236
Page 1 of 236 RFP for Procurement, Annual Maintenance Support, Facility Management Support of new and existing Network Devices for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution REQUEST FOR PROPOSAL FOR Procurement, Annual Maintenance Support, Facility Management of New Network Devices and Annual Maintenance Support, Facility Management of Existing Network Devices of Bank’s Data Center (DC), Disaster Recovery Site (DR) & Near Site (NR) with deployment of Software Defined Networking (SDN) Solution Ref No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23/02/2021

RFP for Procurementwith deployment of SDN

Embed Size (px)

Citation preview

Page 1 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

REQUEST FOR PROPOSAL

FOR Procurement, Annual Maintenance Support, Facility

Management of New Network Devices and Annual

Maintenance Support, Facility Management of

Existing Network Devices of Bank’s Data Center

(DC), Disaster Recovery Site (DR) & Near Site (NR)

with deployment of Software Defined Networking

(SDN) Solution

Ref No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP-

01/2021 Dated 23/02/2021

Page 2 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

BANK OF INDIA, HEAD OFFICE INFORMATION TECHNOLOGY DEPARTMENT

RFP for Procurement, Annual Maintenance Support, Facility Management of New Network Devices and Annual Maintenance Support, Facility Management of Existing Network Devices of Bank’s Data Center (DC), Disaster Recovery Site (DR) & Near Site (NR) with deployment of Software Defined Networking (SDN) Solution Ref No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23/02/2021

Bank of India, a body corporate, established under the Banking companies (Acquisition and Transfer of Undertakings) Act 1970, having its Head Office at Bank of India, Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, India intends to procure a total solution for the Procurement, Installation, Commissioning, Maintenance of new network devices, IP Phones and Annual Maintenance Support of existing Network Devices with facility management for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) to refresh the existing network infrastructure, invites bids from the eligible bidders, to participate with complete solution installation, commissioning, Integration and maintenance of network devices and Software Defined Networking (SDN) Solution at our Bank’s Data Center (DC)/ Disaster Recovery Site (DR) / Near Site as per the specifications, terms, conditions and scope given in detail in this RFP. The brief details of the scope of this RFP are as following:

1) The Bank intends to procure a total solution for the

A. Procurement, Installation, Commissioning of new network devices (closed specifications), Annual Maintenance Support of existing and new network devices (except backlining of new network devices of open specifications) with Facility Management for existing and new network devices of Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution – Bidder (B1)

and

B. Procurement, Installation, Configuration, Commissioning, Integration and Backlining of new network devices (open specifications) with Facility Management for new network devices (open specifications) of Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) – Bidder (B2)

for a period of five years. The detailed scope with technical details is mentioned in related clauses of RFP.

Page 3 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

2) The interested vendors may collect this RFP from the Information Technology

Department, Head Office located at the address as mentioned on page 3 after

depositing a non-refundable Demand Draft / Pay Order for ₹50,000/- (Rupees

Fifty Thousand Only) favouring Bank of India. The RFP/bidding document /pre

bid clarifications can also be downloaded from the Bank’s website

http://www.bankofindia.co.in under Tenders section. However, the bidder shall

have to submit a Demand Draft/ Pay order as above along with the bid. Bids

without the cost of bid are liable for rejection. The Bidder may also deposit the

cost of bid ₹50,000/- (Rupees Fifty Thousand) by way of NEFT/RTGS in the

following Bank account

Account No - 01220SUNCR822

Name of the Bank - Bank of India

Branch - Bandra Kurla Complex

IFSC Code - BKID0000122

Title of the Account - Collection Account for Estate

After depositing the cost of bid respective bidders are required to send an email

(as per Format-6.20) in this regard to below email ids stating the transaction

details viz Amount, Date of transfer, UTR No, Bank, Sender’s name, RFP Ref

etc. latest by 19.03.2021 15:00 hours

Email – [email protected]

[email protected]

[email protected]

[email protected]

A bidder can bid for Open Specifications requirement (B2) or closed

specifications requirement (B1) or for both. If a bidder submits proposal for both

the price bids i.e. Format 6.3 Part V and Format 6.3 Part VI, then bidder shall

submit a single cost of bid of ₹50,000/- (Rupees Fifty Thousand) along with

technical bid.

Only upon receipt of details of payment of cost of bid document and verification

of the same by the Bank, bidder will be considered as authorized to participate

in the bid. In case of failure to submit the payment towards Cost of Bid for any

reason before the prescribed date and time, the Bidder will be disqualified for

the bidding process and the bid submitted by such bidder will be rejected at

initial stage itself. Please refer to Format-6.20.

The MSE bidders are exempted from depositing the bid amount of ₹50,000/- subject to the submission of valid and authorised copy of registration certificate and exemption certificate (if applicable) from the relevant authorities they are registered with. The MSE registration certificate submitted must be valid as on bid submission date. As per extent guidelines, the purchase preference to MSE

Page 4 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

is not applicable for works contracts where supply of goods not produced by MSEs is involved.

3) The Earnest Money Deposit Declaration (Bid Security Declaration) as per

format 6.4 has to be submitted by all the bidders (including MSE bidders). Bids

without Earnest Money Deposit Declaration are liable for rejection.

A bidder may submit proposal for either of the price bids or for both the price

bids i.e. as per Format 6.3 Part V and Format 6.3 Part VI. If a bidder submits

proposal for both the price bids i.e. Format 6.3 Part V and Format 6.3 Part

VI, then bidder has to submit two Bid Security Declarations (As per format

6.4) with the cost of bid in two separate envelopes along with the technical

bid. If a bidder submits proposal for both the price bids i.e. Format 6.3 Part V

and Format 6.3 Part VI and the bidder submits only one Bid Security

Declaration with the cost of bid, in that case either one of the bids or both the

bids may be rejected as per Bank’s decision. The bidder has to exclusively

mention the Project Name for which they are submitting the Bid Security

Declaration in the Bid Security Declaration document.

Only upon verification of the Bid Security Declaration by the Bank, bidder will be considered as authorized to participate in the bid. In case of failure to submit the Bid Security Declaration for any reason before the prescribed date and time, the Bidder will be disqualified from the bidding process and the bid submitted by such bidder will be rejected at initial stage itself.

4) The EMD or Bid Security declaration as per format 6.4 (in stamp paper) and cost of bid (in form of DD/PO or NEFT/RTGS with proof) will be submitted in a separate envelope.

5) In this regard, a two-envelope bidding Procedure (Technical Bid and Price Bid) in separate envelopes will be adopted. The technically complete and commercially competitive bids shall be submitted in two parts viz. qualifying and Technical Bid – Part A and Price Bid – Part B in separate sealed cover.

6) The Bids should be delivered to the address mentioned below with acknowledgement due so as to reach before 15.00 hours on or before 19/03/2021. If the last day of submission of bid is declared holiday under Negotiable Instruments Act by the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.

7) The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc, if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 19/03/2021 at 16:00 hrs in the below mentioned Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.

Page 5 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

8) The important dates / schedules for the above RFP shall be as following:

Date and Time of commencement of inspection / Sale of Bid Document

23/02/2021

Pre bid meeting 03/03/2021 15:00 Hrs Venue: Bank of India Building, 7th Floor, Sector 11, Plot No.11, C.B.D. Belapur, Navi Mumbai 400 614 Due to COVID-19 pandemic, Bank can conduct Pre bid meeting through any available online conferencing solution at its discretion. Interested bidders can send email communication before 02.03.2021 11:00 AM on below mentioned e-mail IDs to share the link of online pre bid meeting. In e-Mail communication, Bidder should mention the details of officials who will be participating in the pre bid meeting. No separate notice/communication shall be published/sent by bank in this regard. [email protected] [email protected] [email protected] [email protected]

Last Date and Time for Receipt of Bids at Bank of India (Address as given below)

19/03/2021 15.00 hrs

Date and Time of opening of Technical Bids

19/03/2021 16.00 hrs

Date and Time of opening of Price Bids

Will be informed subsequently to bidders qualifying in the Technical Bid.

Address for Communication and submission of bid.

The General Manager, Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 Telephone: 66684444

Bid document Availability Bidding Document to be downloaded from the Tender section of our Bank’s web-site www.bankofindia.com

Page 6 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

9) For any technical clarification, the contact people are Shri Ajay Bishnoi, Chief Manager ([email protected]), Ph.No.022-61289420, Shri Harsh Saxena, Senior Manager ([email protected]), Ph.No.022-67447224 and Shri Akhil Verma, Senior Manager ([email protected]), Ph.No.022-61289405.

10) This RFP consists of the following parts/sections: a. Important Event Dates

b. PART 1 - Invitation to Bid (ITB)

c. PART 2 - Disclaimer

d. PART 3 - Instruction for Bidders (IFB)

e. PART 4 - Terms and Conditions of Contract (TCC)

f. PART 5 - Functional Specifications (FS)

g. PART 6 - Bid Forms, Price Schedules and other formats (BF)

h. PART 7 - Other Terms and Conditions (OTC)

All the above mentioned sections/parts are integral part of this RFP.

(Satyendra Singh) Deputy General Manager

Page 7 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

The Bidding Documents include:

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

(b) PART 2 - Disclaimer

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

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

(e) PART 5 - Functional Specifications (FS)

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

(g) PART 7 - Other Terms and Conditions. (OTC)

PART 1: INVITATION TO BID (ITB)

Introduction:

The Bank intends to procure New Network Devices with Annual Maintenance

Support, Facility management and to procure the Annual Maintenance Support,

Facility management for existing network devices for Bank’s Data Center (DC)

/ Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software

Defined Networking (SDN) Solution and for this purpose invites quotes for the same

as per the specifications as indicated in Part 5 Functional Specification. You are

requested to send your Technical and Price proposal as per the enclosed formats.

The methodology for submission of the proposals is enumerated in Part 3 Instruction

for Bidders and Terms and Conditions of Contract (TCC) are given in Part 4.

The Bidding Document may be obtained from the Bank as under or downloaded from Bank’s Website https://www.bankofindia.co.in/tenders and the bid should be submitted to the office of Bank Of India , Information Technology Department, Head office, Star House-2, C-4, G-Block, 8th Floor, Bandra Kurla Complex, Bandra (East) Mumbai – 400 051 (Telephone No. 022-61319840/9866).

For queries and clarification regarding the RFP, please feel free to contact us

at the below mentioned address or telephone number or e-mail id before the

pre-bid meeting.

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

information may lead to non-selection.

All Bids must be accompanied by Bid Security Declaration document as

specified in the Bid document.

A non-refundable bid amount of ₹50,000/- to be paid by means of NEFT/RTGS, demand draft / pay order favouring "RFP- for Procurement, Annual Maintenance Support, Facility Management of New Network Devices and Annual Maintenance Support, Facility Management of Existing Network Devices of Bank’s Data Center (DC), Disaster Recovery Site (DR) & Near Site (NR) with deployment of Software Defined Networking (SDN)

Page 8 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Solution” payable in Mumbai. If the bid is downloaded from website, the cost of the bid may be paid along with the technical bid in a separate envelope. The MSE bidders are exempted from depositing the bid amount of ₹ 50,000/- subject to the submission of valid and authorised copy of registration certificate and exemption certificate (if applicable) from the relevant authorities they are registered with. The MSE registration certificate submitted must be valid as on bid submission date.

Bank reserves the right to change the dates mentioned below or in the RFP,

which will be communicated.

Bank intends to procure New Network Devices with Annual Maintenance

Support, Facility management and to procure the Annual Maintenance

Support, Facility management for existing network devices for Bank’s

Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with

deployment of Software Defined Networking (SDN) Solution. The Bank

reserves the right to accept or reject in part or full, any or all the offers

without assigning any reasons thereof. Bank may repeat the order as full

or for any percentage of original quantity during the contract period from

the date of award of contract.

Date and Time of commencement of inspection / Sale of Bid Document

23/02/2021

Last date for submission of Queries

02/03/2021 up to 11.00 AM.

Pre-Bid Meeting Date and Venue 03/03/2021 15:00 Hrs Venue: Bank of India Building, 7th Floor, Sector 11, Plot No.11, C.B.D. Belapur, Navi Mumbai 400 614 Due to COVID-19 pandemic, Bank can conduct Pre bid meeting through any available online conferencing solution at its discretion. Interested bidders can send email communication by 02.03.2021 11:00 AM on below mentioned e-mail IDs to share the link of online pre bid meeting. In e-Mail communication, Bidder should mention the details of officials who will be participating in the pre bid meeting. No separate notice/communication shall be published/send by bank in this regard. [email protected] [email protected] [email protected]

Page 9 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

[email protected]

Last Date and Time for Receipt of Bids at Bank of India (Address as given below)

19/03/2021 by 3.00 PM

Date and Time of opening of Technical Bids

19/03/2021 by 4.00 PM

Date and time of opening of Price Bids / reverse auction

Will be advised separately for the technically qualified bidders

Contact Person Shri Ajay Bishnoi, Chief Manager email ([email protected]), Ph.No.-022-61289420 Shri Harsh Saxena, Senior Manager email-([email protected]), Ph.No.-022-67447224. Shri Akhil Verma, Senior Manager email- ([email protected]), Ph.No.022-61289405.

Address for Communication submission of bid.

and The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051. Phone Numbers: 022 – 6668 4444

Bid Document Availability Bidding document can be downloaded from Banks’ website.

Page 10 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

PART 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 (Bank), 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 Bank 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. Bank 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. Bank may in its absolute discretion, but without being under

any obligation to do so, update, amend or supplement the information in this RFP.

Independent External Monitors (IEM)

Bank of India has empanelled Independent External Monitors (IEMs) for

implementation of Integrity Pact (IP) in respect of procurements as per directives

received from the Central Vigilance Commission (CVC).

The details are as under: -

1 2

Dr. Joginder Paul Sharma, IAS (Retd) Ex-Principal Secretary. Govt. of UP D-266, Sector-47, Noida, UP Mobile: 9650999444 e-mail: [email protected]

Shri Ashwani Kumar Ex-CMD, Dena Bank Flat No. 101, 1st Floor Plot No. F.P. No.81, Ruby Bandra West Ruby CHSL, 29th Road, Near Duruoella Convent High School. Mobile: 9920262626 Email:[email protected]

Page 11 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Integrity Pact Venders/bidders/sellers, only those who commit themselves to Integrity Pact with the

Bank, would be considered competent to participate in the bidding process. In other

words, entering into this pact would be the preliminary qualification. In case of bids not

accompanied with signed IP by the bidders along with the technical bid, the offers shall

be summarily rejected.

IP shall cover all phases of contract i.e. from the stage of Notice Inviting Tenders

(NIT)/Request for Proposals (RFP) till the conclusion of the contract i.e. final payment

or the duration of warrantee/guarantee. Format of Integrity Pact is provided as

FORMAT 6.18 for strict compliance.

Page 12 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

PART 3: INSTRUCTIONS FOR BIDDERS (IFB)

TABLE OF CLAUSES

Clause

No. Topic

Clause

No. Topic

A. Introduction D. Submission of Bids

3.1 Introduction 3.18 Sealing and Marking of Bids

3.2 Broad Scope of Work 3.19 Deadline for Submission of Bids

3.3 Eligibility Criteria 3.20 Late Bids

3.4 Cost of Bidding 3.21 Modification & Withdrawal of Bids

B. Bidding Documents E. Bid Opening and Evaluation

3.5 Content of Bidding Documents 3.22 Opening of Bids by the Bank

3.6 Clarification of Bidding

Documents 3.23 Clarification of Bids

3.7 Amendment of Bidding

Documents 3.24 Preliminary Examination

C. Preparation of Bid 3.25 Technical Evaluation

3.8 Language of Bid 3.26 Opening of Price Bids

3.9 Format and signing of the Bid 3.27 Delivery, Installation and Migration

Schedule

3.10 Documents comprising the Bid F. Award of Contract

3.11 Bid Submission 3.28 Post qualification

3.12 Bid Prices 3.29 Bank’s Right to Accept Any Bid and

to Reject Any or All Bids

3.13 Bid Currencies 3.30 Award Criteria

3.14

Documents establishing

Bidder’s Eligibility and

Qualifications

3.31 Notification of Award

3.15

Documents establishing

eligibility of products &

conformity to Bid Documents

3.32 Signing of Contract

3.16 Bid Security Declaration 3.33 Performance Security

3.17 Period of Validity of Bids &

Repeat orders 3.34 Contract Start date and Duration

Page 13 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3A. Introduction

3.1 Introduction

Bank of India is one of the largest public banks in India with a Branch network of more than 5000 branches in India and more than 50 branches / offices in 21 countries overseas. Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) cater the domestic branches and foreign branches. Accordingly, there is network segregation between domestic branches network segment and foreign branches network segment through both the segments are interconnected also. Further the domestic branches network segment is subdivided as per bank’s business requirement.

3.2 Broad Scope of Work

This RFP shall select/shortlist two Successful bidders viz. Bidder (B1) and Bidder (B2) from all the eligible bidders in response of this RFP. Bidder B1 : A total solution for the Supply, Installation, Configuration, Integration, Implementation of new network devices (closed specifications), and Backlining with OEM of existing & new network devices (closed specifications) with Facility Management Support for existing and new network devices (open & closed specifications) of Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution and migration of applications in SDN solution as per the technical specifications mentioned in Part - 5 of the RFP for a period of 5 years as per Banks’ requirement. The bidder (B1) shall be the primary bidder who shall be responsible to perform all activities end to end mentioned in this RFP except the supply, installation, configuration, implementation and backlining of the new network devices (open specifications). Bidder B1 will take handover from Bidder B2, and shall be primarily responsible for operations, configuration, management, monitoring and maintenance of the new network devices (open specifications) as well on 24x7 basis for entire contract duration. Bidder (B1) should also have their own expertise in the installation, configuration, integration and implementation of the new network devices (open specifications). Bidder B2: A total solution for the Supply, Installation, Configuration, Integration, Implementation and Backlining with OEM of new network devices (open specifications) with Facility Management Support for new network devices (open specifications) for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) as per the technical

Page 14 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

specifications mentioned in Part - 5 of the RFP for a period of 5 years as per Banks’ requirement.

3.2.1 Procurement, Installation, Configuration, Integration Commissioning of new Network Devices and Annual Maintenance Support of new/existing Network Devices for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution as per technical specifications mentioned in Part-5:

(i) A total solution for the Supply, Installation, Configuration, Integration, Implementation and Maintenance of new network devices and Annual Maintenance Support of new/existing Network Devices with facility management support for Bank’s Data Center (DC) / New Data Center (New DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution for as mentioned in the RFP for a period of five years as per Banks’ requirement.

a. Supply and installation of Network equipments i.e. Switches

complying with the technical specifications given in Part-5, along with

all required accessories and necessary documentation for Bank’s

Data Center (DC) at CBD Belapur / New Data Center (New DC) /

Disaster Recovery Site (DR) at Bangalore / Near Site at CBD

Belapur.

b. Supply and installation of Network equipments i.e. Routers and line

cards complying with the technical specifications given in Part-5,

along with all required accessories and necessary documentation for

Bank’s Data Center (DC) at CBD Belapur / New Data Center (New

DC) / Disaster Recovery Site (DR) at Bangalore / Near Site at CBD

Belapur.

c. Supply and installation of Network equipments i.e. Firewalls/IPS

devices complying with the technical specifications given in Part-5,

along with all required accessories and necessary documentation for

Bank’s Data Center (DC) at CBD Belapur / New Data Center (New

DC) / Disaster Recovery Site (DR) at Bangalore / Near Site at CBD

Belapur.

d. Supply and installation of SDN equipments i.e. APIC Controllers and

Service Engine Clusters as per Bank’s requirements complying with

the technical specifications given in Part-5, along with all required

accessories and necessary documentation for Bank’s Data Center

(DC) at CBD Belapur / New Data Center (New DC) / Disaster

Recovery Site (DR) at Bangalore / Near Site at CBD Belapur.

Page 15 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

e. Supply and installation of Contact Center Solution and IP phones as

per Bank’s requirements complying with the technical specifications

given in Part-5, along with all required accessories and necessary

documentation as per Bank’s requirements for Bank’s Data Center

(DC) at CBD Belapur / New Data Center (New DC) / Disaster

Recovery Site (DR) at Bangalore / Near Site at CBD Belapur.

f. Supply and installation of Global Server Load Balancing (GSLB)

Solution as per Bank’s requirements complying with the technical

specifications given in Part-5, along with all required accessories and

necessary documentation for Bank’s Data Center (DC) at CBD

Belapur / New Data Center (New DC) / Disaster Recovery Site (DR)

at Bangalore / Near Site at CBD Belapur

g. Supply and installation of WAN Optimizer Solution as per Bank’s

requirements complying with the technical specifications given in

Part-5, along with all required accessories and necessary

documentation for Bank’s Data Center (DC) at CBD Belapur / New

Data Center (New DC) / Disaster Recovery Site (DR) at Bangalore /

Near Site at CBD Belapur

h. Annual Maintenance Support of new/existing network equipments

mentioned in the Part-5 and FORMAT – 6.3 along with all required

accessories and necessary documentation for Bank’s Data Center

(DC) / New Data Center (New DC) / Disaster Recovery Site (DR) /

Near Site (NR)

i. Implementation of Software Defined Networking (SDN) Solution and

migration of applications into Software Defined Networking (SDN)

Solution as per Bank’s requirements in Bank’s Data Center (DC) /

New Data Center (New DC) / Disaster Recovery Site (DR) / Near Site

(NR) at CBD Belapur and Bangalore.

j. Necessary Support during the Implementation of Colocation of the

Data Center (DC).

(ii) The bidder B1 in partnership with the Cisco will be responsible for providing the entire services as per the project scope of the RFP except the supply, installation, configuration, implementation and backlining of the new network devices (open specifications). Bidder B1 will take handover from Bidder B2, and shall be primarily responsible for operations, configuration, management, monitoring and maintenance of the new network devices (open specifications) as

Page 16 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

well on 24x7 basis for entire contract duration. The General Responsibilities of the bidders B1 & B2 are mentioned below.

a. The bidder B1 shall study and understand the existing setup at Data

Center, DR site, NR Site and prepare detailed implementation plan

for migration into Software Defined Networking (SDN) Solution. The

bidder shall work with the Cisco Project Manager to create a Unified

Project Plan and ensure that integration should be seamless and

within stipulated timelines where none of the banking operations are

impacted adversely and adequate skilled resources are available to

support 24*7 operations.

b. Bidders B1 and B2 shall supply the brand-new and genuine

equipments procured through this RFP at the Bank Locations as per

the delivery schedule.

c. Bidder B1 and B2 shall verify the equipments delivery as per the Bill

of Material approved by the Bank.

d. Bidder B1 and B2 shall unpack and perform physical verification of

the supplied equipment and is responsible for any physical

movement of those equipments within the Bank’s Data Center (DC)

/ Disaster Recovery Site (DR) / Near Site (NR) site.

e. The bidders B1 and B2 shall do the required passive cabling and

necessary arrangements for cage nuts, clamps etc. to make the

proposed solution working. Bidder shall also do the necessary

labelling, dressing and tagging of power cables, Ethernet, Fiber

Cables within the racks and inter-rack.

f. The bidders B1 and B2 shall perform the POST (Power ON Self-Test)

for all supplied equipments.

g. The bidders B1 and B2 shall be responsible for unmounting and

mounting devices into the racks.

h. Bidders B1 and B2 shall provide all the power cords of proposed

devices/ equipments which are compatible with the existing DC/New

DC/DR/NR power equipments (with C13-C14 / C19-C20 Connectors

for DC/NR/New DC and for DR site Indian Type Power chords (5

amps/15 amps)/ C13-C14 Connectors).

i. The bidders B1 and B2 shall be responsible for configuration and

Integration of network devices with Bank’s existing

Devices/Servers/LAN/WAN/monitoring tools.

Page 17 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

j. Any other miscellaneous requirements or extra work required to be

performed due to existing hardware/software/structure limitation shall

be provided by the successful bidders B1 and B2 at no extra cost to

the bank even if those items are not mentioned explicitly in this RFP

related to the scope described in the RFP. The Bank will not accept

any plea of the Bidders at a later date for omission of services on the

pretext that the same was not explicitly mentioned in the RFP.

k. Bidder B1 shall ensure that the Software Defined Networking (SDN)

Solution shall be compatible with various other OEMs at hardware

level and software level.

l. Bidders B1 & B2 shall be responsible to carry out all required

changes/ configurations as per requirement of the Bank at no extra

cost to bank.

m. Bank is planning to have a colocation for the existing Data Center

(CBD Belapur) and migrate the devices/applications/servers etc from

the existing Data Center (DC) to the new Data Center in a phase wise

manner. In this RFP we are referring existing Data Center and new

Data Center as ‘Data Center (DC)’ only. Bidder B1 & B2 shall be

responsible for making the required configuration changes and

arrangements for the smooth migration of the

applications/services/network devices from the existing Data Center

(DC) to the new Data Center.

n. Bidders B1 and B2 shall submit the escalation matrix for the overall

project.

(iii) The Request for Proposal (RFP) is to invite proposals from eligible vendors for Procurement of Network Devices for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) at CBD Belapur (Navi Mumbai) and Bangalore respectively. The shortlisted vendor B1 shall deploy Software Defined Networking (SDN) Solution with the supply, installation of new network devices (closed specifications) and Backlining with OEM of existing and new network devices (closed specifications) with Facility Management Support for existing and new network devices (open & closed specifications) of Bank’s DC, DR and NR sites. (iv) Bank has state of the art Data Center at CBD Belapur (Own Premises) with DR site at Bangalore (Hosted at DXC Datacenter). Bank may also cohost another Data Center along with the existing Data Center. The Bank has implemented various applications at DC and DR in a centralized environment. The selected bidder B1 shall deploy

Page 18 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Software Defined Networking (SDN) Solution and various network devices (as per RFP) to make the solution workable and protect the applications, processes, interfaces, hardware, networking equipment etc. already implemented at DC/DR/NR site. (v) The bidder B1 shall submit a detailed project plan for

implementation, integration, migration to Software Defined Networking

(SDN) Solution along with the installation of new Network Devices

(closed specifications) for Bank’s Data Center (DC) / Disaster Recovery

Site (DR) / Near Site (NR). Plan should include the full scope of the

project as mentioned above. On acceptance of such plan by the Bank,

the bidder B1 is required to carry out the implementation, integration,

migration and customization as applicable including supply, installation,

and testing of solution etc.

(vi) The bidder B2 shall handle all matters including the supply,

installation, configuration, commissioning and backlining of the new

network devices (open specifications) and the operation, configuration,

monitoring, management, maintenance of the new network devices

(open specifications). The bidder B1 shall handle all matters including

the supply, installation, configuration, commissioning, backlining of the

new network devices (closed specifications) and existing network

devices and primarily responsible for the operation, configuration,

monitoring, management, maintenance of all the Network Devices

(open specifications, new specifications and existing devices) on

24x7 basis for entire contract duration and with coordination to other

service providers including but not limited to application, system

interfaces, documentation and training without extra cost to the bank.

The support contract for all the newly supplied devices (open

specifications and closed specifications) and the existing devices has to

backlined in one go for the full contract period at the start of the project

with respective OEMs from the date of acceptance of each device. All

modules, transceivers, cards, licenses, power cables and all other sub-

components should be bundled/mapped with parent devices and

backlining of these items should be co-terminus with backlining of parent

devices.

(vii) The bidder B2 shall also handover the new network devices (open

specifications) to Bidder B1 for operations, configuration, management,

monitoring and maintenance after the backlining of the new network

devices (open specifications) with the OEM and acceptance of these

new network devices (open specifications) by the Bank as Bidder B1 is

primarily responsible for providing end to end support. The bidder B2

shall also submit all the required documentation to the Bidder B1 for

Page 19 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

management. It is the responsibility of the bidder B1 to take proper

handover of the new network devices (open specifications) from bidder

B2 along with the necessary documents for operation and management

purposes during the contract duration.

(viii) The Bidders B1 and B2 should note that:

The Network devices should be mandatorily appliance based, purpose built and rack mountable. Software based solutions are not accepted.

The technical specifications specified in PART 5 are the minimum specifications for the devices.

The purpose behind issuing this RFP is to invite pre-qualification, technical and commercial bids from the eligible bidders and selection of bidder(s) for the above purpose.

The selection process consists of the following two phases:

1) Pre-Qualification/Minimum Eligibility Criteria and Technical Evaluation 2) Commercial Evaluation (ix) The bidders B1 and B2 shall provide the end to end design,

planning, documentation and implementation of the features mentioned

in the RFP without any extra cost to the bank.

(x) The bidders B1 and B2 shall conduct site survey and share the

detailed design and plan to achieve the end to end solution without any

extra cost to the bank.

(xi) Bidders B1 and B2 shall also provide evidence to prove all the features as advised in technical specifications at bank`s location or as specified by the location by the bank.

(xii) The bidders B1 and B2 should mandatorily backline all

equipments / products/ components/ software-upgrades etc. with the

respective OEMs for service support-line items. The bidders B1 and B2

should have a back to back contract with OEMs from the date of

acceptance up to end of the contract period for each device in the name

of the Bank. The bidders B1 and B2 will be required to provide a proof

of back lining, in form of an email confirmation or in form of other

document acceptable to bank.

a) The contract should be back lined with OEM for the entire contract

period of five years from date of acceptance (this may be further

extendable for two more years). The bidders B1 and B2 shall be

required to provide a proof of back-lining, in writing in the form of

an e-mail / letter confirmation, from the OEM within 30 days from

Page 20 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

the date of acceptance of each site by the Bank, before any

payment what so ever can be released by the Bank.

b) Login-IDs shall be created by the bidders B1 and B2 for bank team for logging into the OEMs portal for the support and logging/viewing the status of calls/TAC cases raised by/for the Bank.

c) The above contract shall be executed by the bidders B1 and B2

with OEM without any cost to the Bank and without any future obligation to bank after the contract duration as mentioned in the RFP. Reference copy of such agreement shall be submitted to bank by the bidder.

(xiii) The Bank is currently migrating the domestic branches into the Cisco SDWAN solution in phase wise manner at DC and DR. The bidder B1 shall be responsible for management of the head end routers and controllers in DC/DR along with the other devices/servers (if any). The bidder B1 shall be in close coordination with the Bank’s existing Services Integrators managing branch routers/SDWAN devices for the migration of the branches into SDWAN solution. The bidder B1 shall be responsible to carry out all the required configuration changes in the SDWAN controllers and DC/DR devices for the migration of branches on SDWAN as per the Bank’s requirement during the entire contract period.

(xiv) The bidders B1 and B2 shall ensure that solution should support all the existing applications of Bank and also any other application which bank implements in future. (xv) The Bidders B1 and B2 shall coordinate with the existing service provider for smooth migration and setting up of new network Devices on existing network at branches/offices. (xvi) The Bidders B1 and B2 shall ensure that the new solution shall be in sync with the existing scenario and thereby compatible with current network structure and with different OEM devices. If required, Bidders B1 and B2 shall be responsible to carry out all required changes/ configurations as per requirement of the Bank. (xvii) The Bidders B1 and B2 shall ensure to:

a) configure the solution as per the Secure Configuration

Document (SCD) and as per IS policy of the Bank and

preserve/record the same,

b) configure the new devices as per bank’s existing setup as

bank is replacing some existing devices by new devices, the

Page 21 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

syntax/policies/access rules/routes/NAT/Object group etc. of

existing devices needs to be checked properly and converted

as per the new device’s configuration format.

c) Provide, install Software/Firmware/OS/Signature updates and

upgrades to fix/mitigate security vulnerabilities, define actions

on signatures, firewall rule review at no cost to the Bank within

one week as and when any advisory released/suggested by

competent authority/organization/Bank during the validity of

the contract period.

d) Mitigate various audit points, Compliance and Mitigation of

VA/PT points at no cost to the Bank within one week as and

when any advisory released/suggested by competent

authority/organization/Bank at any point of time during the

validity of the contract period.

e) Take prompt action on the advisories shared by the Bank at

any point of time during the validity of the contract period.

(xviii) The Bidders B1 and B2 shall implement IP Sec 3DES/AES or MAC Sec encryption or any other encryption technique for every location as per existing setup of the Bank (if required). (xix) The bidders B1 and B2 shall submit Network design and configuration document separately. (xx) Disaster Recovery plan should be prepared by bidders B1 and B2 with step-by-step procedure of the network recovery, time taken for each operation and dependencies. (xxi) The Bidders B1 and B2 shall extend all required support to Bank and/or bank designated Service Integrator and shall be responsible for all required configurations/configurations changes (e.g. to achieve active-active links scenario for branches/offices using various technologies e.g. SDWAN, DMVPN, IPv6 migration, Video conferencing solution, NAC solution, Configuration Management Solution, Secure web gateway/web proxy solution, Patch Management Solution, IT Inventory Management, Disk/folder/file/USB Encryption, ITSM solution, Data Classification Solution, Application Whitelisting, File Rights Management, Mobile Device Management (MDM) solution, various security solutions etc) in these new network Devices and in Bank’s Existing Core devices in DC/DR/Near Site if required at any stage during the contract period. (xxii) The Bidders B1 and B2 shall closely coordinate with Bank or Bank designated SI and extend all required support in designing any new network solution, expansion of network as and when required and also for the network architecture/network devices refresh during the contract

Page 22 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

period without any extra additional cost to the bank in a time bound manner after intimation to the bidders B1 and B2 by Bank or Bank designated SI. The bidders B1 and B2 shall submit the requirements along with proper justification. The report should contain the recommendation as per regulatory guidelines and best standard industry practice while considering scalability as well as provisioning of future requirements including bandwidth/device requirement of various applications. The bidder B1 and B2 shall have to handover the system to the Bank or Bank designated SI in 100% working condition on termination or at the end of the contract. (xxiii) Bank already own 14 Cisco Nexus 93180YC-FX switches procured under different RFP which is currently used for the connectivity of the Bank’s Core applications in DC, DR and NR as mentioned in Part-5 (Annexure-5- Item 5.9). Apart from these existing switches, the Bank may procure switches in the future as per their business requirements. It will be Bidder B1‘s responsibility to integrate/migrate all these switches under the SDN solution and manage the same. (xxiv) If any new network device of open specifications supplied, configured and installed by the Bidder B2 goes faulty during the contract period, it will be the responsible of the Bidder B1 and B2 to arrange for the RMA device of same or higher capacity and configure, integrate and commission the device with their own expertise and support from OEM. (xxv) The Bank shall use the network devices procured in this RFP with the full capacity, with all available features/functionalities (whether explicitly mentioned or not in this RFP) of the devices and the bidders B1 and B2 shall be responsible for all the necessary arrangements and support during the contract period.

3.2.2 Implementation of Colocation of existing Data Center: (i) The Bank is planning to have a colocation for the existing Data Center (CBD Belapur) and migrate the devices/applications/servers etc from the existing Data Center (DC) to the new Data Center in a phase wise manner. (ii) Bidder B1 and B2 has to review the existing architecture, IP schema, MPLS Interconnect/consolidation design and propose necessary design and/or configuration changes to ensure seamless services between Bank’s Data Centers. (iii) Bidder B1 and B2 will be responsible to provide the network design document for the proposed Implementation of Colocation Data Center with the necessary configuration changes. The Bidder B1 and B2 shall extend all required support to Bank and/or bank designated Service

Page 23 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Integrator and shall be responsible for all required configurations changes during the migration of devices/applications/servers etc in a phase wise manner. (iv) Bidder B1 & B2 has to ensure that there should not be any change in the existing IP schema of the applications/devices/servers used in the Bank during the Implementation of Colocation. (v) The Bidder B1 & B2 should prepare a Method of Procedure (MOP) document for any configuration change before execution. (vi) The necessary support, logistics, insurance of the network devices, planning, configuration changes, manpower etc required during the migration shall be under the scope of Bidders B1 and B2. 3.2.3 Responsibilities of the Bidder B1 and Cisco Professional Services engaged by the bidder B1 under SDN deployment and migration of applications to SDN solution a) SDN Deployment at Bank’s Data Center (DC), New Data Center (New DC), Disaster Recovery Site (DR) & Near Site (NR) and migration of applications to the SDN solution: As a part of proposed SDN Data Center Design and Implementation services, Bidder B1 should be in partnership with Cisco to provide the following Cisco services under SDN Data Center Design and Implementation services. There shall be total of around 1700 physical/virtual servers (Around 275 applications) in DC, New DC, DR and NR that needs to be migrated under the SDN solution. Please note that a single application can have production and/or UAT servers at Data Center (DC) or Data Recovery Center (DR) or both. Cisco will be responsible to migrate 35 Critical Production applications of the Bank under SDN solution and the Bidder B1 will be responsible for the migration of the remaining non Critical applications which includes UAT applications of the Bank under SDN solution. Categorization of any application as ‘Critical’ or Non-Critical shall be as per Bank’s discretion. Bidder B1 shall be responsible for migration of any other new application on SDN solution during the entire contract period.

i. Cisco Architect/s should conduct a Requirement Gathering and

Design Workshop to cover the overall Business and Technical

requirements and create a Customer Requirement Document

(CRD)

Page 24 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

ii. Cisco will be responsible to provide Data Centre SDN solution

design document that will cater to all Core and Non-Core Banking

Workloads.

iii. Cisco and Bidder (B1) should use Application Discovery and

Dependency Mapping tool as on-premises service for achieving

micro segmentation and implementing contracts within the

applications.

iv. Continuity of Banking operations are critical therefore Cisco will

have to provide a Bank accepted “Migration Plan Document”.

v. Cisco and Bidder B1 should jointly work with the application

owners to define – Application profile (Network Routing & Security

Policy Requirements) and Workload Migration Options.

vi. Cisco and Bidder B1 should provide Method of Procedure (MOP)

document for the targeted applications to implement SDN policy

including Roll-Forward and Roll-Back plans. Cisco and Bidder B1

should execute the roll back procedure in event of Change failure.

vii. Cisco and Bidder B1 should carry out the migration activities as

per MOP, perform configuration activities in the Bank’s DC/DR

network as per documented MOP and change management

process.

viii. Cisco and Bidder B1 shall draft a Network Ready for Use

Document (NRFU) and present for review to the Bank.

ix. Cisco should jointly execute the NRFU test cases along with

Bank’s IT team and bidder B1.

x. Cisco and Bidder B1 to implement and configure the solution

components in Bank’s Data Center (DC), Bank’s New Data

Center (New DC), Disaster Recovery Site (DR) & Near Site (NR)

such as,

Cisco ACI Controllers

Network Elements – Leaf and Spine switches

Verify firmware, upgrade if needed

Zoning and traffic flows such as Core Banking, DMZ, External

Business Partners, Secured, Non-Secured Branch Networks,

UAT, PCI DSS etc.

Page 25 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Integration with Network Services such as Load Balancers,

Firewalls, VPN Concentrators, IPS devices, Routers,

Optimizers, WAF, DNS, NTP etc.

Integration with Bank’s NOC tools such as AAA, Syslog,

ITSM, SIEM, PUM, NMS tools, BMC Remedy ITSM, BMC

Trueisght Network Automation, Entuity Network Analytics,

BMC Truesight Capacity Optimization, BMC Discovery, BMC

Client Management, BMC Atrium CMDB, BMC Client

Management etc

xi. Bidder B1 and Cisco should engage with the Cisco’s Technical

Assistance Centre for any issues requiring troubleshooting or

engineering support before or during or after the migration.

xii. Cisco should provide Incident Management services to address

any incident/issues faced during the migration change windows.

xiii. Considering the criticality of the DC & DR network, Cisco has to

provide Technical Support Services during migration change

windows. The Cisco Services should support Proactive

Maintenance Window Support tickets opened by the Bank with

Cisco to remotely monitor and assist resolution of any incidents

during the critical change process such as migration.

xiv. The Cisco Migration Services should commence just after

migrating one (1) production application in both Bank’s Data

Center (DC) and Disaster Recovery Site (DR) into the proposed

SDN solution successfully. The bidder B1 should closely

coordinate with the Cisco during the migration of all Critical

Applications in Bank’s Data Center (DC), New Data Center,

Disaster Recovery Site (DR) & Near Site (NR).

xv. Bidder B1 will closely coordinate with Cisco for applications

migration and post migration of any application in Data Center

(DC)/ (Disaster Recovery) DR site, Bidder B1 shall continue to

manage the operations.

xvi. Cisco has to conduct a handover workshop with the Bank’s

Operations team. Cisco has to handover the following documents

to the Bank and Bank’s Operations team.

Solution Requirements

High Level Design

Low Level Design

Page 26 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Network Ready for Use Test Scenarios and

Execution/Results.

xvii. Cisco and Bidder B1 should work with the Bank to identify and

document dependencies, risks and issues associated with the

project. Cisco and Bidder B1 should provide a detailed project

plan for the supply, implementation, migration and provide weekly

updates on project progress.

xviii. Cisco will provide Integration Pre-Requisite best practices

Checklist. The Integration Pre-Requisite Checklist should contain

specification of the physical, electrical and environmental cabling

requirements that have to be met at the installation Site(s).

Based on the Integration Pre-requisite, Bidder B1 will provide

following implementation services

Equipment Logistics to the Site, Intra-sites and Movements

across sites.

BoM Validation

Open Box Inspection and hardware Verification

Equipment Rack Plan and Execution of Racking, and Stacking

Physical Connectivity of the equipment to the agreed uplink

junction

Electrical Cabling etc.

Passive Cabling (Inter Rack, Intra Rack, Inter Floor)

Power On Self-Test (POST) and report

All RMA related activities

Upgrade Software version to Baseline Software Version, if

required.

