to influence bid evaluation process, or contract award decision may result in the rejection
of the bid.
PNB reserves the right to accept or reject any bid and annul the bidding process and reject all bids
at any time prior to award of contract, without thereby incurring any liability to the affected bidder
or bidders or any obligation to inform the affected bidder or bidders of the ground for its action.
29. CONFIDENTIALITY
The bidder shall not, without the written consent of the Bank, disclose the contract or any provision
thereof, any specification, or information furnished by or on behalf of the Bank in connection
therewith, to any person(s).
The bidder shall not, without the prior written consent of the Bank, make use of any document or
information except for purposes of performing this agreement.
Page 21 of 77
30. FORCE MAJEURE
Notwithstanding the above provisions, the successful bidder shall not be liable for penalty 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
bidders‟ fault or negligence and not foreseeable. Such events may include, but are not restricted
to, war or revolution and epidemics. If a force majeure situation arises, the bidder shall promptly
notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by
the Bank in writing, the bidder shall continue to perform its obligation under the contract as far as
is reasonably practical, and shall seek all reasonable alternative means of performance not
prevented by the force majeure event.
By virtue of Contract, as and when it is entered into between the Bank and the successful bidder,
and its implementation thereof, the successful bidder may have access to the confidential
information and data of the Bank and its customers. The successful bidder will enter into a Non-
Disclosure Agreement to maintain the secrecy of Bank’s data as per following:-
That the successful bidder will treat the confidential information as confidential and shall not
disclose to any third party. The successful bidder will also agree that its employees, agents, sub-
contractors shall maintain confidentiality of the confidential information.
That the successful bidder will agree that it shall neither use, nor reproduce for use in any
way, any confidential information of the Bank without consent of the Bank. That the successful
bidder will also agree to protect the confidential information of the Bank with at least the same
standard of care and procedures used by them to protect its own confidential Information of similar
importance. Without limitation of the foregoing, the successful bidder shall use reasonable efforts
to advise the Bank immediately in the event that the successful bidder learns or has reason to
believe that any person who has had access to confidential information has violated or intends to
violate the terms of the Contract to be entered into between the Bank and the successful bidder,
and will reasonably cooperate in seeking injunctive relieve against any such person.
That if the successful bidder hires another person to assist it in the performance of its
obligations under the Contract, or assigns any portion of its rights or delegates any portion of its
responsibilities or obligations under the Contract to another person, it shall cause its assignee or
delegate to be bound to retain the confidentiality of the confidential information in the same manner
as the Bidder is bound to maintain the confidentiality. This clause will remain valid even after the
termination or expiry of this agreement.
That the successful bidder will strictly maintain the secrecy of Bank’s data.
Page 22 of 77
ANNEXURE I
TERMS AND CONDITIONS
1. SIGNING OF CONTRACT
The successful bidder(s) shall mandatorily enter into a Service Level Agreement (SLA), Non-
Disclosure Agreement (NDA) and integrity Pact (IP) with Bank, within 30 working days of the award
of the tender or within such extended period as may be permitted by the Bank. The letter of
acceptance and such other terms and conditions as may be determined by the Bank to be
necessary for the due performance of the work in accordance with the Bid and the acceptance
thereof, with terms and conditions shall be contained in a Memorandum of Understanding to be
signed at the time of execution of the Form of Contract. If the contract is not signed within the
given period (45 working days*), the EMD will be forfeited after a grace period of 15 working days*.
The bidder has to accept all terms and conditions of the Bank and should not impose any of its
own conditions upon the Bank. A bidder who does not accept any or all conditions of the Bank
shall be disqualified from the selection process at any stage as deemed fit by the Bank.
2. DURATION OF CONTRACT
The Rate contract will be valid for two years from the date of agreement signed with the
Bank, if not revised earlier of all the hardware & software licenses. Bank at its sole discretion may
extend the Rate Contract for a further period by 1 year or any other period, at the same rate and
same terms & conditions, subject to satisfactory performance of successful bidder and mutual
agreement on the terms and conditions.
However, total period of contract with the bidder will be 09 years (2-year RC period plus 3-years
warranty plus 4-years AMC/ATS period) from the date from the date of agreement signed with the
Bank.
Bank reserves right to cancel the contract at any time in case system fails to meet any of the
requirements as mentioned in the RFP
a) The successful bidder will have to submit Performance Bank Guarantee amounting to 10 %
of Purchase Order within one month of acceptance of purchase order & initially valid for a period of
5 years with claim period of another 12 months, the validity of same will be further extended for
period of 4 years with claim period of another 12 months, before 2 months prior to expiry of PBG
validity from the date of entering into contract.
b) The Bank Guarantee should be issued by any Public Sector Bank or scheduled Commercial
Bank other than Punjab National Bank.
c) The Performance Bank Guarantee will be furnished for due performance of the complete
Solution.
d) In case successful bidder submits any false information or declaration letter during the tender
process or period of rate contract, Bank shall invoke the EMD/ Performance Bank Guarantee
submitted by the bidder to recover penalty/damages. In case successful bidder fails to perform the
contract, Bank shall invoke the Performance Bank Guarantee to recover penalty/damages.
e) No interest on PBG will be paid by Bank.
Page 23 of 77
4. ACCEPTANCE OF ORDER (ORDER PLACEMENT)
Orders will be placed by the respective HO Division/Department. The successful bidder (Vendor)
shall have to accept and acknowledge orders within 15 working days from the date of order
placement. Bank has a right to cancel the order and forfeit the entire EMD amount if the same is
not accepted within a period of 15 working days from the date of order, otherwise it will be
considered as accepted.
The date on which the complete system is installed will be taken as the date of installation. In case
of part installation of the system, the date of last items installed will be taken as the date of
installation.
7. IMPLEMENTATION
Bidder shall be responsible for implementation of complete solution at both DC & if ordered for DRS
(currently in Mumbai) or any other alternate site as per the Bank’s requirement within 12 weeks
from the date of delivery or within 28 weeks from the date of Purchase Order, whichever is earlier.
8. ACCEPTANCE TEST
All the delivered hardware items may be subjected to an acceptance test. Successful bidder has to
arrange one Engineer at the site at the date and time mentioned by the Bank to assist in the
acceptance test.
9. PAYMENT
9.1) Payment* will be made as per the following schedule for Orders at HO: -
A-Hardware Cost
B- Total Software Cost including all required licenses
C-Implementation Cost including integration
D-OTS Cost
Page 24 of 77
Sign Off of complete solution with all (20% of A) + (20% of B) + (90% of C)
modules/functionalities *
After three months of sign-off 10% of (A+B+C) or immediately on
submission of equivalent amount of BG
ATS/AMC On Half Yearly basis in Advance
OTS (Onsite Technical Support) Cost On Quarterly basis in arrears
* Cost of the project and its components shall remain the same during the contract period.
If the contract is extended for any period, beyond its expiry, and there is any variation in
exchange rates (positive & negative both), the prices shall vary accordingly. The variation
will be considered between the Exchange rate prevalent as on date of Acceptance of Letter
of Intent and between the rates as on date of expiry of Contract. Increase in price of any item
due to exchange rate variation shall be subject to negotiation.
** Sign off will be given only after successful implementation of the solution & testing for 2
weeks.
NOTE: 100% of any item is the eligible amount after deduction of Penalty, if any.
In case of delayed delivery or incorrect delivery, then date of receipt of the correct and final
component shall be treated as delivery date for penalty and other calculation. Bidder shall quote all
the figures in numbers followed by total in words enclosed in brackets in all fields of indicative
commercial bid.
Further, the above payments will be released only after submission of PBG and signing of SLA
(including Do & Don’t), IP and NDA by Successful Bidder.
9.2) Payment* will be made as per the following schedule for Edge Devices: -
A-Hardware Cost
B- Total Software Cost including all required licenses
C-Implementation Cost including integration
In case of delayed delivery or incorrect delivery, then date of receipt of the correct and final
component shall be treated as delivery date for penalty and other calculation. Bidder shall quote all
the figures in numbers followed by total in words enclosed in brackets in all fields of indicative
commercial bid.
