Sei sulla pagina 1di 34

BIDDING DOCUMENT

REQUEST FOR PROPOSAL (RFP)


FOR

Construction of Tier III Data Centre &


Migration / Relocation of Data Centre at
Navi Mumbai
The General Manager,
Premises Department,
1st Floor, West Wing,
Star House, BKC,
Mumbai 51
Ph: 022-66684452, 4455
Email: Headoffice.Premises@bankofindia.co.in

ARCHITECTS & CONSULTANTS


M/s SHETGIRI & ASSOCIATES,
Safalya, 1st Floor, S. K. Bhole Road,
Dadar (W), Mumbai 400 028.
Mob: 9821138367
Email: shetgiriassociates@yahoo.co.in
Cost of Tender Documents
EMD/ Bid Security
Last date of submission
Opening of Technical Bid
Date of Pre-bid meeting

: Rs. 50,000/: Rs. 25 Lakhs


: 26.11.2015 up to 3.00 PM
: 26.11.2015 at
3.30 PM
: 18.11.2015 at 11.00 AM

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

1 Invitation to Bid (ITB)


a. BANK OF INDIA invites sealed Bids for Setting up of TIER III Standard
Data Centre at Navi-Mumbai and to Migrate / Relocate the existing Data
Centre for which Request for Proposals are invited for proposing a turnkey
solution for setting up of the TIER III Data Centre including all the
infrastructure System requirements to be Supplied, Installed, Tested &
Commissioned. The detailed functional and technical requirements have
been given in subsequent parts and sections of this document.
b. The scope of the work includes the following areas to be addressed on a
turnkey solution basis comprising of the following important works: 1.
2.
3.
4.

Civil, Interior Furnishing & Furniture Works


Electrical Works,
Structured Cabling & Data Networking Works - LAN / WAN
Data Center Surveillance System / Data Centre Management
Software
5. UPS Set along with Battery System
6. Precision Air Conditioning & Comfort Air-Conditioning system.
7. L. V Works comprising of Access Control System, CCTV System,
Rodent Repellent System, VESDA, Water Leak detection system,
P.A system, Fire Alarm, Novec 1230 etc
8. Intelligent Building Management System (IBMS)
9. Fire Detection & Suppression System.
10. Hi end Security Systems, Sensors and all the other activities
deemed to be considered for successful installation, testing &
commissioning of a Data Centre.
c. Necessary document establishing tie up with the sub-contractors or subvendors may be submitted for approval.

Page 2 of 34

Confidential & Proprietary of Bank of India

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


document, Technical Specifications and Bill of Quantities from the
office of Bank of India, Premises Department, Head Office, 1st Floor
(West Wing), Star House, Plot C-5, G Block, Bandra Kurla Complex,
Bandra (East), Mumbai 400 051 by paying non-refundable DD /
Payorder for Rs. 50,000 / - drawn in favour of Bank of India and
payable in Mumbai.
e. Important dates which the bidders are requested to keep in mind are as
follows: 1.
2.
3
4

5
6
7

Date of commencement of Sale 3rd November 2015


of Bidding documents
Last date for Sale of Bids
Up to 24th November, 2015, 4:00 P.M. I.S.T
Pre-bid Meeting
18th November, 2015 at 11:00, B.O.I Head
Office, Star House, B.K.C, Mumbai
Last date for submission of Bids 26th November, 2015 before 3:00 P.M. I.S.T
Bids submitted after the date and time will not
be received / accepted
Date of Opening of Technical
26th November, 2015 at 03.30 P.M.
Bids
Date of Opening of Price Bids
To be announced later.
of Pre-qualified bidders
Address for communication
Bank of India, Premises Department, Head
Office, 1st Floor (West Wing), Star House, Plot
C-5, G Block, Bandra Kurla Complex, Bandra
(East), Mumbai 400 051
Period of Completion
90 Days from date of placing the L.O.I / Work
Order with 7 days of mobilization period.
The completed filled-in RFP is to be submitted at the following address:
The General Manager, Premises Department,
Bank of India, Head Office, 1st Floor,
Star House, C-5, G-Block, Bandra Kurla Complex,
Bandra (East), Mumbai 400 051.
Phone Numbers:

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


022 - 66684455 (Shri Amit Dwivedi, Senior Mgr)

Fax Number: 022 6668 4460


Email: headoffice.premises@bankofindia.co.in

Page 3 of 34

Confidential & Proprietary of Bank of India

For any queries and clarification regarding the R.F.P, the bidders may feel free
to contact on the above mentioned address or telephone number or e-mail id
AND also the Project Architects & Consultants: M/s SHETGIRI & ASSOCIATES (Mr. Amol Shetgiri / Mrs. Nandita Shetgiri)
Safalya, 1st floor, S.K.Bole Road,
Dadar (W), Mumbai 400 028.Tel: - (022) - 24223900 / 24224014
Fax: - (022) 24316702
E-Mail: - shetgiriassociates@yahoo.co.in OR amolshetgiri@gmail.com
Please note that all the information desired needs to be provided. Incomplete
information may lead to Disqualification of the bid received.
All Bids must be accompanied by Bid Security as specified in the Bid
document.
Bank reserves the right to amend the dates mentioned above or in the RFP,
which will be communicated.
Addendum/ Corrigendum if any will be published in Banks website only.
Conditional tenders / tenders with any conditions will not be considered and will
be rejected out rightly.
Rates quoted shall include all present and future taxes, duties, charges,
cesses, levies etc However Service Tax will be paid extra on applicable
rates.
The rates and the tender quote must include 18 months free warranty including
on-site comprehensive AMC (counted from date of commissioning & handing
over the Data Centre) which include all components i.e. manpower (with
personnel detail as per RFP clause), machine AMC etc.
This document is only brief description of project. Detailed RFP documents can
be obtained from Premises Deptt., Bank of India, Star House 1, BKC, Mumbai
on payment of non refundable DD/ Pay order/ Rs. 50,000/- drawn in favour of
Bank of India and payable at Mumbai. For all purpose, detailed tender
documents of RFP shall prevail over this document.
Duration of the project wherever appears in RFP shall be considered till
completion of 8 years comprehensive AMC period on quoted rates from date of
LOI.
Page 4 of 34

Confidential & Proprietary of Bank of India

2. Disclaimer
The information contained in this Request for Proposal (RFP) document or information
provided subsequently to bidder(s) or applicants whether verbally or in documentary
form by or on behalf of Bank of India (BOI), is provided to the bidder(s) on the terms
and conditions set out in this RFP document and all other terms and conditions
subject to which such information is provided.
This RFP is neither an agreement nor an offer and is only an invitation by BOI to the
interested parties for submission of bids. The purpose of this RFP is to provide the
bidder(s) with information to assist the formulation of their proposals. This RFP does
not claim to contain all the information each bidder may require. Each bidder should
conduct its own investigations and analysis and should check the accuracy, reliability
and completeness of the information in this RFP and where necessary obtain
independent advice. BOI makes no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of this RFP. BOI may in its absolute discretion, but without being under
any obligation to do so, update, amend or supplement the information in this RFP.