Onsite device access/console.

xix. Responsible for conducting Business reviews for every month or

whenever required to update on the progress of Cisco

deliverables, jointly plan focus areas and deliverables for next six

month or mutually agreed with the Bank.

xx. Bidder B1 should follow the same methodology for migrating the

remaining non critical and UAT applications independently.

xxi. Cisco engineers should be available onsite for upto 9 months of

migration services from the migration of first application in Bank’s

Data Center (DC) and Disaster Recovery Site (DR).

Page 27 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

xxii. If the Bidder B1 fails to migrate all the non-critical applications

which includes UAT applications of Bank’s DC/New DC/DR/NR

within 72 weeks from the date of purchase order, the Bank shall

deduct LD as per clause 4.21.4 for the delay in migration of non-

critical applications into SDN solution.

xxiii. If the Cisco Professional Services engaged by Bidder B1 is

unable to migrate the 35 critical production applications of DC,

DR and NR into the SDN solution within 59 weeks from the date

of purchase order, it will be the responsibility of the bidder B1 to

migrate the remaining critical production applications as well

along with the non-critical applications of DC, DR and NR into the

SDN solution without any extra cost to the Bank. The LD as per

clause 4.21.4 shall also be applied for the delay in migration of

the applications into the SDN solution. Categorization of any

application as ‘Critical’ or Non-Critical shall be as per Bank’s

discretion. Bidder B1 shall be responsible for migration of any

other new application on SDN solution during the entire contract

period.

3.2.4 Warranty and support The warranty shall be for the New Network Devices (including modules, transceivers, cards, licenses, power cables and all other components):

On-site, comprehensive, back-to-back from Original Equipment

Manufacturer (OEM) for a period of 2 years from the date of

acceptance. The warranty also includes all software subscriptions

(critical hot fixes, service packs, and major upgrades).

Replacement of failed hardware within 4hrs from the time call is

lodged. The penalties for any non-compliances, Bank will levy extra

Penalty of ₹500/- for every one-hour downtime on each incidence.

Software updates and upgrades during period of warrant should be

at no cost to Bank

Level 2 and above onsite support from bidder.

Comprehensive on-site support from bidder for day to day

operational issues as and when arises.

All modules, transceivers, cards, licenses, power cables and all other

sub-components should be bundled/mapped with parent devices and

warranty of these items should be co-terminus with warranty of

parent devices.

3.2.5 Annual Maintenance Contract (AMC)

Page 28 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

a) The AMC shall be (including modules, transceivers, and all components):

On-site, comprehensive, with back-to-back support from OEM for a

period of three years from the date of expiry of two years warranty

for each new network device ordered. Such support shall be for 24 *

7 basis on 365 days of the year for all locations ordered. AMC

contract with bidder shall be entered at the discretion of the bank.

On-site, comprehensive, with back-to-back support from OEM for a

period of five years or 3.5 years (3 years and 6 months) depending

on the devices for the existing each network device as mentioned in

Format 6.3. Such support shall be for 24 * 7 basis on 365 days of the

year for all locations ordered. Though AMC contract with bidder can

be entered at the discretion of the bank.

Proactive Software/Firmware/OS/Signature updates and upgrades

for the network devices to mitigate vulnerabilities at no cost to the

Bank within one week as and when any advisory released/suggested

by competent authority/organization/Information security

division/Bank.

Level2 and above all kind of support

Replacement of failed hardware within 4hrs from the time of

intimation or a call is lodged.

Comprehensive on-site support for day to day operational issues as

and when arises.

All modules, transceivers, cards, licenses, power cables and all other

sub-components should be bundled/mapped with parent devices and

AMC support of these items should be co-terminus with AMC support

of parent devices.

b) AMC Support services include but not limited to the following:

i. Providing software upgrades in time for the devices supplied by the bidders B1 and B2 from the Original Equipment Manufacturer (OEM)

ii. Arranging for the replacement of defective equipment / faulty parts on time basis as per SLA and the necessary coordination with OEM for the same.

iii. During AMC, it will be mandatory on the part of the supplier to attend and resolve breakdown calls if any, as per the parameters/ time-frame defined in the “Service Level Agreement”. The bidder B2 shall be responsible for non-compliance of SLA of new network devices of open specification and Bidder B1 shall be responsible for non-compliance of SLA of existing network devices and new network devices (open and closed specifications), due to delayed replacement of defective equipment /faulty parts/ software upgrades.

Page 29 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

iv. The Bidders B1 and B2 will attend to breakdowns in the Equipment/Systems and rectify problems thereof and replace the faulty components of the systems with serviceable components. Such replacements will be free of cost on exchange basis. In the event the maintenance/ repair of any unit is to be carried out at any of the workshops, the bidder B1 and B2 shall make all arrangements for removal and transportation of equipment to the respective workshop and back to site at their risk and cost and will hand over the equipment in 100% working condition after repair/maintenance/rectification. Bidder B1 and B2 shall replace the power cords of the existing devices/ equipments which are compatible with the existing DC/New DC/DR/NR power equipments (with C13-C14 / C19-C20 Connectors for DC/NR/New DC and for DR site Indian Type Power chords (5 amps/15 amps)/ C13-C14 Connectors) in case if any power cord goes faulty/damaged.

v. If Bank procures & installs new component (s) as a part of up gradation of existing system, in such cases, the original equipment will continue to be governed by the AMC agreement.

vi. The bidders B1 and B2 shall have to handover the system in 100% working condition on termination or at the end of the contract. Any breakdown call that has been reported before termination of the contract shall have to be rectified/corrected by the bidders before handing over to BOI or its authorised service agency.

vii. Onsite Preventive maintenance should be carried out mandatorily by the selected bidder B1 at least once during each quarter for all installed and spare devices (existing, new network devices, IP phones etc). They have to submit the site visit report duly counter signed by the bank officials. Preventive maintenance visits report should be submitted while claiming the quarterly AMC charges, failing which the selected bidder will be penalized with 1 month AMC Charges of that device for that quarter and for no PM sites, any down time due to whatsoever be the reason (including earthing) for that site will be treated as non-compliance to uptime SLA as per this RFP. Bank will not pay any additional charges for such preventive maintenance visits.

viii. For on-site comprehensive maintenance of equipment, the tools, test equipment, Laptop and fixtures etc. required (if any) for maintenance shall be provided by the bidder B1 and B2 only.

ix. Bank can terminate the AMC contract to the supplier of the equipment and discontinue the same due to performance issues by giving three months or 90 days’ notice.

Page 30 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

x. AMC contract with OEM support for all the deliverables can be extended at the discretion of the bank at the same rates after the expiry of the contract period.

xi. AMC will be entered into by the Bank, at its sole discretion.

xii. Include all applicable Software Modules / Components items as applicable and indicated in the RFP.

xiii. In case of discrepancy between unit price and total price, the unit price shall prevail.

xiv. In case of discrepancy between figures and words, the amount in words shall prevail.

xv. AMC charges will be considered for Price evaluation.

xvi. Bidders B1 and B2 to strictly quote in the format and for periods as mentioned in price bid format 6.3

xvii. The AMC charges of all applicable devices shall be paid by the bank in equal calendar quarterly instalments in arrears within forty-five (45) days from the date submission of invoice after completion of respective quarter, subject to monthly uptime/SLA and preventive maintenance carried out from the date of installation, commissioning and acceptance of the system at the rates quoted in the price schedule after deducting the applicable penalty as mentioned in clause 4.36. The total support period (including warranty) shall be five years.

xviii. Bank at its discretion can terminate the AMC contract in whole or as part thereof with the bidder and discontinue the same without citing any reason by giving three months or 90 days’ notice and applicable amount, on pro-rata basis, for the service rendered shall be payable.

3.2.6 Facility Management Services (FMS)

The bidder B1 and B2 has to provide Facility Management services at Bank of India Data Center (Belapur) by deploying the professionals to support 24x7x365 days basis with shifting duty hours for managing all the network devices (existing and new network devices) during the entire contract period. If required, the Bank shall ask the Bidders B1 and B2 to deploy some of the Facility Management services resources at New DC site or DR site anytime during the contact duration as per Bank’s requirement. Facility Management services include but not limited to the following:

Page 31 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

I. Overall proactive Monitoring and management of the new network devices (open specifications) by Bidder B2 and overall proactive Monitoring and management of all the network devices (existing and new network devices of open and closed specifications), contact center solution, IP phones, Software Defined Networking (SDN) Solution, existing SDWAN solution and related services by Bidder B1 on all applicable sites.

II. Overall monitoring and management of the project during and after installation for the full period of contract.

III. Coordination for delivery/ installation of new hardware in stipulated time frame during the contract period

IV. Quality service delivery

V. Onsite team management and proactive response.

VI. SLA Maintenance/ Management, monthly Uptime reports, bandwidth utilization reports & interface utilization/reporting of all the devices.

VII. Submission of periodical reports on the performance of the equipment’s and its reviews. Preparation and submission of other MIS related work assigned by Bank.

VIII. Crisis Management and Emergency Response Procedures IX. Various audit point compliance X. IOS Upgradation/Patch Updation/Hot fixes/Bug fixes etc. XI. VA/PT Compliance XII. Secure configuration of devices as per OEM/industry standards and bank policy XIII. Change Management as per regulatory/business requirement. XIV. The FMS resources shall do any work assigned by Bank or Bank designated SI, which is deemed necessary for business continuity and the uptime of the branches/offices. XV. Bank is having around 70 critical links such as Internet links, point to point links, MPLS links which are terminated in the various network devices. The onsite FMS resources shall be responsible for the monitoring of the critical links and taking up, following up with the appropriate service provider as per their escalation matrix till the restoration of the link. XVI. The following are the minimum resources to be deployed by bidder B1 and B2 to provide onsite facility Management for each of the shift at any time. For Bidder B1:

Location

Facility Management

Essential Qualification

& Experience

Data

Centre

Domestic Segment:

(i) Minimum qualification for L1 resources should be

Page 32 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Bidder has to depute Two Level 1 (L1)

resources, Eleven Level 2 (L2)

engineers/resources in shift schedule

given in below table and Team Lead

shall be in general shift for facility

management of devices mentioned in

this RFP. The team lead and the Level

1 (L1) resources shall be in shift during

the Bank’s working days but 11 Level 2

resources should be available on daily

basis in shifts as mentioned in below

table. Facility Management is required

for 24*7*365. Bidder can provision

additional resources to fulfil the

requirement of minimum number of

resources in each shift as mentioned in

below table.

S.No Shift

Timing Number of Resources

1 6:00 AM to 2:00 PM

3 L2

2 2:00 PM to 10:00 PM

3 L2

3 10:00 PM to

6:00 AM 3 L2

4 09:30 AM to

6:30 PM

Team Leader, 2

L1 and 2 L2

FCBS Segment:

One Level 2 (L2) resource required in

each shift. There will be three shifts in

a day. Facility management is required

for 24X7X365. Bidder can provision

additional resources to fulfil the

requirement of minimum number of

resources in each shift. The tentative

count of devices under FCBS segment

is mentioned in clause 3.2.6 S.N

XXXXII.

B.E / B.Tech. / MCA with 1 year or higher experience in computer networking field and CCNA or equivalent Certified. (or) Graduate in Information Technology/ Computer Science with 3 years or higher experience in computer networking field and CCNA or equivalent Certified (ii) Minimum qualification for L2 resources should be B.E / B.Tech. with 3 years or higher experience in computer networking field and CCNP or equivalent Certified (or) Graduate in Information Technology/ Computer Science with 5 years or higher experience in computer networking field and CCNP or equivalent Certified (iii) Minimum qualification for Team lead should be B.E / B. Tech. with 6 years or higher experience and CCNP or equivalent Certified. TL should have experience to handle SDN solutions or PMP/PRINCE 2 Certified.

For Bidder B2:

Location

Facility Management

Essential Qualification &

Experience

Page 33 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Data

Centre

Domestic Segment:

One Level 2 (L2) resource

required in each shift. There will

be three shifts in a day. Facility

management is required for

24X7X365. Bidder can provision

additional resources to fulfil the

requirement of minimum number

of resources in each shift.

Minimum qualification for L2 resources should be B.E / B.Tech. with 3 years or higher experience in computer networking field and CCNP or equivalent Certified of proposed OEM devices (or) Graduate in Information Technology/ Computer Science with 5 years or higher experience in computer networking field and CCNP or equivalent Certified of proposed OEM devices.

XVII. Bidder B2 has to ensure the required uptime of 99.99% on monthly basis for the network devices of open specifications. Bidder B1 has to ensure the required uptime of 99.99% on monthly basis for all the network devices (existing and new network devices of open and closed specifications). If any additional resources are required to maintain the uptime of 99.99%, the bidder B1 and B2 has to provide without any extra cost to the Bank. XVIII. The onsite FMS resources to be deputed shall be interviewed by Bank/Bank designated officials to assess their knowledge level by way of personal interaction or written paper for ensuring the quality of onsite technical support. XIX. The onsite FMS resources should be prepared to work for extended hours in case of need. XX. The onsite FMS resources should abide by timings of the BOI. XXI. The members of the on-site team should be provided with mobile phones by the bidder and the details like Name, Address (Inclusive of Residential Telephone Number (Residential), Mobile Number should be provided to Bank. XXII. Name of emergency contact personnel with relationship and Telephone number should be provided to Bank. XXIII. Disability if any or suffering from any disease should be informed to the Bank in advance. XXIV. The on-site team shall maintain attendance register and the same should be shared with Bank on monthly basis.

Page 34 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

XXV. The on-site team shall not be changed without prior approval from Bank and adequate notice (minimum one month for Level 1 (L1), two months for Level 2 (L2) and three months for TL/Level 3). Any resigned resource of on-site team should not be relieved before giving suitable replacement. XXVI. The bidder B1 and B2 shall also provide suitable on-site technical staff to supplement the efforts of the on-site support resources during emergencies / contingencies which might impact the systems, Systems and services covered under this scope. XXVII. Bidder B1 and B2 shall provide backup resource in case any of the onsite FMS resource avails leave, however bidder service delivery team will be entirely responsible for team deployment, SLA monitoring, task delegation, workload distribution etc. XXVIII. Absence of any onsite FMS resource must be complemented with equal skill resource. XXXI. If the engineer is found to be not qualified / suitable / his performance is not satisfactory, bidder B1 and B2 shall have to replace the engineer within 45 days of written e-mail communication from Bank regarding the same. XXX. During the contract period, the bidder B1, B2 and its employees shall at all the times comply with & abide by the security policy of the bank in so far as the same may be applicable to or in respect of the works and the provisions of the contract. XXXI. Bidder B1 and B2 will follow and comply with the procedures and policies, applicable to the scope of work mentioned in the RFP, lay down by the Bank vide IS Security Policy from time to time and also extend full cooperation to the auditors designated by Bank. XXXII. Bidder B1 / Bidder B2/ onsite FMS resources at bank shall inform Bank about any correspondence with external entities pertaining to any point mentioned in the scope of the work. XXXIII. Bidder B1/ Bidder B2/ onsite FMS resources at bank shall maintain inventory of all installed and spare network devices/SFPs/ Cables/Modules etc. and share the report with Bank on daily basis. XXXIV. The onsite FMS resources of Bidder B1 shall be responsible for managing the existing Cisco Call Manager setup at DC and DR. XXXV. All the onsite FMS resources deputed at bank should have Police verification report. Bidder needs to submit the Police Verification

Page 35 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

report of FMS resources along with all documents at the time of joining the onsite FMS team. XXXVI. Bank can interchange the Bidder B1’s FMS resources between Domestic and FCBS segment if required. XXXVII. The scope of FMS is not limited to above only. Bank shall assign any other work based on the related requirement to the FMS. The team Leader shall be the payroll employee of the bidder mandatorily.

XXXVIII. FMS shall be entered into by the Bank, at its sole discretion. XXXIX. The Facility Management charges as per Format – 6.3 Part III shall be paid by the bank in equal calendar quarterly instalments within Forty-Five (45) days from the date submission of invoice after completion of respective quarter, subject to submission of monthly attendance reports and satisfactory services rendered from the date of start of contract after deducting the applicable penalty at the rates quoted in the price schedule. XXXX. Bank at its discretion can terminate the FMS contract in whole or as part thereof with the bidder and discontinue the same without citing any reason by giving three months or 90 days’ notice and applicable amount, on pro-rata basis, for the service rendered shall be payable. XXXXI. Proper handover has to be ensured by the Bidders B1 and B2 between their FMS resources during the shift changes. XXXXII. Devices under FCBS Scope (for Bidder B1):

The below mentioned are the tentative count of devices under the FCBS segment which needs to be managed by the FCBS FMS resources provided by bidder B1.

S. No Device Type Count of Devices

DC New DC DR

1 Switch(includes access switch, core switch)

11 2 8

2 Firewall/IPS 2 - 2

3 Firewall/IPS Management Server

2 - 1

4 Sandblast/Sandbox 1 - 1

Page 36 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

The above mentioned count of devices is tentative and may increase in the future depending on the business requirement. Bank may also plan to shift/migrate these devices across their Central Locations and the necessary support and configuration changes to be performed on the FCBS network devices has to be performed by the bidder B1. The scope of work of Annual Maintenance Support and the Facility Management Services shall be as per clause 3.2.5 and 3.2.6 respectively.

3.2.7. Requirements from Bidders

a) Bidders are required to examine all instructions, forms, terms and specifications in this RFP and study the RFP document carefully. Bid shall be deemed to have been submitted after careful study and examination of this RFP with full understanding of its implications.

b) The bid should be precise, complete and in the prescribed format as per the requirement of this RFP.

c) Failure to furnish all information required by this RFP or submission of a Bid not responsive to this RFP in each and every respect will be at the vendor’s own risk and may result in rejection of the Bid and for which the Bank shall not be held responsible.

d) The Bidder shall bear all costs and expenses associated with the preparation and submission of its Bid and the Bank shall in no case be held responsible or liable for these costs, regardless of the conduct or outcome of the bidding process including cancellation or abandonment or annulment of the bidding process.

e) No binding legal relationship will exist between any of the respondents and the Bank until execution of a contractual agreement.

f) The recipient must conduct its own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

g) Each Recipient should notify the Bank of any error, omission, or discrepancy found in this RFP document.

h) A Recipient will, by responding to the Bank for the RFP, be deemed to have accepted the terms of this Introduction and Disclaimer.

3.2.8. Amendment of the RFP document

Page 37 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

a) The Bank reserves the right in its sole discretion of inclusion of any addendum to this entire Bid process. The Bidders shall not claim as a right for requiring Bank to do the aforesaid.

b) At any time before the deadline for submission of Bids / offers, Bank may, for any reason, whether at its own initiative or in response to a clarification requested by prospective Bidders, modify this RFP / Bid Document and all such modifications shall be binding on them. c) All prospective Bidders who have received this RFP shall be notified about the amendment in writing vide e-mail or fax or post, and all such amendments shall be binding on them.

d) If required in order to allow prospective Bidders reasonable time in which they need to take the amendment into account in preparing their Bids, the Bank at its sole discretion reserves the rights to extend the deadline for the submission of Bids. In no circumstance, the deadline for submission of Bids shall be extended beyond a period of 7 days. However, no request from the Bidder, shall be binding on the Bank for the same. Bank’s decision in this regard shall be final, conclusive and binding on all the Bidders.

e) Any attempt by the Bidders to visit or meet Top management officials of the Bank in connection with or incidental to the Bid process, shall be construed by the Bank as an unlawful attempt by the prospective Bidder, to influence the RFP/ Bid process and may invite disqualification from bidding. Only one authorized representative of each bidder would be permitted to visit for submitting the RFP Document/ or when called by the Bank.

3.3 Eligibility Criteria

A total solution for the Supply, Installation, configuration, Integration, Implementation, Monitoring and Maintenance of Network Equipments with the deployment of Software Defined Networking (SDN) Solution as mentioned in the RFP for a period of five years as per Banks’ requirement. Eligibility criteria contains the following as mentioned below: Note: The context “Bidder or Bidders” wherever the context requires, shall be applicable to both the bidders B1 and B2.

1. The Bidders (Service Provider) should provide time bound solution/plan for

project implementation as well as regular support and maintenance and bidder

shall provide the updated escalation matrix for the same and promptly intimate

and update to bank upon any change in escalation matrix provided to the bank.

Page 38 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

2. The Bidder should ensure that End-to-End QoS configured (prioritization of the

traffic, partitioning of bandwidth for applications etc.) etc.

3. The Bidders should clearly spell out any assumption made anywhere while

designing the solution. Detailed design solution to be provided, explaining each

component. Bidder should also intimate the Bank if there are any discrepancies

in Technical Specifications of any of the devices which is required for making

the solution workable.

4. The Bidders should give supporting document with technical details to assure

reliability and capability of delivering the network to meet the requirements.

5. All the Equipment offered against this RFP should have compatibility with Cisco

and other existing Devices in Bank of India Network otherwise solution will be

treated as non-responsive.

6. Bidders have to provide full support for any POC/demonstration/site visit which

will be conducted by Bank’s Team for technical evaluation, POC, inspection

and assessment of the proposed solution.

7. Facility Management services at Bank of India Data Center by deploying the

professionals to support 24x7x365 days basis with shifting duty hours for

managing all network devices, IP Phones etc. as deployed in Bank Network.

8. The Bidder B1 and B2 shall deploy the resources as per clause 3.2.6 to provide

onsite facility management at centralised location i.e. BOI Building, CBD

Belapur, Navi Mumbai or any other location viz New DC or DR Site as

suggested by Bank.

9. The Bidder B2 will be responsible for all required configurations in the new

network devices of open specifications and Bidder B1 will be responsible for all

required configurations in the Bank’s existing network devices, new network

devices, IP Phones if required at any stage to make the solution workable for

entire contract period.

10. Bidders shall have operational Service Support Centres managed by its own

staff at Mumbai and Bengaluru in India operational as on bid date. The list of

support centres containing Office Address, Telephone nos., contact person etc.

shall be submitted at the time of bid submission.

11. The bidders shall also integrate devices supplied under the RFP with our help

desk operation, trouble ticketing (Pro-active/Complaints), call escalation,

resolution procedure for attending downtime for each location as per existing

or upgraded/ Changed Network Monitoring tool installed in Bank DC/DR or any

other location as decided by Bank. The SLA will be reviewed on a quarterly

Page 39 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

basis. Uptime will be monthly basis and the bidder B1 and B2 has to ensure

that all the hardware execute without defect or interruption for at least 99.99%

uptime for 24 hours a day, 7 days a week operation of the machine, worked on

monthly basis. The Bidder B1 and B2 has to submit the monthly SLA/Uptime

report along with invoices of Facility Management/AMC for payment.

12. The bidder B1 and B2 should provide reports for Interface availability, interface

traffic statistics, interface response time monitoring, interface errors and

Bandwidth Utilization report.

13. Any software support like update/enhancement/upgrade etc. as defined below

released till the completion of contract period shall be supplied, installed and

commissioned free of cost by the bidder B1 and B2. However, any such

software support like update/enhancement/upgrade shall be communicated to

the Bank by the Bidder B1 and B2 within a period of two weeks from the date

of release, during the entire contract period.

14. The bidders shall provide the service, system spare parts, upgrade and

complete maintenance of the system for entire contract period from the date of

acceptance of each device, extendable on mutual agreement. The bidder shall

submit an undertaking letter to this effect along with the Technical bid,

otherwise the bid is liable for rejection.

15. The selected bidders B1 and B2 are bound to demonstrate the performance of

the devices, if required by the Bank. All expenses required for preparation and

submission of the response to this RFP including providing any additional

information by the Bank, visit to reference sites if any, shall be entirely incurred

and borne by the respondents.

16. The selected bidders B1 and B2 shall own the responsibility to demonstrate

that the product offered is as per the specification/performance stipulated in this

RFP and as committed by the bidder, either at site or at their workplace without

any extra cost to the Bank.

17. After placing the order, the Bank shall have the right to cancel or substitute the

component/equipment before the Bidders dispatches the ordered equipment.

This shall be done only when it is deemed necessary by the Bank that the

supplied or substituted components may not fulfil the required functions or the

acceptance criteria.

18. The selected bidders shall provide all other required equipments and services,

whether or not explicitly mentioned in this RFP to ensure the intent of

specification, completeness, operability, maintainability and upgradeability of

the network.

Page 40 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

19. The Bank and the selected bidders shall nominate a Project Manager each

immediately on acceptance of the order, whom shall be the single point of

Contact for the project at Mumbai and other locations. However, for escalation

purpose, details of other persons shall also be given. The project manager

nominated by the bidders should have prior experience in implementing similar

project.

20. All related documentations shall be supplied by the selected bidder in CD/DVD

and also in printed media at no extra cost. The documentation has to be

provided by the bidder location wise as per the requirement.

21. Bank will provide location for delivery in the purchase order. All the delivery

charges up to end location/shifted location should be included into cost of

network Device as mentioned in price schedule.

22. The bidder will accomplish preventive and breakdown maintenance

activities to ensure that all hardware execute without defect or

interruption for at least 99.99% uptime for 24 hours a day, 7 days a week

of operation of the machine, worked on a monthly basis.

23. Only licensed copies of software/IOS shall be supplied and ported on the

network Devices and IP phones at no extra cost to the bank. The bidders shall

grant an irrevocable perpetual license (wherever OEM has provision to provide

perpetual license) to the bank to use the software. Further, all software supplied

shall be of latest version and updated time to time proactively by the bidders at

no extra cost to the bank.

24. The selected bidders B1 and B2 have to upgrade the IOS/Firmware/patches of

network Devices with its latest compatible version upon its release on time to

time proactively at no extra cost to the bank.

25. If the identified site is not ready for installation, and the items are not

dispatched, the selected bidders at the request of the Bank have to install

Network Devices at an alternate site (within DC, new DC, DR, NR or any other

site) identified by the Bank, at no extra cost to the bank. The delivery and

installation date will be counted from the date of intimation of alternate site

address.

26. In case the equipment is delivered at the site and the site is not ready for

installation, then at the request of the Bank, bidder has to re-deploy the Network

Devices at an alternate site identified by the Bank at no extra cost. The

installation date will be counted from the date of intimation of alternate site

address/location.

Page 41 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

27. If the equipment is not delivered within the stipulated time, then LD is applicable

for the delayed delivery. If the bank decides to shift the equipment (after

delivery), then bidder should shift & install the equipment at new place without

any additional cost within one week from the date of shifting intimation, failing

which LD is applicable for as per delayed delivery period (additional to the

above mentioned delayed delivery) and delayed installation period.

28. For sites where the Network Devices are already installed, if the bank decides

to relocate the existing live site/live devices, the vendor has to make

arrangement for reinstallation including shifting of Network Devices within two

weeks from the date of shifting letter or email at free of cost, failing downtime

will be included into SLA after completion of two weeks.

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

to the bidders, bidders have to replace the damaged property at his own cost.

30. The Bidders shall be fully responsible for installation and commissioning of the

equipment and other related activities such as unpacking, uncarting, inspection

etc. for which the bank shall provide the required space. While unpacking and

installation the bidders shall check physical availability of items as per the

packing list.

31. The Bidders shall be solely responsible for arranging the foreign exchange

release and import license for any materials, components, bought out items

that may be required to be imported for the purpose of performing the work

under this RFP and accordingly the bid prices shall include all the customs,

customs clearance, import duties, levies, license fee etc. payable by the Bidder

on imported items. Bank is not liable in this regard whatsoever. All prices

quoted shall be in Indian Rupees only and no exchange rate fluctuations shall

be borne by the bank for whatever be the reason incurred by the bidder.

32. Any certificate required to be submitted by the Bank in case of acquiring

encryption hardware or software shall be explicitly specified in the technical bid

by the bidder.

33. The Bidder shall arrange for Road Permit by paying all applicable taxes to the

govt. agency to deliver and install the Network Devices.

34. MTTR: Mean Time To Respond (MTTR) is a basic measure of the

maintainability of repairable items. It represents the average time required to

repair a failed component or device on proactive basis. MTTR for Network

devices should be Fifteen minutes and restoration time should be thirty minutes

from failure/incidence occurred. In case of any hardware issue, bidder need to

provide RMA Network Device of same make and model or above model (with

all interfaces/modules) with in 4 hour of reporting. Bidder has to ensure all kind

Page 42 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

of troubleshooting should not be go beyond 15 minutes with the non-responding

hardware, bidder has to ensure the availability of field engineer or sufficient

resources at centralized location for arranging the support/ replacement of

faulty hardware as per MTTR mentioned above.

35. All kind of configuration required for bank business /ongoing projects/upcoming

projects should be facilitated by bidder B2 for new network devices of open

specifications and bidder B1 for all Network Devices and IP phones without any

additional cost to the bank. Bank has liberty to re-deploy the mentioned

Network Device to any of the bank locations, bank identified locations or third

party locations. Bidder B1 and B2 have to provide the necessary support and

continue to perform its obligations for Network Devices and IP phones

irrespective of their locations where they have been deployed.

36. A comprehensive Annual Maintenance support of the Network Devices shall be

offered by the bidder B1 for a period of three years after successful completion

of the warranty period of two years for each network device ordered (except the

supply, installation and backlining of the open specifications new network

devices). The comprehensive Annual Maintenance support of the New Network

Devices of Open Specifications shall be offered by the bidder B1 for a period

of five years. Such support shall be for 24 * 7 basis on 365 days of the year for

all locations ordered.

37. A comprehensive Annual Maintenance support of the existing Network Devices

shall be offered by the bidder B1 for a period of five years. Such support shall

be for 24 * 7 basis on 365 days of the year for all locations ordered. Though

AMC contract with bidder can be entered at the discretion of the bank.

38. If any device and related items get burnt /damaged due to non-preventive

measures by the bidder B1, the replacement of the device with same or higher

capacity shall be provided by the bidder B1 at no extra cost to the bank.

39. The Bidder has to ensure that all the Products or any part thereof which are

offered in the response of this RFP should not reach END OF LIFE/END OF

SALE within next two years from the contract start date and should not reach

END OF SUPPORT/END OF ENGINEERING SUPPORT (which includes all

kind of support viz. Hardware, Software etc.) within next seven years from the

contract start date. Necessary supporting documents should be attached

from the OEM for the same. In case the product is reached END OF

LIFE/END OF SALE/END OF SUPPORT/END OF ENGINEERING SUPPORT

(which includes all kind of support viz. Hardware, Software etc.) during the

period mentioned above, Bidder has to arrange alternate product of similar or

higher capacity without any additional cost to bank. These alternate products

supplied by the bidder shall be bank’s asset.

Page 43 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

40. The Bidder B1 has to ensure that the existing Products or any part thereof for

which bank is extending the Annual Maintenance Support in this RFP should

not reach END OF SUPPORT/END OF ENGINEERING SUPPORT (which

includes all kind of support viz. Hardware, Software etc.) till the contract period

of this RFP. Necessary supporting documents should be attached from

the OEM for the same. In case the product is reached END OF

SUPPORT/END OF ENGINEERING SUPPORT (which includes all kind of

support viz. Hardware, Software etc.) during the contract period, Bidder has to

arrange alternate product of similar or higher capacity without any additional

cost to bank. These alternate products supplied by the bidder B1 shall be

bank’s asset. The bidders will be responsible for migrating the

configuration/ACls/rules/policies/signatures etc from the existing devices to the

newly provided devices without any extra cost to the Bank, Bidder should

provision required tools/software (if required) for the migration.

41. The solution must cover all the Bank’s identified Offices or any location as

advised by bank.

42. The Bidders/Bidder’s Parent Company (in case bidder is a 100% wholly owned

subsidiary of parent company) must have minimum annual turnover of ₹200.00

Crores (₹65.00 Crores in case of MSE) (from Indian operations only) for each

of the last three (3) financial years 2017-18, 2018-19 and 2019-20 and should

also be in operating profit during these three financial years (Certified / Audited

Balance Sheets and P&L statements for last 3 years should be submitted in

support of the turnover and profitability.) The Bidders/Bidder’s Parent Company

(in case bidder is a 100% wholly owned subsidiary of parent company) should

have earned profits during each of the last three financial years. In case the

Bidders/Bidder’s Parent Company (in case bidder is a 100% wholly owned

subsidiary of parent company) are having loss for the last 3 years, a

confirmation is to be given that the current net worth is positive and bank may

consider such bids after duly evaluating the financial strengths of the company.

The bidders can submit the documents of parent company only if the parent

company is incorporated in India and bidder need to submit undertaking from

Parent Company for the same along with the Certificate of Incorporation of

Parent Company. As per extent guidelines, the purchase preference to MSE is

not applicable for works contracts where supply of goods not produced by

MSEs is involved.

43. The Bidders/Bidder’s Parent Company (in case bidder is a 100% wholly owned

subsidiary of parent company) should either be the OEM or an authorized

partner with the premier or higher partnership level of the OEM for the last

minimum 3 years (Either the authorized partner on behalf of the Principal / OEM

or Principal / OEM itself can bid but both cannot bid simultaneously for the same

Page 44 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

item / product for this tender.). The bidders/ Bidder’s Parent Company should

not have been blacklisted by Public Sector Bank in India in the past. A self-

declaration letter by the Bidder, on the Company’s letterhead should be

submitted along with technical bid.

44. The bidder must undertake to make all IOS up gradation / modifications

necessary to conform to any changes or modifications required by the Bank

time to time.

45. All the proposed network devices in response of this RFP should support IPv4

and IPv6 dual stack from Day 1.

46. All the proposed network devices in response of this RFP should be integrated

with existing solutions in Bank e.g. SIEM tool (IBM Q Radar), Arcos PIM

Solution, TACACS+, Trend Micro APT solution (IMSVA), Active Directory, Anti-

virus server, HP NNMi, HP NA, HP SM, HP Asset Manager, NAC Syslog server,

BMC Remedy ITSM, BMC Truesight Network Automation, Entuity Network

Analytics, BMC Truesight Capacity Optimization, BMC Discovery, BMC Client

Management, BMC Atrium CMDB, BMC Client Management, Solarwinds etc.

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

Without the above details, the Bid is liable to be rejected.)

3.4 Cost of Bidding

3.4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

3.4.2 The bidder shall submit the tender fee and EMD/ bid-security declaration

document (as per format 6.4) as mentioned in above clauses on mandatorily basis with the bid document. Failing which, the submitted bid shall straight away be rejected from the process. The MSE bidders are exempted from depositing the tender fee alone subject to the submission of valid and authorised copy of registration certificate and exemption certificate (if applicable) from the relevant authorities they are registered with. The MSE registration certificate submitted must be valid as on bid submission date.

3B. Bidding Documents

3.5 Content of Bidding Documents

3.5.1 The products required, Bidding procedures, and contract terms are prescribed in the Bidding Documents.

Page 45 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3.5.2 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 every respect will be at the Bidder’s risk and may result in the rejection of the Bid. 3.5.3 The bidder has to submit all undertaking /annexures/documents/Formats duly signed by authorised signatory of bidder‘s firm on mandatorily basis. If any other supporting document /clarification required after submission of bid also, the bidder shall clarify/submit the same on immediate basis to the Bank.

3.6 Clarification of Bidding Documents

3.6.1 Bidder requiring any clarification of the Bidding Document may notify the Bank in writing at the address or by e-mail indicated in Invitation to Bid on or before 02/03/2021 up to 11.00 AM.

3.6.2 A pre-bid meeting is scheduled on 03/03/2021 from 03.00 pm to 5.00 pm. Relaxation in any of the terms contained in the Bid, in general, will not be permitted, but if granted, the same will be put up on Bank’s Website. Maximum two representatives will be allowed to attend the pre-bid meeting.

3.7 Amendment of Bidding Documents

3.7.1 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 Bidder, may modify the Bidding Document, by amendment. 3.7.2 Notification of amendments will be put up on the Bank’s Website and will be binding on all Bidders. 3.7.3 In order to allow prospective 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 a reasonable period as decided by the Bank for the submission of Bids.

3C. PREPARATION OF BID 3.8 Language of Bid:

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

3.9 Format and Signing of Bid:

Page 46 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Each bid shall be in two parts: Part I- Technical Proposal Part II- Price Proposal

3.9.1 The two parts should be in two separate covers, each super-scribed with the name of the Project “RFP for Network Devices (Open Specifications) for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR)” or “RFP for Network Devices (Closed Specifications and Existing devices) for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution” as well as “Technical Proposal” and “Price Proposal” as the case may be.

3.9.2 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.

3.9.3 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.

3.10 Documents Comprising the Bid

3.10.1 Documents comprising the Technical Bid Envelope, should contain the following:

a. Organizational Profile as per format 6.9.

b. Conformity to Eligibility Criteria in accordance with clause 3.3 as per

format 6.13 and other relevant clauses.

c. Bid Form (Technical Bid) as per Format 6.1.1(a) or Format 6.1.1(b) (as

per the proposal submitted for Bidder B1 or Bidder B2) duly signed by

the Bidder.

d. Documentary evidence establishing that the products, systems and

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

services and conform to Part 5 of the Bidding Document.

e. Non-Disclosure Agreement as per Format 6.2.

f. Bid cost of ₹50,000/- (Rupees Fifty Thousand only)

In case of MSE bidders where submission of Bid Cost amount is

exempted, a valid copy of registration certificate issued by relevant

Page 47 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

authorities, which are valid on last date of submission of the tender

documents has to be submitted. MSE firms who are in the process of

obtaining registration will not be considered for tender cost exemption.

g. EMD or Bid Security Declaration as per Format 6.4

h. Manufacturer’s / Producers’ authorization form as per format 6.7

wherever applicable.

i. Service Support Details form as per Format 6.10.

j. Bidders undertaking for support services as per format 6.12 that

adequate specialized expertise are available to ensure the fault free

operation of the proposed solution and maintenance during the support

period.

k. A Complete Bill of Material with quantity, module name, version etc. as per format 6.11. Please note that no price should be mentioned in this Format.

l. A full description of the Technical Solution and its compliance, which

must provide an acceptable solution as described in PART 5: Functional

Specifications in the form of literature, drawing and data.

m. Details of Projects Handled / Referral Letters as per Clause 3.3.

n. Additionally, a Masked price bid should be kept with the Technical bid

i.e. Bill of Materials as per format 6.11, listing the components as listed in the Masked Price Schedule without indicating the price in another separate closed / sealed cover. Please note that no price should be mentioned in this format.

n. And all relevant annexures/undertaking/formats mentioned/asked in the various clauses of RFP

While submitting the Bid, forms like those of Bid Security Declaration, MAF as mentioned above, etc. should form the main section and should be submitted in one lot, separate from the section containing literature on the proposed solution and annual accounts.

3.10.2 Documents comprising Price Bid Envelope, should be:

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

solution and services (Format 6.3 Part I, Part II, Part III, Part IV, Part V

Page 48 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

and Part VI) and format 6.11 with the prices, in one separate closed

sealed cover.

b) The Bid form (Price Bid) as per Format 6.1.2 as furnished in the Bidding

Documents duly signed by the Bidder and completed.

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

rejected.

3.11. Bid Submission

The Bidder shall complete both the Envelopes of the Bid Forms furnished in the Bidding Document separately. Bids are liable to be rejected if only one (i.e. Technical Bid or Price Bid) is received.

3.12. Bid Prices

3.12.1 The prices indicated in the Price Schedule shall be entered in the following manner:

a) The total price quoted by bidder B1 must be inclusive of cost of

providing hardware, services for installation, testing and commissioning

of the Solution and support, and all applicable taxes, duties, levies,

charges etc. with applicable warranty, as also cost of incidental services

such as transportation, insurance, training etc., but exclusive of GST

and/or other taxes (if applicable).

b) The total price quoted by bidder B2 must be inclusive of cost of

providing hardware, services for installation, testing and commissioning

of the Solution and backlining charges, and all applicable taxes, duties,

levies, charges etc. with applicable warranty, as also cost of incidental

services such as transportation, insurance, training etc., but exclusive

of GST and/or other taxes (if applicable).

c) The cost of Annual Maintenance service, for a period of three years after

completion of two years warranty period for new installed network

devices.

d) The cost of Annual Maintenance service, for a period of five years or 3.5

years (as mentioned in price bid format) for existing network devices.

Though AMC contract with bidder can be entered at the discretion of the

bank.

e) Prices quoted as above shall be valid for the two years from the date of

placing the first purchase order with the bidder.

Page 49 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

The Vendor cannot quote for the project in part.

3.12.2 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and shall not be subject to variation on any account, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected.

3.12.3 However, during the contract period, if the market price of services has been on the lower side, the Bank will request the vendor to revise the rates with mutual consent.

3.13. Bid Currencies

Bids are to be quoted in Indian Rupees only.

3.14 Documents Establishing Bidder’s Eligibility and Qualifications

3.14.1 The bidder shall furnish, as part of its Bid, documents establishing the bidder’s eligibility to Bid and its qualifications to perform the Contract, if its Bid is accepted.

3.14.2 The documentary evidence of the bidder’s qualifications to perform the Contract if its Bid is accepted, shall establish to the Bank’s satisfaction:

a) that, in the case of a bidder offering to supply products and/or systems

under the Contract which the bidder did not produce, the bidder has been

duly authorized as per authorization format 6.7 given in the Bid, by the

products’ producer to supply the products and/or systems in India;

b) that the Bidder has the technical and production capability necessary to

perform the Contract as per format 6.9 (Organization Profile);

c) that adequate, specialized related software/technical expertise is already available, to ensure that the support services are responsive, and the bidder will assume total responsibility for the fault-free operation of the solution proposed and maintenance till the end of contract period.