10. INSURANCE
The hardware/equipment to be supplied under the contract period shall be fully insured till
installation of the system by the bidder against loss or damage incidental to manufacture or
acquisition, transportation, storage, delivery and installation. Bank will not be responsible for any
loss to bidder on account of non-insurance to any equipment or services. All expenses towards
insurance shall be borne by the successful bidder.
Page 25 of 77
11. WARRANTY, ANNUAL MAINTENANCE CONTRACT (AMC) & ANNUAL TECHNICAL
SUPPORT (ATS)
Complete solution supplied should be covered under comprehensive on-site BACK-TO-BACK AMC
& ATS for seven years from the date of installation. Bidder should make adequate arrangements
with OEM for the same. This includes replacing the faulty component, updating the latest patches
of software, re-configuration, redeployment of application (if required), providing latest version
(software subscription) of the software/license etc. Definition update / patch update, upgrade would
be done by successful bidder immediately for critical updates or on monthly basis for normal
updates/upgrades.
The successful bidder shall be fully responsible for the AMC & ATS of all equipment, accessories,
spare parts, including that of software items etc. against any defects arising from design, material,
manufacturing, workmanship or any act or omission of the manufacturer and/or successful bidder
any defect that may develop under normal use of supplied equipment during AMC & ATS period.
WARRANTY, AMC & ATS should cover the following at no extra cost to Bank:-
11.1) Service support should be available on 24 x 7 x 365 basis.
11.2) Any issue except hardware failure in the deployed solution should be resolved within 4 hours
of receipt of complaint.
11.3) In case of failure of any hardware, replacement should be within 24 hours from the time call
is lodged during AMC & ATS. The replacement unit has to be shipped by the OEM & should
be compatible with given hardware and the bidder should install and configure the same.
Once confirmed by Bank on the successful working of the device, the faulty unit has to be
collected by the bidder and delivered to OEM. All charges, including taxes if any, towards
replacement has to be borne by the bidder.
11.4) Any corruption in the software or media shall be rectified during the full period of the contract
including AMC & ATS.
11.5) AMC & ATS would cover updates/maintenance patches/bug fixes (available from the original
software successful bidder) for system software & firmware patches/bug fixes, if any, for
hardware & Software.
11.6) The successful bidder should provide on-site preventive maintenance on regular interval i.e.
quarterly. However, Yearly preventive maintenance must be done by OEM and report of the
same shall be provided to Bank. Pro-active product health status check-up (on-site) and
submission of report quarterly/yearly. During the preventive maintenance the bidder/OEM
should also check the firmware / operating system running on the IMPS engine and other
components and upgrade the same to latest version as released by OEM. The successful
bidder/OEM will be required to forward to the Banks well in advance (at least 7 days) the
preventive maintenance schedule / plan to enable the Bank to intimate the locations/offices
and obtaining downtime etc.
11.7) Free of cost version upgrade/customization will be done by bidder whenever new version of
firmware/software is released or new requirements comes.
11.8) The bidder to note that, the Bank reserves the right to modify/update the parameter
files/configuration after feasibility check by the successful bidder. The feasibility of same
should be informed to the Bank.
11.9) The bidder to submit detailed Root Cause Analysis for hardware & software related
issues/failures.
11.10) Any coordination with the OEM for support should be carried out by the bidder engineer.
11.11) The bidder to note that, only under exceptional conditions remote access for devices would
be provided. Under all other circumstances bidder to provide on-site support only.
11.12) The OEM must provide technical support. The OEM must provide the dedicated login
credentials to Bank with highest level permissions to search knowledge base, downloading
Page 26 of 77
of the patches, documents and to manage the device. Bank should be able to raise tickets
directly to OEMs.
11.13) Bank should have a facility to log a call using web interface wherein all the support contract
details should be linked. This interface should provide the incident number for monitoring the
progress of the call/support ticket. The Bank should also have flexibility to log the calls using
either emails/telephone also.
11.14) The OEM should have a comprehensive known error database or knowledge database in
the form a web access which is accessible to Bank team for resolving first level issues. This
is not a local database maintained to track incidents. This repository is the knowledge base
of all the incidents resolved worldwide by the successful bidder support teams.
11.15) The AMC/ATS may be terminated by the Bank after giving three months’ notice in case of
deficiency in services. Bank may extend the AMC/ATS term for two terms of 1 year each on
same rates and same terms and conditions.
11.16) The quoted percentage (%) for AMC and ATS would be applicable for proactive support on
24 x 7 x 365 basis. AMC and ATS would cover all components of the offered
appliance/solution/hardware/software without any exceptions.
The solution (software or hardware or both) provided by the successful bidder should not be
declared end of sale within 5 years of sign off of the project. If at all the solution (software or
hardware or both) is declared end of sale within 5 years of sign off, the successful bidder has to
provide the upgraded version (software or hardware or both) free of cost, to the Bank.
L2 Support: The successful bidder will ensure onsite availability of one L2 engineer at Head
Office level (Both DC & DR) to mitigate any issues in branches with respect to SDWAN edge
appliances/solution. The L2 engineer will ensure replacement of
appliance/equipment/solution in case of fault/misbehavior in coordination with DC/DR team.
L3 support: The successful bidder will ensure onsite availability of experienced L3 engineers
within 2 hours in case of any urgent requirement of the Bank in addition to the existing onsite
resident engineer without any extra cost to the Bank, till the time the issue is resolved or the
Bank feels so.
The successful bidder has to ensure the following with respect to qualification, experience
and background check of the resident engineers & Success full bidder will submit
documentary proof for the same to Bank before starting the implementation of the solution:
Page 27 of 77
b) Experience: Resident engineers should have minimum 2 years of hands on
experience in administration of the Solution. Proper experience certificate obtained
from the client, to be submitted at the time of deployment of resident engineers in the
Bank. Certification from the OEM to be submitted at the time of payment request for
onsite engineer charges.
The resident engineers have to perform the below mentioned (but not limited to) duties
pertaining to the solution:
1. The Successful bidder has to ensure the availability of requirements of engineers (as
per qualifications defined by the Bank mentioned) at Bank’s Data Center and if
required, at DRS for setting up and administration of the solution during office hours (9
am to 6 pm) on all 7 days of the week till sign off.
3. During the implementation, the performance or security of the existing network setup
should not be compromised.
6. Informing the Bank about the latest patches, OS/application versions, updates,
signatures, etc. as and when released by the OEM and evaluating and applying the
same as per their applicability in the Bank’s environment as per Bank’s
policies/requirements.
7. Proactive monitoring of health of the solution, including the H/W, S/W, application,
solution on various parameters such as CPU, memory, interface utilizations, etc.
Reporting abnormalities to the Bank as and when observed/occurred.
8. Preparing and submitting regular reports as and when required by the Bank.
9. Troubleshooting day to day issues, faced by end users, pertaining to SDWAN solution
in coordination with Bank’s Network integrator, security integrator, or other relevant
teams/vendors.
10. Call logging and follow-up with the OEM or the successful bidder’s support mechanism
and escalation for resolution of all types of hardware, software, solution or application
related issue for the solution.
Page 28 of 77
11. Promptly alert Bank’s team in case of any discrepancy observed or any security threat
and initiate necessary action in coordination with security vendors of the Bank.
12. Periodic Assessment of the solution for ensuring compliance and security hardening
as per Bank’s policies/requirements and submitting recommendations for further
improvements to mitigate any possible threats, effective compliance check, better
visibility and controls, etc.
Deployment of onsite resources: The Successful bidder has to ensure the availability of
two L2-level resident engineers at each location i.e. Bank’s Data Center & DRS (cost will be
decided as per reverse auction) for administration, operations, management and all activities
related to the solution during office hours (9 am to 9 pm) on all working days of the week as
well as beyond office hours or on holidays, whenever asked, at no extra cost to the Bank
during the contract period.
The resident engineers stationed at Bank’s Data Center will be exclusively for this project and
cannot be shared by the bidder for any other purpose during contract period. Granting leave/
absence to the engineers posted at our site, should be with prior intimation to the Bank and
suitable replacement should be arranged in his/her absence without fail. The resident
engineers have to perform the below mentioned (but not limited to) duties pertaining to the
solution:
1. After implementation the Successful bidder has to ensure the availability of two resident
engineers for 12 months from the date of signoff of L2 level during office hours (9 am
to 6 pm) at Bank’s Data Center and if required at another site at no extra cost to the
Bank for administration, operations, management and all activities related to the
solution on all working days of the week as well as beyond office hours or on holidays,
whenever asked or needed.