Page 5 of 34

Confidential & Proprietary of Bank of India

PART 3. INSTRUCTIONS FOR BIDDERS (IFB)


TABLE OF CLAUSES
Clause
No.

Topic
A. Introduction

Clause
No.
3.18

Topic
Format and Signing of Bid
D. Submission of Bids

3.1

General

3.2

Proposal & Broad Scope of Work

3.19

Sealing and Marking of Bids

3.3

Information to the bidders

3.20

Deadline for Submission of Bids

3.4

Eligibility

3.21

Late Bids

3.5

Cost of Bidding.

3.22

Modification & Withdrawal of Bids

B. Bidding Documents

E. Bid Opening and Evaluation

3.6

Content of Bidding Documents

3.23

Opening of Bids by the Bank

3.7

Clarification of Bidding Documents

3.24

Clarification of Bids

3.8

Amendment of Bidding Documents

3.25

C. Preparation of Bids

3.26

Evaluation & Comparison of Price


Bids

Language of Bid

3.27

Contacting the Bank

3.9
3.10
3.11
3.12
3.13
3.14
3.15

Documents comprising the Bid


Bid Form
Bid Prices
Bid Currencies
Documents establishing Bidders
Eligibility and Qualifications
Documents establishing eligibility of
products
& conformity to Bid
Documents

3.16

Bid Security

3.17

Period of Validity of Bids

Page 6 of 34

Preliminary Examination

F. Award of Contract
3.28

Post qualification

3.29

Award Criteria

3.30

Banks Right to Accept Any Bid and


to Reject Any or All Bids

3.31

Notification of Award

3.32

Signing of Contract

3.33

Performance Security

Confidential & Proprietary of Bank of India

PART 3. INSTRUCTIONS FOR BIDDERS (IFB)


A. Introduction
3.1 General
Bank of India (Bank) is one of the largest public sector Banks established in the
year 1906. The Bank has presently more than 5000 branches in India spread
across the country. These branches are administered through 54 Zonal Offices.
The Bank has always been the leader among the PSU Banks having many first to
its name. The Bank has been the first in IT initiatives among the nationalized
banks to establish a fully computerized branch with ATM facility. The Bank is also
a founder member of SWIFT in India. The Bank has more than 65 branches
/offices/subsidiaries abroad. The Bank has implemented Core Banking Solution
(CBS) on an outsourcing model with Software Finacle. At present, our all
Branches are live on core banking. Further, the Bank has provided ATMs as a
delivery channel on a total out-sourcing model, a first of its kind in India.
3.2 The Proposal and Broad Scope of Work
3.2.1 The Bank already has Data Centres admeasuring about 5,000 Sq. Fts and
proposes to build a Tier III Data Centre and Migrate / Relocate the existing Data
Centre to the proposed Data Centre for which Request for Proposals are invited
for proposing a turnkey solution for setting up of the TIER III Data Centre
including all the infrastructure System requirements to be Supplied, Installed,
Tested & Commissioned. The proposed Data centre, in addition to the servers of
the existing Data Centre shall also host various additional servers of different
upcoming projects of the bank. The proposed additional Data Centre will be of
minimum of Tier 3 standards as per the requirements. This RFP is being floated
to select the vendor or System Integrator (S.I) to build & operate the data centre.
The model of the proposed Data Centre should be modular based i.e. capable of
starting small and growing exponentially by incrementally increasing the proposed
infrastructure. The existing Data centre has Building Management System (BMS)
from where the supervision & monitoring of the Data Centre is carried out. The
monitoring of the proposed Data Centre should be integrated and synchronized
with the existing BMS and therefore, the equipments to be installed in the
proposed Data Centre should be compatible with the existing Data Centre.
3.2.2 The scope of the RFP is to propose a turnkey solution for the errection of the
Data Centre Infrastructure System which shall include the construction of Data
Centre and its operations.
Page 7 of 34

Confidential & Proprietary of Bank of India

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


handing over of all materials, equipments, hardwares, softwares, appliances
and necessary labor to commission the said system, complete with all the
required components strictly as per the enclosed tender specifications,
design details, drawings & instructions of the Architects, Consultants &
Banks Engineer in charge from time to time.
The scope also includes the supply, installation & commissioning of any
material or equipment including necessary civil works required for successful
installation of the particular equipment, that may not be specifically
mentioned in the Bill of quantities (BOQ), specifications and design details
but are required / mandatory for successful commissioning of the project. No
extra claims whatsoever over and above the quoted rates / amount towards
such Civil or errection works shall be entertained during the course of
execution of works on site.
The vendor shall provide documentation including user manuals, system and
operation manuals as well as the necessary drawings diagrams and design
details as a part of successful handing over of the Data Centre.
The vendor shall be responsible for performing all the necessary verification
tests to ensure all proposed software and hardware are functioning as
designed including the equipments and their sub-components.
The vendor shall be responsible for providing support and maintenance for
all equipment and systems proposed on 24 x 7 x 365 basis for a period duly
mentioned in the RFP BOQ document;
The vendor shall be responsible for providing acceptance checklists for the
project.
The vendor shall be responsible for proposing additional items that it may
seem to be necessary but are not mentioned in this tender / RFP document.
The vendor shall be responsible to ensure compliance with the TIER III Data
Centre & Green I.T norms, guidelines & regulations so as to facilitate the
bank get the necessary TIER III certification from concerned Institutes post
completion of the project assignment.
The Data Center should be complete in all respects. The broad areas of the
scope of work and their major elements are as advised later.

Page 8 of 34

Confidential & Proprietary of Bank of India

3.2.3. Design of Data Center


The proposed designs, solution, BOQ & specifications and draft drawings are
enclosed in the RFP document and are meant for reference and for the purpose
of bidding. The vendor so finalized would be required to make all the necessary
shop drawings within the layouts enclosed and the BOQ in consultation with the
Project Architects, their Associate Consultants & Banks Engineer in charge so
as to arrive at the final scheme in line with the requirements of the clients and in
accordance with the requirements of Indian standards ISO, Green IT
requirements, BIS codes & National Building codal provisions if any. However no
change whatsoever in the price schedules and alterations in the BOQ and
specifications would be allowed after the award of the work and the price shall
remain firm throughout the duration of the project (time till completion of AMC
period of 8 years on quoted rates from date of LOI) and the works are to be
executed within the quoted price schedules and BOQ specifications. Any extra
item / works arising out of the changes in the scheme shall be first notified to the
project Architects & their Consultants, who shall take a complete review of the
same and if convinced, notify the Banks Engineer in charge about the execution
of the item / work and only after accordance of approval / sanction towards extra
cost implications if any, concerned with the said alteration.
The shop drawings should include the following, but is not limited to;
A. Floor plans, Elevations, Sections & other detailed drawings: Civil, Interior & Furniture Works as per instructions
UPS Room and Electrical Room equipments
Server Farm area along with Networking centre Room
Staging & Testing room
Telecom & Communications room
BMS Room & BMS Gadgets Room
Store Room
Dedicated area for mounting of Comfort AC units / Precision Air
Conditioning system
Fire suppression cylinder area NOVEC 1230
Other areas duly indicated in the plan enclosed along with the RFP
B. All the necessary drawings including plans, elevations & sections, working
execution drawings showing the Civil, Interior & Furniture elements &
works mentioned in the BOQ including the necessary finishing schedules
for the works.