3.15. Documents Establishing Eligibility of Products and Conformity to Bid Documents

The Bidder shall furnish, as part of its Bid, documents establishing the eligibility and conformity to the bidding documents of all products and / or

Page 50 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

system and/or services, which the bidder proposes to supply under the Contract.

3.16. Bid Security Declaration

3.16.1 The Bidder (including MSE bidders) shall furnish, as part of its Bid, a Bid Security Declaration as per format 6.4

3.16.2 The Bid Security Declaration is required to protect the Bank against the risk of bidder’s conduct, which would warrant the security’s forfeiture.

3.16.3 A bidder can bid for Open Specifications requirement (B2) or closed specifications requirement (B1) or for both. If a bidder submits proposal for both the price bids i.e. Format 6.3 Part V and Format 6.3 Part VI, then bidder has to submit two Bid Security Declarations (As per format 6.4) and the cost of bid along with the technical bid. If a bidder submits proposal for both the price bids i.e. Format 6.3 Part V and Format 6.3 Part VI and the bidder submits only one Bid Security Declaration and the cost of bid, in that case either one of the bids or both the bids may be rejected as per Bank’s decision. The bidder has to exclusively the mention the Project Name for which they are submitting the Bid Security Declaration in the Bid Security Declaration document.

3.16.4 Only upon the verification of the Bid Security Declaration by the Bank, bidder will be considered as authorized to participate in the bid. In case of failure to submit the Bid Security Declaration document for any reason before the prescribed date and time, the Bidder will be disqualified from the bidding process and the bid submitted by such bidder will be rejected at initial stage itself.

3.16.5 Any Bid not secured, as above, will be rejected by the Bank, as nonresponsive. 3.16.6 The Bidder may be disqualified from bidding in any contract with the Bank for the period of five years from the date of notification, if they breach any obligation(s) under the bid conditions

a) if a bidder withdraws/modifies/amends its Bid during the period of Bid

validity specified by the bidder on the Bid Form; or

b) if a 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 bidder, if the bidder fails;

(i) to sign or refuses to execute the Contract; OR

Page 51 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

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

3.16.7 The Bid Security Declaration of the unsuccessful bidders becomes invalid, after thirty days after the expiration of the validity of Bid.

3.17 Period of Validity of Bids & repeat orders

3.17.1 Bids shall remain valid for a period of six months 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 bidders’ consent to an extension of the period of validity. The request and the responses thereto, shall be made in writing. The Bid Security Declaration provided shall also be suitably extended. 3.17.3 The Bank shall have the right to place the order to either single or multiple locations/devices, for all locations or new locations which can be spread over the period of two years from the date of placing the first purchase order with the bidder. The Bank shall have the right at its absolute discretion to place further orders on the selected bidder for future requirement on the rates finalized for various items and services (including FMS and AMC) within the period of two years from the date of placing the first purchase order with the bidder. Such orders, if any, shall be governed by this RFP and agreed terms. 3.17.4 The Bank shall have the right at its absolute discretion to place any order as full or for any percentage of original quantity (mentioned in this RFP) on the selected bidder (including FMS and AMC).

3D. Submission of Bids

3.18. Sealing and Marking of Bids

3.18.1 The 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 Bidder should additionally submit soft copies of the Technical Specification in the form of CD/DVD. The bidder should clearly mention the Project Name as mentioned below in the envelope cover otherwise the bid may be liable for rejection. 3.18.2 The inner and outer envelopes shall:

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

Page 52 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

b) bear the Project Name

Envelope-1 "RFP for Network Devices (Open Specifications) for Bank’s

Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) –

Technical Bid” and/or “RFP for Network Devices (Closed Specifications

and Existing devices) for Bank’s Data Center (DC) / Disaster Recovery

Site (DR) / Near Site (NR) with deployment of Software Defined

Networking (SDN) Solution – Technical Bid”, and a statement: “DO

NOT OPEN BEFORE (mention respective bid opening dates)” and

Envelope-2 “RFP for Network Devices (Open Specifications) for Bank’s

Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR)

(Format 6.3 Part VI) – Price Bid” and/or “RFP for Network Devices

(Closed Specifications and Existing devices) for Bank’s Data Center

(DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution (Format 6.3 Part V) –

Price Bid”,

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

bidder.

3.18.3 If the outer envelope is not sealed and marked, the Bank will assume no responsibility for the Bid’s misplacement or premature opening.

3.19. Deadline for Submission of Bids

3.19.1 Bids must be received by the Bank at the address specified, no later than the date and time specified in the Invitation to Bid.

3.19.2 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 bidders, previously subject to the deadline, will thereafter be subject to the deadline as extended.

3.20. Late Bids

Any Bid received by the Bank after the deadline for submission of Bids prescribed, will be rejected and returned unopened to the Bidder.

3.21. Modification and Withdrawal of Bids

3.21.1 The Bidder may modify or withdraw its Bid after the Bid’s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.

Page 53 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3.21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A withdrawal notice may also be sent by fax, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of Bids.

3.21.3 No Bid may be modified after the deadline for submission of Bids. 3.21.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the bidder on the Bid Form. Withdrawal of a Bid during this interval may result in the bidder’s forfeiture of its Bid security.

E. Bid Opening and Evaluation

3.22 Opening of Bids by the Bank

3.22.1 The bidders’ names, Bid modifications or withdrawals and the presence or absence of requisite Bid Security Declaration 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 Bidder.

3.22.2 Bids (and modifications sent) that are not opened at Bid Opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders.

3.23. Clarification of Bids

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

3.24 Preliminary Examination

3.24.1 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.

3.24.2 The Bank may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid, which does not constitute a material deviation.

3.24.3 The Bank will first examine whether the Bid and the bidder is eligible in terms of Clause 3.3.

3.24.4 Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the terms

Page 54 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

and conditions of the Bidding Document, without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security Declaration, Applicable Law, Performance Security, Qualification Criteria, Insurance, AMC and Force Majeure will be deemed to be a material deviation. The Bank’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself, without recourse to extrinsic evidence. The Bank reserves the right to evaluate the bids on technical and functional parameters, including possible visit to inspect live site/s of the Vendor and witness demos of the system and verify functionalities, response times, etc. The vendor should arrange for presentation and live site visit within 2 days of Bank’s notice.

3.24.5 If a Bid is not substantially responsive, it will be rejected by the Bank and may not subsequently be made responsive by the bidder by correction of the nonconformity. The technical evaluation will take into account the capability of the bidder to implement the proposed solution.

3.24.6 Only those bidders whose Technical bids have been found substantially responsive would be intimated by the Bank about their responsiveness and about the revised / updated Technical & Functional Specification (if any) arising out of normalization (if any). In case of normalization and/or revision, they would also be advised to submit fresh “Price Bid” which should either be equal to or less than the Prices quoted in the Original Price Bid. The Original and revised price bids as above would then be opened in the presence of the bidders’ representatives on a specified date and time to be intimated to the respective bidders. The lower of the two prices quoted by the bidders shall only be reckoned for the purpose of price evaluation.

3.25 Technical Evaluation

3.25.1 Only those bidders and Bids who have been found to be in the conformity of the eligibility terms and conditions during the preliminary evaluation, would be taken up by the Bank for further detailed evaluation. Those Bids, which do not qualify the eligibility criteria and all terms during preliminary examination, will not be taken up for further evaluation.

3.25.2 The Bank may use the services of external consultants for technical evaluation.

3.25.3 The Bank reserves the right to evaluate the bids on technical and functional parameters, including visit to inspect live site/s of the bidder and witness demos of the system and verify functionalities, response times, etc in which all the travelling/lodging etc. expenses will be borne by the Bidder.

3.25.4 The Bank will do the evaluation on the responses provided by the bidder in the Format 6.13, eligibility criteria clause 3.3 and other clauses of the RFP.

Page 55 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3.25.5 Bank reserves the right to waive any of the Technical and Functional Specifications during technical evaluation, if in the Bank’s opinion it is found to be minor deviation or acceptable deviation.

3.25.6 Bill of Materials (with Masked Price Schedule) submitted along with Technical Bid will be first evaluated and if the Bank, during the evaluation, deems it fit, may request bidder to revise the bill of materials submitted originally in the pricing schedule. If the bidder does not agree to revise the same within 5 days from the date of notification to revise the price bid submitted, it will be considered non-responsive and accordingly rejected.

3.25.7 During evaluation of the Bids, the Bank, at its discretion, may ask the 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.

3.26 Opening of Price Bids / Reverse Auction

3.26.1 Only those bids which are found to be technically responsive will be informed of the date / time / venue of opening of price bids / reverse auction.

3.26.2 The Technical Bids will be evaluated as per eligibility criteria. Thereafter the Bank reserves the right of selection of vendor either by opening of commercial Bids or rates quoted by the vendors in reverse auction (who are found eligible after evaluation of Technical Bids).

3.26.3 After opening of price bids and declaring the prices, the Bank will evaluate and compare the Price Bids. Alternatively, the Bank may shortlist the vendors, who were found eligible after evaluation of Technical Bids, for participating in the reverse auction.

3.26.4 The Bank shall conduct two reverse auction (RA) for discovering the L1 bidder for new network devices of Open Specifications (Format 6.3 Part VI) and for new/existing network equipments of closed specifications (Format 6.3 Part V) separately. L1 will be decided separately as per type of solution required on the basis of Closed Bid/Reverse Auction. Bidders have to submit the separate price bids in separate envelops as stated in 3.18.2 for type of network equipments.

3.26.5 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 total price shall prevail, and the unit price shall be corrected. If the Successful Bidder does not accept the correction of the errors, its Bid will be rejected, and the Bidder may be disqualified from bidding in any contract with the Bank of India for the period of five years from the date of notification. If there is a discrepancy between words and figures, the amount in words will prevail.

Page 56 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3.26.6 The Bank’s evaluation of a Price Bid will take into account, in addition

to the Bid price quoted, one or more of the following factors:

a) Deviations in payment schedule & Delivery Schedule from that specified;

b) Deviation in prices quoted;

c) Other specific criteria indicated in the Bid and/or in the Technical &

Functional Specifications & Price schedule.

3.26.7 Quotation of Prices for all Items.

The Bidder should quote for complete consignment of items proposed / listed in this Bid. In case, prices are not quoted by any bidder for any specific item / product / service for the purpose of evaluation, the highest of the prices quoted by other bidders, participating in the bidding process, will be reckoned as the notional price for that product / service, for that bidder. However, if selected, at the time of award of Contract, the lowest of the price(s) quoted by other bidders (whose Price Bids are also opened) for that product / service will be reckoned. This shall be binding on all the bidders. However, the Bank reserves the right to reject all such incomplete bids.

3.26.8 Contacting the Bank

3.26.8.1 No 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.

3.26.8.2 Any effort by a bidder to influence the Bank in its decisions on Bid evaluation, bid comparison or contract award, may result in the rejection of the bidder’s Bid.

3.27 Delivery, Installation and Migration Schedule:

For existing devices, OEM Backlining by the selected Bidder(B1) should be completed within 4 weeks from the date of purchase order. The deliverables and products and/ or Systems and/or Services/ FMS covered under this bid except OEM backlining of existing devices are to be supplied, delivered within 8 weeks from the date of purchase order and installation within 20 weeks from the date of purchase order. The bidder B1 along with the Cisco Professional Services shall ensure that the 35 critical production applications of DC, New DC, DR and NR applications are migrated in the SDN solution within 59 weeks from the date of purchase order and the Bidder B1 independently shall ensure that the remaining non critical applications which includes UAT applications of DC, New DC, DR and NR applications are migrated in the SDN solution within 72 weeks from the date of purchase order. No credit will be given to early deliveries. Categorization of any application as ‘Critical’ or Non-Critical shall

Page 57 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

be as per Bank’s discretion. Bidder B1 shall be responsible for migration of any other new application on SDN solution during the entire contract period.

F. Award of Contract

3.28. Post-qualification

3.28.1 After bids evaluation on the parameters mentioned above, bank shall conduct two separate reverse auctions to discover the L1 bidder for new network devices of Open Specifications (Format 6.3 Part VI) and for new/existing network equipments of closed specifications (Format 6.3 Part V) separately. L1 will be decided separately as per type of solution required on the basis of lowest evaluated bidder in Closed Bid/Reverse Auction process.

3.28.2 If L1 Vendor fails to execute the order, Bank will be free to award the contract to L2 Vendor on the same terms at which the contract was awarded to L1 vendor.

3.29. Bank’s Right to Accept Any Bid and To Reject Any or All Bids. 3.29.1 The Bank reserves the right to accept or reject any Bid, 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 bidder or bidders, or any obligation to inform the affected bidder or bidders of the grounds for the Bank’s action. 3.29.2 After identification of L1 Bidder, the Bank will follow the internal procedure for necessary approvals and thereafter proceed with notification of award to L1.

3.30. Award Criteria

The Bank will award the Contract to the successful bidder who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be responsive, and is the highest evaluated Bid.

3.31 Notification of Award

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

3.31.3 Upon the successful bidder’s furnishing of Performance Security, the Bank will promptly notify each unsuccessful bidder and their Bid Security Declaration will be invalid within 90 days.

Page 58 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3.32. Signing of Contract

3.32.1 Signing of Agreement or contract

After the award of the contract to the successful bidders, contract or agreement has to be signed by the bidders as per the RFP. The agreement has to be signed by the bidders within three months or 90 days from the date of award of the contract. Bidders have to prepare the contract or agreement as per the RFP and submit to the bank for review, bank will review the contract shared by the successful bidders by engaging the bank legal department. Bank has full right to add further standard clauses or details required under this RFP in the contract or agreement for protecting bank`s interest. After the final review done by bank legal department successful bidders have to do the final stamping and printing of the contract with no cost to the bank and submit the duly signed contact to bank. Bank will sign the contact or agreement and submit one copy of the contract or agreement to the successful bidders and keep one copy for their internal record. Bidders should ensure contract or agreement should be completed under the above mentioned stipulated time. Bank may stop processing of payment if contract is not signed within the stipulated time period. 3.32.2 Bidders shall claim any kind of payment under this project after the submission of Performance Bank Guarantee and delivery of solution as per RFP terms.

3.33. Performance Security

3.33.1 Performance Securities in the required format to be submitted by the successful bidders as per Clause 4.6.

3.33.2 Failure of the successful bidder to comply with the requirement of performance securities mentioned in clause 4.6, shall constitute sufficient grounds for the annulment of the award and disqualification from bidding in any contract with the Bank of India for the period of five years from the date of notification, in which event the Bank may make the award to the next lowest evaluated Bidder, i.e. L2, or call for new Bids.

Note: Not withstanding anything said above, the Bank reserves the right to reject / award the contract to any vendor or cancel the entire process or part thereof without assigning reasons thereto.

3.34. Contract Start date and Duration: The contract period under the project will start from the installation of first network device & its acceptance OR start of AMC services, which ever is earlier. The duration of contract period shall be 5 years from the start date of the contract. The bidder has to provide the Performance security for the contract duration as per clause 4.6.

Page 59 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

PART 4: TERMS AND CONDITIONS OF CONTRACT (TCC)

TABLE OF CLAUSES

Clause No.

Topic Clause No.

Topic

4.1 Definitions 4.24 Resolution of Disputes

4.2 Country of origin and eligibility of goods

4.25 Governing Language

4.3 Standards 4.26 Applicable Law

4.4 Use of contract document and information

4.27 Addresses for Notices

4.5 Patent right/ intellectual property rights

4.28 Taxes and Duties

4.6 Performance security 4.29 Supplier Integrity

4.7 Inspection, Quality Control and Factory Assessment Tests

4.30 Supplier’s obligations

4.8 Manuals 4.31 Site Preparation and Installation

4.9 System and other Software 4.32 Commissioning of the Solution

4.10 Acceptance tests and certificates

4.33 Technical Documentation

4.11 Delivery, Installation, Migration and Documentation

4.34 Right to use defective product

4.12 Incidental Services 4.35 Purchase Orders

4.13 Support 4.36 Uptime/SLA

4.14 Awareness on new module installed

4.37 Penalty

4.15 Payment 4.38 Indemnity

4.16 Prices 4.39 Limitation of Liability

4.17 Change Orders 4.40 Confidentiality

4.18 Contract Amendments 4.41 Prohibition against Assignment, Outsourcing or Sub contract

4.19 Assignments 4.42 Insurance

4.20 Delay in Supplier’s Performance

4.43 Right to Audit

4.21 Liquidated Damages 4.44 Authorized Signatory

4.22 Exit, Terminations or cancellation of contract & Compensation

4.45 Applicability of Preference to Make in India, Order 2017 (PPP-MII Order)

4.23 Force Majeure

Page 60 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.1 Definitions

In this Contract, the following terms shall be interpreted as indicated: 4.1.1 ”Solution” means Network Devices, Contact Center Solution, IP Phones, GSLB and related services for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) or any location as identified by bank on the Banks network to meet the functional requirements of the Bank indicated in Part 5 of this document. 4.1.2 “Supplier” is the successful bidders (B1 & B2), who have been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the highest evaluated Bid. 4.1.3 “The Contract” means the agreement entered into between the Bank and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto, and all documents incorporated by reference therein; 4.1.4 “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations; 4.1.5 “The Product/Goods” means hardware/software/firmware/middleware required for the implementation/management of Network Devices, Contact Center Solution, IP Phones, GSLB for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site which the Supplier is required to supply to the Bank under the Contract; 4.1.6 “Confidential Information” shall mean all non-public information, of the Bank and its customers including details of the Bank’s Critical Assets held by the Bank which is accessible by or is available to the Company, and in writing whether in graphic, visual or any other tangible, intangible or electronic form including, without limitation, Customer Data, Banks’ Data any and all information relating to the Bank’s Customers, the Software and Hardware Vendors and/or its client’s (whether past, present, or future), financial data, financial results and projections, employees (past, present or prospective), technologies, technical and business strategies, computer programs, software tools, source codes, object codes, protocols, product descriptions, trade secrets or know how, customer information and Intellectual Property Rights as well as any such information not generally known to third parties, that the Company is reasonably expected to treat as confidential. It is clarified that all non-public data

Page 61 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

residing on the Bank’s existing system shall be treated as Confidential Information for the purposes of this RFP. 4.1.7 “The Services” means those services ancillary to the supply of the Products, such as, installation, commissioning, configuration, migration, customization, provision of technical assistance, training, maintenance, management, monitoring and other such obligations of the Supplier covered under the Contract; 4.1.8 “TCC” means the Terms and Conditions of Contract contained in this section. 4.1.9 “The Project Site” means the locations where the Network Devices for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site and the locations where the IP phones for domestic branches are to be installed and commissioned, as per Bank’s requirements. 4.1.10 “Taxes” means all present and future taxes including Cess, levies, surcharges, Octroi or withholdings assessed by any Central, State or Local Authority as a result of the provision of the Services by VENDOR to the Bank. 4.1.11 “Deliverables” means all the goods, products, network devices, equipments spares and services provided/to be provided by the Bidder to the Bank under this Contract which are more particularly stated in the Format 6.3 Part I, Part II, Part III and Part IV of this RFP. 4.1.12 “Payments” or “Fees” means all payments to be made by the

Bank to the Bidder as per the Payment Terms stated in this Agreement

hereto.

4.1.13 ‘Successful/Selected Bidder’ is the Bidder (Service Integrator) (B1 and B2) whose technical bid has been accepted and whose price as per the commercial bid is the lowest. 4.1.14 ‘QoS’ means Quality of Service. 4.1.15 ‘CPE’ means Customer Premises Equipments. 4.1.16 ‘End to End’ means CPE to CPE In case of a difference of opinion on the part of the Bidder (Service Integrator) in comprehending and/or interpreting any Clause / Provision of the Bid Document after submission of the Bid, the interpretation by the Bank shall be binding and final on the Bidder.

Page 62 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.2. Country of Origin / Eligibility of Goods & Services

4.2.1 All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India. 4.2.2 For purposes of this clause, “origin” means the place where the goods are mined, grown, or manufactured or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

4.3 Standards

4.3.1 The Service provided under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Indian industry. Such standards shall be the latest issued by the institution concerned.

4.4 Use of Contract Documents and Information

4.4.1 The Supplier shall not, without the Bank’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, sample or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

4.4.2 The Supplier shall not make use of any document or information enumerated in this Bidding Document except for purposes of performing the Contract without the Bank’s prior written consent.

4.4.3 Any document, other than the Contract itself, enumerated in this Bidding Document shall remain the property of the Bank and shall be returned (all copies) to the Bank on completion of the Supplier’s performance under the Contract, if so required by the Bank.

4.4.4 The Bidder shall sign a Non-Disclosure Agreement as per Format 6.2. Bank has full right to add further details in the NDA format to protect bank`s interest.

4.5 Patent Rights/Intellectual Property rights

Page 63 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark, industrial design rights, etc. arising from the use of the products or any part thereof in India, the Supplier shall act expeditiously to extinguish such claim. If the Supplier fails to comply and the Bank is required to pay compensation to a third party resulting from such infringement, the Supplier shall be responsible for the compensation to claimant including all expenses, court costs and lawyer fees. The Bank will give notice to the Supplier of such claim, if it is made. The Supplier shall indemnify the Bank against all third-party claims of infringement of patent, trademark, intellectual property, copyrights or industrial design rights arising from use of the Products or any part thereof.

4.6 Performance Security 4.6.1 The Selected bidder (both bidder B1 & B2) shall furnish an unconditional and irrevocable Bank Guarantee for 3% of the total value of contract, in favour of the Bank, from a scheduled Commercial Bank, other than Bank of India, towards performance of the contract in accordance with the specification and conditions of the bid document and agreed upon on final bid evaluation. The above guarantee shall be submitted by the bidder within 21 days from the start date of the contract. The Contract Performance guarantee shall be kept valid up to end of the contract period i.e. till 5 years from the start date of the contract. The guarantee shall contain a claim period of six months from the last date of validity. 4.6.2 The proceeds of the Performance Security shall be payable to the Bank as compensation for any loss resulting from the bidder’s failure to complete its obligations under the Contract. 4.6.3 The Performance Security shall be denominated in Indian Rupees and shall be by way of Bank Guarantee issued by a scheduled commercial bank/ Public/ Private Sector Bank in India (Other than Bank of India), acceptable to the Bank in the format 6.6 provided in the Bid. Bank has full right to add further details in the above mentioned performance security format for protecting the bank`s interest. 4.6.4 The Performance Security will be discharged by the Bank and returned to the bidder within 90 days after claim period, following the date of completion of the bidder’s performance and other obligations under the Contract. 4.6.5 In the event of any contract amendment, the bidder shall furnish the amendment to the Performance security within 21 days after receipt of such amendment, rendering the same valid for the duration of the Contract. In the event of any correction of defects or replacement

Page 64 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

of defective software/products/equipment/system during the warranty period, the warranty for the corrected/replaced software/products/ equipment/system shall be extended to a further period of 12 months from the date of the user acceptance. The performance guarantee for a proportionate value shall be extended by the period of 90 days over and above the extended warranty period. 4.7 Inspection, Quality Control and Factory Assessment Tests 4.7.1 The bidder shall provide the quality study of the product with its

behaviour in real time environment at their quality control lab.

4.7.2 The inspection and quality assessment (Factory Assessment

Test) of the equipment at manufacturing site or quality control

lab shall be carried out by the bank officials or bank designated

personnel / agency and all necessary arrangements required

for this factory visit or quality control lab (to and fro) shall be

arranged by the bidder without any extra cost to the bank.

4.7.3 Upon any change in the product, the bidder shall further arrange

the factory visit to assess the quality of the product to the bank

officials without any extra cost to the bank.

4.7.4 The Bank reserves the right to carry out pre-shipment

inspection by a team of Bank Officials, of any of the existing

live installations of the Supplier, referred to in the Technical

Bid or demand a demonstration of the solution proposed on a

representative model in the bidder’s office.

4.7.5 The Bank’s right to inspect, test and, where necessary, reject

the Products after the Products’ arrival at the destination, shall

in no way be limited or waived by reason of the Products

having previously been inspected, tested, and passed by the

Bank or its representative, prior to the Products’ shipment from

the place of origin.

4.7.6 Nothing stated hereinabove shall in any way release the

Supplier from any obligations under this Contract.

4.8 Manuals

4.8.1 Before the products/system is/are taken over by the Bank, the Supplier shall supply technical/systems manuals for all hardware, software supplied and for all interfaces etc. The bidder shall coordinate with the existing service provider for smooth handover and other relevant details. Operation and maintenance manuals for all

Page 65 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

systems and applications systems, covering at least the operations needed to start, run the system during operational day, close, restore, archive, recover from failures, and transfer to fallback system/site including business continuity plan to be provided by the vendor. User manuals for network devices, for all modules are to be provided for by the vendor. The manuals shall be in English. 4.8.2 Unless and otherwise agreed, the products and equipment shall not be considered to be completed for the purpose of taking over, until such manuals have been supplied to the Bank.

4.8.3 The Supplier shall provide one set of Design Manual, System Manual, User Manual and Security Manual for the Application Software. The Supplier shall also provide one Soft copy of each of the Manuals. Soft and Hard Copy User manuals shall be provided, commensurate with number of installations of Products in the Bank.

4.8.4 Documentation should be comprehensive & include:

Product Literature.

Operating manuals.

General Specifications.

Operator Reference manuals for each operator task.

Messages manuals.

Documentation on troubleshooting.

4.9 System & Other Software:

For the System & Other Software, the following will apply:

The Supplier shall provide complete and legal documentation of subsystems, licensed system hardware and software, licensed utility software and other licensed software. The Supplier shall also provide licensed software for all software products, whether developed by it or acquired from others. The Supplier shall also indemnify the Bank against any levies/penalties on account of any default in this regard.

4.10 Acceptance Tests and Certificates:

4.10.1 The Acceptance criteria for the Devices are subject to Installation reports and User Acceptance Test (UAT) Certificate signed by the Bank officials for installed Network Devices after its successful installation and with satisfactory access of all the applications required.

Page 66 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.10.2 The installation reports/ User Acceptance Test (UAT)

Certificate should be in format duly vetted and checked by the bank

officials as per requirements. Installation reports and User

Acceptance Test (UAT) Certificate shall be duly signed by Bank

officials and bidder’s engineer for installed Network Devices with

satisfactory access of all the applications required.

4.10.3 The Acceptance Test Procedures (ATP) to demonstrate the feature, quality, and encryption enabled and capabilities of all equipment supplied and installed by the bidder as per bank requirements, such as Hardware, Software and Network equipment. The ATP shall be finalized by the selected bidder as per the inputs/requirements/instructions from Bank. Bidder shall plan in advance the locations for which the pilot ATP is to be conducted with bank designated official. Bidder shall demonstrate all the features to Bank Officials for signing the ATP. Bidder and Bank officials shall sign ATP document after checking all applications accessibility. Pending completion of acceptance tests, the bank reserves the right to use the system and such usage shall not be deemed as acceptance of the system by the selected bidder. Unsatisfactory performance in interconnectivity or integration or migration may result in the Bank's rejection of part or all of the system. The Network Devices shall be accepted from the date of installation and commissioning and on successful completion of user acceptance test. 4.10.4 On successful completion of the acceptance tests, receipt of deliverables, etc., and after the solution runs successfully after going live and Bank is satisfied with the working of the solution/system, the acceptance certificate in Format 6.8, signed by the Supplier and the representative of the Bank will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the system/solution proposed.

4.11 Delivery, Installation, Migration and Documentation

4.11.1 For existing devices, OEM Backlining by the selected Bidder(B1) should be completed within 4 weeks from the date of purchase order. The deliverables and products and/ or Systems and/or Services/ FMS covered under this bid except OEM backlining of existing devices are to be supplied, delivered within 8 weeks from the date of purchase order and installation within 20 weeks from the date of purchase order. The bidder B1 along with the Cisco Professional Services shall ensure that the 35 critical production applications of DC, New DC, DR and NR applications are migrated in the SDN solution within 59 weeks from the date of

Page 67 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

purchase order and the Bidder B1 independently shall ensure that the remaining non critical applications of DC, New DC, DR and NR applications are migrated in the SDN solution within 72 weeks from the date of purchase order. No credit will be given to early deliveries. Categorization of any application as ‘Critical’ or Non-Critical shall be as per Bank’s discretion. Bidder B1 shall be responsible for migration of any other new application on SDN solution during the entire contract period. 4.11.2 Before taken over by the Bank, the bidder shall supply technical / systems Manuals for all the systems supplied and for all required interfaces. Operation and maintenance Manuals for all the configurations and applications covering the operations needed to start, run, other operations, transfer to fall back system / site including business continuity plan to be provided by the vendor. The manuals shall be in English. 4.11.3 The bidder shall provide one set of Design Manual, System Manual, User manual and Security Manual for Network establishment. Soft and hard Copy Manuals shall commensurate with number of installations of Products in the Bank.

4.11.4 Unless and otherwise agreed, the Deliverables and equipment shall not be considered to be completed for the purpose of taking over, until such manuals and drawings have been supplied to the Bank.

4.11.5 Documentation should be comprehensive & include: Product Literature. Operating manuals Licenses details General Specifications. Operator Reference manuals for each operator task. Messages manuals. Documentation on troubleshooting

4.11.6 Delivery of the products/software shall be made by the Supplier in accordance with the system approved/ordered. The details of documents to be furnished by the Supplier are specified hereunder: i. 3 copies of Supplier’s invoice showing contract number,

Products description, quantity, unit price and total amount;

Page 68 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

ii. Delivery note or acknowledgement of receipt of products from

the Consignee or in case of products from abroad, original

and two copies of the negotiable, clean Airway Bill;

The above documents shall be received by the Bank before arrival of products (except where it is handed over to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.

4.12 Incidental Services

The incidental services to be provided are as under:

(a) Furnishing manuals for each appropriate unit of the supplied

Products, as mentioned under Clauses 4.8 and 4.33 of TCC;

(b) Maintenance and software updates of the supplied Products,

technical support thereof for a period as specified in the

Clause 7.12, from date of go live.

4.13 Support

4.13.1 The Supplier warrants that the products supplied under the Contract are of the most recent version and that they incorporate all recent improvements in design and / or features. The Supplier further warrants that all the Products supplied under this Contract shall have no defect, arising from design or from any act of omission of the Supplier that may develop under normal use of the supplied products in the conditions prevailing in India. Professionally qualified personnel, who have expertise in system software supplied by the vendor, will provide these services.

4.13.2 The Supplier shall comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall make such changes, modifications and / or additions to the Products or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests.

4.13.3 The Bank shall notify the Supplier in writing of any penalty/claims arising under this Annual Maintenance Contract.

4.13.4 Upon receipt of such notice, the Supplier shall with all reasonable speed, repair or replace the defective products or part thereof without cost to the Bank.

Page 69 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.13.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period specified where Mean Time To Respond (MTTR) for Network devices should be Fifteen minutes and restoration time should be thirty minutes from failure/incidence occurred. In case of any hardware issue, bidder need to provide RMA Network Device of same make and model or above model (with all interfaces/modules) within 4 hours of reporting. Bidder has to ensure all kind of troubleshooting should not be go beyond 15 minutes with the non-responding hardware, bidder has to ensure the availability of field engineer or sufficient resources at centralized location for arranging the support/ replacement of faulty hardware as per MTTR mentioned above, the Bank may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights, which the Bank may have against the supplier under the Contract. The required cables/cards/consumables related to supplied Network Device shall be replaced/provided by the bidder in case of any defects at no extra cost to the bank.

4.13.6 During Support Period, Supplier guarantees an Uptime of 99.99% on monthly basis for the entire/core solution proposed. Please refer to Clause 4.36 for details of uptime required by the Bank.

4.13.7 AMC for System hardware and Software / off-the-shelf Software will be provided to the Bank as per the general conditions of sale of such software without any extra cost to the bank.

4.13.8 The maximum response time for a maintenance complaint from the site of installation (i.e. time required for Supplier’s maintenance engineers to report to the installations after a request call / fax /e-mail is made or letter is written) shall not exceed 2 (two) hours.

4.13.9 The Supplier shall ensure that faults and failures intimated by Bank as above are set right within 4 hours of being informed of the same.

4.14 Awareness on new module installed:

For each module/database/middleware and third party utilities installed, the Supplier is required to train the designated Bank’s technical in all aspects like resource management of hardware and software, storage allocation, backup management, backup

Page 70 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

recovery and end-user personnel to enable them to effectively operate and perform administration of the total system.

4.15 Payment

4.15.1 Payment shall be made in Indian Rupees, as given below for delivering, installing, commissioning, migrating and monitoring the Solution / deliverables as mentioned in price schedule.

A. Payment of Network Devices (For bidder B1 and B2):

i. On Delivery: Sixty percentage (60%) of the Total amount of

delivered Network Devices, IP Phones with all accessories

subject to all supporting documents of evidence of delivery (Proof

of Delivery) of Network Devices, IP phones and duly accepted

invoice after deducting applicable LD if any.

ii. On Installation / commissioning and acceptance: Thirty

percentage (30%) of the amount of commissioned Network

Devices on installation and commissioning of the total Solution,

and Bank’s acceptance of the same as mentioned in Clause

4.10. The delivered Network Devices (in full) which are delayed

for installation due to reasons attributed to the bank, bank may

consider the payment of installation of these delivered Network

Devices on case to case basis after submission of evidence by

the bidder. As stated herein above, for reasons of delays in

installation and not attributable to the Bank the liquidated

damages shall be levied as per clause 4.21 mentioned in the

RFP.

iii. Balance Payment: Balance 10% of total amount of ordered and

commissioned network devices, IP phones will be paid after the

expiry of warranty OR against submission of Bank Guarantee of

a reputed Bank (other than Bank of India) acceptable to the Bank,

for an equivalent amount valid for the period of remaining contract

period from the date of acceptance. This bank guarantee will be

additional bank guarantee as per format 6.21

B. Payment of AMC (For bidder B1):

The AMC charges of applicable Network Devices and IP Phones

shall be paid by the bank calendar quarterly in arrear within forty-

five (45) days from the date submission of invoice with correct

supporting documents and after deducting the applicable penalty.

The payment will be subjected to satisfactory services rendered

and preventive maintenance carried out as per schedule. The

Page 71 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

invoice should be clear and with all supporting documents else

the payment processing shall be delayed and bank will not be

responsible for any delay in non-payment beyond stipulated time

to the bidder due to non-availability of supporting documents. The

total support period shall be five years from the date of start of

contract.

Bank at its discretion can terminate the AMC contract in whole or

as part thereof with the bidder and discontinue the same without

citing any reason by giving three months or 90 days’ notice and

applicable amount, on pro-rata basis, for the service rendered

shall be payable.

C. Payment terms of FMS (For Bidder B1 and B2):

The Facility Management charges as per Format – 6.3 part III

shall be paid by the bank in equal quarterly instalments within

Forty-Five (45) days from the date submission of invoice after

completion of respective quarterly period, subject to satisfactory

services rendered from the date of installation, commissioning

and acceptance of the system at the rates quoted in the price

schedule. Quarter for this purpose will be calculated from the date

of successful installation & acceptance of the hardware.

Bank at its discretion can terminate the FMS contract in whole or

as part thereof with the bidder and discontinue the same without

citing any reason by giving three months or 90 days’ notice and

applicable amount, on pro-rata basis, for the service rendered

shall be payable.

D. Payment Terms of OEM Backlining of new network devices

of Open Specifications (For bidder B2):

i. On Providing proof of Backlining: Sixty percentage (60%) of

the ‘Total Price per Annum’ quoted as per Format 6.3 Part II

Table-A for backlining subject to proof of backlining i.e network

devices, IP Phones etc should be visible in online portal of OEM

for the contract duration and duly accepted invoice after

deducting applicable LD (if any).This amount shall be paid on

annual basis. Bidder should ensure the submission of invoices

with OEM backlining proof documents, in absence of same, the

delay in processing the invoices will be the responsibility of

Bidder.

Page 72 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

ii. Balance Payment: Balance 40% of the ‘total price per annum’

quoted for backlining shall be paid on annual basis in arrears.

Note: The Bank shall deduct penalty as per clause 4.37.1 for

the monthly uptime/SLA of the new network devices of open

specifications from the monthly warranty/OEM backlining

cost of defaulted equipment at location/site

E. Payment terms of Cisco Professional Services for Migration

(For Bidder B1):

The charges for the Cisco Professional Services for the migration of applications to the SDN solution as per Format – 6.3 Part IV shall be paid by the bank calendar quarterly in arrears within Forty-Five (45) days from the date submission of invoices along with the reports stating the progress made in respective quarter, subject to satisfactory services rendered from the date of successful migration of one application in DC & DR. The total service period shall be for 9 months from the date of successful migration of one application in DC & DR

4.15.2 All payment invoices should be supported with documents having delivery dates (with bank official signature and stamp) and Installation dates (with bank official signature and stamp). Bidder should ensure the submission of invoices with mentioned documents, in absence of same delay in processing the invoices will be the responsibility of bidder. 4.15.3 The selected bidder shall submit invoice and other documents necessary as per the terms duly authenticating on each document, site-wise, along with the request letter for payment of delivery, installation, AMC charges. The payment shall be directly credited to the designated account provided by the successful bidder through electronically after deducting applicable TDS if any. The payment after deducting applicable TDS will be released by the Bank. The payments will be released only on acceptance of the order and all deliverables by the selected bidder of this RFP and also on submission of contract performance guarantee as per Format 6.6. The bidder shall be responsible for extending the validity date and claim period of all the bank guarantees as and when it is due on account of incompletion of work under guarantees. The bank shall invoke the guarantee before expiry of validity if the work is not completed and the guarantee is not extended, accordingly.

Page 73 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.15.4 The annual maintenance cost shall be paid on quarterly basis, subject to satisfactory services rendered, till that date. 4.15.5 The Facility Management cost shall be paid on quarterly basis, subject to satisfactory services rendered, till that date. 4.15.6 Payment against Bank Guarantees: For all the payments to be made against bank guarantees, the bank guarantees shall be issued by a nationalized / public sector bank in India (other than Bank of India), acceptable to the Bank as per Format 6.6 of this RFP.

4.16 Prices

4.16.1 Prices payable to the Supplier as stated in the Contract shall be firm and not subject to adjustment during performance of the Contract, irrespective of reasons whatsoever, including exchange rate fluctuations, changes in taxes, duties, levies, charges, etc. 4.16.2 The Bidder will pass on to the Bank, the benefit of discounts, if any, announced in respect of the cost of the items for which orders have been placed during that period.

4.17 Change Orders

4.17.1 The Bank may, at any time, by a written order given to the Supplier, make changes within the general scope of the Contract in any one or more of the following:

(a) Technical and functional specifications

(b) Services to be provided by the Supplier.

4.17.2 If any such change causes an increase or decrease in the cost of, or the time required for the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of Supplier’s receipt of Bank’s change order.

4.18 Contract Amendments

No variation in or modification of the terms of the Contract shall be made, except by written amendment, signed by the parties.

4.19 Assignment

Page 74 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Bank’s prior written consent.

4.20 Delays in the Supplier’s Performance

4.20.1 Delivery/Installation of the Products and performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Bank in Clause 7.13.

4.20.2 If at any time during performance of the Contract, the Supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the Products and performance of Services, the Supplier shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Bank shall evaluate the situation and may, at its discretion, extend the Suppliers’ time for performance, with or without liquidated damages, in which case, the extension shall be ratified by the parties by amendment of the Contract.

4.20.3 Except as provided in the above clause, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

4.21 Liquidated Damages

4.21.1 LD on Network Device Delivery/ Installation (For bidder B1

and B2):

i. If the Supplier fails to deliver any or all of the products or perform

the services within a period of eight weeks from the date of

purchase order, the Bank shall, without prejudice to its other

remedies under the Contract, deduct from the Contract Price, as

liquidated damages, a sum equivalent to 0.5% (per week or part

thereof of delay) of the total price of delayed deliverables,

subject to maximum deduction of 10% of the total contract price,

until actual delivery. Partial delivery shall be treated as non-

delivery of the entire goods/deliverables ordered. Once the

maximum deduction is reached, the Bank may consider

termination of the Contract. All items placed under one purchase

order to be delivered within the stipulated delivery period.

ii. All equipments ordered shall be installed by the bidder at the

respective sites within a period of twenty weeks (20 weeks) from

Page 75 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

the date of purchase order. If the supplier fails to install and

commission all the equipments and make it functional to the

satisfaction of the bank within 20 weeks from the date of

purchase order, the Bank shall, without prejudice to its other

remedies under the contract, deduct from the contract price, as

liquidated damages, a sum equivalent to 0.5 % (per week or part

thereof of delay) of the total price of delayed deliverables,

subject to maximum deduction of 10% of the total contract price,

until actual installation, commissioning by bidder and

acceptance by bank. Partial installation shall be treated as non-

commissioning of the entire goods ordered. Once the maximum

deduction is reached, the bank may consider termination of the

contract.

iii. The LD for delivery of equipments and delivery of services shall

be applicable concurrently and cumulatively. However, LD as

mentioned above shall be applied to the entire amount of

delayed deliverables of the purchase order(s) subject to a

maximum deduction of 10% of the total contract price.

4.21.2 LD on delay in OEM backlining of existing network devices

(For Bidder B1):

iv. The bidder B1 shall perform the OEM backlining of the existing

network devices within 4 weeks from the date of purchase order.