2. The resident engineers stationed at Bank’s Data Center will be exclusively for this
project and cannot be shared by the bidder for any other purpose during contract
period. Granting leave/ absence to the engineers posted at our site, should be with at
least 2 days’ prior intimation to the Bank and suitable replacement should be arranged
in his/her absence without fail. Penalty may attract if engineers are absent.
Further, SD-WAN onsite support resource will also assist in installation of OS &
database along with Migration of Applications & Migration of Databases, wherever
desired by Bank.
7. Informing the Bank about the latest patches, OS/application versions, updates,
signatures, etc. as and when released by the OEM and evaluating and applying the
same as per their applicability in the Bank’s environment as per Bank’s
policies/requirements.
8. Proactive monitoring of health of the solution, including the H/W, S/W, application,
solution on various parameters such as CPU, memory, interface utilizations, etc.
Reporting abnormalities to the Bank as and when observed/occurred.
9. Preparing and submitting regular reports as and when required by the Bank.
10. Troubleshooting day to day issues, faced by end users, pertaining to SDWAN solution
in coordination with Bank’s Network integrator, security integrator, or other relevant
teams/vendors.
11. Call logging and follow-up with the OEM or the successful bidder’s support mechanism
and escalation for resolution of all types of hardware, software, solution or application
related issue for the solution.
12. Promptly alert Bank’s team in case of any discrepancy observed or any security threat
and initiate necessary action in coordination with security vendors of the Bank.
13. Periodic Assessment of the solution for ensuring compliance and security hardening
as per Bank’s policies/requirements and submitting recommendations for further
improvements to mitigate any possible threats, effective compliance check, better
visibility and controls, etc.
16. Proactive monitoring of health of the solution, including the H/W, S/W, application,
solution on various parameters such as CPU, memory, interface utilizations, etc.,
monitoring of communication/proper working of the solution with various integrated
applications like Active Directory, Anti-Virus, SIEM, ATP, VA/PT tool,etc. monitoring
the threshold of devices’ utilization with respect to number of users, concurrent
connections, etc. and reporting the same to the Bank on daily basis. Reporting
abnormalities to the Bank as and when observed/occurred.
Page 30 of 77
17. Maintaining the inventory of all nodes, VMs etc. connected throughout the Bank’s
network (managed through Central Management Console) along with device IP
address, MAC address, present location, switch IP and switch port numbers used for
connectivity, type of devices connected, etc.
18. Preparing and submitting reports as per the requirement of the Bank. Reports will
include daily health monitoring and other statistical reports. If any report is available
out of the box then engineer has to customize the same as per the Bank’s requirement
with no extra cost. Engineer may take support from its Backend team and/or OEM if
required.
19. Troubleshooting day to day issues, faced by end users, pertaining to proposed solution
in coordination with Bank’s Network integrator, security integrator, desktop
management team or other relevant teams/vendors.
20. Call logging and follow-up with the OEM or the successful bidder’s support mechanism
and escalation for resolution of all types of hardware, software, solution or application
related issue for the solution within the Turn-around-time.
21. Promptly alert Bank’s team in case of any discrepancy observed or any security threat
and initiate necessary action in coordination with security vendors of the Bank.
22. Periodic Assessment of the solution for ensuring compliance and security hardening
as per Bank’s policies/requirements and submitting recommendations for further
improvements to mitigate any possible threats, effective compliance check, better
visibility and controls, etc.
23. The successful bidder will ensure onsite availability of experienced L3 engineers of
OEM in case of any urgent requirement of the Bank in addition to the existing onsite
resident engineer without any extra cost to the Bank, till the time the issue is resolved.
Complete RCA should be provided to Bank by OEM, in such Cases.
24. All duties mentioned in RFP (but not limited to mentioned in RFP pertaining to the
proposed solution) will be performed for 12 months’ post Implementation i.e. 12 months
from sign-off, without any extra cost to the Bank. And after this period, if Bank avails
services of additional OTS, he will also perform all duties mentioned in RFP (but not
limited to mentioned in RFP pertaining to the proposed solution), at no extra cost to the
Bank during the contract period, except cost arrived after reverse auction for additional
OTS.
25. The non-delivery of services or non-response or any breach of information will lead to
penalty. The penalty is applicable in respect of non-delivery of services/ support as per
the requirement of this RFP. The onsite engineers/representative deployed by the
successful bidder will not claim any benefit from the Bank and any loss or damage to
the Bank due to them will be the sole responsibility of the Successful bidder.
Page 31 of 77
14.1 Penalty due to delay in Services
14.2 Penalty due to Downtime or due to performance below the expected Turnaround time
of any application integrated with the Solution, which may impact Banks business for Central
Device
After implementation of the complete solution, Penalty will be deducted for partial or complete
downtime of the system (hardware or software failure) as below.
Uptime (U) Penalty
U >=99.95 No Penalty
99.50<=U< 99.95 0.1 % of (A+B)
99.00<=U< 99.50 0.2 % of (A+B)
98.50<=U< 99.00 0.3 % of (A+B)
98.00<=U< 98.50 0.4 % of (A+B)
And so on For every 0.5 % drop in the Uptime, Penalty @ 0.1% of (A+B)
Max. Limit 10% of (A+B), beyond which Bank may terminate the contract.
14.3 Penalty due to Downtime or due to performance below the expected Turnaround time
of any application integrated with the Solution, which may impact Banks business for Edge
Device
Page 32 of 77
Penalty due to downtime, during contract period will be deducted from any subsequent payment to
be made to the Successful bidder.
Penalty due to downtime, during AMC/ATS period will be deducted from AMC/ATS payment.
14.5 Penalty due to Absence of Onsite Engineer ( L2 resource & Team Lead)
During the Implementation period and 1 year post implementation- In the absence of the
engineer, suitable replacement is to be provided on immediate basis. In case of absolute absence
(when no replacement is provided), penalty would be deducted @0.5% of the Implementation cost,
for each day, upto a maximum of 10%.
Team lead is required to be present Onsite as and when required by the Bank. Failure to do so will
attract a penalty of 1% of Implementation Cost for each day upto a maximum of 10%.
If the Bank avails additional Onsite Technical support after one year of implementation-In
the absence of the engineer, suitable replacement is to be provided on immediate basis. In case of
absolute absence (when no replacement is provided), penalty would be deducted @3% of the
monthly OTS Cost, for each day.
Penalty as in 14.1, 14.2, 14.3, 14.4 & 14.5 can be levied simultaneously. Maximum deducted
penalty of one type will not affect any other type of penalty i.e. All the five types of penalties
can be levied upto their maximum limit simultaneously.
The Bidder should adhere to laws of the land and rules, regulations and guidelines issued by the
various regulatory, statutory and Government authorities as required from time to time during the
course of the contract. The Bank reserves the right to ascertain information from the Banks and
other institutions to which the Bidders have rendered their services for execution of similar projects.
Such feedbacks from high ranking officials would also form part of vendor selection and any strong
adverse comment/action about product or service would make the Bidder ineligible for further
assessment/processing.
If the selected Bidder fails to complete the due performance of the contract in accordance to the
terms and conditions, the Bank reserves the right either to terminate the contract or to accept
performance already made by the selected Bidder after imposing Penalty on Selected Bidder as
per Clause 6.
In case of termination of contract the Bank reserves the right to recover an amount equal to 5% of
the Contract value as Liquidated Damages for non-performance.
Both Penalty and Liquidated Damages are independent of each other and are applicable separately
and concurrently. The penalty is for delay of performance and not for termination, whereas the
liquidated damages are applicable only on event of termination on default.
Page 33 of 77
Penalty and LD is not applicable for reasons attributable to the Bank and Force Majeure. However,
it is the responsibility of the selected Bidder to prove that the delay is attributable to the Bank and
Force Majeure. The selected Bidder shall submit the proof authenticated by the Bidder and Bank’s
official that the delay is attributed to the Bank and/or Force Majeure along with the bills requesting
payment.