Page 9 of 34

Confidential & Proprietary of Bank of India

C. Layout showing the plan, sectional details, loading calculations for raised
access flooring system and false ceiling layout showing the various levels,
sections, AC distribution scheme, RCP etc.
D. Electrical drawings & diagrams including Load distribution scheme, Panel
drawings & details, calculation sheets, Raceway layout, Power layout,
Lighting layouts, SLDs etc
E. HVAC system layout comprising of Comfort AC units, mounting scheme,
Ducting layout with sizing calculations, Heat Load calculations, Sections
through the ducts, levels, duct mounting details, & RCF superimposed
drawings & sections.
F. Precision AC scheme comprising of Precision AC units, mounting scheme,
Ducting layout with sizing calculations, Heat Load calculations, Sections
through the ducts, levels beneath the false flooring, duct mounting details,
superimposed drawings & sections
G. Structured cabling layout, Data networking scheme, PDU designs,
drawings, details & calculation sheets for sizing
H. Fire detection plan & scheme & all necessary drawings, details & layouts
I. Fire suppression system NOVEC 1230 scheme & all necessary
drawings, details & layouts including sizing calculations, capacity
calculations etc
J. Access Control, CCTV, Rodent Repellent, Water Leak detection, VESDA,
P.A system, Fire alarm system plan, humidity control system scheme,
details & all necessary drawings, details & layouts including necessary
superimposed RCP drawings, routing schemes, mounting schemes, sizing
calculations etc.
K. Earthing pit diagrams, drawings & details
L. Synchronization / Integration scheme, drawings, details & calculations for
the existing D.G sets, BMS, Transformers, H.T / L.T panels, Electrical
assessories and other existing infrastructure existing floor or any other
floor, or within the open spaces on Stilt floor of the building
M. Drawings, details, sizing calculations etc for the cabling, conduiting,
electrical elements etc towards the UPS and its batteries kept on other
floor within the building structure, existing D.G sets at the stilt floor level
including existing Transformers, H.T / L.T panels etc.
N. Building Management system including all the necessary drawings, details,
schemes, features, input-output summary, sizing calculations, monitoring
channels & graphic schemes etc
O. Data Centre Information Management including all the necessary
drawings, details, schemes, features, input-output summary, sizing
calculations, monitoring channels & graphic schemes etc.

Page 10 of 34

Confidential & Proprietary of Bank of India

3.2.4 Build of Data Center


The selected vendor / S.I should be responsible for the successful Supply,
Installation, Testing, Training and handing over of all materials, equipments,
hardwares, softwares, appliances etc & Commissioning of the Proposed Data
Center along with its infrastructure which includes Civil, Interior & Furniture
works, Electrical works, UPS, D.G synchronization, BMS, all L.V cum security
systems, softwares, hardwares,
environmental controls
like humidity,
temperature etc., security (including access / monitoring equipment), power
systems, power supply as specified in the detailed specifications & RFP
document.
The activity will include the following along with the works mentioned above
and elsewhere in the RFP document, but not limited to: 1. Interiors of the data center (including Civil, Interior & Furniture works,
raised floor, false ceiling etc.)
2. Electrical Work (Panels and cabling)
a. Provide and commission UPS
b. AC wiring circuit
c. Main circuit
d. Point wiring
e. Lighting fixtures
3. Provide and commission UPS
4. Supply and implement physical security (access controls including
biometric), Motion sensors and all other types of sensors & hi end
security gadgets etc
5. Supply and implement environmental Controls (Air conditioners,
humidity control, fire detection and suppression, control panel, etc.)
6. Supply and implement Structured and intelligent Cabling
7. Supply and Implement Video Surveillance systems
8. Supply and implement Pest/Rodent Repellent System
9. Synchronization, Integration with the existing DC elements
10. Supply and implementing NOVEC 1230
11. Synchronization, Integration with the Diesel Generator Set and the
other necessary systems required for successful errection, completion
& operations of the Data centre.
The vendor shall provide qualified and experienced project managers on site
for monitoring the Data Centre and should provide complete description with
Page 11 of 34

Confidential & Proprietary of Bank of India

regard to the projects Managers role, name of the person(s) proposed for the
role, and a summary of their experience and qualifications who would be
responsible for the installation of all the systems.
The vendor shall state how they will manage the installation, testing and hand
over of all systems. The vendor shall state exactly what areas they will assume
responsibility for and what areas they expect Bank to accept responsibility for.
3.2.5 Warranty & Annual Maintenance
The quoted rates and RFP bid amount shall include minimum
comprehensive on site free warranty including comprehensive on site
AMC of 18 months from the date of Commissioning and acceptance of
handing over the Data center successfully by Bank including all spare parts,
components & sub-components, consumables of all types such as Diesel,
lubricants, fuel of any type, lamps, tools, nuts, bolts, washers, assessories,
fittings, fixtures etc, equipment replacement in case of major defects, hardware
& software replacement in case of defects & operational issues including the
necessary labor & updates during such warranty period. No parts, components
& sub-components, accessories of the systems should be excluded from such
warranty including consumables like lamps, tubes, lubricants, fuels etc. The
minimum 18 months comprehensive warranty including comprehensive
on site AMC will include all related parts & services i.e. all machines and
manpower (with further details mentioned in Clause 4.16).
On site comprehensive AMC (18 months free Warranty and AMC period as well
as 8 years AMC at quoted rates) will include Preventive maintenance of
equipments like UPS, Comfort & Precision AC system, Electrical Assessories,
Networking devices, Existing Diesel Generator, Interior elements, Sanitary
fittings & fixtures, BMS hardwares & softwares etc for all the products will be
within the scope and needs to be undertaken by the bidder over and above
whenever called for by the Bank during emergency situations.
Bank will not accept any used or refurbished products, equipment, hardware,
software or solution and such rejected items if any shall be discarded at the cost
of the vendor. The vendor shall warrant that all the products and equipments
including necessary hardwares & softwares offered are fresh from stock and / or
factory. Vendor shall be fully responsible for the manufacturers warranty in
respect of proper design, quality and workmanship of all equipments,
accessories etc covered by RFP.