If the bidder B1 fails to perform the OEM backlining of the

existing network devices within the time period specified in the

Contract, the Bank shall, without prejudice to its other remedies

under the Contract, deduct from the Contract Price, as liquidated

damages, a sum equivalent to 0.5% (per week or part thereof of

delay) of the total price of delayed deliverables, subject to

maximum deduction of 10% of the total contract price, until

actual OEM backlining of existing network devices. Partial OEM

backlining of the network devices shall not be considered by the

Bank. Once the maximum deduction is reached, the bank may

consider termination of the contract.

4.21.3 LD on delay in Deployment of FMS (For Bidder B1 and B2):

The bidder B1 shall deploy the required resources as per scope

under FMS at Bank centralised locations within 8 weeks from

the date of Purchase order. If the Supplier fails to deploy the

resources within the time period specified in the Contract, the

Bank shall, without prejudice to its other remedies under the

Contract, deduct from the Contract Price, as liquidated

Page 76 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

damages, a sum equivalent to 0.5% (per week or part thereof of

delay) of the total price of delayed deliverables, subject to

maximum deduction of 10% of the total contract price, until

actual deployment of FMS resources.

4.21.4 LD on delay in migration of applications into SDN solution

(For Bidder B1):

The bidder B1 shall deploy the required Cisco Professional

Services as per the scope at the Bank centralised locations and

migrate the 35 Critical Production applications of DC/New

DC/DR/NR as per the Bank’s requirement into the SDN solution

within 59 weeks from the date of Purchase Order. The remaining

non critical applications which includes UAT applications of

Bank’s DC/New DC/DR/NR shall be migrated into SDN solution

as per Bank’s requirement by the bidder B1 within 72 weeks

from the date of Purchase Order. If the Cisco Professional

Services engaged by Bidder B1 fails to migrate the 35 critical

production applications within the time period specified in the

Contract, the Bank shall, without prejudice to its other remedies

under the Contract, deduct from the Contract Price, as liquidated

damages, a sum equivalent to 0.2% (per week or part thereof of

delay) of the total migration cost, subject to maximum deduction

of 10% of the total price of total migration charges, until the

complete migration of 35 Critical production applications. If the

Bidder B1 fails to migrate the remaining non critical applications

which includes UAT applications of Bank’s DC/New DC/DR/NR

within the time period specified in the Contract, the Bank shall,

without prejudice to its other remedies under the Contract,

deduct from the Contract Price, as liquidated damages, a

amount of ₹5000/- per week from the Facility Management

Service (FMS) charges, until the complete migration of all non-

critical applications subject to maximum deduction of ₹

10,00,000/-.

4.22 Exit, Termination or Cancellation of the Contract & Compensation

4.22.1. Cancellation of the Contract:

The Bank reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred by the Bank by giving the 90 days’ notice under any one of the following circumstances:

Page 77 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

i. The selected bidder commits a breach of any of the terms and

conditions of the bid.

ii. The bidder goes into liquidation voluntarily or otherwise.

iii. An attachment is levied or continues to be levied for a period of 7

days upon the effects of the bid.

iv. The progress made by the selected bidder is found to be

unsatisfactory.

v. If deductions on account of liquidated Damages exceeds more

than 10% of the total contract price.

vi. If uptime of any device is less than 99.99% for 2 months or more

in any quarter, during the contract period.

vii. In case the selected bidder fails to deliver the quantity as stipulated

in the delivery schedule, the Bank reserves the right to procure the

same or similar materials from alternate sources at the risk, cost

and responsibility of the selected bidder. After the award of the

contract, if the selected bidder does not perform satisfactorily or

delays execution of the contract, the Bank reserves the right to get

the balance contract executed by another party of its choice by

giving three months’ notice for the same. In this event, the selected

bidder is bound to make good the additional expenditure, which

the Bank may have to incur in executing the balance of the

contract. This clause is applicable, if for any reason, when the

contract is cancelled.

viii. Alternatively, at the discretion of the bank, if the Contract is

cancelled during the contract period, the Bank shall not be liable

for anything, whatsoever, in this regard. If the Contract is cancelled

during the contract period due to unsatisfactory performance, the

Bank shall invoke the performance guarantee provided by the

bidder at the time of entering into the contract to the extent of pro-

rata basis for the unexpired period of the contract, subject to a

maximum of 10% of the total contracted value for all sites for the

contracted period.

ix. The Bank reserves the right to recover any dues payable by the

selected bidder from any amount outstanding to the credit of the

selected bidder, including the pending bills and security deposit, if

any, under this contract or any other contract/order.

4.22.2. Termination of the Contract:

a) Termination for Insolvency: The Bank may, at any time, terminate the Contract by giving 90 days’ notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any

Page 78 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

right of action or remedy, which has accrued or will accrue thereafter to the Bank.

b) Termination for the convenience of bank: The bank may, at any point during the currency of this contract may terminate the contract by giving 90 days advance notice to the bidders without assigning whatsoever reason. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

c) Termination for non-performance and not meeting SLA: The bank will review the performance of vendors on quarterly basis and bank may exit from contract (site-wise) if bidder will not provide satisfactory services as per SLA and uptime as per the contract. The bank’s decision in this regard will be final. Bank will not bear any compensation for these exits as they are due to non-performance of service provider and for site-wise it will be 90 days advance notice.

d) Termination for Downward rates: The bank may exit from contract (site-wise), if the rates will be observed down from the existing rates by giving 90 days’ notice. Bank may call fresh quotes from the vendors and may award the contract to new selected vendor.

e) Termination for Default: The Bank, without prejudice to any other remedy for breach of Contract, by a written notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(a) if the Supplier fails to deliver any or all of the Goods and Services within the period(s) specified in the Contract, or within any extension thereof granted by the Bank;

Or

(b) if the Supplier fails to perform any other obligation(s) under the Contract.

In the event the Bank terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, Goods and Services similar to those undelivered, and the Supplier shall be liable to the Bank for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

Page 79 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.22.3. Exit from Contract:

The performance of bidder will be continuously reviewed by the Bank to maintain the terms & conditions as specified in this document. Based on the review, if the selected bidder fails to satisfy / maintain their commitment with respect to Uptime, Performance, Timely implementation of the project etc. the contract may be terminated by giving 3 months’ notice period. Bank’s decision in this regard will be final. In case of termination of this contract, the Bank shall have the right to avail services of any other bidder / agency to continue the project without any let or hindrance from bidder and the bidder has to provide necessary help for smooth switch over. Bank will not pay any charges to the bidder towards packing / forwarding / freight / transit insurance etc., for the equipment at the time of termination/completion of the contract. In addition to the cancellation of purchase order, Bank reserves the right to appropriate the bid security declaration / performance Bank guarantee given by the vendor.

4.23 Force Majeure

4.23.1 Notwithstanding the provisions of TCC, the Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

4.23.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Bank in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

4.23.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

4.23.4 If a Force Majeure situation arises, the Supplier shall ensure minimum half of resources strength for ensuring continuity of critical setup. The bidder shall arrange all kind of arrangements, conveyance, accommodation and logistics to their resources for ensuring availability onsite for supporting the operations and continuity of business operations with no extra

Page 80 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

cost to the Bank. Failing which, the penalty for non-availability of resources shall be applicable in case of force majeure too.

4.24 Resolution of Disputes

4.24.1 The Bank and the Supplier shall make every effort to resolve amicably by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract.

4.24.2 If, the Bank and the Supplier have been unable to resolve

amicably a Contract dispute even after a reasonably long period, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party and/or adjudication in an agreed national forum.

4.24.3 The dispute resolution mechanism to be applied shall be as follows: (a) In case of Dispute or difference arising between the Bank and

the Supplier relating to any matter arising out of or connected

with this agreement, such disputes or difference shall be

settled in accordance with the Arbitration and Conciliation

Act, 1996. Where the value of the Contract is above ₹1.00

Crore, the arbitral tribunal shall consist of 3 arbitrators, one

each to be appointed by the Purchaser and the Supplier. The

third Arbitrator shall be chosen by mutual discussion between

the Purchaser and the Supplier.

(b) Arbitration proceedings shall be held at Mumbai, and the

language of the arbitration proceedings and that of all

documents and communications between the parties shall be

English.

(c) The decision of the majority of arbitrators shall be final and

binding upon both parties. The cost and expenses of

Arbitration proceedings will be paid as determined by the

arbitral tribunal. However, the expenses incurred by each

party in connection with the preparation, presentation, etc., of

its proceedings as also the fees and expenses paid to the

arbitrator appointed by such party or on its behalf shall be

borne by each party itself; and,

Page 81 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

(d) Where the value of the contract is ₹1.00 Crore and below, the

disputes or differences arising shall be referred to the Sole

Arbitrator. The Sole Arbitrator should be appointed by

agreement between the parties.

4.25 Governing Language

The governing language shall be English.

4.26 Applicable Law

The Contract shall be interpreted in accordance with the laws of the Union of India and the Bidder shall agree to submit to the courts under whose exclusive jurisdiction the Registered Office of the Bank falls.

4.27 Addresses for Notices

The following shall be the address of the Bank and Supplier. Bank’s address for notice purposes:

Bank of India, Head Office, Information Technology Department, Star House-2, C-4, G-Block, 8th floor, Bandra Kurla Complex, Mumbai - 400 051 Supplier’s address for notice purposes (To be filled in by the

Supplier)

………………………………………………………………………… ......................…………………………………………………………… ……………………………………………………………………………………

A notice shall be effective when delivered or on effective date of the notice whichever is later.

4.28 Taxes and Duties

4.28.1 Prices shall include all applicable taxes, duties, levies, charges, license fees, road permits etc. in connection with delivery of equipments at site including incidental services and commissioning. However, GST and/or other taxes (if applicable) will be paid extra at actual from time to time and the same is payable at Bank’s Head Office. The charges towards supply, installation, commissioning, integration, acceptance and services

Page 82 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

regulatory/govt. charges, duties, AMC etc, should be included in the total charges of the equipments and these charges should not be quoted separately. However, GST, if any, is to be quoted separately. Otherwise, the bid is liable for rejection at the discretion of the bank.

4.28.2 The equipment’s cost should be inclusive of all taxes. Invoice submitted by the vendor should indicate exact cost of the items ordered and supplied along with the Tax amount.

4.28.3 It is the responsibility of the selected bidder to obtain the necessary approval from the Government /any other authorities for importing such products, if the items to be supplied by the bidder are to be imported from any other country.

4.28.4 The Bidder shall be solely responsible for arranging the foreign exchange release and import license for any materials, components, bought out items that may be required to be imported for the purpose of performing the work under this RFP and accordingly the bid prices shall include all the customs, customs clearance, import duties, levies, license fee etc. payable by the Bidder on imported items. Bank is not liable in this regard whatsoever. All prices quoted shall be in Indian Rupees only and no exchange rate fluctuations shall be borne by the bank for whatever be the reason incurred by the bidder.

4.28.5 Any certificate required to be submitted by the Bank in case of acquiring encryption hardware or software shall be explicitly specified in the technical bid by the bidder.

4.28.6 Income Tax /Corporate Taxes in India: The bidder shall be liable to pay all corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India and the price bid by the bidder shall include all such taxes in the contract price. 4.28.7 Tax deduction at Source:

Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Supplier. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Supplier from his responsibility to pay any tax that may be levied in India on income and profits made by the Supplier in respect of this contract.

Page 83 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.28.8 The Supplier’s staff, personnel and labour will be liable to pay personal income taxes in India in respect of such of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Supplier shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

4.29 Supplier’s Integrity

The Supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.

4.30 Supplier’s obligations

The Supplier is obliged to work closely with the Bank’s staff, act within its own authority and abide by directives issued by the Bank and implementation activities. The Supplier will abide by the job safety measures prevalent in India and will free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Supplier’s negligence. The Supplier will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated. The Supplier is responsible for managing the activities of its personnel or subcontracted personnel and will hold itself responsible for any misdemeanours. The Supplier will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank.

4.31 Site preparation and installation

The Bank is solely responsible for the construction of the hardware site in compliance with the technical and environmental specifications. The Bank will designate the installation site before the scheduled installation date, to allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation / commissioning of the software.

4.32 Commissioning of Solution

Page 84 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

The Supplier is responsible for all unpacking and installation of Products. The Supplier will test all system operations and accomplish all adjustments necessary for successful and continuous operation of the software at all installation sites.

4.33 Technical Documentation

The Technical Documentation involving detailed instruction for operation and maintenance of the hardware (if any) and software is to be delivered. The language of the documentation should be English.

4.34 Right to use defective product

If after delivery, acceptance and installation and within the guarantee and AMC period, the operation or use of the product is found to be unsatisfactory, the Bank shall have the right to continue to operate or use such product until rectification of defects, errors or omissions by partial or complete replacement is made without interfering with the Bank’s operation.

4.35 Purchase Orders

4.35.1 Bank reserves the right to place purchase order/s on the bidder under the same terms and conditions as full or for any percentage of original quantity during the period of two years from the date of placing the first purchase order with the bidder. Bank can place order for any quantity of the devices/parts/modules/licences ordered in this RFP as per its own discretion.

4.35.2 The bank reserves the right to re-negotiate the price with the bidder for downward revision of the prices.

4.36 Uptime/SLA:

The entire solution is required to be up and running for 99.99% on

a monthly basis, barring scheduled and agreed upon downtime for

maintenance or training purposes. That is, the system should be up

and available to the Bank personnel on all working days with an

uptime of 99.99%.

The selected bidders shall guarantee for each network device

uptime of 99.99% during warranty and also during AMC which shall

be calculated on monthly basis. The selected bidders shall provide

call log-in procedure, preventive break down/corrective

maintenance during warranty and AMC. The "Uptime" is, for

Page 85 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

calculation purposes, equals to the Total contracted hours in a

month less Downtime. The "Downtime" is the time between the

Time of Failure and Time of Restoration within the contracted

hours. "Failure" is the condition that renders the Bank unable to

perform any of the defined functions on the Network Device.

"Restoration" is the condition when the selected bidder

demonstrates that the Network Device is in working order and the

Bank acknowledges the same.

The Selected bidders should track and update the OS/Patches/Firmware etc in network devices as and when new updates/upgrades are released by Original Equipment manufacturer (OEM). Updates/upgrades should be reviewed as per Bank’s IT Infrastructure and should be applied by the bidder.

Selected bidders should prepare standard operating procedure (SOP) / SCD document for Network devices and submit to the Bank after implementation of Network Devices.

The percentage uptime is calculated on monthly basis as follows:

(Total contracted hours in a month – downtime hours

within contracted hours)

----------------------------------------------------------------------------- X 100

Total contracted hours in a month

4.37 Penalty:

4.37.1 Penalty for downtime:

If the monthly uptime of any equipment (existing and new network

devices) or part thereof is below 99.99%, the Bank shall deduct a

penalty from the Warranty/AMC Charges of Bidder B1, which shall

be @ 1% of monthly warranty/AMC payment cost of defaulted

equipment at location/site for every 0.025% or part thereof

reduction in the uptime (maximum to 100% of monthly AMC

payment cost of defaulted equipment at location/ site).

If the monthly uptime of any equipment (new network devices of

open specifications) or part thereof is below 99.99%, the Bank shall

deduct a penalty from the Warranty/OEM Backlining Charges of

Bidder B2, which shall be @ 1% of monthly Warranty/OEM

Backlining payment cost of defaulted equipment at location/site for

every 0.025% or part thereof reduction in the uptime (maximum to

Page 86 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

100% of monthly backlining payment cost of defaulted equipment

at location/ site).

If the selected bidders fails to guarantee the required uptime, the

Bank may extend the whole Warranty/AMC/backlining period by

two days for every 0.025% or part thereof decrease in guaranteed

monthly uptime for each Network Device installed. One day is

equal to 24 hours.

However, if uptime is less than 99.99%, the Bank shall levy penalty

and extension of period as above and shall have full right to

terminate the contract. The right of termination shall be in addition

to the above extension period or penalty. The above extension and

penalty shall be applied for each Network Device location

separately and the total extension period or penalty shall be

calculated cumulatively. The bidder B1 has to perform preventative

maintenance for Network Devices once in three months and upon

receiving of satisfactory signed report from Bank Official, Bank will

release payment for AMC and Facility management after deduction

of any applicable uptime penalty.

The Selected bidder shall track and update the

OS/Patches/Software/Firmware/Signatures/Patterns etc in

network and security devices as and when new updates / upgrades

/ advisory of new OS/Patches/Software/Firmware/

Signatures/Patterns etc are released by Original Equipment

manufacturer (OEM) or competent authority or competent

organization or Bank during the validity of the contract period.

Updates/upgrades of OS / Patches / Software/ Firmware /

Signatures/Patterns etc from OEM shall be reviewed as per Bank’s

IT Infrastructure by the bidder and shall be applied by the bidder.

Bidder shall review, fine tune and remove existing signatures /ACL

/rules/policies in the network and security devices as per Bank’s IT

environment at no cost to the Bank.

4.37.2 Penalty for non-submission of Root Cause Analysis /

First Incidence Report of Major / minor incidents:

The bidder B1 shall submit the RCA of major incidents within 72

hours from its occurrence. If bidder B1 fails to submit the RCA

within 72 hours, the penalty of ₹200/- per day will be deducted from

its respective quarterly AMC charges subject to maximum

deduction of ₹ 10,000/- per incident.

Page 87 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4.37.3 The bidder B1 shall fix the security vulnerabilities, take

prompt action on the RBI/ CERT-IN Advisories/ other regulatory

advisory sent by the Bank's Security Consultant or by the Bank

officials within seven working days. The penalty of ₹ 200/- per day

will be levied after due date from quarterly AMC charges subject

to maximum deduction of ₹ 10,000/- per vulnerability/ advisories.

4.38 Indemnity 4.38.1 The Bidder has to Indemnify the Bank, and shall keep indemnified and

hold the Bank harmless from and against any and all losses, liabilities,

claims, actions, costs and expenses (including attorneys' fees) and also

relating to and/or resulting from or in any way arising out of any claim,

suit or proceeding brought against the Bank by a third party as a result

of:

(a) An act or omission the Company, its employees, its agents, sub-

contractors in the performance of the obligations of the Company under

this Agreement and/ or

(b) Claims against the Bank and/or any legal proceedings made by

employees or other persons who are deployed by the Company and/or

by any statutory/regulatory/ Govt. authority and/or

(c) Breach of any of the material term of this Agreement and/or its

Annexures or breach of any representation or warranty of the Company

under this Agreement, and/or

(d) Violation of the Confidentiality obligations by the Company and/or its

officials/employees or any other person employed by them in connection

with the Contract, and/or

(e) Any breach of IPR violations by the Company on material if any

supplied by Company.

4.38.2 Service provider further undertakes to promptly notify the Bank in writing

any breach of obligation of the Agreement by its employees or

representatives including confidentiality obligation and in such an event,

the Bank will in addition to and without prejudice to any other available

remedies be entitled to immediate equitable relief in a Court of

competent jurisdiction to protect its interest including injunctive relief.

4.38.3 The Service provider shall indemnify and keep fully and effectively

indemnified the Bank against any fine or penalty levied on the Bank for

improper payment of tax for the reasons attributable to the Service

Provider.

4.38.4 The Service Provider hereby undertakes the responsibility to take all

possible measures, at no additional cost, to avoid or rectify any issues

Page 88 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

which thereby results in non-performance of software/ hardware/

deliverables within reasonable time. The Bank shall report as far as

possible all material defects to the Service Provider without undue delay.

The Service Provider also undertakes to co-operate with other service

providers thereby ensuring expected performance covered under scope

of work.

4.39 Limitation of Liability 4.39.1 For breach of any obligation mentioned in this agreement, subject to

clause 4.39.3, in no event Service Provider shall be liable for damages

to the Bank arising under or in connection with this agreement for an

amount exceeding the total Project Cost.

4.39.2 Service Provider will ensure Bank’s data confidentiality and shall be

responsible for liability arising in case of breach of any kind of security

and/or leakage of confidential customer/ Bank’s related information to

the extent of loss so caused.

4.39.3 The limitations set forth herein shall not apply with respect to:

i. claims that are the subject of indemnification pursuant to IPR

infringement,

ii. damage(s) occasioned by the gross negligence, fraud or willful

misconduct of Service Provider,

iii. damage(s) occasioned by Service Provider for breach of Confidentiality Obligations,

iv. when a dispute is settled by the Court of Law in India,

v. loss occasioned by non-compliance of Statutory or Regulatory Guidelines.

4.39.4 In no event shall either party be liable for any consequential, incidental,

indirect, special or punitive damage, loss or expenses (including but not

limited to business interruption, lost business, lost profits, or lost savings)

nor for any third party claims (other than those set-forth in Clause 4.38)

even if it has been advised of their possible existence.

4.40 Confidentiality

a. The Bidder acknowledges that in the course of performing their

obligations under this contract the BIDDER shall be exposed to or

acquire Confidential Information of the BANK or its clients. The BIDDER

understands and acknowledges that it has been given access to such

Confidential Information solely as a consequence of and pursuant to this

Agreement.

Page 89 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

b. The BIDDER will, at all times, maintain confidentiality regarding the

contents of this Agreement and proprietary information including of the

BANK‟s Customers, Card Holders, any business, technical or financial

information/data whether at the time of disclosure, designated in writing

as confidential or not.

c. The BIDDER agrees to keep in confidence and not disclose to any third

party any and all Confidential Information available to the BIDDER,

whether such information is given in writing or, is oral or visual, and

whether such writing is marked to indicate the claims of ownership

and/or secrecy or otherwise. Except as otherwise provided in this

Agreement, the BIDDER agrees that it shall not use, nor reproduce for

use in any way, any Confidential Information of the BANK except to the

extent required to fulfil its obligations under the Agreement. The BIDDER

agrees to protect the Confidential Information of the BANK with at least

the same standard of care and procedures used by to protect its own

Confidential Information of similar importance but at all times using at

least a reasonable degree of care.

d. The BIDDER shall also ensure that its officials/employees and if BIDDER

is permitted to hire another person to assist it in the performance of its

obligations under this Agreement, such person also shall maintain the

confidentiality of the Confidential Information in the same manner as the

BIDDER is bound to maintain the confidentiality.

e. During the course of implementing the transactions contemplated

hereby or providing the Services hereunder and during the course of the

relationship contemplated hereby either Party may become aware of the

other Party's business information, lists, marketing plans or strategies,

methods of doing business, or similar information which the disclosing

Party designates, either orally or in writing, to be of a confidential or

proprietary nature, or which the receiving Party has reason to believe

should be treated as such, including, but not limited to: technical

drawings, designs and concepts; software programs, routines, formulae

and concepts; production plans, designs, layouts and schedules;

marketing analyses, plans, and surveys; all matters relating to the

Parties‟ finances and personnel (collectively, the “Business

Information”).

f. Each Party shall: (a) protect and maintain the confidentiality of the

Business Information; (b) not disclose, or allow to be disclosed, the

Business Information to any party other than to its employees, officers

or directors who have a need-to-know in order to perform the Services

or are under a binding obligation of confidentiality with respect to any

Page 90 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

such information; (c) not use the Business Information for any purpose

other than to perform the Services under this Contract; and (d) treat all

Business Information of the other Party with the same degree of care to

avoid disclosure to third parties as is used with respect to the recipient

Party’s own Business Information, but not less than a reasonable degree

of care. A Party’s obligations of confidentiality hereunder shall terminate

when such Party can document that the Business Information (a) at the

time of its disclosure was known to the Party to whom disclosed; (b) is

already in the public domain or becomes generally known or published

without breach of this Contract; (c) is lawfully disclosed to a third party

free to disclose such information; (d) is subsequently independently

developed by the Party to whom disclosed without reference to or use of

the Business Information; or (e) is legally required to be disclosed

provided that the Party so compelled shall promptly notify the other Party

so as to permit such other Party to appear in any proceedings and object

to the disclosure .

g. The provisions of this Article shall survive notwithstanding the expiration

or termination of this Agreement for any reason whatsoever for a period

of one (1) year after termination, except the data of the customers of the

Parties which shall survive the termination or expiration of this

Agreement.

4.41 Prohibition against Assignment, Outsourcing or Sub contract

i. Bidder shall not, directly or indirectly, transfer or assign its rights or obligations hereunder or interests herein, either in whole or in part, without the prior written consent of the other Party. ii. Notwithstanding anything contained herein the BIDDER shall not assign, outsource, or sub-contract to any third party, in whole or in part, its duties, human resources and obligations under the Contract, except with the BANK‟s prior written consent and if so permitted on such terms and conditions as may be stipulated by the BANK. The BANK shall be within its absolute right at its sole discretion to refuse / deny approval & give consent and the same shall not be challenged by the BIDDER. iii. BIDDER shall ensure that outsourcing or Subcontracts, if permitted by the BANK, shall comply with the provisions of this Agreement. It is clearly understood that the BIDDER shall be solely and primarily responsible to fulfil its obligations and adhere to the time limits agreed upon and stated in this Agreement irrespective of whether any sub-Contracting is permitted by the BANK. It is clarified that the BANK shall not be liable or answerable to the Sub-Contractors under any circumstances. The BANK and/or the RBI shall be authorized to make inquiries and audit the Sub-Contractors compliance with its obligations

Page 91 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

and the BIDDER agrees to provide the BANK with such information and access for audit of the Sub-Contractors, as requested for by the BANK and/or RBI. At all times, the BANK and/or the RBI shall have the right to inspect the premises, Books and records of the bidder/Sub-Contractors directly or through its representatives. All BIDDER’s/ Sub-Contractor’s records with respect to any matters covered by this Agreement and/or as may be required by RBI and/or the BANK shall be made available to the BANK or its designees as often as the BANK deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. The BIDDER shall accordingly incorporate the necessary clauses to that effect in the agreement with the Sub Contractor. The BIDDER is aware that any failure to permit inspection may result in RBI imposing fine/penalty and all such amounts shall be paid by the BIDDER.

iv. Notwithstanding anything stated herein above, the BIDDER may sub contract certain jobs/activities under this Contract for which the BANK may not have any objection, and such type of sub contract may be informed to the BANK by the BIDDER.

4.42 Insurance

It is the responsibility of the bidder to insure the equipments against all risks and the charges are to be borne by the bidder till the sign off/commissioning/shifting of the equipments at bank locations. If any loss incurred by the Bank due to Insurance not taken by the bidder, then the bidder should make good the loss to the Bank.

4.43 Right to Audit

Bank has full right to review and audit bidder’s place and whole setup by bank officials or engaging third party consultant for auditing the bank requirement under this RFP. The Bank and RBI and any Agencies engaged by the Bank and/or RBI shall be authorized to make inquiries and audit the selected bidder’s compliance with the provisions of this RFP and the selected bidder shall provide the Bank with such information and access for audit as requested for by the Bank and / or RBI. At all times the Bank and / or RBI shall have the right to inspect the premises, books and records of the selected bidder directly or through its representatives. All selected bidder’s records with respect to any matters covered by this agreement and / or as may be required by RBI and / or the Bank shall be made available to the Bank or its designees, to audit, examine and make excerpts or transcripts of all relevant data. If the Bank permits the selected bidder to outsource any of the activities under this RFP which shall always be in writing, the selected bidder shall ensure that necessary agreement is entered into with the Agency engaged for such

Page 92 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

purpose and such agreement shall also contain necessary mandate by the said outsourced agency inter-alia agreeing for production of documents called for, inspection and audit of their premises and books by RBI and / or the Bank and any Agencies engaged by the Bank and / or by the RBI. The outsourcing agreement shall provide the bank with the right to conduct audits on the service provider whether by its internal or external auditors, or by agents appointed to act on its behalf and to obtain copies of any audit or review reports and findings made on the service provider in conjunction with the services performed for the bank. Selected bidder is aware that any failure to permit inspection may result in RBI imposing fine/ penalty and all such amounts shall be paid by the selected bidder.

4.44 Authorized Signatory

The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the RFP or Contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the resolution of their Board, authenticated by Company Secretary, authorizing an official or officials of the company to discuss, sign agreements/contracts with the Bank, raise invoice and accept payments and also to correspond. The bidder shall furnish proof of signature identification for above purposes as required by the bank.

4.45 Applicability of Preference to Make in India, Order 2017 (PPP-MII

Order)

Bank will follow the guidelines on Public Procurement (Preference to Make in India), Order 2017 (PPP-MII Order) issued vide Central Vigilance Commission Order No. 018/VGL/022-377353 dated April 20, 2018 and basis of allotment will be done in terms of instructions on Public Procurement (Preference to Make In India), Order, 2017(PPP-MII Order), Order No. P-45021/2/2017-B.E.-II dated 15.06.2017, as amended by Order No. P-45021/2/2017-B.E.-II dated 28.05.2018; Order No. P-45021/2/2017(BE-II) dated May 29, 2019, Further revised on 04-06-2020; issued by GOI, Ministry of Commerce and Industry, Department of Industrial Policy and Promotion. A bidder who has been debarred by any procuring entity for violation of above mentioned orders shall not be eligible for preference under above mentioned orders for procurement for the duration of the debarment. The other Salient features of above mentioned orders are given below –

(a) ‘Class-I Local supplier’ means a supplier or service provider, whose product or service offered for procurement, has local content equal to or more than 50%, as defined in this order.

Page 93 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

(b) ‘Class-II Local supplier’ means a supplier or service provider, whose product or service offered for procurement, has local content more than 20% but less than 50%, as defined in this order. ‘Class-II Local supplier’ will not get purchase preference in this procurement. (c) ‘Non Local supplier’ means a supplier or service provider, whose product or service offered for procurement, has local content less than or equal to 20%, as defined in this order. (d) ‘Local content’ means the amount of value added in India which shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the item procured (excluding net domestic Indirect taxes) minus the value of imported content in the item (including all customs duties) as a proportion of the total value, in percent. (e) ‘Margin of purchase preference’ means the maximum extent to which the price quoted by a ‘Class-I local supplier’ may be above the L1 for the purpose of purchase preference. The margin of purchase preference shall be 20%. (f) Decisions on complaints relating to implementation of the above shall be taken by the competent authority which is empowered to look into procurement related complaints relating to the procuring entity. (g) Among all qualified bids (which includes ‘Class-I Local supplier’, ‘Class-II Local supplier’ and/or ‘Non Local supplier’), the lowest bid will be termed as L1. If L1 is ‘Class-I local supplier’, the contract will be awarded to L1. (h) If L1 bidder is not a ‘Class-I local supplier’, the lowest bidder among the “Class-I local supplier’ will be invited to match the L1 price subject to the local supplier’s quoted price falling within the margin of purchase preference, and contract for that quantity shall be awarded to such the ‘Class-I local supplier’ subject to matching the L1 price. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price, the next higher ‘Class-I local supplier’ with the next higher bid (within the margin of purchase preference) shall be invited to match the L1 price and so on, and contract shall be awarded accordingly. In case none of the ‘Class-I local supplier’ within the margin of purchase preference matches the L1 price, then the contract may be ordered on the L1 bidder. (i) In case above mentioned conditions are not met, then order shall be given to L1 bidder.

4.45.1 Certificate of Local Content:

Page 94 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

The bidder at the time of submission of bid shall be required to provide a certificate as per Format 6.23 from the statutory auditor or cost auditor of the company (in the case of companies). Certificate from the statutory auditor or cost auditor of the company (in case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content, on their letterhead with Registration Number with seal to be submitted. (Format 6.23). Also bidder needs to submit self-declaration as per Format 6.24

4.44.2 Format of Certificate for Tenders for Works under Rule 144 (xi) in

the General Financial Rules (GFRs), 2017 to be submitted by the bidder as per Format-R.

Page 95 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

PART 5: FUNCTIONAL SPECIFICATIONS

Bank needs following networking solution for Data Center (DC), Disaster Recovery

(DR) and Near Data Center (NR) site:

Annexure 1 (Closed specification (Bidder-B1))

Item No. Description Page No.

1.1 VPN Routers at DC & DR 97

1.2 SDWAN Routers at DC & DR 97

Annexure 2 (Open specification (Bidder-B2))

Item No. Description Page No.

2.1 Core Routers at DC & DR 98

2.2 Router at NR & NEW DC 102

Annexure 3 (Closed specification (Bidder-B1))

Item No. Description Page No.

3.1 Cisco Nexus N9K-C9364C-GX 104

3.2 Cisco Nexus N9K-C9332C 104

3.3 Cisco Nexus 93360YC-FX2 104

3.4 Cisco Nexus 93180YC-FX3 105

3.5 Cisco Nexus 93216TC-FX2 105

3.6 Cisco Nexus 93108TC-FX 106

3.7 Cisco IPN Switches at DC, New DC and NR 106

Annexure 4 (Closed specification (Bidder-B1))

Item No. Description Page No.

4.1 1Gig Copper Transceivers 107

4.2 1Gig Multimode Fiber Transceivers 107

4.3 10Gig Multimode Fiber Transceivers 107

4.4 10Gig Singlemode Fiber Transceivers 107

Annexure 5 (Closed specification (Bidder-B1))

Item No Description Page No.

5.1 Cisco ISR4451 Router - 1 Gig Interface Module 107

5.2 Cisco ISR4451 Router – 1Gig and 10 Gig Interface Module 107

5.3 Cisco ISR4451 Router - Redundant Power Supply 108

5.4 Cisco Firepower 4110 - 1/10 Gig Interface Module 108

5.5 Cisco Nexus 9504 Switch - 40/100 Gig Interface Module 108

5.6 Cisco APIC Controller - Redundant Power Supply 108

5.7 Checkpoint 23500 & 15600 Firewall - 10 Gig transceivers 108

5.8 F5 i5800 Load balancer - 10 Gig transceivers 108

Page 96 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure 5 (Closed specification (Bidder-B1))

Item No Description Page No.

5.9 Nexus 93180YC-FX switch - Upgrade of existing ACI Essential License

109

5.10 Nexus 93180YC-FX switch - ACI License 109

5.11 Cisco ASR1001 HX Router - SDWAN License of Aggregate Bandwidth of 20 Gig

109

5.12 Cisco ASR1001 HX Router - SDWAN License of Aggregate Bandwidth of 5 Gig

109

5.13 Cisco Nexus 9504 Switch - MAC Sec License 110

5.14 Cisco Nexus 9k Leaf Switches – MAC Sec License 110

5.15 License for existing Cisco IP Phones 110

Annexure 6 (Closed specification (Bidder-B1))

Item No. Description Page No.

6.1 Cisco APIC Cluster (APIC-CLUSTER-L3) 111

6.2 Cisco APIC Cluster (APIC-CLUSTER-M3) 112

6.3 Cisco Service Engine Cluster 113

Annexure 7 (Open specification (Bidder-B2))

Item No. Description Page No.

7.1 Firewall/Intrusion Prevention System at DC/New DC/NR 114

Annexure 8 (Open specification (Bidder-B2))

Item No. Description Page No.

8.1 Contact Center Solution at DC & DR 118

Annexure 9 (Open specification (Bidder-B2))

Item No. Description Page No.

9.1 Global Server Load Balancing (GSLB) Solution at DC & DR 125

Annexure 10 (Open specification (Bidder-B2))

Item No. Description Page No.

10.1 WAN Optimizer Devices at DC & DR 130

Annexure 11 (Open Specification)

Item No. Description Page No.

11.1 Firewall & Intrusion Prevention System at DR 133

Please refer the respective Annexure for the functional specifications of above mentioned devices.

Page 97 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure-1 of Part 5 (Functional Specifications)

(Per unit specs)

Item No. 1.1:- Technical Specifications for VPN Routers at DC & DR

Item No 1.1 :- VPN Routers at DC & DR

Part Number Description Qty

ASR1001-HX Cisco ASR1001-HX System,4x10GE+4x1GE,2xP/S, optional crypto 1

CON-SNTP-ASR1XH11 SNTC-24X7X4 Cisco ASR1001-HX Sys 1

SLASR1-AES Cisco ASR 1000 Advanced Enterprise Services License 1

CON-SNTP-SLASR1AM SNTC-24X7X4 Cisco ASR 1000 Advanced Enterprise Ser 1

ASR1K-WAN-AGGR ASR1k-WAN Aggregation with or without Crypto - tracking only 1

GLC-TE 1000BASE-T SFP transceiver module for Category 5 copper wire 6

SFP-10G-SR 10GBASE-SR SFP Module 6

ASR1001HX-IPSECHW Cisco ASR1001-HX Crypto Module with no default throughput 1

CON-SNTP-ASRIPSHW SNTC-24X7X4 Cisco ASR1001-HX Crypto Module with no d 1

FLSA1-1HX8G16G Crypto throughput upgrade from 8G to 16G for ASR1001-HX 1

CON-SNTP-FLSA1HGG SNTC-24X7X4 Crypto throughput upgrade from 8G to 16G 1

FLSA1-1HXIPS8G Crypto throughput License for ASR1001-HX 8G 1

CON-SNTP-FLSA1H8G SNTC-24X7X4 Crypto throughput License for ASR1001-HX 1

ASR1KX-AC-750W-R Cisco ASR1000-X 750W AC Power Supply, Reverse Air 2

SASR1KHXK9-169 UNIVERSAL 1

FLSASR1-IOSRED SW Redundancy License for ASR1000 Series 1

CON-SNTP-FLSASR11 SNTC-24X7X4 SW Redundancy License for ASR1000 1

FLSASR1-FW FW License for ASR1000 Series 1

CON-SNTP-FLSASRFW SNTC-24X7X4 FW License for ASR1000 1

FLSASR1-FPI Flex. Pack. Insp License for ASR1000 Series 1

CON-SNTP-FLSASRIP SNTC-24X7X4 Flex. Pack. Insp License for ASR1000 1

M-ASR1001HX-16GB Cisco ASR1001-HX 16GB DRAM 1

CON-SNTP-MASRX16B SNTC-24X7X4 Cisco ASR1001-HX 16G 1

FLSA1-HX-2X1GE ASR1000-HX Built-In 1GE 2-port License 1

CON-SNTP-FLSA1FHX SNTC-24X7X4 ASR1000-HX Built-In 1

FLSA1-HX-2X10GE ASR1000-HX Built-In 10GE 2-port License 1

CON-SNTP-FLSA1LHX SNTC-24X7X4 ASR1000-HX Built-In 10GE 2-port License 1

Item No. 1.2:- Technical Specifications for SDWAN Routers at DC & DR

Item No 1.2 :- SDWAN Routers at DC & DR

Part Number Description Qty

ASR1001-HX-DNA Cisco ASR 1001-HX, 4x10GE+4x1GE, Dual PS with DNA Suport 1

CON-SSSNP-ASRN101H SOLN SUPP 24X7X4 Cisco ASR 1001-HX, 4x10GE+4x1GE, Dual PS

1

GLC-TE 1000BASE-T SFP transceiver module for Category 5 copper wire 4

SFP-10G-SR 10GBASE-SR SFP Module 4

Page 98 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 1.2 :- SDWAN Routers at DC & DR

Part Number Description Qty

NETWORK-PNP-LIC-O Network Plug-n-Play Connect SDWAN SW Device Provisioning 1

M-ASR1001HX-16GB Cisco ASR1001-HX 16GB DRAM 1

CON-SSSNP-MASRX16B SOLN SUPP 24X7X4 Cisco ASR1001-HX 16G 1

PNP-CAP-VBOND Network Plug-n-Play Connect VBOND Provisioning for SDWAN 1

ASR1001HX-IPSECHW Cisco ASR1001-HX Crypto Module with no default throughput 1

CON-SSSNP-ASRIPSHW SOLN SUPP 24X7X4 Cisco ASR1001-HX Crypto Module with no d 1

ASR1KX-AC-750W-R Cisco ASR1000-X 750W AC Power Supply, Reverse Air 2

SASR1KHXUCMK9-1610 Cisco ASR1000 HX SD-WAN IOS XE Universal 1

SDWAN-UMB-ADV Cisco Umbrella for DNA Advantage 1

DNA-P-5G-A-5Y Cisco DNA Advantage On Premise Lic, Agg 10G, 5Y 1

SVS-PDNA-5G-A5Y Solution Support for SW - DNA Advantage OnPrem Lic, 5G, 5Y 1

DSTACK-T3-A Cisco DNA Advantage Stack - upto 10G (Aggr, 20G) 1

Annexure-2 of Part 5 (Functional Specifications)

(Per unit specs)

Item No. 2.1:- Technical Specifications for Core Routers at DC & DR

S.No Technical Specifications Compliance (Yes/No)

Remarks

1 The proposed device should have a multi-processor architecture with dedicated control plane and data plane processor

2

The router must support Operating System (OS) redundancy or dual control module in 1:1 mode to ensure high-availability of the system from day 1. The router in the event of failure of any one OS or control module should switchover to the redundant OS or redundant control module without dropping any traffic flow.

3 The router must support on line hot insertion and removal of cards.

4 Router should have redundant power supply with hot swappable functionality

5

The router should be supplied with minimum of 26 Nos. of WAN 1Gig SFP ports from day one. Each Router should be populated with 15 nos of 1Gig copper transceivers, 9 nos of 1Gig Multimode fiber transceivers and 2 nos of 1Gig Singlemode fiber transceivers from day 1. Apart from above mentioned ports, bidder need to provide 4x1Gig Copper transceivers and 2x1Gig Multimode transceivers as spare along with the router. So each router should be supplied with 19 nos of 1Gig copper, 11 nos of 1Gig Multimode and 2 nos of 1Gig Singlemode transceivers from day 1. 1Gig copper

Page 99 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

Remarks

ports/transceivers should support 10/100/1000 Mbps speed.