The Bidder shall perform its obligations under the agreement entered into with the Bank, in a
professional manner. If any act or failure by the Bidder under the agreement results in failure or
inoperability of systems and if the Bank has to take corrective actions, to ensure functionality of its
property, the Bank reserves the right to impose penalty, which may be equal to the cost it incurs or
the loss it suffers for such failures. If the Bidder fails to complete the due performance of the contract
in document, the Bank reserves the right either to terminate the order or to recover a suitable
amount as deemed reasonable as Penalty / Liquidated damages for non-performance.
16. TRAINING
The successful bidder shall impart free of cost complete administration training & for day to day
maintenance of offered solution for 3 days and for two batches of 10 officials each of the Bank
preferably in Delhi/NCR) during first year of Contract after completion of implementation. Only
Travelling Cost of Bank Officials will be borne by Bank. The training should cover complete
administration & day to day maintenance of the solution and should be classroom based.
17. TAXES
The rates quoted in Performa for Indicative Commercial offer should be inclusive of all taxes except
GST. However, GST shall be paid to the bidder on actual basis at the rate applicable. The rate of
applicable GST should be informed and charged separately in the invoice generated for supply of
the product.
After issuance of purchase order to successful bidder, Bank reserves the right to cancel the
purchase order without giving any notice, for following reasons –
a. Non submission of acceptance of order within 15 working days of placement of Purchase
Order.
b. Non submission of performance Bank guarantee within stipulated time as specified in the
RFP.
c. Non signing of contract within the time specified by Bank.
d. Non submission of any report/undertaking/document/compliance which was due within one
month from the date of Purchase Order.
After issuance of purchase order to successful bidder, Bank reserves the right to cancel the
purchase order without giving any notice, for following reasons –
a. Non submission of acceptance of order within 15 working days of placement of Purchase
Order.
Page 34 of 77
The Solution may be audited by RBI/any other Regulatory Authority and any observation pointed
out by these bodies have to be complied by the successful bidder within the timelines stipulated by
the regulatory agencies, without any additional cost to the Bank. The offered solution shall be
subjected to Bank’s audit through off-site and on-site scrutiny at any time during the contract period.
The auditors may be internal/ external. The successful bidder should provide solution and
implementation for all the audit points raised by Bank’s internal/external team during the contract
period, within the stipulated timelines, without any extra cost.
22. INDEMNITY
The bidder assumes responsibility for and shall indemnify and keep the Bank harmless from all
liabilities, claims, costs, expenses, taxes (except GST) and assessments including penalties,
punitive damages, attorney's fees and court costs which are or may be required to be paid by
reasons of any breach of the bidder's obligation under these general conditions or for which the
bidder has assumed responsibilities under the purchase contract including those imposed under
any contract, local or national law or laws, or in respect to all salaries, wages or other compensation
to all persons employed by the bidder or bidders in connection with the performance of any system
covered by the purchase contract. The bidder shall execute, deliver such other further instruments
to comply with all the requirements of such laws and regulations as may be necessary there under
to conform and effectuate the purchase contract and to protect the Bank during the tenure of
purchase order. Where any patent, trade mark, registered design, copyrights and/ or intellectual
property rights vest in a third party, the bidder shall be liable for settling with such third party and
paying any license fee, royalty and/ or compensation thereon.
In the event of any third party raising claim or bringing action against the Bank including
but not limited to action for injunction in connection with any rights affecting the machine supplied
by the bidder covered under the purchase contract or the use thereof, the bidder agrees and
undertakes to defend and / or to assist the Bank in defending at the bidder's cost against such third
party's claim and / or actions and against any law suits of any kind initiated against the Bank.
Successful bidder (Vendor) will also assume full responsibility of any loss or damage caused due to
any of their onsite engineer/representative.
Page 35 of 77
regarding quality of services shall be final and binding on the bidder. The Bank shall have the right
to terminate/cancel the contract with the selected bidder at any time during the contract period, by
giving a written notice of 30 days, for any valid reason, including but not limited to the following:
Notwithstanding anything contained hereinabove, the Bank reserves the right to terminate the
contact at any time without assigning any reasons.
In case of termination of contract for the reasons that the services of successful bidder are not found
satisfactory”, the Bank shall be free to Blacklist the successful bidder thereby debarring them from
participating in future Bids/Tender processes.
26. PUBLICITY
Any publicity relating to the work to be carried out in BANKS towards this project is strictly prohibited.
No information of any nature related to this project shall be disclosed to any third party unless
otherwise necessary prior permission to Banks.
The bidder shall continue work under the Contract during the arbitration proceedings unless
otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly
be continued until the decision of the arbitrator or the umpire, as the case may be, is obtained.
The venue of the arbitration shall be Delhi. This is applicable to successful bidder only.
Page 36 of 77
30. PATENT RIGHTS
The supplier shall indemnify the Purchaser against all third party claims of infringement of patent,
trademark or industrial design rights arising from use of the Goods, or any part thereof in India.
The supplier shall, at their own expense, defend and indemnify the Bank against all third party
claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade
secret or industrial design rights arising from use of the products or any part thereof in India or
abroad.
The supplier shall expeditiously extinguish any such claims and shall have full rights to defend it
there from. If the Bank is required to pay compensation to a third party resulting from such
infringement, the supplier shall be fully responsible including all expenses and court and legal fees.
The Bank will give notice to the Supplier of any such claim without delay, provide reasonable
assistance to the Supplier in disposing of the claim, and shall at no time admit to any liability for or
express any intent to settle the claim.
The Supplier shall grant to the Bank a fully paid-up, irrevocable, non-exclusive license
throughout the territory of India or abroad to access, replicate and use software (and other software
items) provided by the supplier, including-all inventions, designs and marks embodied therein in
perpetuity.
31. ASSIGNMENT
The supplier shall not assign, in whole or in part, its obligations to perform under the contract,
except with the Purchaser’s prior written consent.
The Successful bidder shall be responsible for payments of all statutory dues with respect to each
of its personnel/employees engaged by it to render service under this Agreement with respect to
each applicable Labour law, including, the Minimum Wages Act, 1948, the Payment of Wages Act,
1936, the Payment of Bonus Act, 1965, the Employees’ State Insurance Act, 1948, the Payment of
Gratuity Act, 1972, the Maternity Benefit Act, 1961, the Employees’ Provident Funds and
Miscellaneous Provisions Act, 1952, etc. No dues/contributions under any labour legislations, as
applicable, are payable by the Bank with respect to the Successful bidder’s personnel/employees.
The successful bidder will have no claims whatsoever against the Bank with respect to payment of
statutory dues/contributions to personnel/employees of under applicable labour legislations.
Page 37 of 77
34. LIMITATION OF LIABILITY
Successful bidder's aggregate liability under the contract shall be limited to a maximum of the
contract value. This limit shall not apply to third party claims for
a) IP Infringement indemnity
b) Bodily injury (including Death) and damage to real property and tangible property caused by
successful bidder/s' gross negligence. For the purpose for the section, contract value at any given
point of time, means the aggregate value of the purchase orders placed by Bank on the successful
bidder that gave rise to claim, under this tender. Successful bidder shall not be liable for any indirect,
consequential, incidental or special damages under the agreement/ purchase order.
Date:______________
Place:_____________
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company:
Page 38 of 77
ANNEXURE-II
Sir
Reg.: Our bid for RFP FOR SUPPLY, INSTALLATION, IMPLEMENTATION AND
MAINTENANCE OF SOFTWARE DEFINED – WIDE AREA NETWORK (SD-WAN) SOLUTION.
We understand that
You are not bound to accept the lowest or any bid received by you, and you may reject all or
any bid.
If our Bid for the above job is accepted, we undertake to enter into and execute at our cost,
when called upon by the purchaser to do so, a contract in the prescribed form. Till such a formal
contract is prepared and executed, this bid shall constitute a binding contract between us and Bank.
If our bid is accepted, we are responsible for the due performance of the contract.
You may accept or entrust the entire work to one Bidder or divide the work to more than one
bidder without assigning any reason or giving any explanation whatsoever.