Page 12 of 34

Confidential & Proprietary of Bank of India

Vendor must warrant all equipment, accessories, spare parts, components, sub
components, hardware, software, consumables, fittings, fixtures etc & in general
the entire infrastructure provided by the vendor etc against any manufacturing or
other defects during the warranty period. During the warranty period, the vendor
shall repair / rectify / completely replace at the installed site, without any cost
implication to the Bank, all the defective equipment, accessories, spare parts,
components, sub components, hardware, software, consumables, fittings, fixtures
etc that are supplied & installed by the vendor and brought to the Vendors notice
by the Bank or Consultants and no extra claim whatsoever on this account shall be
entertained. In case of negligence of the vendor to repair / rectify / complete
replacement, the Bank may notify the vendor against such lapses and may also
initiate action including imposing of necessary penalties, deduction of charges
towards the losses suffered and including termination of contract and the vendor
shall not have any say in the matter.
Warranty should not become void, if Bank buys, any other supplemental hardware
from a third party and installs it with in these machines under intimation to the
vendor. However, the warranty will not apply to such supplemental hardware items
installed directly by the Bank.
As regards, the decision regarding repair / rectification or complete replacement of
the product or equipment so supplied and found to be defective during the
warranty period, the decision of the Bank / Consultants shall be final and binding
upon the vendor and the vendor shall have no say in taking such decisions.
It may be further noted that the release of the payments towards the
comprehensive AMC charges towards manpower and equipments etc deployed on
site, shall be subject to submission of documents in support of payments made
towards ESI, EPF, payments made to statutory authorities under labour laws,
salaries / wages paid to the workforce employed by the vendor and deployed on
site, as and whenever requested by the bank. Please note that the Bank shall not
be under any obligation to release the payments to the vendor towards AMC
charges, without the submission of the said mandatory documents or documentary
evidence in support of payments made towards statutory authorities and towards
workforce / manpower deployed on site in the form of salaries / wages.
Further the successful vendor shall provide the break-up of the total cost towards
the comprehensive AMC in the form of person-wise payment of salaries / wages
towards workforce / manpower deployed on site and cost of AMC towards the
machinery or equipments to be provided, replaced or overhauled.

Page 13 of 34

Confidential & Proprietary of Bank of India

Further it shall be the sole responsibility of the vendor to ensure that the minimum
wages or salary amount is paid to the workforce or manpower deployed by the
vendor on site, which shall be certainly not less than the minimum wages or salary
as duly notified by the Government of Indias policy under labour welfare or labour
/ workmens protection schemes. Further the wages or salaries paid by the vendor
to the workforce deployed on site shall increase every year based on the indices
published by the Reserve Bank of India and the vendor shall submit the
documentary evidence regarding such an increase in the wages / salaries paid to
the workforce employed on yearly basis to the bank. The payments towards AMC
charges shall be subject to submission of documentary evidence towards the
payments made to the workforce / manpower deployed on site, the break-up of
salaries / wages paid to them (to be in tune with the Governments directives /
policies) and payment of necessary ESI and EPF charges to the statutory
authorities towards the manpower deployed by the vendor on site and any
statutory compliances with regards to the wages or salaries or departmental
compliances towards ESI / EPF shall be the sole responsibility of the vendor.
3.2.6 Data Center Upgrade
The vendor needs to provide services towards upgrade of data center facilities
whenever instructed and directed by the Bank such as:
Adding UPS, PDUs, Cabling from PDUs to racks
Adding Precision AC units
Adding more server / network racks
Adding more LAN cabling (Structured cabling)
Adding more LV components such as Access control, CCTV cameras etc & any
additional works envisaged and instructed by the Bank from time to time.
3.3

Information to the bidders

3.3.1 The bidders should provide the necessary supporting documents indicating their
tie up with all the other agencies like Interior works, Electrical works, O.E.Ms for
various equipments, L.V system manufacturers etc. however the bidder will take
prior approval from Bank / Architect for these agencies before starting execution
of work at site.
3.3.3 Further, the bidders should be able to provide the necessary interfaces with the
existing Service Provider/s of the bank.
3.3.4 The bidders would be one point contact to provide the necessary infrastructure
to the Bank. The selected bidders will provide the Bank complete infrastructure
requirements but not limited to supply, installation of required software /
hardware.
Page 14 of 34

Confidential & Proprietary of Bank of India

Successful Bidder is the bidder whose technical bid has been accepted and
whose price as per the commercial bid is the lowest.
A summary of the project already implemented must be enclosed with the
Technical Bid, giving the following details:

Name of the Client

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

Scope of the Project

Architecture of the solution implemented

Date of award of Contract

Date of commencement of the Project

Date of successful commissioning of the Project

Whether the Project has been vetted / audited by any independent


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

Name of the person who can be referred to from Clients' side, with
Name, Designation, Postal Address, Contact Phone and Fax numbers,
E-Mail IDs, etc. (Attach copies of purchase orders)
(Above Details are MANDATORY and to be included in technical bid.
Without the above details, the Bid is liable to be Rejected)
3.3.6 The Bank also reserves the right to inspect such installation/s while evaluating
the Technical Bid. The system integrator or bidder should obtain permissions
and bear all the expenses in this regard and Bank reserves all right to reject
the bid in case of non submission / non verification of work executed.
3.4 Eligibility / Pre-qualification of the Bidders
a) Bidders shall be either a software vendor or a hardware vendor or a System
Integrator or Service Provider company, engaged in providing Information
technology solutions or Data Centre build solution.
b) The bidder must be in existence for a period of atleast Five (05) years
preceding the Data of the release of the R.F.P
c) The bidding company (bidder) must have a turnover of minimum of Rs 1,000
Crores per annum as an individual I.T Company or Data Centre solution
provider or System Integrator and must be a profit making company in the
last 5 years. Note: - The bidder shall not have incurred any loss in for a
period of Five (05) years preceding the Data of the release of the R.F.P. The
bidder must enclose copies of audited balance sheet & Profit & Loss
Account including the I.T returns for previous Five (05) financial years along
with the RFP document.
Page 15 of 34

Confidential & Proprietary of Bank of India

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


1956. The Company should be in existence for more than 5 years.
e) The bidder must have successfully executed at least 5 Data Centres
(Minimum 3 in India) with the following criteria: 1.) Minimum of Two (02) Data Centres of minimum TIER III standards
and above should have been built on a turnkey solution basis and
comprising of all the works & scope mentioned above admeasuring
above 4,000 sq. feet in area in the last 5 years.
2.)

The firm must have experience of having rendered services for


successful completion of Data Centre for any PSU/ Govt./ Public/
Reputed Private Sector during last 5 years comprising of the following
sub-conditions: At least 3 similar Data Centre projects costing minimum Rs.1000 lakhs
each out of which atleast one work should be in Mumbai / Navi
Mumbai/Thane
OR
At least 2 similar Data Centre projects costing minimum Rs. 1250 lakhs
each out of which at least one work should be in Mumbai/Navi
Mumbai/Thane
OR
At least one similar Data Centre project costing minimum Rs. 2000
lakhs. If this single work is not in Mumbai/Navi Mumbai/Thane, at least
one another work costing Rs. 800 lakh should be in Mumbai/Navi
Mumbai/Thane.
The Data Centre should have been built, primarily consisting of
Precision Airconditioning system, Comfort AC system, Fire- fighting and
suppression system, Access control and CCTV, L.V systems, UPS,
VESDA, Rodent Repellent System, Electrical system works and lighting,
Structured cabling, Interiors & Civil elements etc and all the allied works
required for successful installation & completion of the Data Centre.
The bidder must produce experience certificates from such clients about
the satisfactory implementation of the projects. The certificate should be
issued individually & directly from the principal client for multiple sites/
projects, individually. The certificate issued by any person other than the
principal client will not be considered.