6 The router should be supplied with minimum of 8 Nos. of 10 Gig Multimode Fiber ports from day one

7 The router should have USB port for copying configurations or images to the devices

8 The router should have embedded USB flash module that supports 32 GB of Flash storage for additional code storage, system configurations, and log files.

9 The router should have 80 MB ternary content-addressable memory (TCAM)

10

The router should support 100Gbps and above forwarding data traffic throughput of the chassis to be inline with the current bank architecture and future scalability.

11

The Router should recognize and classify Bank applications (i.e. voice, video, peer to peer, encrypted, social media applications) with deep packet inspection mechanism. It should be possible to define QoS based on application to give higher priority to corporate and business critical applications.

12

Router should identify home grown or custom applications used in the enterprise and it should be possible to define custom application based on Port numbers, payload analysis or URL/URI from day one

13

Policy Based Routing: System should support policy based routing for providing different path selection for different applications and also should support best path selection using parameters like jitter, link load distribution, minimum cost, network path availability, packet loss etc.

14 The router should support minimum 16GB of DRAM from day one and should be scalable to 32GB of DRAM whenever required in future

15 Router should support minimum 1 million and scalable to 3.5Million ipv4 routes in routing table

16 Router should support minimum 1 million and scalable to 3 Million ipv6 routes in routing table

17 Router should support 2 million Flexible NetFlow cache entries or equivalent entries

18 The router should support StateFull Firewall functionality

19

The router should support improved network availability and forward the packets while the system is going thru the switchover due to line card failover and image upgrade

20 The router should support PIM-SM and IGMPv3/MLD for IPV4 and IPV6

Page 100 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

Remarks

21 The router should support mirroring of the traffic using remote mirroring/ RSPAN/ERSPAN or equivalent across the network

Security Features

22 Router should support 4000 IPv4 ACLs and 80000 IPV4 entries per ACL from day 1

23 Router should support 4000 IPv6 ACLs and 60000 IPV6 entries per ACL from day 1

24 Router should support Hardware assisted NAT, PAT, NAT64

25 Router should support IEEE 802.1AE layer 2 encryption protocol for data confidentiality and integrity whenever required in future without replacing hardware or line card.

26 Router should support multiple Privilege Levels for managing & monitoring

27 Router should support Access control - Multilevel for use with RADIUS and TACACS+

28 Router should support Support for Remote Authentication User Service (RADIUS) and AAA

29

Router should support Controlled SNMP Access using ACL on router to ensure SNMP access only to identified NMS/EMS. SNMP v1, 2c, 3 should be supported from day one

30 Router should support DNS, DHCP, DNS spoofing

31 Router should support DoS prevention through TCP Intercept & DDoS protection

Layer 3 Protocols

32 o Static Routes

33 o RIPv1, RIPv2

34 o OSPFv2 and v3.

35 BGP for IPv4 and BGP+ for IPv6

36 o Route redistribution between any of the above protocols

37 IS-IS routing protocols for IPv4 and IPv6

38 The router should support Bi-Directional Forwarding detection for reducing the network convergence with reference to routing changes.

39 Router should support Load Balancing Protocol using ECMP

40 Router should support IPv4, IPv6

41 Router should support MPLS L2 & L3, VPLS

42 Router should support Shall support IPv6 features with no additional cost

43 Router should support MPLS Features: MPLS Layer 2 VPN, RFC 2702 Requirements for Traffic Engineering

Page 101 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

Remarks

Over MPLS, RFC 3032 MPLS Label Stack Encoding, MPLS Loop Prevention Mechanism.

QOS to eliminate Congestion

44 Router should support following QOS technologies

45 o Random Early Detection

46 o Weighted Fair Queuing

47 o Priority Queuing

48 Low-Latency Queuing (LLQ), DiffServ, RSVP, WRED

49 Traffic Shaping (TS), Traffic Policing (TP),

50 DSCP Marking, policing, and shaping

51 IPv6 Packet classification & Marking, IPv6 Policing & Shaping, IPv6 Queuing

52 Router should support IPv6 Dual Stack,

53 Router should support QOS based on:

54 Source and destination IP address

55 Source and destination TCP port

56 Source and destination UDP port

Router should support following Management features

57 IP SLA or equivalent

58 SLA verification probes/alerts configurations

59 Real-time performance monitoring

60 Sessions, packets, bandwidth usage

61 Proposed router should have full integration with existing network management system

62 o Accessibility using Telnet, SSH, Console access, RMON

63 o Software upgrades using FTP, TFTP, CLI, etc.

64 o SNMP Support for v1, v2 , v3

65 Should be able to integrate with any SNMP based NMS tool

66 Configuration Rollback function

67 Netflow or S Flow equivalent feature

68 Monitor events and take informational, corrective action when the monitored events occur or when a threshold is reached.

Router should support following Debug & Diagnostics through CLI

69 o Display of input and output error status on all interfaces

70 o Display of Dynamic ARP table

71 o Trace-route, Ping, extended PING

Certifications

Page 102 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

Remarks

72 Proposed OEM should be a leader in latest Gartner’s Magic Quadrant for the Wired and Wireless LAN Access Infrastructure for the year 2020

73 Router/Router’s Operating System should be tested and certified for EAL 2/NDPP or above under Common Criteria Certification

74 Safety certifications UL 60950-1

Item No. 2.2:- Technical Specifications for Core Routers at NR & New DC

S.No Technical Specifications Compliance (Yes/No)

Remarks

1 General Requirement

1.1

The Router should support modular architecture, multi-core Processor, internal redundant field replaceable power supply (from Day1). The Router Should have capabilities of seamless field upgrade/replacement (without interrupting running processes and services) for modular interfaces.

1.2 Router should have a physical separation between control and data planes processor.

2 Hardware and Interface Requirement

2.1 Router should have 4 x 1Gig WAN Copper port and additional 4*10G SFP+ Port loaded with 2x SR and 1xLR Singlemode ports/transceivers from day 1.

2.2 The Router should have atleast 3 empty slot for future use after considering above mentioned ports.

2.3 Router should have minimum 12 GB of on-board/inbuilt DRAM/RAM and 8 GB Flash from Day 1. Should support expandability up to 16 GB DRAM and 16 GB Flash.

3 Performance Requirement

3.1 Router should have minimum 1.5 Gbps WAN throughput on day 1 and should be upgradable to support 7 Gbps by upgrading the License.

3.2 Router should support minimum 38,00,000 IPv4 / 35,00,000 IPv6 routes

3.4

The router must support IKEv1, IKEv2, GRE and IPSEC from day 1. The proposed solution should serve the GRE encryption for traffic from any location to other location on demand and also should able to create GRE tunnel.

3.5 Router should support IEEE 802.1AE layer 2 encryption protocol for data confidentiality and integrity, in case required in the future with hardware replacement

3.6 Netflow or S Flow or equivalent feature

Page 103 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

Remarks

3.7 The router should support 7 Gbps of crypto bandwidth, incase required in the future

3.9 Router should support IGMP v1/v2/v3 and PIM multicast routing

4 Layer3 Features

4.1 Router should support static Routes, OSPFv2, OSPFv3, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunnelling from Day 1

4.2 The Router should support Zone Based Firewall feature or an external appliance for the same functionality can be provided.

4.3 Shall have 802.1p class of service and marking, classification, policing and shaping.

5 Manageability

5.1 Router should support SSHv2, SNMPv2c, SNMPv3 and NTP

5.2 Routers should support AAA using RADIUS and TACACS+

5.3

Should have extensive support for IP SLA or equivalent and best path selection for metrics like delay, latency, jitter, packet loss to assure business-critical IP applications from Day1.

5.4 Router should support monitoring of network traffic with application level insight with deep packet visibility into web traffic, RTP-Based VoIP traffic.

5.5

Router should have traffic load balancing capability on dual WAN Links based on based on advanced criteria, such as reachability, delay, loss, jitter and bandwidth utilization.

5.6

Router shall have capability to add on demand IPSec VPN tunnels dynamically established multipoint-to-multipoint IPSEC based spoke-to-spoke VPN tunnels matching traffic conditions

6 Certification

6.1 Proposed OEM should be a leader in latest Gartner’s Magic Quadrant for the Wired and Wireless LAN Access Infrastructure for the year 2020

6.2 Router/Router’s Operating System should be tested and certified for EAL 2/NDPP or above under Common Criteria Certification

6.3 Safety certifications UL 60950-1

Page 104 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure-3 of Part 5 (Functional Specifications)

(Per unit specs)

Item No. 3.1:- Technical Specifications for Nexus N9K-C9364C-GX Switch

Item No 3.1 :- Nexus N9K-C9364C-GX Switch

Part Number Description Qty

N9K-C9364C-GX Nexus 9K ACI & NX-OS Leaf/Spine, 64p 40/100G QSFP28 1

CON-SSSNP-N9KC93CG SOLN SUPP 24X7X4 Nexus 9K ACI NX-OS Leaf/Spine, 64p 40/ 1

NXK-MEM-16GB Additional memory of 16GB for Nexus Switches 1

N9K-C9300-ACK Nexus 9K Fixed Accessory Kit 1

N9K-C9300-RMK Nexus 9K Fixed Rack Mount Kit 1

NXA-FAN-160CFM2PI Nexus Fan, 160CFM, port side intake airflow 4

NXA-PAC-2KW-PI Nexus 9000 2KW AC Power Supply, Port-side Intake 2

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF 4

C1-SUBS-OPTOUT OPT OUT FOR "Default" DCN Subscription Selection 1

MODE-ACI-SPINE Dummy PID for mode selection 1

ACI-N9KDK9-15.1.3 Nexus 9500 or 9300 ACI Base Software NX-OS Rel 15.1.3 1

CVR-QSFP-SFP10G= QSFP to SFP10G adapter 6

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 2

Item No. 3.2:- Technical Specifications for Nexus N9K-C9332C Switch

Item No 3.2 :- Nexus N9K-C9332C Switch

Part Number Description Qty

N9K-C9332C Nexus 9K ACI & NX-OS Spine, 32p 40/100G & 2p 10G 1

CON-SSSNP-N9KC9332 SOLN SUPP 24X7X4 Nexus 9K ACI NX-OS Spine, 32p 40/100G

1

MODE-ACI-SPINE Dummy PID for mode selection 1

ACI-N9KDK9-14.2 Nexus 9500 or 9300 ACI Base Software NX-OS Rel 14.2 1

NXK-ACC-KIT-1RU Nexus 3K/9K Fixed Accessory Kit, 1RU front and rear removal

1

NXA-PAC-1100W-PI2 Nexus AC 1100W PSU - Port Side Intake 2

NXA-FAN-35CFM-PI Nexus Fan, 35CFM, port side intake airflow 5

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF

4

CVR-QSFP-SFP10G= QSFP to SFP10G adapter 2

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 2

Item No. 3.3:- Technical Specifications for Nexus 93360YC-FX2 Switch

Item No 3.3 :- Nexus 93360YC-FX2 Switch

Part Number Description Qty

N9K-C93360YC-FX2 Nexus 9300 w/ 96p 1/10/25G, 12p 100G, MACsec capable 1

CON-SSSNP-N9KC933F SOLN SUPP 24X7X4 Nexus 9300 with 96p 10/25G SFP+, 6p 100G 1

Page 105 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 3.3 :- Nexus 93360YC-FX2 Switch

Part Number Description Qty

NXK-MEM-8GB Additional memory of 8GB for Nexus Switches 1

N9K-C9300-ACK Nexus 9K Fixed Accessory Kit 1

N9K-C9300-RMK Nexus 9K Fixed Rack Mount Kit 1

C1P1TN9300XF-5Y DCN Premier Term N9300 XF, 5Y 1

SVS-B-N9K-PR-XF EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

MODE-ACI-LEAF Dummy PID for mode selection 1

ACI-N9KDK9-14.2 Nexus 9500 or 9300 ACI Base Software NX-OS Rel 14.2 1

NXA-FAN-160CFM-PI Nexus Fan, 160CFM, port side intake airflow 3

NXA-PAC-1200W-PI Nexus NEBs AC 1200W PSU - Port Side Intake 2

NXA-ACC-BAV4 Nexus Airflow Vent for NEBs compliance on N9K-C93360YC-FX2 1

GLC-TE= 1000BASE-T SFP transceiver module for Category 5 copper wire

34

GLC-SX-MMD= 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM 1

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 9

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF

4

Item No. 3.4:- Technical Specifications for Nexus 93180YC-FX3 Switch Item No 3.4 :- Nexus 93180YC-FX3 Switch

Part Number Description Qty

N9K-C93180YC-FX3 Nexus 9300 48p 1/10/25G, 6p 40/100G, MACsec UP. SyncE 1

CON-SSSNP-N9KC93X3 SOLN SUPP 24X7X4 Nexus 9300 48p 1/10/25G, 6p 40/100G, MAC 1

MODE-ACI-LEAF Dummy PID for mode selection 1

ACI-N9KDK9-15.1.3 Nexus 9500 or 9300 ACI Base Software NX-OS Rel 15.1.3 1

NXK-MEM-16GB Additional memory of 16GB for Nexus Switches 1

NXK-ACC-KIT-1RU Nexus 3K/9K Fixed Accessory Kit, 1RU front and rear removal 1

NXA-FAN-35CFM-PI Nexus Fan, 35CFM, port side intake airflow 4

NXA-PAC-650W-PI Nexus NEBs AC 650W PSU - Port Side Intake 2

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF

4

C1P1TN9300XF-5Y DCN Premier Term N9300 XF, 5Y 1

SVS-B-N9K-PR-XF EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

GLC-TE= 1000BASE-T SFP transceiver module for Category 5 copper wire

15

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 32

Item No. 3.5:- Technical Specifications for Nexus 93216TC-FX2 Switch Item No 3.5 :- Nexus 93216TC-FX2 Switch

Part Number Description Qty

N9K-C93216TC-FX2 Nexus 9300 with 96p 10G-T, 12p 100G QSFP, MACsec capable 1

CON-SSSNP-N9KC932T SOLN SUPP 24X7X4 Nexus 9300 with 96p 10G-T, 12p 100G QSFP 1

MODE-ACI-LEAF Dummy PID for mode selection 1

Page 106 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 3.5 :- Nexus 93216TC-FX2 Switch

Part Number Description Qty

ACI-N9KDK9-14.2 Nexus 9500 or 9300 ACI Base Software NX-OS Rel 14.2 1

NXK-MEM-8GB Additional memory of 8GB for Nexus Switches 1

N9K-C9300-ACK Nexus 9K Fixed Accessory Kit 1

N9K-C9300-RMK Nexus 9K Fixed Rack Mount Kit 1

NXA-FAN-160CFM-PI Nexus Fan, 160CFM, port side intake airflow 3

NXA-PAC-1200W-PI Nexus NEBs AC 1200W PSU - Port Side Intake 2

NXA-ACC-BAV3 Nexus Airflow Vent for NEBs compliance on N9K-C93216TC-FX2 1

C1P1TN9300XF-5Y DCN Premier Term N9300 XF, 5Y 1

SVS-B-N9K-PR-XF EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF

4

Item No. 3.6:- Technical Specifications for Nexus 93108TC-FX Switch

Item No 3.6 :- Nexus 93108TC-FX Switch

Part Number Description Qty

N9K-C93108TC-FX Nexus 9300 with 48p 10G-T, 6p 100G QSFP28 1

CON-SSSNP-N93TCFX SOLN SUPP 24X7X4 Nexus 9300 with 48p 1

MODE-ACI-LEAF Dummy PID for mode selection 1

ACI-N9KDK9-14.2 Nexus 9500 or 9300 ACI Base Software NX-OS Rel 14.2 1

NXK-ACC-KIT-1RU Nexus 3K/9K Fixed Accessory Kit, 1RU front and rear removal 1

NXA-PAC-500W-PI Nexus NEBs AC 500W PSU - Port Side Intake 2

NXA-FAN-30CFM-B Nexus Fan, 30CFM, port side intake airflow 4

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF

4

C1P1TN9300XF-5Y DCN Premier Term N9300 XF, 5Y 1

SVS-B-N9K-PR-XF EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

Item No. 3.7:- Technical Specifications for Cisco IPN Switches at DC, New DC and NR

Item No 3.7 :- Cisco IPN Switches at DC, New DC and NR

Part Number Description Qty

N9K-C93180YC-FX3 Nexus 9300 48p 1/10/25G, 6p 40/100G, MACsec UP. SyncE 1

CON-SSSNP-N9KC93X3 SOLN SUPP 24X7X4 Nexus 9300 48p 1/10/25G, 6p 40/100G, MAC 1

MODE-NXOS Dummy PID for mode selection 1

NXOS-10.1.1 Nexus 9500, 9300, 3000 Base NX-OS Software Rel10.1.1(32-bit) 1

MEM-UPG-OPT-OUT OPT OUT PID FOR MEM UPGRADE USE ONLY 1

NXK-ACC-KIT-1RU Nexus 3K/9K Fixed Accessory Kit, 1RU front and rear removal 1

NXA-FAN-35CFM-PI Nexus Fan, 35CFM, port side intake airflow 4

NXA-PAC-650W-PI Nexus NEBs AC 650W PSU - Port Side Intake 2

GLC-LH-SMD 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm, DOM

3

Page 107 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 3.7 :- Cisco IPN Switches at DC, New DC and NR

Part Number Description Qty

SFP-10G-SR-S 10GBASE-SR SFP Module, Enterprise-Class 10

QSFP-40/100-SRBD 100G and 40GBASE SR-BiDi QSFP Transceiver, LC, 100m OM4 MMF

4

C1P1TN9300XF-5Y DCN Premier Term N9300 XF, 5Y 1

C1-N9K-SEC-XF-5Y Data Center Networking Security License Term N9300 Fixed, 5Y 1

SVS-B-N9K-PR-XF EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

SVS-B-N9K-ADD EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

SFP-10G-LR= 10GBASE-LR SFP Module 1

SFP-10/25G-LR-S= 10/25GBASE-LR SFP28 Module 1

Annexure-4 of Part 5 (Functional Specifications)

(Per unit specs)

Item No. 4.1:- 1Gig Copper Transceivers

Part Number Description Qty

GLC-TE= 1000BASE-T SFP transceiver module for Category 5 copper wire 1

Item No. 4.2:- 1Gig Multimode Fiber Transceivers

Part Number Description Qty

GLC-SX-MMD= 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM 1

Item No. 4.3:- 10Gig Multimode Fiber Transceivers

Part Number Description Qty

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 1

Item No. 4.4:- 10Gig Singlemode Fiber Transceivers

Part Number Description Qty

SFP-10G-LR= 10GBASE-LR SFP Module 1

Annexure-5 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 5.1:- Cisco ISR4451 Router - 1 Gig Interface Module

Item No 5.1:- 2 Port 1Gig WAN Card for existing Cisco ISR4451 External Router in DC

Part Number Description Qty

NIM-2GE-CU-SFP= 2-port GE WAN NIM, dual-mode RJ45 & SFP 1

Item No 5.2:- Cisco ISR4451 Router – 1 Gig and 10 Gig Interface Module

Item No 5.2:- 16 1Gig and 2x10Gig Service Module for existing Cisco ISR4451 Router

Part Number Description Qty

SM-X-16G4M2X= Cisco 16-port 1G, 4-port 2.5mGig, 2-port 10GSFP/SFP+ (Spare) 1

Page 108 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 5.2:- 16 1Gig and 2x10Gig Service Module for existing Cisco ISR4451 Router

Part Number Description Qty

SFP-10G-SR= 10GBASE-SR SFP Module 2

Item No 5.3:- Cisco ISR4451 Router - Redundant Power Supply

Item No 5.3:- Redundant power supply for existing Cisco ISR4451 SD WAN Router

Part Number Description Qty

PWR-4450-AC= AC Power Supply for Cisco ISR 4450 and ISR 4350, Spare 1

Item No 5.4:- Cisco Firepower 4110 - 1/10 Gig Interface Module

Item No 5.4:- 8 Port 1/10Gig Module for existing External Firewall & IPS in DC

Part Number Description Qty

FPR4K-NM-8X10G= Cisco FirePower 8 port SFP+ Network Module 1

CON-SNTP-F4KNMX1G SNTC-24X7X4 Cisco FirePower 8 port SFP+ Network Modu 1

SFP-10G-SR-S 10GBASE-SR SFP Module, Enterprise-Class 8

Item No 5.5:- Cisco Nexus 9504 Switch - 40/100 Gig Interface Module

Item No 5.5:- 36 Port 40/100Gig Module for existing Cisco Nexus 9504 switches

Part Number Description Qty

N9K-X9736C-FX= Nexus 9500 36p 100G NX-OS Agg, ACI Spine, MACSec line card 1

Item No 5.6:- Cisco APIC Controller - Redundant Power Supply

Item No 5.6:- Redundant power supply of existing Cisco APIC Controller

Part Number Description Qty

APIC-PSU1-770W= 770W power supply for USC C-Series (SPARE) 1

Item No 5.7:- Checkpoint 23500 & 15600 Firewall - 10 Gig transceivers

Item No 5.7:- 10Gig transceivers for existing Checkpoint 23500 & 15600 Firewall

Part Number Description Qty

CPAC-TR-10SR-B SFP+ transceiver for 10G fiber Ports - short range (10GBase-SR) 1

CPCES-CO-PREMIUM-ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support 1

Item No 5.8:- F5 i5800 Load balancer - 10 Gig transceivers

Item No 5.8:- 10Gig transceivers for existing F5 i5800 Load balancer

Part Number Description Qty

Page 109 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

F5-UPG-SFP+-R BIG-IP & VIPRION SFP+ 10GBASE-SR Transceiver (Short Range, Field Upgrade)

1

Item No 5.9:- Nexus 93180YC-FX switch - Upgrade of existing ACI Essential License

Item No 5.9:- Upgrade of ACI Essential License for existing Nexus 93180YC-FX switch

Part Number Description Qty

Upgrade License Upgrade of Essential to Premium License for Nexus N9K-C93180YC-FX 1

Item No 5.10:- Nexus 93180YC-FX switch - ACI License

Item No 5.10:- ACI License for existing Nexus 93180YC-FX switch

Part Number Description Qty

C1-N9K-ADD-T Cisco DCN Subscription for Nexus 9000 1

C1P1TN9300XF-5Y DCN Premier Term N9300 XF, 5Y 1

SVS-B-N9K-PR-XF EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

Item No 5.11:- Cisco ASR1001 HX Router - SDWAN License of Aggregate Bandwidth of 20 Gig

Item No 5.11:- SDWAN License -Aggregate Bandwidth of 20Gig

Part Number Description Qty

L-LIC-DNA-ADD Cisco DNA Subscription License for Routing 1

SDWAN-ONPREM On Premise Deployment of SDWAN 1

ASR1001HX-DNA ASR1001-HX Platform for DNA 1

C1-VWAAS-6000-T Cisco ONE VWAAS RTU for 6000 Connections Term Lic 1

C1-ISRWAAS-2500-T Cisco ONE ISRWAAS RTU Term License for 2500 connections 1

SDWAN-DNA-A Cisco DNA Advantage for DNA Center 1

SDWAN-UMB-ADV Cisco Umbrella for DNA Advantage 1

DNA-P-10G-A-5Y Cisco DNA Advantage On Premise Lic, Agg 20G, 5Y 1

SVS-PDNA-10G-A5Y Solution Support for SW - DNA Advantage OnPrem Lic, 10G, 5Y 1

DSTACK-T3-A Cisco DNA Advantage Stack - upto 10G (Aggr, 20G) 1

Item No 5.12:- Cisco ASR1001 HX Router - SDWAN License of Aggregate Bandwidth of 5 Gig

Item No 5.12:- SDWAN License -Aggregate Bandwidth of 5Gig

Part Number Description Qty

L-LIC-DNA-ADD Cisco DNA Subscription License for Routing 1

SDWAN-ONPREM On Premise Deployment of SDWAN 1

ASR1001HX-DNA ASR1001-HX Platform for DNA 1

C1-VWAAS-6000-T Cisco ONE VWAAS RTU for 6000 Connections Term Lic 1

Page 110 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 5.12:- SDWAN License -Aggregate Bandwidth of 5Gig

Part Number Description Qty

C1-ISRWAAS-2500-T Cisco ONE ISRWAAS RTU Term License for 2500 connections 1

SDWAN-DNA-A Cisco DNA Advantage for DNA Center 1

SDWAN-UMB-ADV Cisco Umbrella for DNA Advantage 1

DNA-P-2.5G-A-5Y Cisco DNA Advantage On Premise Lic, Agg 5G, 5Y 1

SVS-PDNA-2.5G-A5Y Solution Support for SW - DNA Advantage OnPrem Lic, 2.5G, 5Y 1

DSTACK-T3-A Cisco DNA Advantage Stack - upto 10G (Aggr, 20G) 1

Item No 5.13:- Cisco Nexus 9504 Switch - MAC Sec License

Item No 5.13:- Cisco Nexus 9504 Switch - MAC Sec License

Part Number Description Qty

C1-N9K-ADD-T Cisco DCN Subscription for Nexus 9000 1

C1-N9K-SEC-M-5Y DCN Security License Term N9500 Modular M4/M8/M16, 5Y 1

SVS-B-N9K-ADD EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

Item No 5.14:- Cisco Nexus 9K Leaf Switches – MAC Sec License

Item No 5.14:- Cisco Nexus 9K Leaf Switches – MAC Sec License

Part Number Description Qty

C1-N9K-ADD-T Cisco DCN Subscription for Nexus 9000 1

C1-N9K-SEC-XF-5Y Data Center Networking Security License Term N9300 Fixed, 5Y 1

SVS-B-N9K-ADD EMBEDDED SOLN SUPPORT SWSS FOR ACI NEXUS 9K 1

Item No 5.15:- License for existing Cisco IP Phones

Item No 5.15:- License for existing Cisco IP Phones

Part Number Description Qty

A-FLEX-3 Collaboration Flex Plan 3.0 1

SVS-FLEX-SUPT-BAS Basic Support for Flex Plan 1

A-FLEX-NUPL-P NU On-Premises Calling Professional 10

A-FLEX-NUPL-E NU On-Premises Calling Enhanced 2000

A-FLEX-P-PRO Unified Communications Manager Smart License - Pro (1) 10

A-FLEX-P-ENH Enhanced Smart License (1) 2000

A-FLEX-P-UCXN Unity Connection Smart License (1) 10

A-FLEX-P-ER Emergency Responder Smart License (1) 2030

A-FLEX-SW-12.5-K9 On-Premises & Partner Hosted Calling SW Bundle v12.5 (1) 1

A-FLEX-CCUCS-NU Cloud Connected UC NU Standard ENT 2010

A-FLEX-FILESTG-ENT File Storage Entitlement 40200

A-FLEX-PROPACK-ENT Pro Pack for Cisco Control Hub Entitlement 2010

A-FLEX-MSG-NU-ENT Messaging Named User Entitlement (1) 2010

Page 111 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure-6 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 6.1:- Technical Specifications for Cisco APIC Cluster

Item No 6.1:- Cisco APIC Cluster

Part Number Description Qty

APIC-CLUSTER-L3 APIC Cluster - Large Configurations (> 1200 Edge Ports) 1

CON-SSSNP-APICCLL3 SOLN SUPP 24X7X4 APIC Cluster - Large 1

APIC-SERVER-L3 APIC Appliance - Large Config. (> 1200 Edge Ports) SPARE 1

APIC-DK9-4.2 APIC Base Software Release 4.2 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-PSU1-770W 770W power supply for USC C-Series 2

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-MR-X16G1RS-H 16GB DDR4-2666-MHz RDIMM/PC4-21300/single rank/x4/1.2v 12

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-HD24TB10K4KN 2.4 TB 12G SAS 10K RPM SFF HDD (4K) 2

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-CPU-4110 2.1 GHz 4110/85W 8C/11MB Cache/DDR4 2400MHz 2

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-SERVER-L3 APIC Appliance - Large Config. (> 1200 Edge Ports) SPARE 1

APIC-DK9-4.2 APIC Base Software Release 4.2 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-PSU1-770W 770W power supply for USC C-Series 2

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-MR-X16G1RS-H 16GB DDR4-2666-MHz RDIMM/PC4-21300/single rank/x4/1.2v 12

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-HD24TB10K4KN 2.4 TB 12G SAS 10K RPM SFF HDD (4K) 2

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-CPU-4110 2.1 GHz 4110/85W 8C/11MB Cache/DDR4 2400MHz 2

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-SERVER-L3 APIC Appliance - Large Config. (> 1200 Edge Ports) SPARE 1

APIC-DK9-4.2 APIC Base Software Release 4.2 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-PSU1-770W 770W power supply for USC C-Series 2

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-MR-X16G1RS-H 16GB DDR4-2666-MHz RDIMM/PC4-21300/single rank/x4/1.2v 12

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-HD24TB10K4KN 2.4 TB 12G SAS 10K RPM SFF HDD (4K) 2

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-CPU-4110 2.1 GHz 4110/85W 8C/11MB Cache/DDR4 2400MHz 2

Page 112 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 6.1:- Cisco APIC Cluster

Part Number Description Qty

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 12

Item No 6.2:- Technical Specifications for Cisco APIC Cluster (APIC-CLUSTER-M3)

Item No 6.2:- Cisco APIC Cluster (APIC-CLUSTER-M3)

Part Number Description Qty

APIC-CLUSTER-M3 APIC Cluster - Medium Configurations (Up to 1200 Edge Ports) 1

CON-SSSNP-APICCLM3 SOLN SUPP 24X7X4 APIC Cluster - Mediu 1

APIC-SERVER-M3 APIC Appliance - Medium Configuration (Upto 1200 Edge Ports) 1

APIC-DK9-4.2 APIC Base Software Release 4.2 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-PSU1-770W 770W power supply for USC C-Series 2

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-MR-X16G1RS-H 16GB DDR4-2666-MHz RDIMM/PC4-21300/single rank/x4/1.2v 6

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-HD1T7K12N 1 TB 12G SAS 7.2K RPM SFF HDD 2

APIC-CPU-3106 1.7 GHz 3106/85W 8C/11MB Cache/DDR4 2133MHz 2

APIC-SERVER-M3 APIC Appliance - Medium Configuration (Upto 1200 Edge Ports) 1

APIC-DK9-4.2 APIC Base Software Release 4.2 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-PSU1-770W 770W power supply for USC C-Series 2

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-MR-X16G1RS-H 16GB DDR4-2666-MHz RDIMM/PC4-21300/single rank/x4/1.2v 6

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-HD1T7K12N 1 TB 12G SAS 7.2K RPM SFF HDD 2

APIC-CPU-3106 1.7 GHz 3106/85W 8C/11MB Cache/DDR4 2133MHz 2

APIC-SERVER-M3 APIC Appliance - Medium Configuration (Upto 1200 Edge Ports) 1

APIC-DK9-4.2 APIC Base Software Release 4.2 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-PSU1-770W 770W power supply for USC C-Series 2

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-MR-X16G1RS-H 16GB DDR4-2666-MHz RDIMM/PC4-21300/single rank/x4/1.2v 6

Page 113 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 6.2:- Cisco APIC Cluster (APIC-CLUSTER-M3)

Part Number Description Qty

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-HD1T7K12N 1 TB 12G SAS 7.2K RPM SFF HDD 2

APIC-CPU-3106 1.7 GHz 3106/85W 8C/11MB Cache/DDR4 2133MHz 2

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 12

Item No 6.3:- Technical Specifications for Cisco Service Engine Cluster

Item No 6.3:- Cisco Service Engine Cluster

Part Number Description Qty

SE-CL-L3 Service Engine Cluster - Performance 1

CON-SSSNP-SECLL3 SOLN SUPP 24X7X4 Service Engine Clust 1

SE-NODE-G2 Service Node 1

ACI-SE-DK9-1.1 ACI SE Base Software Release 1.1 1

APIC-PSU1-1050W 1050 W power supply for USC C-Series 1

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-MR-X16G1RT-H 16GB DDR4-2933-MHz RDIMM/1Rx4/1.2v 16

APIC-HD24TB10K4KN 2.4 TB 12G SAS 10K RPM SFF HDD (4K) 4

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-M2-240GB 240GB SATA M.2 1

APIC-CPU-I4210 Intel 4210 2.2GHz/85W 10C/13.75MB DDR4 2400MHz 2

APIC-MSTOR-M2 Mini Storage carrier for M.2 SATA/NVME (holds up to 2) 1

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-PSU1-1050W 1050 W power supply for USC C-Series 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-NVME-HW-H1600 1.6TB 2.5in U.2 HGST SN200 NVMe High Perf. High Endurance 1

APIC-BBLKD APIC SSD drive blanking panel 4

SE-NODE-G2 Service Node 1

ACI-SE-DK9-1.1 ACI SE Base Software Release 1.1 1

APIC-PSU1-1050W 1050 W power supply for USC C-Series 1

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-MR-X16G1RT-H 16GB DDR4-2933-MHz RDIMM/1Rx4/1.2v 16

APIC-HD24TB10K4KN 2.4 TB 12G SAS 10K RPM SFF HDD (4K) 4

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-M2-240GB 240GB SATA M.2 1

APIC-CPU-I4210 Intel 4210 2.2GHz/85W 10C/13.75MB DDR4 2400MHz 2

Page 114 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Item No 6.3:- Cisco Service Engine Cluster

Part Number Description Qty

APIC-MSTOR-M2 Mini Storage carrier for M.2 SATA/NVME (holds up to 2) 1

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-PSU1-1050W 1050 W power supply for USC C-Series 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-NVME-HW-H1600 1.6TB 2.5in U.2 HGST SN200 NVMe High Perf. High Endurance 1

APIC-BBLKD APIC SSD drive blanking panel 4

SE-NODE-G2 Service Node 1

ACI-SE-DK9-1.1 ACI SE Base Software Release 1.1 1

APIC-PSU1-1050W 1050 W power supply for USC C-Series 1

APIC-USBFLSHB-16GB UCS Servers 16GB Flash USB Drive 1

APIC-TPM2-002 Trusted Platform Module 2.0 for UCS servers 1

APIC-MR-X16G1RT-H 16GB DDR4-2933-MHz RDIMM/1Rx4/1.2v 16

APIC-HD24TB10K4KN 2.4 TB 12G SAS 10K RPM SFF HDD (4K) 4

APIC-SD400G123X-EP 400GB 2.5in Enterprise Performance 12G SAS SSD(3X endurance) 1

APIC-M2-240GB 240GB SATA M.2 1

APIC-CPU-I4210 Intel 4210 2.2GHz/85W 10C/13.75MB DDR4 2400MHz 2

APIC-MSTOR-M2 Mini Storage carrier for M.2 SATA/NVME (holds up to 2) 1

APIC-RAID-M5 Cisco 12G Modular RAID controller with 2GB cache 1

APIC-PSU1-1050W 1050 W power supply for USC C-Series 1

APIC-PCIE-C25Q-04 Cisco UCS VIC 1455 Quad Port 10/25G SFP28 CNA PCIE 1

APIC-NVME-HW-H1600 1.6TB 2.5in U.2 HGST SN200 NVMe High Perf. High Endurance 1

APIC-BBLKD APIC SSD drive blanking panel 4

SFP-10G-SR-S= 10GBASE-SR SFP Module, Enterprise-Class 12

Annexure-7 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 7.1:- Technical Specifications for Firewall & Intrusion Prevention System in DC/New DC/NR Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Checkpoint products in DC, New DC & NR)

S.No Technical Specifications Compliance (Yes/No)

1 Industry Certifications and Evaluations

1.1 The Firewall OEM offered must be rated as ‘leaders’ in the Magic Quadrant for Network Firewall published by Gartner for either one of the year 2019 or 2020.

2 Hardware Architecture

Page 115 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Checkpoint products in DC, New DC & NR)

S.No Technical Specifications Compliance (Yes/No)

2.1 The appliance based security platform shall be capable of providing firewall, application visibility, IPS functionality, Malware Protection and URL filtering in a single appliance.

2.2

The appliance shall have atleast 16 x 1/10 Gigabit Ethernet ports (SFP+) populated with 12 numbers of 10Gig SR Fiber ports/transceivers & 4 numbers of 1Gig copper ports from day 1. The propose 16 SFP+ slot should be capable to support 1Gig as well as 10 Gig Fiber transceivers/ports, so that Bank has flexibility to use any type of transceivers/ports based on it requirement. If propose firewall doesn't support both 1Gig and 10Gig fiber transceivers/ports on same module/card then bidder need to provide both 12 nos of 10Gig SR transceivers as well 8 nos of 1Gig copper ports from day 1. Firewall should be capable to support 4 numbers of 40Gig ports in additional to above mentioned ports whenever required in future. Bidder to supply four spare of 1Gig copper ports/transceivers from day one in additional to above mentioned ports. So total 12 nos of 10Gig SR transceivers/ports and 8 nos of 1Gig copper ports required from day 1 including four nos of 1Gig copper ports as spares.

2.3 The Firewall shall be Hardware based, Reliable, purpose-built security appliance with hardened operating system supporting State full policy inspection technology.

2.5 The appliance shall have built in redundant power supply

2.6 Appliance shall have dedicated Out of Band management port and HA port

3 Performance & Scalability

3.1

Shall support 15 Gbps of Threat performance throughput (which includes Firewall, Application Visibility and IPS). And Shall support atleast 7 Gbps of Threat Protection for real world TCP Average Packet Size (not UDP throughput) performance throughput (which includes all features mentioned in RFP specifications that is Firewall, Application Visibility, IPS, Malware Protection and URL filtering. Bidder should furnish the published document for the above clause, in case such published document is not available, bidder should submit letter from their OEM in this regards. Letter of OEM should be signed by their product head of the proposed device. Bank, at its own discretion may enable various security features on device at different point of time. The threat prevention real world throughput of the device should not go below 7 Gbps after enabling all the asked features. In case the product proposed model/solution doesn’t meet the performance requirement (e.g. throughput, concurrent sessions, connections per second etc.) of bank’s setup during the contract period, Bidder has to arrange alternate product of similar or higher capacity without any additional cost to bank.

3.2 Firewall shall support at least 8 million concurrent sessions.

3.3 shall support at least 2,00,000 connections per second

Page 116 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Checkpoint products in DC, New DC & NR)

S.No Technical Specifications Compliance (Yes/No)

3.4 shall support at least 1000+ VLANs

4 Features

4.1

Solution must be capable of gathering information about network hosts and their activities, to assist with multiple activities, such as intrusion event data correlation, elimination of false positives, and policy compliance.

4.2 shall support creating access-rules for IPv4 & IPv6 from Day one.

4.3 shall support operating in routed & transparent mode

4.4 Shall support Static, RIP, OSPF, OSPFv3 and BGP

4.5 shall support static NAT, dynamic NAT, PAT

4.6 Firewall should support Nat66 (IPv6-to-IPv6), Nat 64 (IPv6-to-IPv4) & Nat46 (IPv4-to-IPv6) functionality

4.7 Firewall should support Multicast protocols like IGMP, PIM, etc

4.8 Shall support security policies based on security group names in source or destination fields or both

4.9 Shall support capability to limit bandwidth on basis of apps / groups, Networks / Geo, Ports, etc

4.10 Shall be capable of dynamically tuning IDS/IPS sensors (e.g., selecting rules, configuring policies, updating policies, etc.) with minimal human intervention.

4.11 Shall be capable of automatically providing the appropriate inspections and protections for traffic sent over non-standard communications ports.

4.12

Shall be able to link Active Directory and/or LDAP usernames to IP addresses related to suspected security events. The appliance must support minimum 70,000 users & devices and should be scalable to support 1,00,000 users & devices.

4.13 Shall be capable of detecting and blocking IPv6 attacks.

4.14 The centralized management platform must not have any limit in terms of handling logs per day

4.15 Solution should be able to provide insights of hosts/user on basis of indication of compromise, any license required for this to be included from day one.

4.16 The solution must provide IP reputation feed that comprises of several regularly updated collections of poor reputation of IP addresses determined by the proposed security vendor

4.17 Solution must support in-house IP reputation intelligence feeds and also proposed vendor threat intelligence should have global integration with leading security vendors.

4.18 Shall support URL and DNS threat intelligence feeds to protect against threats

4.19 Shall support Reputation- and category- based URL filtering offering comprehensive alerting and control over suspect web traffic and enforces policies.

Page 117 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Checkpoint products in DC, New DC & NR)

S.No Technical Specifications Compliance (Yes/No)

4.20 Shall support safe search e.g. YouTube EDU enforcement

4.21 Solution must be capable of passively gathering details unique to mobile devices traffic to identify a wide variety of mobile operating systems and mobile applications accessing internet.

4.22 Shall support more than 2000 application layer and risk-based controls that can invoke tailored intrusion prevention system (IPS) threat detection policies to optimize security effectiveness.

4.23 Proposed OEM must have its own threat intelligence analysis center and shall use the global footprint of security deployments for more comprehensive network protection.

4.24

The detection engine shall support capability of detecting and preventing a wide variety of threats (e.g., malware, network probes/reconnaissance, VoIP attacks, buffer overflows, P2P attacks, etc.).

4.25 Shall be able to identify attacks based on Geo-location and define policy to block on the basis of Geo-location

4.26 The detection engine shall support the capability of detecting variants of known threats, as well as new threats

4.27 Solution shall have capability of providing network-based detection of malware by checking the disposition of known files using the SHA-256 file-hash or equivalent as they transit the network

4.28 Solution shall have the capability (day 1) to do dynamic analysis of files on-premise, on purpose built-appliance (sandbox)

4.29

Bank is currently using Cisco Threat Grid Sandbox appliance in DC. Bidder can use existing sandbox appliance or can propose new sandbox appliance. If Bidder is using existing appliance in DC then they need to integrate the propose DC firewalls with existing Cisco Sand box appliance.