Date:__________
Place:_________
Yours faithfully
Page 39 of 77
ANNEXURE-III
Page 40 of 77
(Name, designation, contact no & official
mail id of the signing authority must be
clearly mentioned in the MAF.)
Page 41 of 77
BOM must be submitted on OEM’s Letter
Head Duly signed & Stamped by
authorized signatory of OEM (who has
signed the MAF) & also Duly
countersigned & Stamped by authorized
signatory of Bidder.
11. Labour Law Compliance Undertaking to be submitted as per
ANNEXURE- XVII
12. Escalation Matrix (Both OEM & Escalation Matrix of both Bidder & OEM
Bidder) to be submitted as per ANNEXURE- XVIII
NOTE:
1. Only the OEM or its authorized representative in India having IP Rights of Customization can
bid. If both the OEM and its authorized representative bid for the same Solution, both the bids
will be rejected.
2. If any Item/hardware/appliance/devices/Solution of Original Equipment Manufacturer (OEM)
is being quoted in the tender through its authorized representative, the OEM Company cannot
bid for any other OEM's product.
3. In case of Indian Authorized Representative (IAR) / Agent / System Integrator (SI), maximum
two Authorized Representatives of a particular Principal or Original Equipment Manufacturer
(OEM) / Solution Provider can participate in the tender process.
4. In case any purchase order has been issued to the bidder by our Bank in respect of any other
project/product and the same has not been delivered/executed even after the prescribed time
period and if the delay is not accepted & approved by the Bank, the bid of the respective bidder
is liable for rejection.
5. Bidder should submit detailed response along with documentary proof for all of the above
eligibility criteria. The eligibility will be evaluated based on the bid and the supporting
documents submitted. Bids not meeting the above eligibility criteria will be rejected.
6. Technical Evaluation will be done by Bank’s technical evaluation committee and the decision
of the committee will be final.
7. Bidders to submit relevant documentary evidence for all parameters mentioned.
8. Providing any wrong information by the bidder will result in disqualification of the bidder. The
Bank may cross check above parameters by any means / during site visit.
9. All Annexures must be on the letter head of the Bidder, except those which are to be provided
by OEM/CA/third party. All documents, addressed to the Bank, should be submitted in Original.
(No Photocopies will be acceptable).
10. All third party documents must be signed by their authorized signatory and his/her designation,
Official E-mail ID and Mobile no. should also be evident.
11. Bidder is also required to substantiate whether the person signing the document from his
Company and from OEM Company is authorized to do so on behalf of his/OEM’s company
respectively. Inability of the bidder to prove the genuineness/authenticity of document from his
Company and from OEM Company, may make the bid liable for rejection.
Date: ___________
Place: ___________
Name of Signatory:
Designation:
Email ID:
Page 42 of 77
Mobile No:
Telephone No.:
Seal of Company:
Page 43 of 77
ANNEXURE-IV
BIDDER’S INFORMATION
S. N. Information Particulars / Response
1. Company Name
2. Constitution
3. Date of Incorporation
4. Company Head Office Address
5. Registered office address
6. GST No.
7. Whether MSE(quote registration no. and date of
registration, copy to be attached)
8. Bank Account Detail: Account Number, Account
Name, IFSC, Bank Name
9. Name, Designation, Tel. No, E-Mail of the
authorized signatory submitting the RFP (Please
enclose the copy of board resolution)
10. Specimen Full signature
11. Contact persons address, telephone number,
mobile number, Fax Number, E-Mail ID. (give at
least 2 contact persons details)
12. Details of Service Support Center in Delhi/NCR and Complete Address:
Mumbai No. of Support Engineers:
Contact Person (Name & No.):
Email ID:
13. Whether company has been blacklisted for service
deficiency in last 3 years. If yes, details thereof.
14. Any pending or past litigation (within three years)? Yes/No/Comments (if option is ‘Yes’)
If yes please give details
15. Please mention turnover for last three financial FY Turno Net Net Worth
years and include the copies of Audited Balance ver Profit Rs. (in
Sheet in support of it. Rs. (in /Loss Lacs)
Lacs) Rs.
(in
lacs)
2016-17
2017-18
2018-19
Date: ___________
Place: ___________
Page 44 of 77
ANNEXURE V
COMPLIANCE STATEMENT
Reg.: RFP FOR SUPPLY, INSTALLATION, IMPLEMENTATION AND MAINTENANCE OF
SOFTWARE DEFINED – WIDE AREA NETWORK (SD-WAN) SOLUTION
DECLARATION
Please note that any deviations mentioned elsewhere in the bid will not be considered and
evaluated by the Bank. Bank reserve the right to reject the bid, if bid is not submitted in
proper format as per RFP.
Terms and Conditions We hereby undertake and agree to abide by all the
terms and conditions including all annexure,
corrigendum(s) etc. stipulated by the Bank in this
RFP. (Any deviation may result in disqualification of
our bid).
Scope of work and/ We certify that the systems/services offered by us for
Technical Specification tender conform to the Scope of work and technical
specifications stipulated by you. (Any deviation may
result in disqualification of our bid).
RFP, Clarifications & We hereby undertake that we have gone through
subsequent RFP, clarifications & Corrigendum/s issued by Bank
Corrigendum/s, if Any. and agree to abide by all the terms and conditions
including all annexure, corrigendum(s) etc.
stipulated by the Bank in this RFP. (Any deviation
may result in disqualification of our bid).
Date: ___________
Place: ___________
Page 45 of 77
ANNEXURE – VI
PERFORMANCE CERTIFICATE
Sir,
The certificate has been issued on the specific request of the company.
Date: ___________
Place: ___________
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company
Page 46 of 77
ANNEXURE – VII
LITIGATION CERTIFICATE
Date: ___________
Place: ___________
Page 47 of 77
ANNEXURE - VIII
Sir,
This declaration is been submitted and limited to, in response to the tender reference mentioned in
this document
Thanking You,
Yours faithfully,
Date: ___________
Place: ___________
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company:
Page 48 of 77
ANNEXURE-IX
TURNOVER CERTIFICATE
Date: ___________
Place: ___________
Page 49 of 77
ANNEXURE-Xa
Page 50 of 77
ANNEXURE-Xb
Sir
Date:
Place:
Yours faithfully
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company
Page 51 of 77
ANNEXURE-XI
TECHNICAL SPECIFICATIONS
Page 52 of 77
The SD-WAN solution must be able to apply QoS policies to all the traffic
13
seen in network including TCP, UDP and other non-TCP/UDP traffic types.
14 The SD-WAN should support 802.1x, sub-interface
15 The SD-WAN should support IPv4 & IPv6 dual stack from day one.
16 Solution should support all features for IPv4 and IPv6.
Should support NTP, SNMPv3, DHCP relay, syslog, SSH, NAT/PAT,
802.1Q, sub-interface. SD-WAN devices should support should support
17 PAP/CHAP based/any other industry standard authentication for 4G/4G LTE
mode of connectivity. And also support static & dynamic routing protocols –
OSPF & BGP etc.
It should possible to create end to end segmentation within network where
traffic in different segment will be separated at layer 3 level. Segmentation
18 should be done from central controller. Branch devices should support
minimum 64 segments and DC/DR devices should support minimum 256
segments.
19 The system should create keys to encrypt traffic in the link.
The system should allow automated/ time based and policy driven refresh of
20 the encryption key per virtual private network.
Provision for Simulation: For impact analysis of control and data traffic at end
21 devices.
The system should allow automatic/dynamic encrypted tunnels creation
22 (without any manual configuring) between branch devices to enable branch
to branch communication (Full Mesh/Partial Mesh).
The system should allow automatic/dynamic tunnels to be created without
23
manually configuring branch devices to Hub locations.
The system should allow for multiple hub destinations (at least 10 active Hub
sites) to be created for application specific traffic using a policy defined for
24 it. Traffic destined for a particular hub must be directly routed towards that
hub only.
The system should be automatically able to retrieve the network LAN
25 information without running any separate peering protocols like BGP, OSPF
on overlay WAN
The system should ensure that any change in physical connectivity (change
26 in service provider or IP address) does not require any change in virtual
private network configuration in the controller or physical device at location.