Page 16 of 34

Confidential & Proprietary of Bank of India

The experience for sub-letting, 3rd party work, Joint Ventures will not be
considered.
The certificate must clearly mention value of works, Scope of works,
period of completion, performance of work & client details such as
Name, Designation, Authorized Signatory, Postal Address, Contact
Phone and Fax Numbers, E-Mail Ids etc.
In case of mergers or amalgamations of one entity with some other
entity or the Parent company, the responsibility of successful execution
and handing over the Data centre shall vest with the entity to whom the
contract was awarded and contract documents executed and the
merged / amalgamated entity shall not have any direct or indirect control
over the said contract. Further the responsibility shall continue &
services as defined in the RFP document provided, upto the end of the
Warranty cum comprehensive AMC contract period of 18 months as well
as the AMC contract period of 8 years.
(Above details are MANDATORY. The Bid is liable to be rejected
without the above details).
f) The Format of Pre-qualification documents required to be submitted along
with the RFP are enclosed. It shall be mandatory to obtain Certificates from
the Clients only in the required format. Any other format adopted by the
bidders for obtaining certificates from the Clients is liable for rejection. The
bidders shall enclose all the necessary documents duly called for along with
the supporting documents in support of the Prequalification requirements.
Bank reserves right not to consider any documents submitted in support of
above after opening of technical bids and may reject the bid for not fulfilling
the criteria.
g) The Bank reserves the right to request for any additional information and
also reserves the right to reject or accept the bid of any bidder, if in the
opinion of Bank, the qualification data is incomplete or the bidder is found
not qualified to satisfactorily execute the requirements of the project.
h) The Bank reserves the right to inspect such implementations / installations
executed by the bidder. The bidder shall ensure necessary permissions
from their clients, required for such site visits and shall arrange for site visit
of the Banks identified representatives at a mutually convenient time and all
the expenses in this regard shall be borne by the Bidder.

Page 17 of 34

Confidential & Proprietary of Bank of India

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


Income Tax, Sales Tax, Service Tax, ESIC, EPF, Labour licenses &
departments, Customs etc and all such regulatory bodies. Necessary
supporting certificates of Registration with these authorities shall be
enclosed at the time of submitting the bid documents.
j) The Bidder shall act as a System Integrator and shall have necessary tieups with Original Equipment Manufacturers (OEMs) or shall have
dealership with the Equipment manufacturers. The necessary agreements,
MOUs, contract documents, tie-up certificates between the Bidder and the
OEMs for items or equipment makes mentioned in the RFP shall be
enclosed at the time of submitting the bid documents.
Other information: 1. The Bidder should ensure that Banks existing investment in computer
Hardware, Software, Network, O.S, application software, etc is fully
protected.
2. All systems and related services to be supplied under the Contract shall
have their origin in countries allowed as per Import Trade Control
Regulations in India.
3. Origin means the place where the products are produced or the place
from which the related services are supplied. Products are produced when
a commercially recognised product results that is substantially different in
basic characteristics or in purpose or utility from its components.
4. The origin of products and services is distinct from the nationality of the
Bidder.
5. All pages of the RFP documents as well as the contract documents in case
of the successful System Integrator shall be signed by the authorized
signatory of the vendor and the necessary documents in support of the
authorization such as the Power of Attorney, MOUs etc shall be enclosed
along with the RFP documents.
3.5 Cost of Bidding
3.5.1 The Bidder shall bear all costs associated with the preparation and cost
incurred towards their Bids and the Bank will in no case be responsible or liable
for these costs, regardless of the conduct or outcome of the Bidding process.

Page 18 of 34

Confidential & Proprietary of Bank of India

B. The Bidding Documents


3.6. Content of Bidding Document/s
3.6.1 The products required, Bidding procedures, and contract terms are prescribed
in the Bidding Documents. The Bidding Documents include:
(a)
(b)
(c)
(d)
(e)
(f)
(g)

PART 1
PART 2
PART 3
PART 4
PART 5
PART 6
PART 7

Invitation to Bid (ITB)


Disclaimer
Instruction for Bidders (IFB)
Terms and Conditions of Contract (TCC)
Technical & Functional Specifications (TFS)
Bid Forms, Price Schedules and other forms (BF)
Schedule of Dates, Amounts, etc. (SDA)

3.6.2 The System integrator or bidder is expected to examine all instructions, forms,
terms and specifications in the Bidding Document. Failure to furnish all
information required by the Bidding Document or to submit a Bid not
substantially responsive to the Bidding Document in every respect will be at
the System Integrator or Bidders risk and may result in the rejection of the
Bid. It may be also noted that all the pages of the RFP document shall be duly
signed and sealed on each and every page before submission.
3.7 Clarification of Bidding Document/s
3.7.1

A prospective system integrator or Bidder requiring any clarification of the


Bidding Document may notify the Bank/ Consultant in writing or by Fax at the
address / fax number / e-mail indicated in Invitation to Bid. The Bank/Architect
will respond at the time of pre-bid meeting to any request for clarification of
the Bidding Document received by 15.11.2015 till 3.00P.M. Relaxation in any of
the terms contained in the Bid, in general, will not be permitted, but if granted,
the same will be communicated to all the Bidders.

3.8 Amendment of Bidding Document/s


3.8.1

At any time prior to the deadline for submission of Bids, the Bank, for any
reason, whether, at its own initiative or in response to a clarification requested
by a prospective system integrator or Bidder, may modify the Bidding
Document/s, by amendment. The addendum/ corrigendum if any will be
published in website only and will be binding to each bidder. Each bidder is
advised to visit Banks website regularly.

Page 19 of 34

Confidential & Proprietary of Bank of India

3.8.2

All prospective system integrators or Bidders that have received the Bidding
Document will be notified of the amendment in the above mentioned mode
only. Bidders who will submit their bid without addendum/ corrigendum (duly
signed/ stamped/ accepted) will be rejected.

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


which to take the amendment into account in preparing their Bids, the Bank, at
its discretion, may extend the deadline for the submission of Bids.

Page 20 of 34

Confidential & Proprietary of Bank of India

C. Preparation of Bids
3.9

Language of Bid

3.9.1 The Bid prepared by the System integrator or Bidder, as well as all
correspondence and documents relating to the Bid exchanged by the System
integrator or Bidder and the Bank and supporting documents and printed
literature shall be written in English.
3.10

Documents Comprising the Bid

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


should be:
(a)

Bid Form as per Format enclosed completed in accordance with the


Technical Bid document comprising of the various clauses in the BID and
duly signed by the Bidder along with the tender fees in the form of a nonrefundable pay order / D.D in favor of Bank of India, payable in Mumbai if
downloaded from the website.