4.30

If bidder is proposing new Sandbox appliance then it should be in high availability and have 4*1/10G ports loaded with 4 numbers of 10 Gig SR Multimode ports/transceivers on board (for each sandbox) & integrated redundant power supply from day 1.

4.31

The detection engine must incorporate multiple approaches for detecting threats, including at a minimum exploit-based signatures, vulnerability-based rules, protocol anomaly detection, and behavioural anomaly detection techniques. The engine should be able to initiate suitable prevention action after detection of the threats. Identify and explain each type of detection and prevention mechanism supported.

4.32

The solution must have content awareness with comprehensive file detection policies and blocking of files by types, protocols and directions. - Protocols and Features (Included, but not limited to): IP, DNS, VLAN, IMAP, TCP, RPC,MPLS, SMB, ICMP, HTTP, FTP, Telnet, SMTP, UDP, Email, Script, Syslog, SNMP etc - Direction: Upload, Download, Both

Page 118 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Checkpoint products in DC, New DC & NR)

S.No Technical Specifications Compliance (Yes/No)

- File Types: Office Documents, Archive, Multimedia, Executable, PDF, Encoded, Graphics, and System Files.

4.33 Shall allow creation of custom application ID

4.34 Solution shall support Actions (indicative) as Block, Permit, Log, Alert, Notify, Clear existing hang connections, Email, Quarantine (using NAC or End point solution), Rate Limit.

4.35

The solution shall have facility to enable/disable each individual signature. Each signature shall allow granular tuning. The solution shall support granular management. Shall allow policy to be assigned on basis of device, port, VLAN tag, IP address/range.

4.36 System shall have built-in high availability (HA) features without extra cost/license or hardware component

4.37 High Availability Configurations shall support Active/Active or Active/ Passive Clustering

4.38

Bank is currently using Centralized Management appliance of Cisco FMC in DC. Bidder can use existing management appliance (if it is technically feasible) or can propose new management appliance. If Bidder is using existing management appliance in DC then they need to integrate the propose DC firewalls with existing Cisco management appliance.

4.39

If bidder is proposing new centralized management hardware appliance, then it should be proposed in high availability (HA) to manage the propose firewall. Proposed management solution shall have simplified policy management and device provisioning. Each proposed appliance should have total internal/system/log storage of 960GB or higher from day 1.

4.40 Each new management appliance should have 2 x 10G SR Multimode ports/transceivers and integrated redundant power supply from day one

Annexure-8 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 8.1:- Technical Specifications for Contact Center Solution at DC & DR

S.No Technical Specifications Compliance (Yes/No)

1 Helpdesk System

1.1 The solution must provide a centralized helpdesk environment for IT support

Page 119 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

1.2 Solution must have omni-channel capabilities including support for inbound voice, outbound voice, chat, email, bot integration, etc.

1.3 The OEM of the helpdesk solution must be part of the Leaders Quadrant of the Gartners Magic Quadrant for Contact center Infrastructure for the year 2018

1.4 Agents must be provided option to login and logout as per their shifts.

1.5 Solution must allow single agent to handle any combination from chat, email, inbound and outbound (progressive, preview) voice calls. This would be defined by supervisor & Admin .

1.6 All components in solution must support IPv4 & IPv6 from Day 1 natively

1.7 Solution must integrate with ITSM tool (BMC remedy)of Bank of India using API's.

1.8 Solution must handle multiple Non-Voice Contacts simultaneously to increase agent efficiency

1.9 Solution must integrate with Cisco IP Pbx existing at Bank of India either on existing version or with the latest version of the PbX

1.10 Solution should integrate with banks HRMS/CRMS system

1.11 Solution must include license for 120 Agents with all capabilities from Day 1 and must support upto 250 agents on same hardware. Bank will procure agent licenses as and when required.

1.12 The solution must have a thin -client based agent desktop system with no need for download & install of any application on to the Agent PC.

1.13 All the proposed components from software, hardware & licenses must be from a single OEM to achieve tighter compatibility & functioning

1.14 Helpdesk Solution must support AD Integration / Single Sign-On

1.15 System must support complete Role-Based access

1.16

Should be highly available with hot standby and automatic failover across geographically different Datacenters in case of main server failure. There should not be any downtime of Contact Center in case of single server failure. In case bidder is unable to provide automatic failover across geographically different DataCenters, then they need to propose 2 physical qty of contact center solution which should be able to work in HA and provide auto failover within DC and 1 physical qty of contact center solution in DR.

1.17 In case both DC & DR set up are unavailable, solution should continue to support incoming Voice calls using hunt groups on PbX and route to agents.

2 Communication Platform

2.1

There must be a separate Call control Server or an IP PbX to manage IP telephony for the Bank, such that other employees, who are not agents can also be provided with an IP Phone with CUG & PSTN calling capabilities.

Page 120 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

2.2

Bank of India currently has a Cisco PbX that can be upgraded to latest version or bidder can provide their separate call control server with the helpdesk solution that can scale up to 7500 users on a single hardware. The solution must support more than 5500 bank branches/locations.

2.3

The telephony solution shall have 1500 additional IP Phone Licenses in addition to the120 agents license from day 1. Out of the 1500 additional IP phone licenses for non-agents, 50 non agents should have the licenses for using multiple devices with a single extension. Bank may procure extra non agent licenses as and when required.

2.4

The solution must support the Bank’s existing 386 count of IP phones of model Cisco 7841 which is currently used in multiple locations of Bank across India, accordingly bidder need to provide the additional 386 License for these Cisco 7841 IP Phones (in addition to license count mentioned in above pointclause 2.3) and provide required warranty support of these existing 386 IP phones till Sept 2026. In case the solution doesn’t support the existing IP phones of model Cisco 7841, the bidder has to be replace those 386 IP phones with new 386 IP Phones along with required License and warranty for 5 years.

2.5 The telephony solution must be on SIP based server-gateway architecture as per industry standards of ITU-T.

2.6 The IP PbX must also have redundancy & High Availability from day 1. The IP Phones must fallback to redundant server automatically and recover to primary server as well.

2.7 The Solution must support IP Phones to register over Banks LAN/WAN network as well as over the internet without any dependency on VPN in a secure way

2.8

The IP Pbx solution must support communication on Audio, video, presence and chat, and the solution must support registration of Audio only IP Phones, Video IP Phone as well as softphones that can be deployed on Windows and Mac PCs as well as Android & iOS mobile phones from a single OEM.

2.9 The OEM of the solution must be part of the Leaders Quadrant of the Gartner Magic Report for Unified Communications for year 2018.

2.10 The Solution must support integration with Voice Gateway for PSTN communication

2.11

The Solution must support popular IP telephony features of Callback, Call Park, Call forward, Voicemail, Shared Line, Multi-Device per user, Hunt Group, Bandwidth reservation, Auto Attendant, login/logout functionality, Security pin for ISD calls

2.12 The Solution must support Quality of Service

2.13

The Solution should support local Survivability on the Voice Gateway on local network in case any issues related to connectivity to DC & DR. The IP Phones should continue to work even with limited or no connectivity to the Call control servers of DC & DR, and fall over to DC or DR as soon as there is reachability

2.14 The Solution must support IPv4 & IPv6 from day 1.

Page 121 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

2.15 The solution must support software based partitioning to comply with the TRAI guidelines and DoT regulations

2.16 The licenses shall be user based license and bidder should provide license for multi-device registration for minimum 5 devices and should also provide voicemail for all users.

2.17 The solution must support conferencing of minimum 5 party and minimum 10 such conferences at the same time.

2.18 The solution must support administrator to upload Company branding as wallpaper on IP Phone

2.19 The solution must support configurable music on hold

2.20

The solution must support registration of H.323 & SIP Video Device registration. The bank can register Video device registration to the same solution and use the solution for secure communication using NAT/Firewall Traversal on internet as per H.460 standards

2.21 The solution must have a web based admin console for management, configuration, reports and a web based on application based client for monitoring of the setup

3 Automatic Call Distribution (ACD)

3.1 Should support skill based routing and it should be possible to put all the agents in to a single skill group and different skill groups

3.2 Skill based routing must be based on attributes/ contextual of agents and not just static skills.

3.3 ACD support routing of incoming calls based upon caller input to menus, real-time queue statistics, time of day, day of week, ANI, dialled number etc.

3.4 ACD should support call routing based on longest available agent, circular agent selection algorithms.

3.5 System should have universal routing logic for all channels

3.6

ACD should support the playing of customizable queuing announcements based upon the skill group that the call is being queued to, including announcements related to position in queue and expected delay.

3.7 Agents should be able to chat with other Agents or supervisors.

3.8 Supervisor should be able to see the real-time status of agents. Supervisors should be able to make agent ready or logout from the supervisor access.

3.9 Should support Queuing of calls and playing different prompts depending on the type of call and time in the queue.

3.10

The ACD must be implemented in an active and standby server architecture mode from, where the servers can be put in DC and DR. In case the main server in the DataCenter fails, the standby server in DR should take over automatically. Upon recovery of main server, there should be a mechanism available to fallback to the primary system. ACD solution should support placing of Main and Stand by server in DC and DR respectively. No calls must be dropped, unless the trunks fail. In case bidder is unable to provide automatic failover

Page 122 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

across geographically different DataCenters, then they need to propose 2 physical qty of contact center solution which should be able to work in HA and provide auto failover within DC and 1 physical qty of contact center solution in DR.

3.11 Call Routing Decision must be taken based on past conversations & context.

3.12 Call routing should allow for last agent routing across channels

4 Interactive Voice Response (IVR)

4.1 IVR should play welcome messages to callers Prompts to press and collect DTMF digits

4.2 IVR should be able to integrate with backend database for self-service, as and when required.

4.3 GUI based tool to be provided for designing the IVR and ACD call flow.

4.4 IVR should support VoiceXML for ASR, TTS, and DTMF call flows for future integrations

4.5 IVR should be able to Read data from HTTP and XML Pages

4.6 IVR should be able to run outbound campaigns for automated blast campaigns to send important announcements.

4.7 Solution must include 150 IVR ports from day 1 for inbound & outbound.

4.8 IVR should play the position in queue & approximate wait time in the queue to the caller

4.9 The solution should allow callers to request for call-back during long wait times.

4.10 The System should display and play out expected wait times for voice calls and chat respectively.

4.11 The solution should allow callers to retain their queue position when requesting a call back

5 Reporting

5.1 System to provide report of Call by Call details for all the calls, Agent performance report, Abandoned Call report, Queue performance report, omni-channel report

5.2 Reporting should be available in Active-Active or Active-Standby Mode and supervisors should be able to connect to either of the active servers for reports

5.3 Supervisor should be able to access reports through a thin-client

5.4 Supervisors can publish dashboards without need of any application

5.5 Reporting platform to support Agent level reports, Agent login, logout report, report on agent state changes

5.6 System must support complete Role-Based access control to access reports up to the agent level.

5.7 Supervisors should be able to create custom dashboards with historical report data & custom messages/additional information of choice by supervisor.

Page 123 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

5.8 Queue reports, Abandon call reports all the reports should be summary, tabular and detailed report format to be available for the agents.

5.9 Reporting platform to support customisation of reports without need of third-party tools.

5.10 Users of the Historical Reports should be able to perform the following functions View and save reports. System should also allow to export, sort & filter reports, and send scheduled reports to email.

5.11 Supervisors must also be able to look at real-time reports that must show current statistics of the system.

5.12 Supervisors should have access to raw data dump without an additional cost of licenses

5.13 Licenses for supervisors & agents must be factored from day 1. Supervisory access must be available with at least 6 of the 120 agents.(1:20 ratio)

5.14 Reporting must be in active - active or Active-Standby mode and if additional licenses are required, they need to be factored from day 1.

5.15 Supervisors should be able to access the reports through a thin client without the need for any thick client on their desktops/laptop

5.16 Supervisors should be able to share the reports on a scheduled basis through email or dashboard

5.17 The Agent should get a dashboard view of their performance and statistics on their agent desktop

5.18 Supervisors should be able to share reports and dashboards to users outside of the organisation without VPN access etc

6 Hard Phones for Helpdesk Agents & Non-Agents

6.1

All 120 agents and 1500 non agents must be provided with a brand new Physical IP Phone with 4 lines that can be assigned extension number & speed Dials. The location (branches/offices) for the delivery and installation of the 1500 non agents IP phones will be shared with the shortlisted Bidder B2. Bank may procure extra IP phones as and when required for agents and non agents.

6.2 Agent can have two extensions on same IP Phone (separate extension number & agent extension number) if required, and all licenses for the same has to be factored in from Day-1

6.3 IP Phone must have a headset port

6.4 IP Phone must support latest audio codecs like G.711, G.729, G.722, OPUS/iLBC

6.5 IP Phone must have minimum 3.5 inch monochrome/grayscale display with a 10/100/1000 switch port built-in so that 1 LAN port on desk can provide network connectivity to IP Phone & a PC

6.6 IP Phone must support IPv4 & IPv6 from Day 1

6.7 IP Phone must have dedicated buttons for Volume up/down, keypad, directory, mute, headset,

6.8 IP Phone must have a visual indicator & speakerphone

Page 124 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

6.9 IP Phone must support minimum 6 party conference.

6.10 IP Phone must have call logs up to last 100 records of missed, received and dialled numbers

6.11 IP Phone must support up to 5 calls in call waiting queue on a single phone.

6.12 IP Phone must provider Caller ID and Caller Names for CUG calls

6.13 IP Phone must support features like Hold, Conference, Transfer and have dedicated buttons/soft keys for these functions

6.14 IP Phone must have 4 configurable softkeys

6.15 IP Phone must be a standard SIP based VoIP phone

6.16 Must be from same OEM as the helpdesk solution

6.17 IP Phone must support agents to login/logout of their profile before & after their shifts.

6.18 The IP Phone must be integrated with the agent thin client portal, such the agent can answer/dial & end calls on IP Phone directly through the agent portal

6.19 IP Phone must support encryption standards of sRTP & TLS. IP Phone must also support QoS & 802.1X Authentication

6.20 IP Phones must be supplied with power adaptor

7 PSTN Integration for Helpdesk

7.1

4 Dedicated Voice Gateways must be part of the solution with 4 E1 PRI ports on each gateway from day 1. 2 numbers of Gateways are to be installed in each DC & DR respectively. These shall be used for PSTN integration and dialling or receiving calls by the agents of the helpdesk solution. Bidder also need to provision 6 PRI links (3 from one service provider and 3 from secondary service provider) in DC and provision 4 PRI links (2 from one service provider and 2 from secondary service provider) in DR from day 1. All the 6 PRI links in DC should work in active-active mode, similarly all the 4 PRI links in DR should work in active-active mode Bank may procure extra PRI links in DC/DR as and when required.

7.2 The Gateway must integrate with existing PbX & the proposed Help Desk solution

7.3 Users must be able to dial into the Help Desk over DID, and able to receive support from Help Desk Agent even if they dial using Mobile phone.

7.4 Agents also must have option to be able to dial a user over IP Phone or directly on their Mobile Number

7.5 The Gateway must support these functionalities along with conferencing between multiple mobile users with full compliance to DoT regulations

7.6 Solution must include Gateway at DC & DR for redundancy purpose along with the Help desk application

7.7 Must be from same OEM as the helpdesk solution

Page 125 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

7.8 The Voice gateway must support TDM to VoIP & vice-versa protocol conversion and support SIP & H.323 standard based protocols

7.9 The Gateway appliance must support minimum of two 1 Gig Ethernet ports from day one.

8 Other Features to be supported for future requirements

8.1 Users should be able to request for a call-back through the Bank of India Internal website

8.2 System should have ability to integrate with NLP chat-bots for future use.

8.3 Bidder need to provide required license, hardware and any software required to run the above mentioned specs from day 1

8.4 Bidder need to propose 24*7*4 hardware replacement for the proposed call center, communication manager and gateway appliance/solution.

Annexure-9 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 9.1:- Technical Specifications for Global Server Load Balancing (GSLB) Solution at DC & DR

S.No Technical Specifications Compliance (Yes/No)

1 Hardware

1.1 Solution should be dedicated, purpose built, On Demand upgradable & Appliance based solution.

1.2 System should have 8 Gigabit Ethernet ports and 2 x10 Gbps SFP pluggable optical ports populated with 2x10Gig SR transceivers from day 1

1.3 Should have minimum 16 GB memory and upgradable to 32 Gb of Memory.

1.4 Should have Quad Core CPU.

1.5 hardware should have dual power supply with 80+ Gold certification

1.6 It should be a single box solution

2 OEM ELIGIBILITY CRITERIA

2.1 The OEM proposed solution should be compatible with SDN/SDDC architectures like Cisco ACI, VMWare NSX, Openstack etc.

2.2 OEM should provide minimum 3 references for the loadbalancing solution successful deployment in BFSI customers in India

Page 126 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

2.3 The OEM Should Be present in Leaders Category of Gartner report for latest ADC report of 2016 (Application Delivery Controller)

2.4 OEM should have Global Technical Assistance Center across many parts of the World, accessible to India Customers 24x7. OEM should have local technical resources available in India.

3 ADC Virtualization on specialized hardware appliance

3.1

Virtualization: Ability to divide single box in to multiple virtualized load balancers & operate as independently so single device can be used to load balance application servers located across multiple DMZ / LAN without compromising network security.

3.2

Solution should be virtualization ready with OEM's own hypervisor with minimum 5 virtual instances from day 1 and scalable to 7 virtual ADC instances without any additional hardware. Should be license upgrade only.

3.3

Solution should provide Complete fault isolation between virtual load balancer instances – failure of one of the instances does NOT affect other instances. Even restart and shutdown of one virtual load balancer should not effect to neighbour instance.

3.4

The vADC management should have two management roles: • The Global Administrator creates, initially configures, and monitors vADCs. The global Administrator should be able to dynamically allocate CPU and throughput resources by assigning capacity units and adjusting throughput limits to a vADC. • The vADC Administrator is responsible for the day-to-day configuration and maintenance of vADCs using the same tasks as with traditional ADCs, except for those vADC tasks that only the Global Administrator performs.

3.5 System should supports reset of individual virtual ADC instances

3.6 System should supports multiple software images for virtual load balancer – each can run different software version.

3.7 Physical resources like memory, CPU must not be shared between virtual load balancer instance, resulting in predictable performance of each virtual load balancer instance

3.8 OnDemand addition & removal of compute & networking resources, virtual load balancer & advanced services from virtual load balancer instances with no effect on other instances

3.9 Separated configuration files for each virtual ADC instance

3.10 Separated user database for each virtual ADC instance

3.11 Traffic statistics per virtual ADC instance

3.12 Logging information per virtual ADC instance

3.13 Generate usage reports per virtual ADC instance

3.14 Separated forwarding and routing tables per virtual ADC instance

Page 127 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

3.15 OnDemand add / remove physical resources from virtual ADC instances with no effect on other instances

3.16 OnDemand add / remove virtual ADC instances with no effect on other instances

3.17 OnDemand add / remove advanced services from virtual ADC instance

3.18 Fault Isolation between virtual ADC instances should be tested by 3rd party organization

4 Performance

4.1 System should support 10 Gbps throughput from day one and should be scalable to 25 Gbps throughput without change in hardware (license upgrade only)

4.2 System should support minimum 600,000 Layer 4 CPS (Connection Per second)

4.3 System Should support minimum 850,000 Layer 7 RPS (Request Per second)

4.4 System should support minimum of 45 Million Connections

4.5 System should support dynamic routing Protocols like BGP, OSPF etc. from day 1

4.6 Should support upto 20,500 SSL RSA CPS (2K keys) bit key strength

4.7 Should support upto 11,000 SSL ECC CPS (EC-P256) bit key strength

5 IPsec VPN Load Balancer

5.1 Should be able to load balance IPsec VPN tunnel.

5.2 The Virtual Private Network (VPN) load balancing feature allows simultaneously load-balance of more than 10 VPN Concentrator

5.3 VPN load-balancer should have persistence to ensures that VPN sessions that exist in a load-balanced environment retain their persistence with the load-balanced server

5.4 Should support End-to-End SSL Encryption (Backend Encryption)

5.5

Should support priority groups within a pool. If a given number of higher priority group members in a pool are not available, the members from the next lower priority group will be selected automatically. OR Should provide the facility to get activated back-up virtual server in case the primary virtual server is down

5.6

Should have the capability to create customized health monitors to send a specific request and analyse the response and intelligently determine if the application service is available

5.7 Should have the capability to import a script and invoke the same for monitoring the health of the application

5.8 VPN Load Balancer should be able to load balance traffic between 30 ISP links towards VPN Concentrator

6 Persistency

Page 128 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

6.1 System should support session persistency based on Layer 3 and 4

6.2 System should support session persistency based on Source IP

6.3 System should support session persistency based on Cookie. Capable of utilizing different methods for “cookie persistence”: passive, insert, rewrite.

6.4 System should support session persistency based on SSL session ID

6.5 System should support session persistency based on IP Hashing

6.6 System should support session persistency based on any HTTP header value

6.7 System should support session persistency based on XML tag

6.8 System should be able to make persistency decisions based on static or dynamic cookies

7 Modification

7.1 System Should support cookie injection in relation to session persistence

7.2 System should support header data injection/modification/ deletion in HTTP/S in both request and response

7.3 System should support the ability to inject the Client Source IP address into the Layer 7 header

7.4 System should support modification of URLs in the HTTP body valid in request and response

7.5 System should support bi-directional automatic URL modification in HTTP body

7.6 System should support HTTP content modification to obscure server identity and structure with no scripting required.

7.7 System should support HTTP content modification to allow easy content management with no scripting required

7.8 Systems should support HTTP content changes with no scripting required

7.9 System should support scripting capabilities for HTTP and non-HTTP traffic

8 Link Load Balancing

8.1 The Link Load Balancing Should be supported on same appliance from day1

8.2 System should support inbound and outbound loadbalancing.

8.3 System should support atleast 30 internet/intranet links to loadbalance.

8.4 System should support multi path health monitoring to monitor the link status.

8.5 Should support server side web compression and proximity based LLB

8.6 Selection of shortest path to destination based on load/hops/response time.

Page 129 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

8.7 Should support static & dynamic proximity based outbound as well as inbound load balancing.

8.8 Solution should support traffic shaping/Bandwidth Management from Day 1.

8.9 Offered product should be IPv6 Ready and certified by IPv6Ready.org.

8.10 Should have predefined health check on protocols like HTTP,SMTP,POP3,DNS.Ping,FTP,SNMP etc.

8.11 Proposed Solution shall include Link Load Balancer and GSLB features from day 1

9 Application performance Monitoring

9.1 Solution should supports granual performance monitoring for DC, Network and browser Rendering.

9.2 Solution should supports for collecting client side latency

9.3 Solution should supports for collecting Datacenter side latency

9.4 System should supports providing SLA performance metrics

9.5 System should provide SLAs for Applications

9.6 System should provide SLAs for Transactions

9.7 System should provide SLAs for User Locations

9.8 Solution should support features like bandwidth Management and Advanced DoS protection

10 Application Acceleration

10.1 System should support SSL offload - the ability to manage client side SSL traffic by terminating incoming SSL connections and sending the request to the server in clear text

10.2 System should support backend SSL encryption – terminate the SSL clients on the front-end, and open a set of SSL sessions to the back-end

10.3 System should support passing client IP addresses through Secure Socket Layers (SSL)

10.4 System should support SSL certificates import/export in the PEM and PKCS#12 format

10.5 System should support the ability to handle all SSL client authentication tasks (request or require client certificates) normally handled by the target server.

10.6 System should support passing the client certificate information to the destination Web server

10.7 System should support hardware based SSL acceleration

10.8 System should support client certificate authentication along with OCSP validation

10.9 System will be able to define the allowed signing algorithms for OCSP responses without the need for scripting solutions

10.10 System should support SHA1 and SHA2 (Secured Hashing Algorithm)

Page 130 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance (Yes/No)

10.11 System should support managing Server certificates at the Virtual Service level

10.12 System should support secure renegotiation (RFC 5746)

10.13 System should support Certificate Validation Policies (validation of certificate parameters values)

10.14 System should support TCP Multiplexing

10.15 System should support HTTP compression

10.16 Selective compression to avoid know compression problems in commonly used browsers

10.17 System should support Web caching in compliance with RFC 2616 of HTTP 1.1 or with ability to override RFC behaviour.

10.18 System should support Browser Cache optimization techniques such as rewriting attributes

10.19 System should support TCP optimization

10.20 System Should support Http 2.0 Gateway to accelerate web applications over internet/WAN

Annexure-10 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 10.1:- Technical Specifications for WAN Optimizer Devices at DC & DR

S.No Technical Specifications Compliance

(Yes/No)

1 Introduction

2

This RFP is designed to define and prioritize the selection criteria for an application acceleration & bandwidth Optimization solution for DC & DR networks. The proposed OEM should be in the leaders’ quadrant in the Gartner report of year 2016 for WAN Optimization. The solution should be appliance based with following specifications:

3 The WAN Optimization devices for DC and DR should be able to support 1 Gbps of optimized throughput and should be able to support minimum 100000 optimized TCP connections

4

The solution should provide 2 nos. of WAN optimizers each in DC & DR. Both the WAN optimizer should work in active-active mode, so that it support WAN throughput of 2Gbps in DC and 2 Gbps in DR

5 It should have 4x1Gig copper & 2x10Gig SR ports with SFP with redundant power supply from day one.

6 It should have 2.5TB of storage with at least 48GB of RAM

7 Application Support

8 The solution should be capable to optimize replication/ user traffic for database like Microsoft SQL and Oracle.

Page 131 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance

(Yes/No)

9 The Solution should be able to optimize all versions of CIFS Traffic and Signed SMB Traffic (with encryption enabled) including SMB V3 with encryption enabled.

10 The solution should be able to handle optimization of replication solutions such as Oracle Data Guard/SRDF/A, Snapmirror, etc.

11 HTTP Acceleration – The WAN optimization device must address latency and protocol chattiness issues that affect HTTP/web application performance.

12 The solution should be able to optimize SSL/HTTPS traffic.

13 The private keys of certificate authorities or any other sensitive entities should not be stored in the branch office appliance.

14

The solution should be able to support/maintain the security of data sent through SSL by ensuring that any data that is decrypted as a result of the HTTPS optimization process is protected either through disk based encryption or proprietary technology.

15 The solution should support Lotus Notes based mails optimization.

16 The solution should provide license based MAPI protocol acceleration & optimisation

17 The solution should support acceleration & optimisation for Video streaming (both Live and VoD)

18 Solution should be transparent so that it can work with the existing Firewall, ACL, IPSEC & other security solution which is in place for WAN.

19 The solution should have certification from Industry Standard Bodies/Government Bodies like ISO and BIS

20 There should be bypass solution for all these devices so that in case of device failure traffic is not affected on transit.

21 Solution should support full stack of applications running through TCP/IP stack

22 Compression and Data Reduction

23

The solution must be flexible and support a number of different data reduction approaches, including disk-based data deduplication, memory-only data deduplication, and LZ compression (or equivalent) approaches. The device must be able to simultaneously apply both disk and memory-based data reduction algorithms to different traffic flows on a per-connection basis.

24

The solution must be able to use rule-based policies to apply each of the above data reduction approaches to Disaster Recovery traffic flows. Policies must be applicable on a per-connection basis.

25 The solution should support encryption for its disk-based data store, in order to minimize security issues.

26 Network Integration

Page 132 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Technical Specifications Compliance

(Yes/No)

27 The solution should be deployable in both inpath & out-of-path deployment through WCCP or PBR

28 Should support for environments with redundant WAN links.

29

The solution should support auto discovery of remote peer devices and dynamically detect the presence of any other WAN optimization devices. Optimization should automatically be triggered upon discovery, without administrator intervention

30 The solution should be able to optimize traffic without using tunnels in order to provide visibility across WAN.

31 The solution should be able to automatically optimize traffic without identification and configuration of host subnets.

32 The solution should be able to dynamically adjust WAN bandwidth and should not require configuration of interface WAN bandwidth to optimize traffic.

33

The solution should integrate transparently into the existing routing infrastructure and completely transparent to existing routing protocols (e.g., OSPF, RIP, BGP, etc.). All routing functions, including “dynamic path selection” or any other network routing decisions, must remain the responsibility of the router

34 Management and Reporting

35 The solution must support a web-based GUI

36 The solution must support SSL and SSH for access to the management web GUI.

37 The solution should support alerting notifications through SNMP traps, SMTP email, and remote syslog

38 The solution should present reporting information on an hourly, daily, weekly, or monthly basis

39 The solution should clearly distinguish between reporting for optimized traffic and unoptimized traffic flows

40 The web GUI should report on data reduction achieved, by percentage , for each application, end-user and TCP connection

41 The web GUI should provide an overall traffic profile and summary, giving the overall byte-count and traffic percentage of each application type seen for a defined time period

42 The solution must have central management tool for configuration, management and reporting

43 Bidder need to propose 1 qty of Centralized Management appliance each in DC & DR.

Page 133 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure-11 of Part 5 (Functional Specifications)

(Per unit specs)

Item No 11.1:- Technical Specifications for Firewall & Intrusion Prevention System in DR Note: The firewall devices as per the below specifications has to be supplied by the Bidder B1 incase the backlining of the DR Checkpoint Firewall devices with OEM with all kinds of support like hardware/software/engineering/ middleware/security support etc cannot be extended till contract duration by the Bidder B1 Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Cisco in DR)

S.No Technical Specifications Compliance (Yes/No)

1 Industry Certifications and Evaluations

1.1 The Firewall OEM offered must be rated as ‘leaders’ in the Magic Quadrant for Network Firewall published by Gartner for either one of the year 2019 or 2020.

2 Hardware Architecture

2.1 The appliance based security platform shall be capable of providing firewall, application visibility, IPS functionality, Malware Protection and URL filtering in a single appliance.

2.2

The appliance shall have atleast 16 x 1/10 Gigabit Ethernet ports (SFP+) populated with 12 numbers of 10Gig SR Fiber ports/transceivers & 4 numbers of 1Gig copper ports from day 1. The propose 16 SFP+ slot should be capable to support 1Gig as well as 10 Gig Fiber transceivers/ports, so that Bank has flexibility to use any type of transceivers/ports based on it requirement. If propose firewall doesn't support both 1Gig and 10Gig fiber transceivers/ports on same module/card then bidder need to provide both 12 nos of 10Gig SR transceivers as well 8 nos of 1Gig copper ports from day 1. Firewall should be capable to support 4 numbers of 40Gig ports in additional to above mentioned ports whenever required in future. Bidder to supply four spare of 1Gig copper ports/transceivers from day one in additional to above mentioned ports. So total 12 nos of 10Gig SR transceivers/ports and 8 nos of 1Gig copper ports required from day 1 including four nos of 1Gig copper ports as spares.

2.3 The Firewall shall be Hardware based, Reliable, purpose-built security appliance with hardened operating system supporting State full policy inspection technology.

2.5 The appliance shall have built in redundant power supply

2.6 Appliance shall have dedicated Out of Band management port and HA port

3 Performance & Scalability

3.1 Shall support 15 Gbps of Threat performance throughput (which includes Firewall, Application Visibility and IPS).

Page 134 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Cisco in DR)

S.No Technical Specifications Compliance (Yes/No)

And Shall support atleast 7 Gbps of Threat Protection for real world TCP Average Packet Size (not UDP throughput) performance throughput (which includes all features mentioned in RFP specifications that is Firewall, Application Visibility, IPS, Malware Protection and URL filtering. Bidder should furnish the published document for the above clause, in case such published document is not available, bidder should submit letter from their OEM in this regards. Letter of OEM should be signed by their product head of the proposed device. Bank, at its own discretion may enable various security features on device at different point of time. The threat prevention real world throughput of the device should not go below 7 Gbps after enabling all the asked features. In case the product proposed model/solution doesn’t meet the performance requirement (e.g. throughput, concurrent sessions, connections per second etc.) of bank’s setup during the contract period, Bidder has to arrange alternate product of similar or higher capacity without any additional cost to bank.

3.2 Firewall shall support at least 8 million concurrent sessions.

3.3 shall support at least 2,00,000 connections per second

3.4 shall support at least 1000+ VLANs

4 Features

4.1

Solution must be capable of gathering information about network hosts and their activities, to assist with multiple activities, such as intrusion event data correlation, elimination of false positives, and policy compliance.

4.2 shall support creating access-rules for IPv4 & IPv6 from Day one.

4.3 shall support operating in routed & transparent mode

4.4 Shall support Static, RIP, OSPF, OSPFv3 and BGP

4.5 shall support static NAT, dynamic NAT, PAT

4.6 Firewall should support Nat66 (IPv6-to-IPv6), Nat 64 (IPv6-to-IPv4) & Nat46 (IPv4-to-IPv6) functionality

4.7 Firewall should support Multicast protocols like IGMP, PIM, etc

4.8 Shall support security policies based on security group names in source or destination fields or both

4.9 Shall support capability to limit bandwidth on basis of apps / groups, Networks / Geo, Ports, etc

4.10 Shall be capable of dynamically tuning IDS/IPS sensors (e.g., selecting rules, configuring policies, updating policies, etc.) with minimal human intervention.

4.11 Shall be capable of automatically providing the appropriate inspections and protections for traffic sent over non-standard communications ports.

Page 135 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Cisco in DR)

S.No Technical Specifications Compliance (Yes/No)

4.12

Shall be able to link Active Directory and/or LDAP usernames to IP addresses related to suspected security events. The appliance must support minimum 70,000 users & devices and should be scalable to support 1,00,000 users & devices.

4.13 Shall be capable of detecting and blocking IPv6 attacks.

4.14 The centralized management platform must not have any limit in terms of handling logs per day

4.15 Solution should be able to provide insights of hosts/user on basis of indication of compromise, any license required for this to be included from day one.

4.16 The solution must provide IP reputation feed that comprises of several regularly updated collections of poor reputation of IP addresses determined by the proposed security vendor

4.17 Solution must support in-house IP reputation intelligence feeds and also proposed vendor threat intelligence should have global integration with leading security vendors.

4.18 Shall support URL and DNS threat intelligence feeds to protect against threats

4.19 Shall support Reputation- and category- based URL filtering offering comprehensive alerting and control over suspect web traffic and enforces policies.

4.20 Shall support safe search e.g. YouTube EDU enforcement

4.21 Solution must be capable of passively gathering details unique to mobile devices traffic to identify a wide variety of mobile operating systems and mobile applications accessing internet.

4.22 Shall support more than 2000 application layer and risk-based controls that can invoke tailored intrusion prevention system (IPS) threat detection policies to optimize security effectiveness.

4.23 Proposed OEM must have its own threat intelligence analysis center and shall use the global footprint of security deployments for more comprehensive network protection.

4.24

The detection engine shall support capability of detecting and preventing a wide variety of threats (e.g., malware, network probes/reconnaissance, VoIP attacks, buffer overflows, P2P attacks, etc.).

4.25 Shall be able to identify attacks based on Geo-location and define policy to block on the basis of Geo-location

4.26 The detection engine shall support the capability of detecting variants of known threats, as well as new threats

4.27 Solution shall have capability of providing network-based detection of malware by checking the disposition of known files using the SHA-256 file-hash or equivalent as they transit the network

4.28 Solution shall have the capability (day 1) to do dynamic analysis of files on-premise, on purpose built-appliance (sandbox)

Page 136 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Cisco in DR)

S.No Technical Specifications Compliance (Yes/No)

4.29

Bank is currently using Sandbox appliance of Checkpoint TE-1000 X in DR. Bidder can use existing sandbox appliance or can propose new sandbox appliance. If Bidder is using existing sandbox appliance in DR then they need to integrate the propose DR firewalls with existing Checkpoint sandbox appliance.

4.30

If bidder is proposing new Sandbox appliance then it should be in High Availability and each appliance should have 4*1/10G ports loaded with 4 numbers of 10 Gig SR Multimode ports/transceivers on board (sandbox) & integrated redundant power supply from day 1.

4.31

The detection engine must incorporate multiple approaches for detecting threats, including at a minimum exploit-based signatures, vulnerability-based rules, protocol anomaly detection, and behavioural anomaly detection techniques. The engine should be able to initiate suitable prevention action after detection of the threats. Identify and explain each type of detection and prevention mechanism supported.

4.32

The solution must have content awareness with comprehensive file detection policies and blocking of files by types, protocols and directions. - Protocols and Features (Included, but not limited to): IP, DNS, VLAN, IMAP, TCP, RPC,MPLS, SMB, ICMP, HTTP, FTP, Telnet, SMTP, UDP, Email, Script, Syslog, SNMP etc - Direction: Upload, Download, Both - File Types: Office Documents, Archive, Multimedia, Executable, PDF, Encoded, Graphics, and System Files.

4.33 Shall allow creation of custom application ID

4.34 Solution shall support Actions (indicative) as Block, Permit, Log, Alert, Notify, Clear existing hang connections, Email, Quarantine (using NAC or End point solution), Rate Limit.

4.35

The solution shall have facility to enable/disable each individual signature. Each signature shall allow granular tuning. The solution shall support granular management. Shall allow policy to be assigned on basis of device, port, VLAN tag, IP address/range.

4.36 System shall have built-in high availability (HA) features without extra cost/license or hardware component

4.37 High Availability Configurations shall support Active/Active or Active/ Passive Clustering

4.38

Bank is currently using Centralized Management appliance of Checkpoint Smart 1 405 & 410 in DR. Bidder can use existing management appliance or can propose new management appliance. If Bidder is using existing management appliance in DR then they need to integrate the propose DR firewalls with existing Checkpoint management appliance.

Page 137 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Technical Specifications for Firewall and IPS Device (bidder should not quote M/s Cisco in DR)

S.No Technical Specifications Compliance (Yes/No)

4.39

If bidder is proposing new centralized management hardware appliance, then it should be proposed in high availability (HA) to manage the propose firewall. Proposed management solution shall have simplified policy management and device provisioning. Each proposed appliance should have total internal/system/log storage of 960GB or higher from day 1.

4.40 Each new management appliance should have 2 x 10G SR Multimode ports/transceivers and integrated redundant power supply from day one

Page 138 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

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

TABLE OF FORMATS:

Format No. Topic

6.1.1 (a) Bid Form (Technical Bid) – to be submitted by Bidder B1

6.1.1 (b) Bid Form (Technical Bid) – to be submitted by Bidder B2

6.1.2 Bid Form (Price Bid)

6.2 Non-Disclosure Agreement

6.3 Price Schedule - Schedule For Annual Maintenance Cost And Facility Management Service Cost

6.4 Bid Security Declaration Form

6.5 Contract Form

6.6 Format Of Contract Performance Bank Guarantee /Security

6.7 Manufacturers'/Producers’ Authorization Form

6.8 Proforma Of Certificate For Issue By The Purchaser After Successful Commissioning Of The Solution

6.9 Organisational Profile

6.10 Service Support Details Form

6.11 Bill Of Material

6.12 Undertaking For Support Services

6.13 Conformity To Eligibility Criteria

6.14 Compliance Statement

6.15 Unconditional Acceptance Of The Terms & Conditions Of The RFP

6.16 Checklist

6.17 Business Rules And Terms & Conditions Of Reverse Auction

6.18 Pre-Contract Integrity Pact

6.19 NPA Undertaking

6.20 Bank / Payment Details from Bidder

6.21 Bank Guarantee for Advance Payment

6.22 Litigation Certificate

6.23 Certificate for Local Content

6.24 Self-Certification regarding Local Content (LC) for Telecom Products

6.25 Format of Certificate for Tenders for Works under Rule 144 (xi) in the General Financial Rules (GFRs), 2017

6.26 Undertaking for Information Security Compliance

6.27 Know your employee (KYE) Compliance

6.28 Software/Solutions Integrity Certificate

6.29 Undertaking for Source Code and Application Security Testing

Page 139 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT – 6.1.1 (a) – To be submitted by Bidder B1

BID FORM (TECHNICAL BID)

(to be included in Technical Bid Envelope)

Date: ..............................

To:

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Reg.: Procurement, Annual Maintenance Support, Facility Management of

New Network Devices and Annual Maintenance Support, Facility Management

of Existing Network Devices of Bank’s Data Center (DC), Disaster Recovery

Site (DR) & Near Site (NR) with deployment of Software Defined Networking

(SDN) Solution

Ref: No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated

23/02/2021

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

Having examined the Bidding Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer the new network devices (closed specifications)

for DC, DR and Near Site and Annual Maintenance Support of existing and new network

devices (except backlining of new network devices of open specifications) with Facility

Management for existing and new network devices of Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking

(SDN) Solution, in conformity with the said Bidding documents.

We undertake, if our Bid is accepted, to deliver, install and commission the Solution in

accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10

percent of the Contract Price for the due performance of the Contract, in the form prescribed

by the Bank.

We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us.

Page 140 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Until a formal contract is prepared and executed, this Bid, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract

between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force in

India namely “Prevention of Corruption Act 1988”.

We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ....... day of ............................ 2021

(Signature) (Name) (In the capacity of)

Duly authorised to sign Bid for and on behalf of _________________________________

Page 141 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT – 6.1.1 (b) – To be submitted by Bidder B2

BID FORM (TECHNICAL BID)

(to be included in Technical Bid Envelope)

Date: ..............................