27 The system should support GRE, IPSec encapsulation
The system should support the following authentication algorithms for Data
28 Integrity:
a. SHA-512
b. SHA-384
c. SHA-256
The system should support the following encryption algorithms for Data
29
Security
a. AES-256
b. Any other FIPS approved encryption
The Central components of SD-WAN including but not limited to
Orchestrator, Controller, Analytic engine, Hub/gateway, or any other
30
component should be scalable to support for 5000 edge devices from day 1
and should also be scalable (horizontally or vertically) in case Bank’s
Page 53 of 77
decides to increase the number of edge devices in future. Additional
hardware to cater future required shall be added later as per discretion of
Bank. Solution should be capable to scale as per Bank’s requirement.
Controller should be configured in such a way that addition/reduction of
31 branch devices shall not have any configuration changes in Central
Controller/Devices. Prototype defined controller.
Network Performance, Traffic Management & Path Steering
The system should be able to select the optimum path based on the network
32
parameters like Latency, Jitter, packet loss and network capacity.
The system should be able to prioritize business critical applications and
33
should prioritize this traffic over others during congestion.
Page 54 of 77
The Solution should be able to upgrade each device location to from central
46
device.
The SD-WAN should support DDoS mitigation functionality and protect
47
DDOS attack like UDP Flood, Ping of Death etc.
SD-WAN devices should have authentication and authorization only with the
48 pre-configured Controller/Management server/Management Console which
is placed in DC/DR.
SD-WAN devices should have capability to white-list devices (i.e. PC, NW
Switch, ATM, Kiosk etc.) MAC IDs available in the LAN at respective location
49 and SDWAN device should not allow access to any unrecognized/unknown
MAC ID(s). The control/management of MAC-ID white-listing and MAC-ID
repository should be at central controller.
Visibility, Analytics, Monitoring & Reporting
There should be one single centralized management console for SD-WAN
solution irrespective of number of controllers, orchestrator, analytics, or any
50
other end devices installed to match Bank’s scalability requirement, besides
QoE metrics, it should also provide analysis on various parameters.
The system should provide a mechanism to monitor the performance for
51
Links
The system must be able to monitor ISP link parameters like link quality, link
52 usage and link congestion and should be able to provide historical data on
the same for a period of minimum 30 days
The system should support application-level monitoring and traffic control
53 to improve business-critical application performance, besides QoE
reporting.
The system should be able to track the reliability and performance of WAN
54 links besides its uptime.
55 The system should have the ability to provide visualization of traffic flows
The system should support the ability to automatically detect applications,
56 report the application traffic, and allow for marking and filtering via policy.
For example : Voice and Video traffic.
The system should allow to create/define custom application based on
57
various parameters including but not limited to IP address, Port, etc.
58 The system should be able to gather application and flow information
59 The system should show real time traffic on Web GUI interface
The system should support customized role based management ( For
60
ZO/CO wise dashboard – Read only)
The SD-WAN should have GUI (Graphical User Interface) for Report
61
Generation. Customization with no additional cost.
The SD-WAN controller should contain single dashboard which includes all
62 other device status like CPU, Link status, event logs etc. of all edge devices
on search basis.
The SD-WAN should support granular Real-Time/near real time Monitoring
63 predictive analysis and Historical Reporting like:
a) Statistic bandwidth usage of available links
b) Network statistics, including continuous performance monitoring of
loss, latency, jitter, and packet ordering for all network paths and link
utilization
64 The SD-WAN should be able to generate report for
Page 55 of 77
a) Traffic statistics of all the included path
b) Specific application utilization
c) Path performance
The software defined controller must be able to monitor, and report top 10
applications by usage across all branch locations, in a branch location along
65
with the data rate and flow usage. This data must be stored by the controller
for a minimum of 30 days.
The administration should be able to drill down these reports for
66 troubleshooting. For e.g. application accessed by specific users along with
bandwidth consumed during defined amount of time.
Management & Orchestration
The system should support a centralized single plane of management
67 system to allow device configuration, policy provisioning, software updates
and assurance capabilities for all component
The Solution should have simplified orchestration (Controller- Central
server) which should be placed in DC and DR site in HA for provisioning,
68
automation to control and to push configuration for all the devices with
minimum touch at edge devices.
The solution should support management Web GUI administration
69 interface. CLI capability needs to be enabled wherever available.
Central Management Console to be provided in DC & DR or hub location in
70 HA. Both DC and DR SD-WAN controllers should be in active-standby
mode and active-active mode as per Bank’s requirement,
The DC and DR management console should have the capacity and should
also be scalable (horizontally or vertically) in case Bank’s decides to
71 increase the number of edge devices in future. The same should be
demonstrated with at least one orchestration instance during the
implementation.
The system should provide a dashboard that provides state of solution
72
(Online, Offline, Not connected)
The system should support Zero Touch provision/minimum touch
73 provisioning for Rapid site provisioning, Rapid deployment of new policies,
configuration in a way that is secure and offers high performance.
The system should be able to notify external systems of events such as
74
faults/alarms as Syslog messages, SNMP (SNMPv3) traps.
The system must be able to send e-mail / SMS notification for events and
alerts. The valid email addresses and numbers for receiving the SMS
75
notifications should be configurable centrally. The system should be able to
notify alerts.
Enforcement Policy
The system should support centralized application of policies network wide
76 or across subset of branch locations from the centralized software defined
network controller.
Provisioning & Deployment
The system should allow for plug and play installation of branch devices
77 without requiring any manual configuration (Zero touch deployment) or
minimal manual configuration at the remote location.
The system should allow for modular upgrade of the software running on the
78
branch devices from the centralized software defined network controller in
Page 56 of 77
order conservatively use the bandwidth at the remote branch locations for
software upgrades
The system should be available and running when the software is being
79 downloaded in to the branch device from the central software defined
controller.
80 The system should support software rollback with version controls.
The system should allow for the automatic failover of the VPN tunnels to the
disaster recovery data centre from the branch if the data centre is not
81 reachable from the branch location or if the WAN connectivity to the Data
Centre is down or if the application hosted in the data centre is not
accessible.
DC and DR architecture for SDWAN solution should be designed in
82
redundant mode
Additional Points
The software defined network controller must have REST APIs available
83
for 3rd party integration or integration with custom automation tools
All the functionality and feature license should be pre-installed and should
84 be enabled on implementation.
The SD-WAN solution should be supported by the OEM on 24X7X365 via
85
Technical Assistance Center (TAC).
Hardware Specification
Compliance
Branch Type A
(Y/N)
The proposed solution should support min. fixed 6x10/100/1000 RJ-45
1 Ports and It should have option to change the role of these ports using
solution configurations and without re-imaging the software.
2 The solution should support minimum 2 USB ports (i.e. USB 2.0/3.0 ports).
Proposed solution must support all types of WAN links including Serial V.35
with integrated or external connectors if required. External connectors if
3
required are the integral part of the solution and Bidder has to maintain
Integrated Warranty and AMC with supplied hardware/device.
4 The Edge device should support minimum 10 Mbps encrypted throughput.
SDWAN solution should support the terminating broadband, Internet Lease
5
line, LTE , MPLS, RF , VSAT, Lease Line.
The solution should support VLAN tagged packet transmission and receive
6
over WAN as well as LAN interfaces.
The spare RJ-45 ports shall have functionality to be used as a Switching
7
module ( Normal switch ports having 802.1x facility)
Branch Type B
The proposed solution should support min. fixed 8x10/100/1000 RJ-45
1
Ports.
2 The solution should support minimum 2 USB ports (i.e. USB 2.0/3.0 ports).
Proposed solution must support all types of WAN links including Serial V.35
with integrated or external connectors if required. External connectors if
3
required are the integral part of the solution and Bidder has to maintain
Integrated Warranty and AMC with supplied hardware/device.
4 The Edge device should support minimum 100 Mbps encrypted throughput.
Page 57 of 77
SDWAN solution should support the terminating broadband, Internet Lease
5
line, LTE , MPLS, RF , VSAT, Lease Line.
The solution should support VLAN tagged packet transmission and receive
6
over WAN as well as LAN interfaces.