(b) Documentary evidence establishing that the Bidder is eligible to Bid and
documents in support of the Pre-qualification including the forms to be filled
in the necessary format towards the pre-qualification process and
establishing the bidders capability to perform if its Bid is accepted.
(c)

Documentary evidence establishing that the products, systems and the


ancillary services to be supplied by the Bidder are eligible products and
services and conform to the Bidding Document.

(d)

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


solution to the business requirement described in Technical & Functional
specifications of the RFP. Any Technical Bid containing any Price
information will be rejected.

(e)

Bid Security deposit / Earnest Money Deposit (E.M.D) of Rs. 25, 00, 000/(Rupees Twenty five lakhs only) in favor of Bank of India payable at
Mumbai as specified in the relevant Clause of the RFP document.

(f)

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

(g)

A non-disclosure agreement as per Format 6.2

(h)

Manufacturers / Producers authorization form as per Format 6.8 wherever


applicable

Page 21 of 34

Confidential & Proprietary of Bank of India

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


(j)

Confirmation as per clause 3.15.3 (c).

While submitting the Technical Bid, literature on the software / hardware if any,
should be segregated and kept together in one section / lot. The other papers like
Bid Security, Forms as mentioned above etc. should form the main section and
should be submitted in one lot, separate from the section containing literature and
annual accounts.
Any Technical Proposal not containing the above will be rejected. The
Technical Proposal should not contain any price information, such proposal
will be rejected.
3.10.2 Documents comprising Price Proposal Envelope (Envelope No. 2) should be:
a) A Full Price Schedule of the Solution indicating all the components
(including sub sections / modules) of the solution and services as per the
price schedules / Bill of Quantities (BOQ) enclosed
b) The Bid as per Format furnished in the Bidding documents duly signed by
the Bidder and completed in all respects.
c) Price bids containing any conditions/ deviations or similar clauses will be
summarily rejected.
3.11 Bid Form
3.11.1 The System integrator or Bidder shall complete both the two Envelopes of the
Bid Form furnished in the Bidding Document separately and submit them
simultaneously to the Bank. Bids are liable to be rejected if only one (i.e. either
of Technical Bid or Price Bid) is received. The envelope super scribed as
"Technical Bid document & "Price Bid document" shall be submitted
simultaneously. Both the said envelopes shall be enclosed in a third envelope
with details about the bidder, subject & Name of the work / project, complete
postal addresses of the bank & bidder etc clearly mentioned.
3.12 Bid Prices
The detail Bid price indicated in Price schedule should be separately quoted for
Hardware, Equipments, Gadgets, Software Applications etc. The Hardware
price schedule should include the entire Hardware infrastructure necessary at
the Data Centre Site. The Software Application should also be quoted in such a
Page 22 of 34

Confidential & Proprietary of Bank of India

manner that it should indicate the Application cost at the Data Centre, however
in the format called for and without any deviations.
3.12.1 The prices indicated in the Price Schedule shall be entered in figures and
words. In case of any discrepancy between the two (figures and words), the
latter shall prevail upon the bids.
a) The total price quoted must be inclusive of cost of providing services for
supply, installation, testing and commissioning of the solution and the
Warranty including all applicable present and future anticipated taxes,
duties, levies, charges etc. as also inclusive of the cost of incidental
services such as transportation, insurance, Sales Tax and / or VAT
payable, Works contract tax & Central Excise tax, Royalties, Duties, Levies,
Cess, Entry Tax, LBT, Purchase Tax, Turnover Tax, ESI, PF, Octroi or
entry-tax, Profession Tax or any other similar tax on material or finished
work as well as surcharge, levies, duties payable to Central / State
Government, Municipal Authorities, Ward, Fire departments and all other
statutory authorities etc. However only Service Tax will be paid

extra on applicable rates.


b) The total price quoted must be inclusive of costs incurred for taking the
necessary approvals / NOCs from the statutory bodies like N.M.M.C,
CIDCO, M.C.G.M, Fire Departments, MHADA, Ward Offices or any other
Statutory approval authority and the necessary payments towards these
statutory charges of various departments shall be reimbursed by the bank
on production of necessary challans & receipts in favour of the Bank. The
successful bidder shall indemnify the bank / Consultants for any problems
arising out of such approvals. The bidder shall include in the quoted price, all
costs to be incurred for getting such approvals and no extra claim over and
above the quoted price shall be entertained. The bidder shall prepare and
submit to such departments, all the necessary drawings proposed for
installation in consultation with the Consultants of the bank as a part of
necessary compliance towards getting approvals / NOCs from the statutory
departments.
c) The cost of comprehensive Annual maintenance service for a period of 8
years as mentioned in relevant Clause (Section 4.16) on yearly basis after
expiry of warranty including comprehensive AMC period of 18 months (Refer
section 4.15). .

Page 23 of 34

Confidential & Proprietary of Bank of India

d) Prices quoted as above shall be valid for a minimum period of 180 days from
last date of submission of RFP bid documents.
3.12.2 Prices quoted by the System integrator or Bidder shall be fixed during the
system integrators or Bidders performance of the Contract and shall not be
subject to variation on any account, including exchange rate fluctuations,
changes in taxes, additional taxes implemented by State / Central
Government during the course of execution of works under the contract,
duties, levies, charges etc. A Bid submitted with an adjustable price quotation
will be treated as non-responsive and will be rejected.
3.13 Bid Currencies
3.13.1 Bids are to be quoted in Indian Rupees only.
3.14 Documents Establishing System Integrators or Bidders Eligibility and
Qualifications
3.14.1The System integrator or Bidder shall furnish, as part of its Bid, documents
establishing the system integrators or Bidders eligibility to Bid and its
qualifications to perform the Contract, if its Bid is accepted.
3.14.2 The documentary evidence of the system integrators or Bidders qualifications
to perform the Contract if its Bid is accepted shall establish to the Banks
satisfaction:
a) that, in the case of a system integrator or Bidder offering to supply products
and/or Systems under the Contract which the system integrator or Bidder did
not produce, the system integrator or Bidder has been duly authorized as
per authorization format enclosed.
b) given in the Bid, by the products Producer to supply the products and / or
Systems in India;
c) that adequate, specialized software/hardware expertise are already
available with the bidder in order to ensure that the support services are
responsive and the System integrator or Bidder will assume total
responsibility for the fault-free operation of the systems installed and
maintenance during the warranty period and provide necessary
maintenance services after end of warranty period, for a period mentioned.