To:

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Reg.: Procurement, Annual Maintenance Support, Facility Management of

New Network Devices and Annual Maintenance Support, Facility Management

of Existing Network Devices of Bank’s Data Center (DC), Disaster Recovery

Site (DR) & Near Site (NR) with deployment of Software Defined Networking

(SDN) Solution

Ref: No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated

23/02/2021

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

Having examined the Bidding Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer the new network devices (open specifications)

for DC, DR and Near Site and backlining of new network devices (open specifications) with

Facility Management for new network devices (open specifications) of Bank’s Data Center

(DC) / Disaster Recovery Site (DR) / Near Site (NR) for Bank’s Data Center (DC)/Disaster

Recovery Site (DR) / Near Site (NR), in conformity with the said Bidding documents.

We undertake, if our Bid is accepted, to deliver, install and commission the Solution in

accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10

percent of the Contract Price for the due performance of the Contract, in the form prescribed

by the Bank.

We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us.

Until a formal contract is prepared and executed, this Bid, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract

between us.

Page 142 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force in

India namely “Prevention of Corruption Act 1988”.

We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ....... day of ............................ 2021

(Signature) (Name) (In the capacity of)

Duly authorised to sign Bid for and on behalf of

_________________________________

Page 143 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT – 6.1.2

BID FORM (PRICE BID)

(to be included in Price Bid Envelope)

Date :..............................

To:

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Reg.: Procurement, Annual Maintenance Support, Facility

Management of New Network Devices and Annual Maintenance

Support, Facility Management of Existing Network Devices of

Bank’s Data Center (DC), Disaster Recovery Site (DR) & Near Site

(NR) with deployment of Software Defined Networking (SDN)

Solution

Ref: No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021

Dated 23/02/2021

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

Having examined the Bidding Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to supply and deliver the captioned solution,

in conformity with the said Bidding documents as may be ascertained in accordance

with the schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver, install and commission the system in

accordance with the delivery schedule specified in the Schedule of Requirements. If

our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10

percent of the Contract Price for the due performance of the Contract, in the form

prescribed by the Bank.

We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid which shall remain binding upon us. Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force

in India namely “Prevention of Corruption Act 1988”. We understand that you are not

bound to accept the lowest or any Bid you may receive.

Dated this ....... day of ............................ 2021

_________________________________________________________________

(Signature) (Name) (In the capacity of)

Duly authorised to sign Bid for and on behalf of

________________________

Page 144 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.2

NON-DISCLOSURE AGREEMENT

(to be submitted on Stamp Paper)

WHEREAS, we, ________________________________________, having

Registered Office at __________________________________, hereinafter referred to as

the COMPANY, are agreeable for offering new network devices and Annual Maintenance

support of existing Network Devices for Bank’s DC, DR and Near Site for Bank of India,

having its registered office at Star House, C-5, G Block, Bandra Kurla Complex, Mumbai –

400 051, hereinafter referred to as the BANK and, WHEREAS, the COMPANY understands

that the information regarding the Network devices for DC, DR and Near Site shared by the

BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and

WHEREAS, the COMPANY understands that in the course of submission of the offer for the

network devices for DC, DR and Near Site and/or in the aftermath thereof, it may be

necessary that the COMPANY may perform certain jobs/duties on the Bank’s properties

and/or have access to certain plans, documents, approvals or information of the BANK;

NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of

the following conditions, in order to induce the BANK to grant the COMPANY specific

access to the BANK’s property/information

The COMPANY will not publish or disclose to others, nor, use in any services that the

COMPANY performs for others, any confidential or proprietary information belonging to the

BANK, unless the COMPANY has first obtained the BANK’s written Authorisation to do so;

The COMPANY agrees that notes, specifications, designs, memoranda and other data

shared by the BANK or, prepared or produced by the COMPANY for the purpose of

submitting the offer to network devices for DC, DR and Near Site, will not be disclosed to

during or subsequent to submission of the offer to the BANK, to anyone outside the BANK

The COMPANY shall not, without the BANK’s written consent, disclose the contents of this

Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern,

sample or information (to be) furnished by or on behalf of the BANK in connection therewith,

to any person(s) other than those employed/engaged by the COMPANY for the purpose of

submitting the offer to the BANK and/or for the performance of the Contract in the aftermath.

Disclosure to any employed/engaged person(s) shall be made in confidence and shall

extend only so far as necessary for the purposes of such performance.

Authorised Signatory

Name:

Designation:

Office Seal:

Place:

Date:

Page 145 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT – 6.3

Price Schedule

Part I

(Include in Price Bid Only – Not to be included in Technical Bid)

Table-A (New Network Devices - Open Specifications) – Applicable for Bidder B2 (in rupees)

S.No

Name of the Items Model Qty at DC

Qty at

BKC

Qty at

New DC

Qty at DR

Qty at NR

Unit Price

(with two years

warranty) (₹)

Total Cost (with two

years warrant

y) (₹)

1 Core Routers as per specs mentioned in Item No. 2.1 of Annexure 2 of Part 5

As per specificat

ions 2 0 0 2 0

2

Routers at NR & New DC as per specs mentioned in Item No. 2.2 of Annexure 2 of Part 5

As per specificat

ions 0 0 2 0 2

3 Firewall/IPS as per specs mentioned in Item No. 7.1 of Annexure 7 of Part 5

As per specificat

ions 6 2 2 0 2

4

Contact Center Solution along with IP phones as per specs mentioned in Item No. 8.1 of Annexure 8 of Part 5

As per specificat

ions 1 0 0 1 0

5

Global Server Load balancer (GSLB) Solution as per specs mentioned in Item No. 9.1 of Annexure 9 of Part 5

As per specificat

ions 1 0 0 1 0

6

WAN Optimizer devices as per specs mentioned in Item No. 10.1 of Annexure 10 of Part 5

As per specificat

ions 2 0 0 2 0

Total (A)

Page 146 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Table-B (New Network Devices - Closed Specifications) - Applicable for Bidder B1 Cost of Hardwares/ Modules/ Transceivers: (in rupees)

S.No Name of the Items Model Qty at DC

Qty at

New DC

Qty at DR

Qty at NR

Unit Price

(with two years

warranty) (₹)

Total Cost (with two

years warranty

) (₹)

1

DC/DR VPN Routers as per specs mentioned in Item No. 1.1 of Annexure 1 of Part 5

Cisco ASR1001-

HX 4 0 4 0

2

DC/DR SDWAN Routers as per specs mentioned in Item No. 1.2 of Annexure 1 of Part 5

Cisco ASR1001-

HX 2 0 1 0

3

Nexus N9K-C9364C-GX as per specs mentioned in Item No. 3.1 of Annexure 3 of Part 5

N9K-C9364C-

GX 2 2 2 0

4

Nexus N9K-C9332C as per specs mentioned in Item No. 3.2 of Annexure 3 of Part 5

N9K-C9332C

2 0 2 0

5

Nexus 93360YC-FX2 as per specs mentioned in Item No. 3.3 of Annexure 3 of Part 5

Nexus 93360YC-

FX2 12 6 10 2

6

Nexus 93180YC-FX3 as per specs mentioned in Item No. 3.4 of Annexure 3 of Part 5

Nexus 93180YC-

FX3 4 2 8 0

7

Nexus 93216TC-FX2 as per specs mentioned in Item No. 3.5 of Annexure 3 of Part 5

Nexus 93216TC-

FX2 4 0 2 0

8

Cisco Nexus C93108TC-FX as per specs mentioned in Item No. 3.6 of Annexure 3 of Part 5

Nexus C93108TC

-FX 0 2 0 0

9

Cisco IPN Switches as per specs mentioned in Item No. 3.7 of Annexure 3 of Part 5

Nexus 93180YC-

FX3 4 4 0 2

10

1 Gig Copper Transceivers as per specs mentioned in Item No. 4.1 of Annexure 4 of Part 5

GLC-TE= 0 30 34 0

Page 147 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Name of the Items Model Qty at DC

Qty at

New DC

Qty at DR

Qty at NR

Unit Price

(with two years

warranty) (₹)

Total Cost (with two

years warranty

) (₹)

11

1 Gig Multimode Fiber Transceivers as per specs mentioned in Item No. 4.2 of Annexure 4 of Part 5

GLC-SX-MMD=

2 0 0 10

12

10 Gig Multimode Fiber Transceivers as per specs mentioned in Item No. 4.3 of Annexure 4 of Part 5

SFP-10G-SR-S=

40 106 30 2

13

10 Gig Singlemode Fiber Transceivers as per specs mentioned in Item No. 4.4 of Annexure 4 of Part 5

SFP-10G-LR=

4 4 4 4

14

Cisco ISR4451 Router - 1 Gig Interface Module as per specs mentioned in Item No. 5.1 of Annexure 5 of Part 5

As per Specificati

ons 2 0 0 0

15

Cisco ISR4451 Router – 1Gig and 10 Gig Interface Module as per specs mentioned in Item No. 5.2 of Annexure 5 of Part 5

As per Specificati

ons 4 0 4 0

16

Cisco ISR4451 Router - Redundant Power Supply as per specs mentioned in Item No. 5.3 of Annexure 5 of Part 5.

As per Specificati

ons 2 0 2 0

17

Cisco Firepower 4110 - 1/10 Gig Interface Module as per specs mentioned in Item No. 5.4 of Annexure 5 of Part 5

As per Specificati

ons 2 0 0 0

18

Cisco Nexus 9504 Switch - 40/100 Gig Interface Module as per specs mentioned in Item No. 5.5 of Annexure 5 of Part 5

As per Specificati

ons 2 0 2 0

19

Cisco APIC Controller - Redundant Power Supply as per specs mentioned in Item No. 5.6 of Annexure 5 of Part 5

As per Specificati

ons 3 0 0 0

20

Checkpoint 23500 & 15600 Firewall - 10 Gig transceivers as per specs mentioned in Item No. 5.7

As per Specificati

ons 0 0 44 0

Page 148 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Name of the Items Model Qty at DC

Qty at

New DC

Qty at DR

Qty at NR

Unit Price

(with two years

warranty) (₹)

Total Cost (with two

years warranty

) (₹)

of Annexure 5 of Part 5 (If ordered by Bank)

21

F5 i5800 Load balancer - 10 Gig transceivers as per specs mentioned in Item No. 5.8 of Annexure 5 of Part 5

F5-UPG-SFP+-R

4 0 4 0

22

DC/DR Cisco APIC Cluster as per specs mentioned in Item No. 6.1 of Annexure 6 of Part 5

APIC-CLUSTER

-L3 0 1 1 0

23

DC/DR Cisco APIC Cluster as per specs mentioned in Item No. 6.2 of Annexure 6 of Part 5

APIC-CLUSTER

-M3 1 0 1 0

24

DC/DR Cisco Service Engine Cluster as per specs mentioned in Item No. 6.3 of Annexure 6 of Part 5

SE-CL-L3 1 0 1 0

Total (B-i)

Cost of Softwares/ Licenses: (In rupees)

S.No Name of the Items Model Qty at DC

Qty at

New DC

Qty at DR

Qty at NR

Unit Price (for one year warranty/support)

(₹)

Total Cost (for

five years

warranty/support

) (₹)

1

Nexus 93180YC-FX switch - Upgrade of existing ACI Essential License as per specs mentioned in Item No. 5.9 of Annexure 5 of Part 5

As per Specificati

ons 7 0 6 1

2

Nexus 93180YC-FX switch - ACI License as per specs mentioned in Item No. 5.10 of Annexure 5 of Part 5

As per Specificati

ons 6 0 2 0

Page 149 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.No Name of the Items Model Qty at DC

Qty at

New DC

Qty at DR

Qty at NR

Unit Price (for one year warranty/support)

(₹)

Total Cost (for

five years

warranty/support

) (₹)

3

Cisco ASR1001 HX Router - SDWAN License of Aggregate Bandwidth of 20 Gig as per specs mentioned in Item No. 5.11 of Annexure 5 of Part 5 (if ordered by Bank)

As per Specificati

ons 1 0 0 0

4

Cisco ASR1001 HX Router - SDWAN License of Aggregate Bandwidth of 5 Gig as per specs mentioned in Item No. 5.12 of Annexure 5 of Part 5 (if ordered by Bank)

As per Specificati

ons 1 0 0 0

5

Cisco Nexus 9504 Switch - MAC Sec License as per specs mentioned in Item No. 5.13 of Annexure 5 of Part 5 (If ordered by Bank)

As per Specificati

ons 1 0 0 0

6

Cisco Nexus 9K Leaf Switches – MAC Sec License as per specs mentioned in Item No. 5.14 of Annexure 5 of Part 5 (If ordered by Bank)

As per Specificati

ons 1 0 0 0

7

License for existing Cisco IP Phones as per specs mentioned in Item No. 5.15 of Annexure 5 of Part 5 (if ordered by Bank)

As per Specificati

ons 1 0 0 0

Total (B-ii)

Grand Total (B) (B-i)

+(B-ii)

All the vendors should note that they have to quote for all the components

as mentioned above even if bank already holds some of them. L-1 will be

evaluated based on all the mentioned components only. Bank has the

discretion to place the order to the selected vendor by excluding any of

the components.

Important Notes:

1. AMC charges to be given in the prescribed format separately.

Page 150 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

2. Bidder need to provide all the power cords of proposed devices/ equipments

which are compatible with the existing DC/New DC/DR/NR power equipments

(with C13-C14 / C19-C20 Connectors for DC/NR/New DC and for DR site

Indian type Power chords (5 amps/15 amps)/ C13-C14 connectors).

3. All the proposed network devices in response of this RFP should be

integrated with existing solutions in Bank e.g. SIEM tool (IBM Q Radar), Arcos

PIM Solution, TACACS+, Trend Micro APT solution (IMSVA), Active

Directory, Anti-virus server, Syslog server, HP NNMI, HP Service Manager,

HP NA, HP Asset Manager, BMC Remedy ITSM, BMC Trueisght Network

Automation, Entuity Network Analytics, BMC Truesight Capacity

Optimization, BMC Discovery, BMC Client Management, BMC Atrium CMDB,

BMC Client Management, Solarwinds etc and any other solutions in the

future.

4. The total price quoted must be inclusive of cost of providing hardware,

services for installation, testing and commissioning of the Solution and

support, all applicable taxes, duties, levies, charges etc. with applicable

warranty, as also cost of incidental services such as transportation,

insurance, training etc., but exclusive of GST and/or other taxes (if

applicable).

5. Vendor shall be responsible for obtaining necessary clearance/approval from

the local sales tax authorities (at destination place) (if applicable).

6. In case of discrepancy between figures and words, the amount in words shall

prevail.

7. No increase in costs, duties, levies, taxes, charges, etc., irrespective of

reasons (including exchange rate fluctuations, etc.) whatsoever, shall be

admissible during the currency of the Contract.

8. Two L1 bidders (B1 and B2) shall be declared separately as per format

6.3 Part V (Bidder B1) and Part VI (Bidder B2).

Signature of Bidder: ______________________

Name: __________________________________

Business address: ________________________

Page 151 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.3 (Continued)

Part II

SCHEDULE FOR ANNUAL MAINTENANCE COST

Backlining and Annual Maintenance Services during Contract Period for

hardware and software

(Include in Price Bid Only - Not to be included in Technical Bid)

Table-A - Backlining cost of Open Specifications New Network Devices with OEM (Applicable for Bidder B2) (Backlining cost for three years post two year warranty) (in rupees)

Sr. No.

Part No Description Total

Quantity

Unit

Price (₹)

Total Price per Annum

(₹)

Backlining cost for

three

years (₹)

1 Core Routers as per specs mentioned in Item No. 2.1 of Annexure 2 of Part 5

4

2 Routers at NR & New DC as per specs mentioned in Item No. 2.2 of Annexure 2 of Part 5

4

3 Firewall/IPS as per specs mentioned in Item No. 7.1 of Annexure 7 of Part 5

12

4 Contact Center Solution as per specs mentioned in Item No. 8.1 of Annexure 8 of Part 5

2

5 Global Server Load balancer (GSLB) Solution as per specs mentioned in Item No. 9.1 of Annexure 9 of Part 5

2

6 WAN Optimizer Devices as per specs mentioned in Item No. 10.1 of Annexure 10 of Part 5

4

Total (C)

Page 152 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Table-B – AMC Cost of Open Specifications New Network Devices (Applicable for Bidder B1) (AMC cost for five years except the backlining of equipments with OEM) (in rupees)

Sr. No.

Part No Description Total

Quantity

Unit

Price (₹)

Total Price per Annum

(₹)

AMC cost for

five

years (₹)

1 Core Routers as per specs mentioned in Item No. 2.1 of Annexure 2 of Part 5

4

2 Routers at NR & New DC as per specs mentioned in Item No. 2.2 of Annexure 2 of Part 5

4

3 Firewall/IPS as per specs mentioned in Item No. 7.1 of Annexure 7 of Part 5

12

4 Contact Center Solution as per specs mentioned in Item No. 8.1 of Annexure 8 of Part 5

2

5 Global Server Load balancer (GSLB) Solution as per specs mentioned in Item No. 9.1 of Annexure 9 of Part 5

2

6 WAN Optimizer Devices as per specs mentioned in Item No. 10.1 of Annexure 10 of Part 5

4

Total (D)

Page 153 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Table-C – AMC Cost of Closed Specifications New Network Devices (Applicable for Bidder B1) (AMC for three years post two years warranty) (in rupees)

Sr. No.

Part No Description Total

Quantity

Unit Price

(₹)

Total Price per

Annum (₹)

AMC Price

for three years

(₹)

1 DC/DR VPN Routers as per specs mentioned in Item No. 1.1 of Annexure 1 of Part 5

1.1 CON-SNTP-ASR1XH11

SNTC-24X7X4 Cisco ASR1001-HX Sys

8

1.2 CON-SNTP-SLASR1AM

SNTC-24X7X4 Cisco ASR 1000 Advanced

Enterprise Ser 8

1.3 CON-SNTP-ASRIPSHW

SNTC-24X7X4 Cisco ASR1001-HX Crypto

Module with no d 8

1.4 CON-SNTP-FLSA1HGG

SNTC-24X7X4 Crypto throughput upgrade from

8G to 16G 8

1.5 CON-SNTP-FLSA1H8G

SNTC-24X7X4 Crypto throughput License for

ASR1001-HX 8

1.6 CON-SNTP-FLSASR11 SNTC-24X7X4 SW

Redundancy License for ASR1000

8

1.7 CON-SNTP-FLSASRFW

SNTC-24X7X4 FW License for ASR1000 8

1.8 CON-SNTP-FLSASRIP

SNTC-24X7X4 Flex. Pack. Insp License for

ASR1000 8

1.9 CON-SNTP-MASRX16B

SNTC-24X7X4 Cisco ASR1001-HX 16G 8

1.10 CON-SNTP-FLSA1FHX SNTC-24X7X4 ASR1000-

HX Built-In 8

1.11 CON-SNTP-FLSA1LHX SNTC-24X7X4 ASR1000-HX Built-In 10GE 2-port

License 8

2 DC/DR SDWAN Routers as per specs mentioned in Item No. 1.2 of Annexure 1 of Part 5

2.1 CON-SSSNP-ASRN101H

SOLN SUPP 24X7X4 Cisco ASR 1001-HX, 4x10GE+4x1GE, Dual PS

3

Page 154 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No.

Part No Description Total

Quantity

Unit Price

(₹)

Total Price per

Annum (₹)

AMC Price

for three years

(₹)

2.2 CON-SSSNP-MASRX16B

SOLN SUPP 24X7X4 Cisco ASR1001-HX 16G 3

2.3 CON-SSSNP-ASRIPSHW

SOLN SUPP 24X7X4 Cisco ASR1001-HX Crypto Module with no d

3

3 Nexus N9K-C9364C-GX as per specs mentioned in Item No. 3.1 of Annexure 3 of Part 5

3.1 CON-SSSNP-N9KC93CG

SOLN SUPP 24X7X4 Nexus 9K ACI NX-OS Leaf/Spine, 64p 40/

6

4 Nexus N9K-C9332C as per specs mentioned in Item No. 3.2 of Annexure 3 of Part 5

4.1 CON-SSSNP-N9KC9332

SOLN SUPP 24X7X4 Nexus 9K ACI NX-OS Spine, 32p 40/100G

4

5 Nexus 93360YC-FX2 as per specs mentioned in Item No. 3.3 of Annexure 3 of Part 5

5.1 CON-SSSNP-N9KC933F

SOLN SUPP 24X7X4 Nexus 9300 with 96p

10/25G SFP+, 6p 100G 30

6 Nexus 93180YC-FX3 as per specs mentioned in Item No. 3.4 of Annexure 3 of Part 5

6.1 CON-SSSNP-N9KC93S1

SOLN SUPP 24X7X4 Nexus 9300 with 48p

14

7 Nexus 93216TC-FX2 as per specs mentioned in Item No. 3.5 of Annexure 3 of Part 5

7.1 CON-SSSNP-N9KC932T

SOLN SUPP 24X7X4 Nexus 9300 with 96p

10G-T, 12p 100G QSFP 6

8 Nexus C93108TC-FX as per specs mentioned in Item No. 3.6 of Annexure 3 of Part 5

8.1 CON-SSSNP-N93TCFX

SOLN SUPP 24X7X4 Nexus 9300 with 48p

2

9 Cisco IPN Switches as per specs mentioned in Item No. 3.7 of Annexure 3 of Part 5 (Nexus 93180YC-FX3)

Page 155 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No.

Part No Description Total

Quantity

Unit Price

(₹)

Total Price per

Annum (₹)

AMC Price

for three years

(₹)

9.1 CON-SSSNP-N9KC93X3

SOLN SUPP 24X7X4 Nexus 9300 48p

1/10/25G, 6p 40/100G, MAC

10

10 1 Gig Copper Transceivers as per specs mentioned in Item No. 4.1 of Annexure 4 of Part 5 (GLC-TE=)

64

11 1 Gig Multimode Fiber Transceivers as per specs mentioned in Item No. 4.2 of Annexure 4 of Part 5 (GLC-SX-MMD=)

12

12 10 Gig Multimode Fiber Transceivers as per specs mentioned in Item No. 4.3 of Annexure 4 of Part 5 (SFP-10G-SR-S=)

178

13 10 Gig Singlemode Fiber Transceivers as per specs mentioned in Item No. 4.4 of Annexure 4 of Part 5 (SFP-10G-LR=)

16

14 Cisco ISR4451 Router - 1 Gig Interface Module as per specs mentioned in Item No. 5.1 of Annexure 5 of Part 5

2

15 Cisco ISR4451 Router – 1Gig and 10 Gig Interface Module as per specs mentioned in Item No. 5.2 of Annexure 5 of Part 5

8

16 Cisco ISR4451 Router - Redundant Power Supply as per specs mentioned in Item No. 5.3 of Annexure 5 of Part 5.

4

17 Cisco Firepower 4110 - 1/10 Gig Interface Module as per specs mentioned in Item No. 5.4 of Annexure 5 of Part 5

17.1 CON-SNTP-F4KNMX1G

SNTC-24X7X4 Cisco FirePower 8 port SFP+ Network Modu

2

18 Cisco Nexus 9504 Switch - 40/100 Gig Interface Module as per specs mentioned in Item No. 5.5 of Annexure 5 of Part 5

4

19 Cisco APIC Controller - Redundant Power Supply as per specs mentioned in Item No. 5.6 of Annexure 5 of Part 5

3

Page 156 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No.

Part No Description Total

Quantity

Unit Price

(₹)

Total Price per

Annum (₹)

AMC Price

for three years

(₹)

20 Checkpoint 23500 & 15600 Firewall - 10 Gig transceivers as per specs mentioned in Item No. 5.7 of Annexure 5 of Part 5

20.1 CPCES-CO-PREMIUM-ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support

44

21 F5 i5800 Load Balancer – 10 Gig transceivers as per specs mentioned in Item No. 5.8 of Annexure 5 of Part 5 (F5-UPG-SFP+-R)

8

22 DC/DR Cisco APIC Cluster as per specs mentioned in Item No. 6.1 of Annexure 6 of Part 5

22.1 CON-SSSNP-APICCLL3

SOLN SUPP 24X7X4 APIC Cluster - Large

2

23 DC/DR Cisco APIC Cluster as per specs mentioned in Item No. 6.2 of Annexure 6 of Part 5

23.1 CON-SSSNP-APICCLM3

SOLN SUPP 24X7X4 APIC Cluster - Medium

2

24 DC/DR Cisco Service Engine Cluster as per specs mentioned in Item No. 6.3 of Annexure 6 of Part 5

24.1 CON-SSSNP-SECLL3 SOLN SUPP 24X7X4 Service Engine Clust

2

Total (E)

Page 157 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Table-D AMC Cost of Existing Network Devices for 5 years (Applicable for Bidder B1) (AMC for five years)

AMC extension of existing below mentioned network devices for five (5) years

period. Though AMC contract with bidder can be entered at the discretion of the bank.

AMC of existing Cisco ISR 4451 Routers: At Data Center (DC) Site:

Sr. No. Name of Item Description Total

Quantity

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco ISR4451-X-Sec/K9 Routers

1.1 CON-SNTP-ISX451-X SNTC-24X7X4 Cisco ISR 4451 Sec b

4

1.2 CON-ECMU-WS2500 SWSS UPGRADES WAAS and VWAAS Right

4

2

AMC for Existing Cisco SD WAN Routers (ISR4451-X/K9)

2.1 CON-SNTP-ISR45XK9

SNTC-24X7X4 Cisco ISR4451 (4GE,3

2

Total (F-i)

At Data Recovery (DR) Site:

Sr. No. Name of Item Description Total

Quantity

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco ISR4451-X-Sec/K9 Routers

1.1 CON-SNTP-ISX451-X SNTC-24X7X4 Cisco ISR 4451 Sec b

4

1.2 CON-ECMU-WS2500 SWSS UPGRADES WAAS and VWAAS Right

4

Page 158 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

2

AMC for Existing Cisco SD WAN Routers (ISR4451-X/K9)

2.1 CON-SNTP-ISR45XK9

SNTC-24X7X4 Cisco ISR4451 (4GE,3

2

Total (F-ii)

AMC of existing F5 I5800 Load Balancer Devices:

Sr. No. Name of Item Description Total

Quantity

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing F5 I5800 Load Balancer devices in DC

1.1 AMC for Existing F5 I5800

Same Day Hardware Shipping Service + Level 1-3 Premium Service for BIG-IP (7x24)- 5 years warranty

2

2 AMC for Existing F5 I5800 Load Balancer devices in DR

2.1 AMC for Existing F5 I5800

Same Day Hardware Shipping Service + Level 1-3 Premium Service for BIG-IP (7x24)- 5 years warranty

2

Total (F-iii)

AMC of existing Checkpoint Devices:

Sr. No.

Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC of Existing CPAP-SG23500-NGTX devices

Page 159 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No.

Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

6

2 CPSB-NGTX-

23500-5Y

Next Generation Threat Prevention & SandBlast (NGXT) Package subscription for 5 Years for 23500 Appliance

6

3 AMC of Existing CPAC-4-10F-B-INSTALL

3.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

18

4 AMC of Existing CPAC-TR-10SR-B

4.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

22

5 AMC of Existing CPAC-RAM48GB-23500

5.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

6

5

AMC of Existing CPAP-NGSM410

5.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

2

6 CPSB-EVS-10-

5Y

SmartEvent and SmartReporter blade for 10 gateways (Smart-1 & Open server) 5 Years Subscription

2

7

AMC of Existing CAPC-Rails-5000

7.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

2

8 AMC of Existing CPAP-SBTE1000X-28VM

8.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 5 years

2

Total (F-iv)

Page 160 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Note: In case the backlining of the DR Checkpoint Firewall devices with OEM cannot be extended for 5 years with all kinds of support like hardware/software/engineering/ middleware/security support etc by the Bidder B1, then the Bidder B1 has to replace the existing Checkpoint Firewalls as per the specifications mentioned in Part 5 Annexure 11 with AMC support till the contract duration. AMC of existing Cisco APIC Controllers:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC of Existing Cisco

APIC Cluster- L3 in DC

1.1 CON-SSSNP-APICCLL3

SOLN SUPP 24X7X4 APIC Cluster - Large

1

Total (F-v)

AMC of existing Cisco Firepower 4110 Expansion Module:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC of Existing 8 Port 1/10Gig Module of Cisco Firepower 4110

1.1 CON-SNTP-F4KNMX1G

SNTC-24X7X4 Cisco FirePower 8 port SFP+ Network Modu

6

Total (F-vi)

AMC of existing Cisco Nexus N9K-C9504 Switches:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco Nexus C1-N9K-C9504-B3-E Switches in DC

1.1 CON-SSSNP-C1N9K4B3

SOLN SUPP 24X7X4 Cisco ONE Nexus 9504 Chassis Bun 1Sup, 3

2

Page 161 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1.2 CON-ECMU-C1F2PNE9

SWSS UPGRADES Cisco ONE Foundation Perpetual Nexus 950

2

2 AMC for Existing Cisco Nexus C1-N9K-C9504-B3-E Switches in DR

2.1 CON-SSSNP-C1N9K4B3

SOLN SUPP 24X7X4 Cisco ONE Nexus 9504 Chassis Bun 1Sup, 3

2

2.2 CON-ECMU-C1F2PNE9

SWSS UPGRADES Cisco ONE Foundation Perpetual Nexus 950

2

Total (F-vii)

AMC of existing Cisco Nexus N9K- C93180YC-FX Switches:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco Nexus N9K-C93180YC-FX Switches in DC

1.1 CON-SSSNP-N93YCFX

SOLN SUPP 24X7X4 Nexus 9300 with 48p

2

2 AMC for Existing Nexus C1-N9K-C93180YC-FX Switches in DC

2.1 CON-SSSNP-C1KCF31C

SOLN SUPP 24X7X4 Cisco ONE Nexus 9300 48p 10/25G SFP+, 6p

4

3 AMC for Existing Cisco Nexus N9K-C93180YC-FX Switches in DR

3.1 CON-SSSNP-N93YCFX

SOLN SUPP 24X7X4 Nexus 9300 with 48p

2

Total (F-viii)

Page 162 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

AMC of existing Cisco Nexus N3K-C3172PQ-10GE Switches: At Data Center (DC) Site:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco Nexus N3K-C3172PQ-10GE Switches

1.1 CON-SNTP-N3172P10

SMARTNET 24*7*4 Nexus 3172P 48 x SFP

4 (F-ix)

At Data Recovery (DR) Site:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco Nexus N3K-C3172PQ-10GE Switches

1.1 CON-SNTP-N3172P10

SMARTNET 24*7*4 Nexus 3172P 48 x SFP

4 (F-x)

AMC of existing Cisco 3850 Switches: At Data Center (DC) Site:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco WS-C3850-24T-E Switches

1.1 CON-SNTP-WSC384TE

SNTC-24X7X4 Cisco Catalyst 3850 24 Port Data IP Serv

10

2 AMC for Existing Cisco WS-C3850-48T-E Switches

2.1 CON-SNTP-WSC388TE

SNTC-24X7X4 Cisco Catalyst 3850 48 Port Data IP Serv

9

3 AMC for Existing Cisco WS-C3850-48T-L Switches

Page 163 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

3.1 CON-SNTP-WSC388TL

SNTC-24X7X4 Cisco Catalyst 3850 48 Port Data LAN Bas

1

4 AMC for Existing Cisco C1-WS3850-24T/K9 Switches

4.1 CON-SNTP-CWS38524

SNTC-24X7X4 Cisco One Catalyst 3850 24 Port Data

1

Total (F-xi)

At Data Recovery (DR) Site:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco WS-C3850-24T-E Switches

1.1 CON-SNTP-WSC384TE

SNTC-24X7X4 Cisco Catalyst 3850 24 Port Data IP Serv

8

2 AMC for Existing Cisco WS-C3850-48T-E Switches

2.1 CON-SNTP-WSC388TE

SNTC-24X7X4 Cisco Catalyst 3850 48 Port Data IP Serv

2

Total (F-xii)

AMC of existing Cisco 2960 Switches: At Data Center (DC) Site:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco WS-C2960X-24TS-IN Switches

Page 164 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1.1 CON-SNTP-WSC296NT

SNTC-24X7X4 Catalyst 2960-X 24 GigE, 4 x 1G SFP, LAN

13

2 AMC for Existing Cisco WS-C2960X-48TS-IN Switches

2.1 CON-SNTP-WSC2968N

SNTC-24X7X4 Catalyst 2960-X 48 GigE, 4 x 1G SFP, LAN

7

3 AMC for Existing Cisco WS-C2960X-24TS-L Switches

3.1 CON-SNTP-WSC296XT

SNTC-24X7X4 Catalyst 2960-X 24 GigE, 4 x 1G SFP, LAN

1

4 AMC for Existing Cisco WS-C2960X-24TS-LL Switches

4.1 CON-SNTP-WSC296X2

SNTC-24X7X4 Catalyst 2960-X 24 GigE 2 x 1G SFP LAN Lite

1

5 AMC for Existing Cisco WS-C2960X-48TS-LL Switches

5.1 CON-SNTP-WSC296X4

SNTC-24X7X4 Catalyst 2960-X 48 GigE 2 x 1G SFP LAN Lite

1

Total (F-xiii)

At Data Center (DR) Site:

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

1 AMC for Existing Cisco WS-C2960X-24TS-IN Switches

1.1 CON-SNTP-WSC296NT

SNTC-24X7X4 Catalyst 2960-X 24 GigE, 4 x 1G SFP, LAN

10

2 AMC for Existing Cisco WS-C2960X-48TS-L Switches

Page 165 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No. Name of Item Description Total Qty

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 5 years

(₹)

2.1 CON-SNTP-WSC248TS

SNTC-24X7X4 Catalyst 2960-X 48 GigE, 4 x 1G SFP, LAN

6

3 AMC for Existing Cisco WS-C2960X-24TS-LL Switches

3.1 CON-SNTP-WSC296X2

SNTC-24X7X4 Catalyst 2960-X 24 GigE 2 x 1G SFP LAN Lite

1

4 AMC for Existing Cisco WS-C2960X-48TS-LL Switches

4.1 CON-SNTP-WSC296X4

SNTC-24X7X4 Catalyst 2960-X 48 GigE 2 x 1G SFP LAN Lite

1

Total (F-xiv)

Grand Total (F) (F-i)+(F-ii)+(F-iii)+(F-iv)+(F-v)+

(F-vi)+(F-vii)+(F-viii)+(F-ix)+(F-x) +(F-xi)+(F-xii)+(F-xiii)+(F-xiv)

Page 166 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Table-E AMC Cost of Existing Network Devices for 3.5 years (Applicable for Bidder B1) (AMC for 3.5 years)

AMC extension of existing below mentioned network devices for 3.5 years (3

Years and 6 months) period. Though AMC contract with bidder can be entered at

the discretion of the bank.

AMC of Firepower IPS Devices (DC):

(in rupees)

Sr. No. Name of Item Description Total

Quantity

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 3.5

years (₹)

1 AMC of Existing Cisco Firepower 4110 Firewall

1.1 CON-SNTP-FPR4110N

SNTC-24X7X4 Cisco Firepower 4110

8

2 Renewal For existing TMC Subscription of FPR4110

2.1 L-FPR4110T-TMC=

Cisco FPR4110 Threat Defense Threat, Malware and URL License

8

2.2 L-FPR4110T-TMC-5Y

Cisco FPR4110 Threat Defense Threat, Malware and URL 5Y Subs

8

3 AMC of Existing Cisco Firepower 4110 40Gig Module

3.1 CON-SNTP-FPR4KNMX

SNTC-24X7X4 Cisco FirePower 4 port QSFP+ Network Mod

6

4 AMC for existing Cisco Threat Grid 5504

4.1 CON-SNTP-TG5504K9

SNTC-24X7X4 Cisco Threat Grid 5504 Model with softwa

1

4.2 L-TG5504-LIC-K9=

Cisco Threat Grid Content License for 5504 Model

1

4.3 L-TG5504-5Y-K9

Cisco Threat Grid Subs 5504 Model, Content Subscription 5 YR

1

5 AMC for existing Cisco FMC 2500C

5.1 CON-SNTP-FMC2500K

SNTC-24X7X4 Cisco Firepower Management Center 2500 C

2

Total (G-i)

Page 167 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Note: In case the backlining of the existing DC Cisco Threat Grid 5504 and Cisco

FMC 2500 devices with OEM cannot be extended for 3.5 years with all kinds of

support like hardware/software/engineering/ middleware/security support etc by the

Bidder B1, then the Bidder B1 has to provide replacement for the existing DC Cisco

Threat Grid 5504 in High Availability (HA) and Cisco FMC 2500 devices in High

Availability (HA) with AMC support till the contract duration.

AMC of Checkpoint Firewall/IPS Devices (DR):

Sr. No. Name of Item Description Total

Quantity

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 3.5

years (₹)

1 AMC of Existing CPAP-SG15600-NGTX devices

1.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 3.5 years

2

2 CPSB-NGTX-15600-3.5Y

Next Generation Threat Prevention & SandBlast Package for 3.5 years for 15600 Appliance

2

3 AMC of Existing CPAC-4-10F-B-INSTALL

3.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 3.5 years

2

4 AMC of Existing CPAC-TR-10SR-B

4.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 3.5 years

8

5 AMC of Existing CPAP-NGSM405

5.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 3.5 years

1

6 CPSB-EVS-

COMP-5-3.5Y

SmartEvent, SmartReporter and Compliance for 5 gateways (Smart-1 & open server) 3.5 years

1

7 AMC of Existing CPAP-SBTE1000X-28VM

7.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 3.5 years

1

Page 168 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr. No. Name of Item Description Total

Quantity

Unit Price

(₹)

Total Price Per

annum (₹)

AMC price for 3.5

years (₹)

8 AMC of Existing CPAC-SPARES-TE1000X/TE2000X

8.1 CPCES-CO-PREMIUM-

ONSITE-ADD

Premium 4 hours onsite Collaborative Enterprise Support For 3.5 years

1

Total (G-ii)

Grand Total (G-i)+(G-ii)

Note: In case the backlining of the DR Checkpoint Firewall devices with OEM cannot be extended for 3.5 years with all kinds of support like hardware/software/engineering/ middleware/security support etc by the Bidder B1, then the Bidder B1 has to replace the existing Checkpoint Firewalls as per the specifications mentioned in Part 5 Annexure 11 with AMC support till the contract duration.

AMC Support services include but not limited to the following:

1. Comprehensive Preventive maintenance reports of all devices and accessories and sensitisation of end user for avoiding upcoming hazards. If any part/ item/accessories of the Network Device found non-working/ defective during preventive maintenance, it will be replaced by the bidder at no extra cost to the Bank.

2. Replacement of failed hardware within 4hrs from the time of intimation or a call is lodged i.e. 24*7*4 hardware replacement support

2. Annual maintenance cost (yearly AMC cost) of the proposed/offered new devices should not be less than 8% of total cost of devices respectively.

3. Bank may procure & install new component(s) as a part of up gradation of existing system. In such cases, the original equipment (less new components) will continue to be governed by the AMC agreement and the new equipment(s) procured shall be covered under AMC on expiry of warranty period.

4. Payment of support will be done as per calculation of the uptime which is mentioned in clause no 4.35.

5. The scope shall be inline with clauses mentioned in the RFP.

Page 169 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

6. AMC charges as above will be considered for Price evaluation and the charges quoted should be exclusive of GST and/or other taxes (if applicable)

Bidders to strictly quote in the format and for periods as mentioned

above.

Place: Signature of Bidder: _____________________

Name: _________________________________

Date: Business address: ______________________

Page 170 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.3 (Continued)

Part III

Facility Management Service cost

Table-A (Applicable for Bidder B1)

(For all new network devices and existing network devices for FCBS and

Domestic)

Location Total Facility Management Cost for

five years (in ₹) Bank’s at CBD Belapur Navi Mumbai

TOTAL (H-i) Bidder needs to submit the price break up for FMS resources viz. L1, L2, TL for

domestic and FCBS segment inline to the required number of resources mentioned

in the RFP and the prices quoted should be exclusive of GST and/or other taxes (if

applicable)

Table-B (Applicable for Bidder B2)

(For all new network devices of open specifications)

Location Total Facility Management Cost for

five years (in ₹) Bank’s at CBD Belapur Navi Mumbai

TOTAL (H-ii) *The prices quoted should be exclusive of GST and/or other taxes (if applicable)

Facility Management services include but not limited to the following: 1. Overall Monitoring and management of the network devices and related services at Head Office

2. Overall monitoring and management of the project during and after installation for the full period of contract.

3. Co-ordination for delivery/ installation of new hardware in stipulated time frame

4. Quality service delivery

5. Onsite team management

6. SLA Maintenance, Management & Reporting

7. Submission of periodical reports on the performance of the equipments and its reviews

8. Crisis Management and Emergency Response Procedures 9. Coordinate with Bank or Bank designated SI and extend all required support in designing, implementing any new network changes/solution in a time bound manner. 10. The FMS scope shall be in-line with the related clauses mentioned in the RFP. 11. The following are the minimum resources to be deployed by each bidder to provide onsite facility Management for each of the shift at any time.

Page 171 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

For Bidder B1:

Location

Facility Management

Essential Qualification &

Experience

Data

Centre

Domestic Segment:

Bidder has to depute Two Level 1 (L1)

resources, Eleven Level 2 (L2)

engineers/resources in shift schedule

given in below table and Team Lead

shall be in general shift for facility

management of devices mentioned in

this RFP. The team lead and the Level 1

(L1) resources shall be in shift during the

Bank’s working days but 11 Level 2

resources should be available on daily

basis in shifts as mentioned in below

table. Facility Management is required

for 24*7*365.