The spare RJ-45 ports shall have functionality to be used as a Switching
7
module ( Normal switch ports having 802.1x facility)
Branch Type C
The proposed solution should support min. fixed 10x100/1000 M RJ-45
1 Ports and It should have option to change the role of these ports using
solution configurations and without re-imaging the software.
2 The solution should support minimum 2 USB ports (i.e. USB 2.0/3.0 ports).
Proposed solution must support all types of WAN links including Serial V.35
with integrated or external connectors if required. External connectors if
3
required are the integral part of the solution and Bidder has to maintain
Integrated Warranty and AMC with supplied hardware/device.
4 The Edge device should support Upto 5Gbps encrypted throughput.
SDWAN solution should support the terminating broadband, Internet Lease
5
line, LTE , MPLS, RF , VSAT, Lease Line.
The solution should support VLAN tagged packet transmission and receive
6
over WAN as well as LAN interfaces.
Data Centre HUB/Device
The proposed solution should support min. 10x10/100/1000 RJ-45 Ports,
4x10G SFP and The solution should have option to change the role of
1
these ports using solution configurations and without re-imaging the
software.
6 The solution should support minimum 2 USB ports (i.e. USB 2.0/3.0 ports).
The solution should support VLAN tagged packet transmission and receive
7
over WAN as well as LAN interfaces.
Yours faithfully,
Signature of Authorized Signatory (of OEM) Signature of Authorized Signatory (of Bidder)
Name of Signatory: Name of Signatory:
Designation: Designation:
Date: Date:
Place: Place:
Email ID: Email ID:
Mobile No: Mobile No:
Telephone No.: Telephone No.:
Seal of Company: Seal of Company:
Page 58 of 77
Note: Technical Specifications must be submitted on OEM’s Letter Head Duly signed & Stamped
by authorized signatory of OEM (who has signed the MAF) & also Duly countersigned & Stamped
by authorized signatory of Bidder.
Page 59 of 77
ANNEXURE-XII
Page 60 of 77
Total Cost
Sr. Unit Cost Multiplication
Items (C=A*B)
No. (A) Factor (B)
Implementation Cost and other onetime
6. cost if any for Item Mentioned at Sl. No. 1
One
Post implementation Onsite Technical 24 (4 L2
7. Support Cost of L2 resource (man year Engineers * 6
charges) (as and when required) Years)
8. Total of Other Items( 5+6+7+8+9)
9.
Total of Table-A (4+10)
NOTES:
1. For the items mentioned at Sl. No. 2, unit cost of each device will be arrived by dividing the
unit cost given in column naming “Unit Cost (A)” by 5,000.
2. For the items mentioned at Sl. No. 3, unit cost of each device will be arrived by dividing the
unit cost given in column naming “Unit Cost (A)” by 30.
3. For the items mentioned at Sl. No. 4, unit cost of each device will be arrived by dividing the
unit cost given in column naming “Unit Cost (A)” by 15.
4. The rates quoted in commercial bid should be inclusive of all taxes except GST. However,
GST shall be paid to the bidder on actual basis at the rate applicable. The rate of applicable GST
should be informed and charged separately in the invoice generated for supply of the product.
5. Any column left blank by the bidder will result in disqualification of the bid.
6. AMC/ATS should be quoted in the specified range only. If quoted lower or beyond the specified
range, it will automatically be recalculated. eg. in case AMC is quoted lower than 5% it will be
recalculated at 5% and if quoted higher than 10% it will be recalculated at 10%.
7. L1 cost will be decided as per total of Table A, after Reverse Auction is conducted as per
Clause 25 of Instruction to Bidder.
8. The multiplication factor as mentioned in above table (Table A) is only indicative and for the
purpose of deriving the Total Cost for determining the L1 bidder. The actual quantity of any item
ordered may vary according to the requirement of the Bank. In addition to the initial Order placed,
Bank may place subsequent orders for any item, if required, at any time during the entire contract
period, at the unit rate finalized after Reverse Auction.
9. Bank is not bound to place any minimum order for any item. The quantity will also be as per
requirement.
Date: ___________
Place: ___________
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company:
Page 61 of 77
ANNEXURE - XIII
Dear Sir,
I/We acknowledge that Punjab National Bank is committed to follow the principle of transparency
equity and competitiveness as enumerated in the Integrity Agreement enclosed with the tender/bid
document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that
I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents,
failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE
MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE
ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further
agree that execution of the said Integrity Agreement shall be separate and distinct from the main
contract, which will come into existence when tender/bid is finally accepted by Punjab National
Bank. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the
line with Article 6 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, Punjab National Bank shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms
and conditions of the tender/bid.
Yours faithfully
To be signed by the bidder and same signatory competent / authorized to sign the relevant contract
on behalf of Punjab National Bank.
Page 62 of 77
INTEGRITY AGREEMENT
Punjab National Bank, a body corporate constituted under the Banking Companies
(Acquisition and Transfer of Undertaking ) Act 1970 (Act no V of 1970) and having it‟s
Head Office at Plot no. 4, Sector 10, Dwarka, New Delhi 110075,hereinafter referred to as
“The Principal”, which expression shall mean and include unless the context otherwise
requires, its successors in office and assigns of the First Part.
And
M/s. ______________________having its registered office at
___________________________ hereinafter referred to as “The Bidder/Contractor”,
expression shall mean and include unless the context otherwise requires, successors and
permitted assigns of the Second part.
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s
for……………………………………………………….. The Principal values full compliance
with all relevant laws of the land, rules, regulations, economic use of resources and of
fairness/transparency in its relations with its Bidder(s) and/or Contractor(s).
In order to achieve these goals, the Principal will appoint Independent External
Monitors(IEMs) who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.
2. The Principal will, during the tender process treat all Bidder(s) with equity
and reason. The Principal will in particular, before and during the tender
process, provide to all Bidder(s) the same information and will not provide to
any Bidder(s) confidential/additional information through which the Bidder(s)
could obtain an advantage in relation to the tender process or the contract
execution.
3. The Principal will exclude from the process all known prejudiced person.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard,
the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary
actions.
Page 63 of 77
Section 2- Commitments of the Bidder(s) / Contractor(s)
a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer promise or give to any of the Principal‟s employees involved in the tender
process or the execution of the contract or to any third person any material or the
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the tender process or during the
execution of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.
c. The Bidder(s)/ Contractor(s) will not commit any offence under the relevant IPC/PC
Act; further the Bidder(s)/Contractor(s) will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans.,
technical proposal and business details, including information contained or
transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address
of the Agents/representatives in India, if any, Similarly the Bidder(s)/Contractor(s)
of Indian Nationality shall furnish the name and address of the foreign principals, if
any. Further details as mentioned in the “Guidelines on Indian Agents of Foreign
Suppliers” shall be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned
in the Guidelines all the payments made to the Indian agent/representative have
to be in Indian Rupees only.
e. The Bidder(s)/Contractor(s) will, when presenting their bid, disclose any and all
payments made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
f. Bidder(s)/Contractor(s) who have signed the Integrity Pact shall not approach the
Courts while representing the matter to IEMs and shall wait for their decision in the
matter.
(2). The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
Page 64 of 77
Section-3 Disqualification from tender process and exclusion from future contracts.
(1). If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover the damages
equivalent to earnest Money Deposit/Bid Security.
(2). If the Principal has terminated the contract according to Section 3, or the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages of the contract value or the
amount equivalent to Performance Bank Guarantee.
(1) The Bidder declares that no previous transgression occurred in the last three
years immediate before signing of this integrity pact with any other Company in any
country conforming to the anti-corruption approach or with any Public Sector
Enterprises or central/state government department in India that could justify his
exclusion from the tender process.
(2). If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action can be taken as per the procedure mentioned in”
Guidelines on Banning of business dealing”.
(1) In case of Sub-contracting, the Principal Contractor shall take the responsibility of the
adoption of integrity Pact by the Sub-contractor.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors.
(3) The Principal will disqualify from the tender process all the Bidders who do not sign
this Pact or violate its provisions.