Page 24 of 34

Confidential & Proprietary of Bank of India

3.15 Documents Establishing Eligibility of Products and Conformity to


Bidding Documents
3.15.1 The system integrator or Bidder shall furnish, as part of its Bid, documents
establishing the eligibility and conformity to the Bidding Documents of all
products and/or System and/or services which the system integrator or Bidder
proposes to supply under the Contract.
3.15.2 The documentary evidence of the eligibility of the products and/or System
and/or services shall consist of a statement (attached to the Price Schedule) of
the country of origin of the products and/or System and/or services offered,
which shall be confirmed by a certificate of origin issued at the time of
shipment.
3.15.3 The documentary evidence of conformity of the products and/or System
and/or services to the Bidding Documents may be in the form of literature,
drawings, and data, and shall consist of:
a) a detailed description of the essential
technical and performance
characteristics of the products and/or Systems as mentioned in Price
schedules;
b) an item-by-item commentary on the Technical & Functional Specifications
given in the Bid, demonstrating substantial responsiveness of the products
and/or System and/or services to those specifications, or a statement of
deviations and exceptions to the provisions of the Technical & Functional
Specifications; and
c) a confirmation that, if the System integrator or Bidder offer systems and/or
other software produced by another company, such software operates
efficiently on the system proposed by the system integrator or Bidder; and
the system integrator or Bidder is willing to accept responsibility for its
successful operation.
3.16 Bid Security / Earnest Money Deposit (E.M.D)
3.16.1 The system integrator or Bidder shall furnish, as part of its Bid, a Bid security
of amount Rs. 25, 00, 000 / - (Rupees Twenty Five Lakhs only) favouring
Bank of India, payable at Mumbai.
3.16.2 The Bid security is required to protect the Bank against the risk of system
integrators or Bidders conduct, which would warrant the securitys forfeiture.

Page 25 of 34

Confidential & Proprietary of Bank of India

3.16.3 The Bid security shall be denominated in Indian Rupees and shall be in the
form of a Bankers Cheque / Pay Order / Demand Draft, issued by a
Nationalized / Scheduled banks in India, drawn in favour of Bank of India
payable in Mumbai
3.16.4 Any Bid not secured, as above, will be rejected by the Bank, as nonresponsive.
3.16.5 Unsuccessful system integrators, whose Price bid is not accepted or Bidders
Bid security will be discharged or returned as promptly as possible but not
later than sixty (60) days after the expiration of the period of Bid validity .
3.16.6 The successful system integrators or Bidders Bid security will be adjusted
against the security deposit to be withheld by the bank for the entire period of
completion of the contract. Upon the system integrator or Bidder signing the
Contract and furnishing the performance security as per format 6.6.
3.16.7 The Bid security may be forfeited:
a) if a system integrator or Bidder withdraws its Bid during the period of Bid
validity specified by the system integrator or Bidder on the Bid Form; or
b) if a system integrator or Bidder makes any statement or encloses any form
which turns out to be false/incorrect at any time prior to signing of Contract;
or
c) in the case of a successful system integrator or Bidder, if the system
integrator or Bidder fails;
(i) to sign the Contract;
or
(ii) to furnish Performance Security as mentioned in Clause 3.33 herein.
3.17 Period of Validity of Bids
3.17.1 Bids shall remain valid for a period of minimum 180 days from the date of
opening of the Bid. A Bid valid for a shorter period shall be rejected by the
Bank as non-responsive.
3.17.2 In exceptional circumstances, the Bank may solicit the system integrators or
Bidders consent to an extension of the period of validity. The request and the
responses thereto shall be made in writing. The Bid security provided shall also
be suitably extended.

Page 26 of 34

Confidential & Proprietary of Bank of India

3.18

Format and Signing of Bid

3.18.1 Each bid shall be in two parts:Part I covering the Technical Bid document of the RFP and Pre-Qualification
aspects hereinafter referred to as Technical Proposal / Technical Bid.
Part II covering only the price schedules / filled in BOQ hereinafter referred to as
the Price Proposal / Price Bid.
The two parts should be in two separate covers, each super-scribed with the name of
the Project as well as Technical Proposal and Price Proposal as the case may be,
as detailed below. The superscription should also cover details regarding the project
etc. as required vide clause 3.19 below.
3.18.2 The Bid shall be typed or written in indelible ink and shall be signed by the
Bidder or a person or persons duly authorized to bind the Bidder to the
Contract. The person or persons signing the Bids shall initial all pages of the
Bids, except for un-amended printed literature.
3.18.3 Any inter-lineations, erasures or overwriting shall be valid only if they are
initialled by the person signing the Bids. The bank reserves the right to reject
bids not confirming to above.
3.18.4 All pages of the RFP documents as well as the contract documents in case of
the successful System Integrator shall be signed by the authorized signatory of
the vendor and the necessary documents in support of the authorization such
as the Power of Attorney, MOUs etc shall be enclosed along with the RFP
documents.

Page 27 of 34

Confidential & Proprietary of Bank of India

D.

Submission of Bids

3.19 Sealing and Marking of Bids


3.19.1 The system integrators or Bidders shall seal the envelopes containing
Technical Bid and Price Bid separately and the two envelopes shall be
enclosed and sealed in an outer envelope. The technical bid, price bid
and all the necessary documents shall be submitted in duplicate superscribed as ORIGINAL & DUPLICATE COPY respectively. All pages of the
technical bid, price bid and other necessary documents enclosed along
with the bids shall be signed and sealed by the bidder.
3.19.2 The inner and outer envelopes shall:
a) be addressed to the Bank at the address given; and
b) bear the Project Name ", RFP for Construction of Tier III Data Centre &
Migration / Relocation of Data Centre at Navi Mumbai - Technical Bid
and RFP for Construction of Tier III Data Centre & Migration /
Relocation of Data Centre at Navi Mumbai - Price Bid in separate
envelopes.
c) All envelopes should indicate on the cover the name and address of the
Bidder.
d) The outer envelope shall bear the Project Name as follows", RFP for
Construction of Tier III Data Centre & Migration / Relocation of Data
Centre at Navi Mumbai - Technical Bid and Price Bid.
3.19.3 If the outer envelope is not sealed and marked, the Bank will assume no
responsibility for the Bids misplacement or premature opening.
3.20 Deadline for Submission of Bids
3.20.1 Bids must be received by the Bank at the address specified, not later than the
date & time specified in the Invitation to Bid.
3.20.2 The Bank may, at its discretion, extend this deadline for the submission of
Bids by amending the Bid Documents, in which case, all rights and obligations
of the Bank and system integrators or Bidders previously subject to the
deadline will thereafter be subject to the deadline as extended.
3.21

Late Bids

3.21.1 Any Bid received by the Bank after the deadline for submission of Bids
prescribed, will be rejected.
Page 28 of 34

Confidential & Proprietary of Bank of India

3.22

Modification and Withdrawal of Bids

3.22.1 No Bid may be modified after the deadline for submission of Bids.
3.22.2 No Bid may be withdrawn in the interval between the deadline for submission
of Bids and the expiration of the period of Bid validity specified by the Bidder
on the Bid Form. Withdrawal of a Bid during this interval may result in the
system integrators or Bidders forfeiture of its Bid security.