Page 65 of 77
Section 8- Independent External Monitor
(1) The Principal appoints competent and credible Independent External Monitor (IEM)
Shri. Raj Kumar Singh (I.R.S. Retd.), (email ID: [email protected],
[email protected]) (Mob no.9818696406, 8141488880) for this Pact after
approval by Central Vigilance Commission. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with
the obligations under the agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his/her functions neutrally and independently. The Monitor would have
access to all Contract documents, whenever required. It will be obligatory for him/her
to treat the information and documents of the Bidders/Contractors as confidential.
He/she reports to the Managing Director and CEO, Punjab National Bank.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all project documentation of the Principal including that provided by the
Bidder(s)/ Contractor(s). The Bidder(s)/Contractor(s) will also grant the Monitor, upon
his/her request and demonstration of a valid interest, unrestricted and unconditional
access to their project documentation. The same is applicable to Sub-contractor.
(4) The Monitor is under contractual obligation to treat the information and documents of
the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor has
also signed declarations on „Non-Disclosure of Confidential Information‟ and of
„Absence of Conflict of Interest‟. In case of any conflict of interest arising at a later
date, the IEM shall inform MD & CEO, Punjab National Bank and recues
himself/herself from that case.
(5) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and Contractor. The parties
offer to the Monitor the option to participate in such meetings.
(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement,
he/she will so inform the Management of the Principal and request the Management
to discontinue or take corrective action, or to take other relevant action. The monitor
can in this regard submit non-binding recommendations. Beyond this, the Monitor
has no right to demand from the parties that they act in a specific manner, refrain
from action or tolerate action.
(7) The Monitor will submit a written report to the MD & CEO, Punjab National Bank
within 8 to 10 weeks from the date of reference or intimation to him by the Principal
and, should the occasion arise, submit proposals for correcting problematic
situations.
(8) If the Monitor has reported to the MD& CEO, Punjab National Bank, a substantiated
suspicion of an offence under relevant IPC/PC Act, and the MD & CEO, PNB has
not, within the reasonable time taken visible action to proceed against such offence
or reported it to the Chief Vigilance Officer, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner.
(9) The word ‘Monitor’ would include both singular and plural.
Page 66 of 77
Section 09- Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the contract, and for all other Bidders 6 months after
the contract has been awarded. Any violation of the same would entail disqualification of
the bidders and exclusion future business dealings.
If any claim is made/lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged. determined
by MD & CEO, PNB.
Place………………………. Date……………………………..
Witness 1: Witness 2:
(Name & Address) (Name & Address)
Page 67 of 77
ANNEXURE- XIV
Dear Sir,
Called ‘bidder’) wish to participate in the said bid for RFP FOR SUPPLY, INSTALLATION,
IMPLEMENTATION AND MAINTENANCE OF SOFTWARE DEFINED – WIDE AREA NETWORK
(SD-WAN) SOLUTION.
This guarantee shall be irrevocable and shall remain valid up to ________. If any further extension
of this Guarantee is required, the same shall be extended to such required period on receiving
instructions in writing, from Punjab National Bank, on whose behalf guarantee is issued.
Page 68 of 77
"Not withstanding anything contained herein above Our liability under this Bank guarantee shall not
exceed Rs __________ Rupees (in words__________).
This Bank guarantee shall be valid up to . We are liable to pay the guaranteed amount or any part
thereof under this Bank guarantee only if you serve upon us a written claim or demand, on or before
before hours (Indian Standard Time) where after it ceases to be in effect in all respects whether or
not the original Bank guarantee is returned to us."
In witness whereof the Bank, through its authorized officer has set its hand stamped on this
Name of signatory
Designation
Email ID:
Contact No.
Bank Common Seal
Page 69 of 77
ANNEXURE- XV
To
The Assistant General Manager
I. T. Procurement Department
Punjab National Bank
I.T. Division, Head Office
New Delhi
Sir
Date: ___________
Place: ___________
Page 70 of 77
ANNEXURE- XVI
Page 71 of 77
Devices for
Branch Type B
4. Software for
SD WAN Edge
Devices for
Branch Type C
- Other Information Related to any other Item (Please provide in tabular Format)
Yours faithfully,
Signature of Authorized Signatory (of OEM) Signature of Authorized Signatory (of Bidder)
Name of Signatory: Name of Signatory:
Designation: Designation:
Date: Date:
Place: Place:
Email ID: Email ID:
Mobile No: Mobile No:
Telephone No.: Telephone No.:
Seal of Company: Seal of Company:
Note: BOM must be submitted on OEM’s Letter Head Duly signed & Stamped by authorized
signatory of OEM (who has signed the MAF) & also Duly countersigned & Stamped by authorized
signatory of Bidder.
Page 72 of 77
ANNEXURE- XVII
Sir
We, M/s___________________ undertake that we comply with all the applicable clauses of
Labour Law of India as on the date of this undertaking.
Date:
Place:
Yours faithfully
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company
Page 73 of 77
ANNEXURE- XVIII
Sir
Date:
Place:
Yours faithfully
Signature of Authorized Signatory
Name of Signatory:
Designation:
Email ID:
Mobile No:
Telephone No.:
Seal of Company
Page 74 of 77
ANNEXURE- XIX (a)
The following is the details of Share Holding structure of our Company and our Parent Company:
OEM Name:
Registered Address of the OEM:
Share holding structure of the OEM as on 31.03.2020
%age of shares held Name of holding Registered Address of the share
Company/Individual holding company/Individual
If at any time our undertaking is found false or non-compliant with the above order of the Ministry of
Finance, Bank may immediately terminate the contract and may take legal action in accordance with
the law.
Date: ___________
Place: ___________
Page 75 of 77
ANNEXURE- XIX(b)
Certificate regarding RFP for Supply, Installation, Implementation and Maintenance of
Software Defined – Wide Area Network (SD-WAN) Solution
We M/s ____________, have directly participated in the captioned RFP and hereby undertake that we
fully comply, without any deviation, with the Order (Public Procurement No.1) dt:23.07.2020 issued by
Ministry of Finance, Department of Expenditure regarding Restriction under Rule 144(xi) in the GFR
2017.
The following is the details of Share Holding structure of our Company and our Parent Company:
Bidder Name:
Registered Address of the Bidder:
Share holding structure of the Bidder as on 31.03.2020
%age of shares held Name of holding Registered Address of the share
Company/Individual holding company/Individual
If at any time our undertaking is found false or non-compliant with the above order of the Ministry of
Finance, Bank may immediately terminate the contract and may take legal action in accordance with
the law.
Date: ___________
Place: ___________
Page 76 of 77
ANNEXURE- XX
Checklist
Sl. No. Particulars Submitted Page
(Yes/No)
No
1. Proof of RFP Cost
2. Proof of EMD
3. Terms and Conditions (Annexure-I)
4. Undertaking By The Bidder (Annexure-II)
5. Compliance To Eligibility Criteria (Annexure III)
6. Bidders Information (Annexure-IV)
7. Compliance Statement (Annexure-V)
8. Litigation Certificate (Annexure – VII)
9. Undertaking For Non- Blacklisted(Annexure – VIII)
10. Turnover Certificate by CA(Annexure-IX)
11. Manufacturer’s Authorization Form (MAF) (Annexure-Xa) (In case
Bidder is not OEM)
12. Undertaking for being the OEM of the offered Solution/Appliance
(Annexure-Xb) (In case Bidder is OEM)
13. Technical Specifications of the Solution (Annexure – XI)
14. Certificate of Incorporation
15. Audited Balance Sheets & Profit & Loss Statements
16. Integrity Pact (Annexure – XIII)
17. UNDERTAKING FOR HAVING SERVICE SUPPORT CENTER &
SPARE WAREHOUSES/ LOGISTIC CENTERS IN INDIA
(Annexure – XV)
18. Complete Bill of Material (BOM) (Both hardware & Software)
(Annexure – XVI)
19. Undertaking for Labour Law Compliance (Annexure – XVII)
20. Certificate regarding RFP for Supply, Installation, Implementation
and Maintenance of Software Defined (ANNEXURE- XIX(a)) : (to
be provided on letter head Each OEM)
21. Certificate regarding RFP for Supply, Installation, Implementation
and Maintenance of Software Defined (ANNEXURE- XIX(b)) : (to
be provided on letter head by Bidder)
22. Power of Attorney and Copy of Board Resolution
Page 77 of 77