Page 29 of 34

Confidential & Proprietary of Bank of India

E.
3.23

Opening and Evaluation of Bids

Opening of Bids by the Bank

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


and the presence or absence of requisite Bid Security and such other details
as the Bank, at its discretion, may consider appropriate, will be announced at
the Bid opening. No bid shall be rejected at bid opening, except for late bids,
which shall be returned unopened to the system integrator or Bidder.
3.23.2 Bids (and modifications sent) that are not opened at Bid Opening shall not be

considered further for evaluation, irrespective of the circumstances.


3.24 Clarification of Bids
3.24.1 During evaluation of the Bids, the Bank, at its discretion, may ask the system
integrator or Bidder for clarification of its Bid. The request for clarification and
the response shall be in writing, and no change in the prices or substance of
the Bid shall be sought, offered or permitted.
3.25

Preliminary Examination

3.25.1 The Bank will examine the Bids to determine whether they are complete,
required formats have been furnished, the documents have been properly
signed, and the Bids are generally in order.
3.25.2 The Bank reserves the right to accept / reject any or all the bids received at its
discretion without assigning any reasons thereof.
3.25.2 Prior to the detailed evaluation, the Bank will determine the responsiveness of
each Bid to the Bidding Document. For purposes of these Clauses, a
responsive Bid is one, which conforms to all the terms and conditions of the
Bidding Document without any deviations. Deviations from, or objections or
reservations to critical provisions, such as those concerning Bid Security,
Applicable Law, Performance Security, Qualification Criteria, Insurance,
Warranty, BOQ, specifications, AMC and Force Majeure etc. will be deemed
to be a material deviation. The Banks determination of a Bids responsiveness
is to be based on the contents of the Bid itself, without recourse to extrinsic
evidence. The Bank reserves the right to evaluate the bids on technical &
functional parameters including possible visit to inspect live site/s of the
system integrator or bidder and witness demos of the system and verify
functionalities, response times, etc.

Page 30 of 34

Confidential & Proprietary of Bank of India

3.26 Evaluation and Comparison of Price Bids


3.26.1. The Bank will evaluate and compare the Price bids, which have been
determined to be responsive.
3.26.2 Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the
total price shall be corrected. If the Successful system integrator or Bidder
does not accept the correction of the errors, its Bid will be rejected, and its
Bid security may be forfeited. If there is a discrepancy between words and
figures, the amount in words will prevail.
3.26.3 L1 will be decided on the basis of sum total of the price as quoted in the Price
Bid.
3.26.4 Quotation of Prices for all Items:
The system integrator or Bidder should quote for complete consignment of
items proposed/listed in this Bid. In case, prices are not quoted by bidder, the
bank reserves the right to reject all such incomplete bids.
3.27 Contacting the Bank
3.27.1 No system integrator or Bidder shall contact the Bank on any matter relating
to its Bid, from the time of opening of Bid to the time the Contract is awarded.
3.27.2 Any effort by a system integrator or Bidder to influence the Bank in its
decisions on Bid evaluation, Bid comparison or contract award may result in
the rejection of the system integrators or Bidders Bid.

Page 31 of 34

Confidential & Proprietary of Bank of India

F.

Award of Contract

3.28. Post-qualification
3.28.1 All the Price bids after their evaluation on the parameters mentioned above
would be arranged in ascending order and the contract would be awarded to
the bidder whose bid has been evaluated to be the lowest.
3.29. Award Criteria
3.29.1The Bank will award the Contract to the successful system integrator or Bidder
who has been determined to qualify to perform the Contract satisfactorily, and
whose Bid has been determined to be responsive, and is the lowest evaluated
Bid.
3.30. Banks right To Accept Any Bid and to reject any or All Bids.
3.30.1The Bank reserves the right to accept or reject any Bid in part or in full, and to
annul the Bidding process and reject all Bids at any time prior to contract
award, without thereby incurring any liability to the affected system integrator or
system integrators or Bidder or Bidders or any obligation to inform the affected
system integrator or system integrators or Bidder or Bidders of the grounds for
the Banks action.
3.31. Notification of Award
3.31.1Prior to expiration of the period of Bid validity, the Bank will notify the
successful system integrator or Bidder in writing or by fax, that its Bid has been
accepted.
3.31.2 The notification of award will constitute the formation of the Contract.
3.31.3Upon the successful system integrators or Bidders furnishing of Performance
Security, the Bank will promptly notify each unsuccessful Bidder and will
discharge its Bid security.
3.32. Signing of Contract
3.32.1At the same time as the Bank notifies the successful system integrator or
Bidder that its Bid has been accepted, the Bank will send the system integrator
or Bidder the Contract Form as per format enclosed incorporating all
agreements between the parties.
3.32.2 Successful Bidder shall sign and date the Contract and return it to the Bank
within 14 days.

Page 32 of 34

Confidential & Proprietary of Bank of India

3.33. Performance Security in addition to EMD


3.33.1 Performance Security of 10 % in the required format to be submitted by the
successful system integrator or bidder within 14 days from the date of issue of
L.O.I
3.33.2 Failure of the successful system integrator or Bidder to comply with the
requirement of Clause 3.31 or Clause 3.32 shall constitute sufficient grounds
for the annulment of the award and forfeiture of the Bid security, in which
event; the Bank may make the award to the next lowest evaluated system
integrator or Bidder or call for new Bids.
Note: Not withstanding anything said above, the Bank reserves the right to
reject / award the contract to any system integrator or vendor or cancel
the entire process without assigning reasons thereto.

Page 33 of 34

Confidential & Proprietary of Bank of India

4. TERMS AND CONDITIONS OF CONTRACT (TCC)


TABLE OF CLAUSES
Clause
No.

Topic

Clause Topic
No.

4.1

Definitions

4.21

Contract Amendments

4.2

Country of Origin

4.22

Assignments

4.3

Standards

4.23

Delay in Suppliers Performance

4.4

Use of Contract Documents


4.24
and Information

Liquidated Damages

4.5

Patent Rights

4.25

Termination for Default

4.6

Performance Security

4.26

Force Majeure

4.7

Inspection & Quality Control


4.27
Tests

Termination for Insolvency

4.8

System & Other Software

Termination for Convenience

4.9

Acceptance Tests & Certificate 4.29

Resolution of Disputes

4.10

Packing

4.30

Governing Language

4.11

Delivery & Documents

4.31

Applicable Law

4.12

Insurance

4.32

Addresses for Notices

4.13

Transportation

4.33

Taxes and Duties

4.14

Incidental Services

4.34

Supplier Integrity

4.15

Warranty

4.35

Suppliers obligations

4.16

Maintenance Services

4.36

Patent Rights

4.17

Training

4.37

Site Preparation and Installation

4.18

Payment

4.38

Commissioning of the Solution

4.19

Prices

4.39

Technical Documentation

4.20

Change Orders

4.40

Right to use defective product

Page 34 of 34

4.28

Confidential & Proprietary of Bank of India

Potrebbero piacerti anche