S.No Shift

Timing Number of Resources

1 6:00 AM to 2:00 PM

3 L2

2 2:00 PM to 10:00 PM

3 L2

3 10:00 PM to

6:00 AM 3 L2

4 09:30 AM to

6:30 PM

Team Leader, 2

L1 and 2 L2

FCBS Segment:

One Level 2 (L2) resource required in

each shift. There will be three shifts in a

day. Facility management is required

for 24X7X365. The tentative count of

devices under FCBS segment is

mentioned in clause 3.2.6 S.N XXXXII.

(i) Minimum qualification for L1 resources should be B.E / B.Tech. / MCA with 1 year or higher experience in computer networking field and CCNA or equivalent Certified. (or) Graduate in Information Technology/ Computer Science with 3 years or higher experience in computer networking field and CCNA or equivalent Certified (ii) Minimum qualification for L2 resources should be B.E / B.Tech. with 3 years or higher experience in computer networking field and CCNP or equivalent Certified (or) Graduate in Information Technology/ Computer Science with 5 years or higher experience in computer networking field and CCNP or equivalent Certified (iii) Minimum qualification for Team lead should be B.E / B. Tech. with 6 years or higher experience and CCNP or equivalent Certified. TL should have experience to handle SDN solutions or PMP/PRINCE 2 Certified.

For Bidder B2:

Location

Facility Management

Essential Qualification &

Experience

Data

Centre

Domestic Segment:

One Level 2 (L2) resource required in

each shift. There will be three shifts in a

day. Facility management is required

for 24X7X365.

Minimum qualification for L2 resources should be B.E / B.Tech. with 3 years or higher experience in computer networking field and CCNP or equivalent Certified of proposed OEM devices. (or)

Page 172 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Graduate in Information Technology/ Computer Science with 5 years or higher experience in computer networking field and CCNP or equivalent Certified of proposed OEM devices.

Note: Bidder has to ensure the required uptime of 99.99% on monthly basis. Minimum resources as per point under ‘Scope of Work’ of this RFP are to be provided at respective location by the selected bidder. If any additional resources are required to maintain the uptime of 99.99%, the bidder has to provide without any extra cost to the Bank. The Bidder B1 and B2 shall also be asked to deploy the some of the FMS resources to provide onsite facility management at New DC site, DR site or any other location suggested by Bank. The Facility Management charges as per Format – 6.3 part III shall be processed by the bank in equal calendar quarterly instalments within Forty-Five (45) days from the date submission of invoice after completion of respective quarterly period, subject to satisfactory services rendered from the date of installation, commissioning and acceptance of the system at the rates quoted in the price schedule. Year for this purpose will be calculated from the date of successful installation & acceptance of the hardware. Bank can terminate the FMS contract with the bidder and discontinue the same without citing any reason by giving three months or 90 days’ notice. Signature of Bidder---------------------------- Name ---------------------------- Business address ----------------------------- Place: Date:

Page 173 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.3 (Continued)

PART IV

Cisco Professional Services Migration Cost

Table – A Migration cost of 35 Critical Production Applications into SDN

Solution (Applicable to bidder B1)

(In Rupees)

S.No Description

1st Qtr

Charges

(₹)

2nd Qtr

Charges

(₹)

3rd Qtr

Charges

(₹)

Total

charges for 9

months (₹)

1 Charges for

migration activities

(I)

The prices quoted should be exclusive of GST and/or other taxes (if applicable)

Cisco Professional Services Migration services include but not limited to the following:

The Cisco Professional Services Migration scope shall be in-line with the related clauses mentioned in the RFP. Bank can terminate the Cisco Professional Services Migration services contract with the bidder and discontinue the same without citing any reason by giving three months or 90 days’ notice. Signature of Bidder---------------------------- Name ---------------------------- Business address ----------------------------- Place: Date:

Page 174 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.3 (Continued)

PART V

Components for L1 Criteria (For Bidder B1)

(in rupees)

S.No Particulars Amount (₹)

i. Total of PART I Table-B (New network devices –

closed specifications) (B)

ii.

Total of PART II Table-B (AMC)

(excluding the backlining cost of new network

devices of open specifications)

(D)

iii. Total of PART II Table-C (AMC of new network

devices of closed specifications) (E)

iv. Total of PART II Table-D (AMC of existing devices

for 5 years) (F)

v. Total of PART II Table-E (AMC of existing devices

for 3 years 6 months) (G)

vi. Total of PART III Table-A (FMS) (H-i)

vii. Total of PART IV Table-A (Charges for migration

services for 9 months) (I)

TOTAL TO BE CONSIDERED FOR L1 =

(i+ii+iii+iv+v+vi+vii) (J)

J=(B)+(D)+(E)+

(F)+(G)+(H-i)+(I)

Note:

1. The price so quoted, shall be valid for the contract period from the date of award

of Contract. Prices payable to the Supplier as stated in the Contract shall be firm

and not subject to adjustment during performance of the Contract, irrespective of

reasons whatsoever, including exchange rate fluctuations, changes in taxes,

duties, levies, charges etc. Price quoted will be inclusive of all taxes, duties,

levies charges, etc. and no additional charges shall be payable by the bank. GST

and/or other taxes (if applicable) payable if any under this contract shall be

payable as applicable.

2. No increase in costs, duties, levies, taxes, charges, etc., irrespective of reasons

(including exchange rate fluctuations, levy of new taxes) whatsoever, shall be

admissible during the Price Validity Period.

3. Warranty period shall be minimum two years, Comprehensive onsite Annual

Maintenance Contract (AMC) / Annual Technical Support (ATS) shall be for a

period of three years for new network devices. For evaluation purpose, Final

Price of items as indicated in PART V will be considered. Total period of support

i.e. warranty and AMC/ATS should be for a period of five years.

Page 175 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

4. The Annual Maintenance / Technical Support i.e. AMC/ATS, offered by the bidder

should have a back to back supporting arrangement with the original suppliers or

their approved business partners of the hardware or software with necessary

documentary evidence thereof produced to the bank.

5. Vendor will be responsible for obtaining necessary clearance/approval from the

local sales tax authorities (at destination place)

Signature of Bidder:

Name: Business Address:

Page 176 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.3 (Continued)

PART VI

Components for L1 Criteria (For Bidder B2)

(in rupees)

S.No Particulars Amount (₹)

i. Total of PART I Table-A (New network devices –

open specifications) (A)

ii. Total of PART II Table-A (Backlining cost of new

network devices of open specifications) (C)

iii. Total of PART III Table-B (FMS) (H-ii)

TOTAL TO BE CONSIDERED FOR L1 = (i+ii+iii) (K) K= (A)+(C)+(H-ii)

Note:

1. The price so quoted, shall be valid for the contract period from the date of award

of Contract. Prices payable to the Supplier as stated in the Contract shall be firm

and not subject to adjustment during performance of the Contract, irrespective of

reasons whatsoever, including exchange rate fluctuations, changes in taxes,

duties, levies, charges etc. Price quoted will be inclusive of all taxes, duties,

levies charges, etc. and no additional charges shall be payable by the bank. GST

and/or other taxes (if applicable) payable if any under this contract shall be

payable as applicable.

2. No increase in costs, duties, levies, taxes, charges, etc., irrespective of reasons

(including exchange rate fluctuations, levy of new taxes) whatsoever, shall be

admissible during the Price Validity Period.

3. Warranty period shall be minimum two years and the backlining of the new

network devices of open specifications shall be for three years. For evaluation

purpose, Final Price of items as indicated in PART VI will be considered.

4. Vendor will be responsible for obtaining necessary clearance/approval from the

local sales tax authorities (at destination place)

Signature of Bidder:

Name: Business Address:

Page 177 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.4

BID SECURITY DECLARATION FORM

(to be submitted in Stamp Paper)

Date:

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/ Madam,

(Bidder need to choose either one of the subjects below)

Sub: Procurement, Installation, Commissioning of new network

devices (closed specifications), Annual Maintenance Support of

existing and new network devices (except backlining of new

network devices of open specifications) with Facility Management

for existing and new network devices of Bank’s Data Center (DC) /

Disaster Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution – Bidder (B1)

(or)

Sub: Procurement, Installation, Configuration, Commissioning, Integration and Backlining of new network devices (open specifications) with Facility Management for new network devices (open specifications) for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) – Bidder (B2)

Ref No: BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated

23/02/2021

We, the undersigned, declare that: We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. We accept that we may be disqualified from bidding in any contract with the Bank of India for the period of five years from the date of notification, if we are in breach of any obligation(s) under the bid conditions, because we:

Page 178 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

(a) have withdrawn/modified/amended, impairs or derogates from the tender, our Bid during the period of bid validity specified in the form of Bid; or (b) having been notified of the acceptance of our Bid by the Bank during the period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the Instructions to Bidders. Or (c) have made any statement or enclose any form which turns out to be false / incorrect at any time prior to signing of Contract

We understand this Bid Securing Declaration shall cease to be valid if we are not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of our Bid.

Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legal capacity of person signing the Bid-Securing Declaration)

Name: (insert complete name of person signing the Bid-Securing Declaration)

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] (Original POA holder to sign and not by any authorized representative)

Dated on ____________ day of __________________ [insert date of signing]

Corporate Seal (where appropriate)

Page 179 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.5

CONTRACT FORM

THIS AGREEMENT is executed at Mumbai on this……… day of………

BETWEEN

BANK OF INDIA, a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act, 1970 and having its Head Office at Star House, C – 5, ‘G’ Block, Bandra-Kurla Complex, Bandra (East), Mumbai – 400 051, (hereinafter referred to as the “Bank” which term shall, unless repugnant to the context or meaning hereof, be deemed to mean and include its successors-in-interest and assigns) of the ONE PART:

AND

.......................... (Name of Purchaser) (hereinafter called "the Purchaser") of the one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier) (here-in-after referred to as the “Company” or “VENDOR” which expression shall, unless repugnant to the context or meaning hereof, be deemed to mean and include its successors, Liquidators and permitted assigns), of the OTHER PART. (The “Bank” and the “Company/VENDOR” shall, wherever the context requires, be

referred collectively as “Parties” and individually as “Party” also)

WHEREAS: A. The Bank is a prominent nationalized bank, having been founded on September

7, 1906 and having 5100 plus branches/offices as of now in India and abroad.

The Bank has implemented Core Banking Solution (CBS) and the other related

functions in all Branches. These branches are controlled through 54 Zonal

Offices. The Bank has a dominant presence abroad with 40 branches/ offices

and three representative offices. The Bank is listed at both NSE & BSE.

B) The BANK intends to procure a total solution for the Procurement, Installation,

Commissioning, Maintenance of New Network Devices and Annual Maintenance

Support of existing Network Devices with Facility Management for Bank’s Data

Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) to refresh the existing

network infrastructure. For the said purpose, the Bank had invited Bids from

Competent vendor/Company/Firm by floating Request for Proposal No. Ref No.

BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP-01/2021 Dated 23/02/2021. In

response to the Bank’s said Request for Proposal (RFP), the Company had

submitted its bid. The Company has represented to the Bank that it has sufficient

expertise and it is fully competent to perform the said Contract as per the scope

of work and on the terms and conditions set out in this Agreement and the RFP

in the sum of Rs ………/- (Rupees in words) (hereinafter called “the Contract

Page 180 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Price"). The Company has further represented that the Company has appropriate

infrastructure, human and other resources required to execute various tasks of

the Contract

C) Pursuant to issuing the RFP, the Bank has short-listed the Company based on

the Proposal submitted, representations and warranties made by the Company.

Subsequently, the Bank has awarded the said Contract to the Company subject

to the terms and conditions contained in this agreement and the RFP;

D) The Parties are desirous of recording the terms as agreed between the Parties,

as set out hereunder.

NOW THEREFORE, in consideration of the foregoing and the mutual covenants and

promises contained herein and other good and valuable consideration the receipt and

adequacy of which is hereby acknowledged, the Parties intending to be bound legally,

agree as follows:

NOW THIS AGREEMENT WITNESETH AS FOLLOWS:

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

2. This Agreement shall commence from _______________and continue for a

period of 5 (five) years from the said date. 3. The following documents of RFP Ref No BOI/HO/IT/NW/DC-DR-NR-

REFRESH/RFP- 01/2021 Dated 23/02/2021, shall be deemed to form and be read and construed as part of this Agreement, viz.:

a. the Bid Form and the Price Schedule submitted by the Bidder as per Format 6.3

of the RFP;

b. the Bill of Material as per RFP;

c. the Technical & Functional Specifications as per RFP;

d. the Terms and Conditions of Contract as per RFP Ref No BOI/HO/IT/NW/DC-

DR-NR-REFRESH/RFP- 01/2021 Dated 23/02/2021;

e. the Purchaser's Notification of Award as per Letter of Intent Ref…..

f. Schedule of Dates as per RFP;

g. Pre bid clarifications/corrigendum’s communication shared with the bidder during

the processing of the bid, published during the tender process (RFP).

Page 181 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

h. Timeline for deliverables as per RFP.

4. In consideration of the payments to be made by the Purchaser to the Service Provider as hereinafter mentioned, the Service Provider hereby covenants with the Purchaser to provide the total solution for the Procurement, Installation, Commissioning and Maintenance of new network devices and Annual Maintenance Support of existing Network Devices with Facility Management for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) to refresh the existing network infrastructure and to remedy defects therein, in conformity in all respects with the provisions of the Contract.

5. The Purchaser hereby covenants to pay the Service Provider in consideration of

the provision of the Products and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed for [Name Of Vendor] by its authorized representative: ------------------------- Signature of authorized representative ------------------------- Full name of authorized representative --------------------------- Official company title of authorized representative in the presence of: ------------------------- Signature of Witness

Page 182 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

------------------------- Full name of Witness

Signed for Bank of India by its authorized representative: ------------------------- Signature of authorized representative ------------------------- Full name of authorized representative --------------------------- Official company title of authorized representative in the presence of: ------------------------- Signature of Witness ------------------------- Full name of Witness

Page 183 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.6

FORMAT OF CONTRACT PERFORMANCE BANK GUARANTE /SECURITY

Bank Guarantee No. ….. Date: …………. Issued by…….. To, Bank of India (As per RFP) …..……. ………………………. WHEREAS…………………………………………., having its registered office at…………………………………………… (hereinafter called the “Service Provider") has undertaken, in pursuance of your RFP Reference No. Ref: …………………. Dated …….….. for Procurement, supply, Installation, Commissioning, Maintenance of New Network Devices and Annual Maintenance support of existing Network Devices with Facility Management for Bank’s Data Center (DC)/Disaster Recovery Site (DR) / Near Site (NR) (hereinafter called "the Contract"). 2. AND WHEREAS it has been stipulated by you in the said Contract that

the Service Provider shall furnish you with a Bank Guarantee by a recognized

Bank for the sum of ₹………. as security for compliance with the Service

Provider’s performance obligations in accordance with the said Contract.

3. AND WHEREAS we ………………………………having our Head Office at…………….. and a Branch office at……………………… at the request of the Service Provider issue this Guarantee in your favour guaranteeing the due performance of the Service Provider of the said Contract. 4. We ………………………. Bank hereby agree and affirm that we are Guarantors and responsible to you, on behalf of the Service Provider, up to a sum of Rs … (Rupees in words) and we undertake to pay you the said amounts without demur or objection, upon your first written demand declaring the Service Provider to be in default under the said Contract. We shall pay the said amounts without cavil or argument as aforesaid, without needing to prove or to show grounds or reasons for your demand or the sum specified therein. 5. We undertake to pay you any money so demanded notwithstanding any dispute or disputes raised by the Service Provider in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

Page 184 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

6. We,_______________________ (indicate the name of bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Contract and that it shall continue to be enforceable till all the dues of the Bank of India under or by virtue of the said Contract have been fully paid and its claims satisfied or discharged or till Bank of India certifies that the terms and conditions of the said Contract have been fully and properly carried out by the said Service Provider and accordingly discharges this guarantee. This Guarantee shall be valid up to………. and unless a demand or claim under this guarantee is made on us in writing on or before the……. +6 months we shall be discharged from all liability under this guarantee thereafter. 7. We, ________________________ (indicate the name of bank) further agree with Bank of India that Bank of India shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Contract or to extend time of performance by the said Service Provider from time to time or to postpone for any time or from time to time any of the powers exercisable by Bank of India against the said Service Provider and to forbear or enforce any of the terms and conditions relating to the said Contract and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Service Provider or for any forbearance, act or omission on the part of Bank of India or any indulgence by the Bank of India to the said Service Provider or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 8. This guarantee will not be discharged due to the change in our constitution or of the Service Provider. 9. We, ________________________________________ (indicate the name of bank) lastly undertake not to revoke this guarantee during its currency. Executed at……………… on this the …………………. Day of ………………………. Signature and Seal of Guarantors (Service Provider’s Bank) .................................................................... Date.................................................... .................................................................... Address: ..................................................... ....................................................................

Page 185 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.7 MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM

No. Date:

To

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Dear Sir:

Ref: Your RFP Ref: No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021

Dated 23/02/2021

We who are established and reputable manufacturers / producers of

________________________ having factories / development facilities at (address of factory / facility) do hereby authorise M/s ___________________

(Name and address of Agent) to submit a Bid, and sign the contract with you

against the above Bid Invitation.

We hereby extend our full guarantee for the Solution, Products and services

offered by the above firm against this Bid Invitation.

We also undertake to provide any or all of the following materials,

notifications, and information pertaining to the Products manufactured or

distributed by the Supplier:

(a) Such Products as the Bank may opt to purchase from the Supplier,

provided, that this option shall not relieve the Supplier of any

warranty obligations under the Contract; and

(b) in the event of termination of production of such Products:

i. notification to the Bank of the pending termination, in sufficient

time to permit the Bank to procure needed requirements; and

ii. following such termination, furnishing at no cost to the Bank, the

blueprints, design documents, operations manuals, standards,

source codes and specifications of the Products, if requested.

We duly authorise the said firm to act on our behalf in fulfilling all installations,

Technical support and maintenance obligations required by the contract.

Yours faithfully,

(Name of Producers)

Page 186 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.8 PROFORMA OF CERTIFICATE FOR ISSUE BY THE

PURCHASER AFTER SUCCESSFUL COMMISSIONING OF

THE SOLUTION

No. Date :

M/s. ………………

Sub: Certificate of commissioning of Solution

1. This is to certify that the products / equipment as detailed below has/have

been received in good condition along with all the standard and special

accessories (subject to remarks in Para No. 2) in accordance with the

Contract/Specifications. The same has been installed and commissioned.

a) Contract No._________________ dated ____________________ ___

b) Description of the Solution _______________________________

c) Quantity ____________________________________________ ____

d) Date of commissioning and proving test ________________________

2. Details of products not yet supplied and recoveries to be made on that

account:

S.No. Description Amount to be recovered

3. the proving test has been done to our entire satisfaction and Staff have been

trained to operate the Product.

4. The Supplier has fulfilled his contractual obligations satisfactorily*

or

The Supplier has failed to fulfil his contractual obligations with regard to the

following:

(a)

Page 187 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

(b)

(c)

(d)

5. The amount of recovery on account of non-supply of Products is given under

Para No. 2.

6. The amount of recovery on account of failure of the Supplier to meet his

contractual obligations is as indicated in endorsement of the letter.

Signature: _______________________

Name: _______________________

Designation with stamp: _______________________

* Explanatory notes for filling up the certificates:

(a) The supplier has adhered to the time schedule specified in the contract in

dispatching the Products / Manuals pursuant to Technical Specifications.

(b) The supplier has supervised the commissioning of the solution in time i.e.,

within the period specified in the contract from the date of intimation by the

Purchaser in respect of the installation of the Product.

(c) Training of personnel has been done by the Supplier as specified in the

contract.

(d) In the event of Manuals having not been supplied or installation and

commissioning of the Solution having been delayed on account of the

Supplier, the extent of delay should always be mentioned.

***********

Page 188 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.9

ORGANISATIONAL PROFILE

(Include in Technical Proposal Only – Not to be included in Price

Proposal)

CONSTITUTION

a. Proprietary

b. Partnership

c. Private Ltd.

d. Public Ltd.

e. Consortium (not allowed to

participate in this RFP)

:

Established since

Commercial Production of the

solution on Offer started since

:

:

Address of Registered Office :

Category : i. Software Producer / Developer (Principal) ii. Hardware Manufacturer (Principal) iii. System Integrator / Solution Provider (Third-

party) iv. Any Other (please specify)

Name Phone Nos. (with STD

Codes)

Names of Proprietor/Partners/

Directors

: 1.

2.

3.

4.

Number of Engineers familiar with

the solution being offered

:

Number of Total Employees :

Solution being offered, sold so far to:

Whether the service provider is owned

or controlled by any director or

officer/employee of the bank or their

relatives. (Yes/No)

Purchaser, with full address and

Details of contact person

(Phone, Fax and E-Mail)

Module

s in Use

Date of Sale Whether Warranty/AMC still

continues

1.

2.

Page 189 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Note: Please support the above facts with documentary evidence. Please

also attach Income-Tax Clearance Certificate (latest) Referral Letters from

Clients mentioned above

Signature of Bidder:

__________________

Name:

_____________________________

Business Address:

____________________

Place:

Date:

Page 190 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.10

Service Support Details

Form

City /

Location

Postal Address,

Telephone, Fax,

E-Mail and

Contact Details

of

Support

Personnel

Office Working

Hours

(Please mention whether the Support Agency is Owned or

Franchisee

arrangement)

Number of

Software

Engineers

capable of

supporting

the Software

being

offered

Owned or

Franchisee.

*********

Page 191 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.11

Bill of Material

(To be included in Technical Bid)

A) The Bidder should provide Bill of Material for hardware and software.

Sr. No Product

Number

Description Quantity Serial Number *

* Serial Number to be provided after delivery of devices

Signature of Bidder: __________________

Name: _____________________________

Business Address: ____________________

Place:

Date:

Page 192 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.12

UNDERTAKING FOR SUPPORT SERVICES

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/ Madam,

Reg.: Procurement, Annual Maintenance Support, Facility

Management of New Network Devices and Annual Maintenance

Support, Facility Management of Existing Network Devices of

Bank’s Data Center (DC), Disaster Recovery Site (DR) & Near Site

(NR) with deployment of Software Defined Networking (SDN)

Solution vide Ref No. BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP-

01/2021 Dated 23/02/2021

We undertake, that adequate specialized expertise is available to ensure that

the comprehensive project implementation plan is submitted, support services

are responsive and We assume total responsibility for commissioning of

proposed solution, the fault free operation of the proposed solution and

monitoring, maintenance of the solution during the support period.

We shall provide the service, system spare parts, upgrade and complete

maintenance of the system for a period of three years from the date of

acceptance of each site, extendable on mutual agreement.

We undertake that during support Period we will maintain an Uptime of 99.99 %

on monthly basis for the entire/core solution proposed.

Dated this ....... day of ............................ 2021

__________________________ __________________

(signature) (in the capacity of)

Duly authorized to sign Proposal for and on behalf of

Page 193 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.13

CONFIRMITY TO ELIGIBILITY CRITERIA

Sr.

No. Eligibility Criteria

Compliance

(Y/N)

1

The bidders B1 and B2 (including MSE) should be a

registered company in India as per Companies Act 1956 /

2013. The Certificate of Incorporation issued by Registrar of

Companies are required to be submitted along with the

technical bid.

2

Bidders B1 and B2 (including MSE) or Bidder’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) must have been in existence in business for a period of last 5 years (as on RFP date) Certificate of Incorporation and other Documentary evidences to be attached.

3

Bidders B1 and B2 (including MSE) to provide information that any of its subsidiary or associate or holding/parent company or companies having common director/s or companies in the same group of promoters/management or partnership firms/ LLPs having common partners has not participated in the bid process. Letter of confirmation (self-certified letter signed by authorized official of the bidder) to be attached.

4

The Bidders B1 and B2 or Bidder’s Parent Company (in case

bidder is a 100% wholly owned subsidiary of parent company)

must have minimum annual turnover of ₹ 200 Crores (₹ 65

Crores in case of MSE) (from Indian operations only) for each

of the last three (3) financial years 2017-18, 2018-19 and

2019-20. (Certified / Audited Balance Sheets and P&L

statements for last 3 years i.e. 2017-18, 2018-19 and 2019-

20 should be submitted in support of the turnover.)

Certified letter from the Chartered Accountant. The CA certificate in this regard should be without any riders or qualification.

5

The Bidders B1 and B2 (including MSE) or Bidder’s Parent

Company (in case bidder is a 100% wholly owned subsidiary

of parent company) should report positive net worth during

these three financial years as mentioned above. (Certified /

Audited Balance Sheets and P&L statements for last 3 years

2017-18, 2018-19 and 2019-20 should be submitted in

support of the profitability.)

Page 194 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr.

No. Eligibility Criteria

Compliance

(Y/N)

6

The Bidders B1 and B2 (including MSE) or Bidder’s Parent

Company (in case bidder is a 100% wholly owned subsidiary

of parent company) should have Manufacturers’

authorization and a direct back-to-back support agreement

with the OEM for the equipments included in the proposed

solution. The Support agreement should include the activities

like Post-Sales support, Technical Assistance support,

Spares support etc.

7

The bidders (B1 and B2)/OEM (including MSE)/Bidder’s

Parent Company should not have been blacklisted by any

Public/Private Sector Bank in India in the past. A self-

declaration letter on the Company’s letterhead should be

submitted along with technical bid.

8

Bidder B1/Bidder B1’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) should have successfully supplied the Networking equipments of Cisco OEM (Switches, Routers) and Bidder B2/Bidder B2’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) should have successfully supplied the Networking equipments of the proposed OEMs (Routers, Firewall/IPS, IP telephony, Load Balancer) in one or different Schedule Commercial Bank/Private Bank/Financial Institution/ Public Sector Enterprise/Government Organizations in India having network of minimum 1000 domestic branches/offices (500 domestic branches/offices in case of MSE) in last five years from date of RFP.

Documentary Proof to be attached along with order / contract copy.

9

Bidder B1/Bidder B1’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) should have successfully implemented/ executed/ managed the Networking Projects of the Cisco OEM devices (Switches, Routers) and any OEM devices (Firewall/IPS, IP telephony, Load Balancer) and Bidder B2/Bidder B2’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) should have successfully implemented/executed/managed the Networking Projects of proposed OEMs (Routers, Firewall/IPS, IP telephony, Load Balancer) in one or different Schedule Commercial Bank/Private Bank/Financial Institution/ Public Sector Enterprise/Government Organizations in India having network of minimum 1000 domestic branches/offices (500

Page 195 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr.

No. Eligibility Criteria

Compliance

(Y/N)

domestic branches/offices in case of MSE) in last five years from date of RFP. Documentary Proof to be attached along with order / contract

copy.

10

Bidder B1/Bidder B1’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) should have successfully implemented Cisco SDN solution in one or different Schedule Commercial Bank/Private Bank/Financial Institution/ Public Sector Enterprise/ Government Organizations in India having network of minimum 1000 domestic branches/offices (500 domestic branches/offices in case of MSE) in last five years.

Documentary Proof to be attached along with order / contract copy.

11

The bidders B1 and B2 (including MSE) or Bidder’s Parent

Company (in case bidder is a 100% wholly owned subsidiary

of parent company) should have branch/service centres /

franchises at Mumbai and Bengaluru in India.

Self-certified letter signed by authorized official of the OEM containing list of branch / service centre / franchises with full details of Name, Address / Telephone Numbers should be attached.

12

The Bidders B1 and B2 (including MSE) or Bidder’s Parent

Company (in case bidder is a 100% wholly owned subsidiary

of parent company) should be in the Network System

Integration Business for Supply, Services and Support

business for atleast past Three consecutive years.

A self-certified letter from company secretary or company CEO for being in the Core Business of IT Network Services & Solution for atleast past Three consecutive years to be attached.

13

The Bidders B1 and B2 (including MSE) or Bidder’s Parent

Company (in case bidder is a 100% wholly owned subsidiary

of parent company) should either be the OEM or an

authorized partner with the premier or higher partnership

level of the OEM for the last minimum 3 years (Either the

authorized partner on behalf of the Principal / OEM or

Principal / OEM itself can bid but both cannot bid

simultaneously for the same item / product for this tender.).

Certificate / Letter from OEM / OEMs to be attached.

14

The Bidders B1 and B2 (including MSE) or Bidder’s Parent

Company (in case bidder is a 100% wholly owned subsidiary

of parent company) should have their own functional Support

Page 196 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Sr.

No. Eligibility Criteria

Compliance

(Y/N)

Center for providing 24x7x365 Telephonic services and

Remote Assistance Services. The Bidder to provide details

of remote service delivery infrastructure of Bidder / OEM(s)

to ensure immediate response and faster call resolution

15

Bidders B1 and B2 (including MSE) or Bidder’s Parent Company (in case bidder is a 100% wholly owned subsidiary of parent company) must have satisfactorily conducted bank accounts for last one year. Bidder shall furnish the undertaking, details of his bank accounts and certificates from his banks regarding satisfactory conduct of bank accounts, along with the technical bid.

Page 197 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT – 6.14

Compliance Statement We certify that except for the following deviations, we agree to abide by all other clauses, terms, conditions and specifications mentioned in the RFP.

Main RFP / Annexure/Format No.

Clause / Sub Clause No.

Deviation Specific Page no. of the Response

Signature of Authorized signatory with seal Place: Date: Note: If there are no deviations the bidder has to give his response by writing ‘NIL’ in the statement. If no deviations are mentioned in Format 6.14 it shall be deemed that there is no deviation, irrespective of the fact whether any mention in the bid document anywhere.

Page 198 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT-6.15 UNCONDITIONAL ACCEPTANCE OF THE TERMS & CONDITIONS OF THE RFP

(To be submitted on the Company’s Letter Head) Date:

To

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Ref: RFP for Procurement, Annual Maintenance Support, Facility Management of New Network Devices and Annual Maintenance Support, Facility Management of Existing Network Devices of Bank’s Data Center (DC), Disaster Recovery Site (DR) & Near Site (NR) with deployment of Software Defined Networking (SDN) Solution

This is to confirm that we unconditionally accept all the terms and conditions as mentioned in the said RFP including all addendum/amendment floated for Bank of India pertaining to this RFP (Name) Designation Seal/Stamp of the Contractor Date:

Page 199 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.16

CHECKLIST

The bidder shall confirm whether following are submitted in their bid. The bidder shall indicate the page no. at which the details asked below are furnished, otherwise, bid is liable for rejection.

S.N. DETAILS SUBMITTED

(Yes/No)

Page No. at which details

are enclosed

1.

Technical Solutions given in Technical bid and price/rate/ cost estimate/price performance figures/cost benefit analysis etc. given in price bid only

2. Bids in two parts in English, sealed and super scribed (2 copies- one original and one photocopy)

3. Bid is filed in proper capacity files. Original and Photocopies are filed in separate files. Photocopy is complete.

4. Cost of RFP ( non-refundable), if downloaded from the Bank’s Website & Bid Security Declaration submitted in Qualifying & Technical BID (Part- I)

5. Duly filled and signed compliance statement in Format-6.14

6. Soft Copy of Technical bid and Price bid in MSWORD /MS – Excel format submitted in CD

7. Bids Submitted as per Clause-3B

8.

Whether the Bid is authenticated by authorized person (Name and designation). Please submit Power of Attorney document on stamp paper.

Bidder should submit the power of attorney documents.

9. Address of Office on which order has to be placed

10. Bank and Bidder’s scope, deliverable and responsibilities during AMC

Page 200 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.N. DETAILS SUBMITTED

(Yes/No)

Page No. at which details

are enclosed

11. All the pages are numbered properly

12.

All pages are authenticated by sign and seal (Full signature to be affixed and not initials).

Erasures/Overwriting/Cutting/Corrections authenticated

Certification/Undertaking is authenticated.

13. The Annual Report and Audited Balance Sheet, Company details and Capabilities submitted as per RFP

14. Ownership certificate submitted

15. Details of service support and response time as per this RFP

16. Price bid as per the clause 3B and Format 6.3 submitted

17.

Format 6.1.1(a) or Format 6.1.1(b) (depending on proposal submitted for Bidder B1 or Bidder B2) included in Technical bid and Format 6.1.2 included in Price bid

18. Non-Disclosure Agreement as per format 6.2

19. Whether replica of Price Bid is enclosed in Technical Bid masking price

20. Validity of the bid for 180 days mentioned.

21. Support offered for 5 years on 24 hours basis on 365 day. (i.e. 24 * 7* 365 basis)

22. Call log in Procedure, Preventive and Break down/Corrective Maintenance during AMC for Bidder B1

23. Organisational profile as per Format 6.9 submitted

Page 201 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

S.N. DETAILS SUBMITTED

(Yes/No)

Page No. at which details

are enclosed

24. Undertaking for support services as per Format 6.12 submitted

25. Conformity to eligibility criteria per Format 6.13 submitted

26. Unconditional acceptance of the terms & conditions of the RFP as per format 6.15 submitted

27. Manufacturers'/producers’ authorization form as per format 6.7 submitted

28. NPA Undertaking letter as per Format 6.19

29. Service Support Details Form as per Format 6.10

30. Bill of Material as per Format 6.11

31. Pre-Contract Integrity Pact as per Format 6.18 (to be submitted on stamp paper)

32. Litigation Certificate as per Format 6.22

33. Certificate of Local Content as per Format 6.23

34. Self-Certification regarding Local Content (LC) for Network Devices as per Format 6.24

35. Format of Certificate for Tenders for Works under Rule 144 (xi) in the General Financial Rules (GFRs), 2017 as per Format 6.25

36. Undertaking for Information Security Compliance as per Format 6.26

37. Know your employee (KYE) Compliance as per Format 6.27

38. Software/Solutions Integrity Certificate as per Format 6.28

39. Undertaking for Source Code and Application Security Testing as per Format 6.29

Page 202 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.17

BUSINESS RULES AND TERMS & CONDITIONS OF REVERSE

AUCTION

Reverse Auction event will be carried out among the Technically Qualified

Bidders, for providing opportunity to the Bidders, to quote the price dynamically,

for the procurement for which RFP is floated.

A) Definitions:

1) “Bank” means Bank of India.

2) “Service Provider” means the third party agency / company who has

been selected by the Bank for conducting Reverse Auction.

3) “L1” means the Bidder who has quoted lowest price in the Reverse

Auction process.

4) “L2” means the Bidder who has quoted second lowest price in the

Reverse Auction process.

B) Eligibility of Bidders to participate in Reverse Auction:

1) Bidders who are technically qualified in terms of the relative Terms &

Conditions of the RFP and accept the Business Rules, Terms &

conditions of Reversion Auction and submit the undertakings as per

Annexure-A, can only participate in Reverse Auction related to the

procurement for which RFP is floated. Bidders not submitting the

above undertaking or submitting with deviations / amendments

thereto, will be disqualified from further evaluation / participation in

the process of relevant procurement.

2) Bidders should ensure that they have valid digital certificate well in

advance to participate in the Reverse Auction. Bank and / or Service

Provider will not be responsible in case Bidder could not participate

in Reverse Auction due to non-availability of valid digital certificate.

C) Training:

1) Bank will engage the services of Service Provider to provide

necessary training to representatives of all eligible Bidders for

participation in Reverse Auction. All rules & procedure related to

Reverse Auction will be explained during the training.

Page 203 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

2) Date, Time, Venue etc. of training will be advised at appropriate time.

3) Eligible Bidder / his authorized nominee has to attend the training as

per the schedule and at the specified venue at his / Bidder’s own cost.

4) No request from the Bidders for change in training schedule and/or

venue will be entertained.

5) However, Bank reserves the right to postpone / change / cancel the

training schedule, for whatsoever reasons, without assigning any

reasons therefor, even after its communication to eligible Bidders.

6) Any Bidder not participating in the training process will do so at his

own risk.

D) Reverse Auction Schedule:

1) The date and time of start of Reverse Auction and its duration of time

will be informed to the eligible Bidders well in advance, at least a

week before the Reverse Auction date.

2) Bank reserves the right to postpone / change / cancel the Reverse

Auction event, even after its communication to Bidders, without

assigning any reasons therefor.

E) Bidding Currency:

Bidding will be conducted in Indian Rupees (INR).

F) Start Price:

Bank will determine the Start Price for Reverse Auction –

1) on its own and / or;

2) evaluating the price band information called for separately from

each eligible Bidder at appropriate time and / or;

3) based on the price bids received and if opened, Bank may

determine the start price on the basis of the lower quote

received.

G) Decremental Bid Value:

Page 204 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

1) The bid decrement value will be specified by Bank before the start of

Reverse Auction event. It can be a fixed amount or percentage of

Start Price or both whichever is higher.

2) Bidder is required to quote his bid price only at a decremental value.

3) Bidder need not quote bid price at immediate next available lower

level, but it can be even at 2/3/4 ….. level of next available lower level.

H) Conduct of Reverse Auction event:

1) Reverse Auction will be conducted on a specific web portal, meant

for this purpose, with the help of the Service Provider identified by the

Bank.

2) Service Provider will make all necessary arrangement for fair and

transparent conduct of Reverse Auction like hosting the web portal,

imparting training to eligible Bidders etc., and finally conduct of

Reverse Auction.

3) Bidders will be participating in Reverse Auction event from their own

office / place of their choice. Internet connectivity and other

paraphernalia requirements shall have to be ensured by Bidder

themselves.

a) In the event of failure of their internet connectivity (due to any

reason whatsoever it may be), it is the Bidders responsibility /

decision to send fax communication immediately to Service

Provider, furnishing the bid price they want to bid online, with a

request to upload the faxed bid price online, so that the service

provider will upload that price online on behalf of the Bidder. It

shall be noted clearly that the concerned Bidder,

communicating this price to service provider, has to solely

ensure that the fax message is received by Service Provider in

a readable / legible form and also the Bidder should

simultaneously check up with Service Provider over phone

about the clear receipt of the bid price faxed. It shall also be

clearly understood that the Bidder shall be at liberty to send

such fax communications of prices to be uploaded by Service

Provider only before the closure of Reverse Auction time and

under no circumstances it shall be allowed beyond the closure

of Reverse Auction event time. Such Bidders have to ensure

that the service provider is given reasonable time by the

Bidders, to upload such faxed bid prices online and if such

Page 205 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

required time is not available at the disposal of Service Provider

at the time of receipt of the fax message from the Bidders,

Service Provider will not be uploading the bid prices. It is to be

noted that neither the Bank nor the Service Provider will be

responsible for these unforeseen circumstances.

b) In order to ward-off such contingent situation, Bidders are

advised to make all the necessary arrangements / alternatives

such as back –up power supply or whatever required, so that

they are able to circumvent such situation and still be able to

participate in the reverse auction successfully. However, the

vendors are requested to not to wait till the last moment to quote

their bids to avoid any such complex situations. Failure of power

at the premises of vendors during the Reverse auction cannot

be the cause for not participating in the reverse auction. On

account of this, the time for the auction cannot be extended and

BANK is not responsible for such eventualities.

4) Bank and / or Service Provider will not have any liability to Bidders

for any interruption or delay in access to site of Reverse Auction

irrespective of the cause.

5) For making the process of Reverse Auction and its result legally

binding on the participating Bidders, Service Provider will enter into

an agreement with each eligible Bidder, before the start of Reverse

Auction event. Without this, Bidder will not be eligible to participate in

the event. The format of the agreement is as per the Annexure-C.

6) Bidders name will be masked in the Reverse Auction process and will

be given random dummy names by the Service Provider.

7) Bidder / his authorised representatives will be given unique Login ID

& Password by Service Provider. Bidder / his authorized

representative will change the Password after the receipt of initial

Password from Service Provider to ensure confidentiality. All bids

made from the Login ID given to the Bidders will be deemed to have

been made by the concerned Bidder / his company.

8) Reverse auction will be conducted as per English Reverse Auction

with no tie, where more than one Bidder cannot have identical bid

price.

9) Any bid once made by the Bidder through registered Login ID &

Password, the same cannot be cancelled. The Bidder is bound to

supply as per the RFP at the bid price of Reverse Auction.

Page 206 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

10) Auto Bid:

i) Bidder can take the advantage of Auto Bid facility available in

Reverse Auction system. Auto Bid feature allows Bidder to

place an automated bid against other Bidders in an auction by

confirming to one decrement and bid without having to enter a

new price each time a competing Bidder submits a new offer.

ii) Auto Bid facility can be used by the Bidder only once. Bidder can at no point of time during the course of the Reverse Auction, revise / delete his Auto Bid price. Bidder has the facility to revise his Auto Bid value only prior to the start of the Reverse Auction event.

iii) Only after the lowest price quoted by other Bidders is equal to

or less than the minimum Auto Bid value put in the system by

Auto Bid Bidder, he will get the option to manually bid.

iv) If more than one Bidder opts for the Auto Bid facility and if the

lowest price quoted by more than one in Auto Bid facility is

same, then the Bidder who has opted for the Auto Bid facility

first will get the advantage of being the “L1‟, with the second

bidder being “L2‟ at a price one decrement higher than the “L1‟

value and so on.

v) If one of the Bidder has opted for the Auto Bid facility, the

system automatically places a bid by conforming to one

decrement from the bid that any of the other Bidders might have

quoted. In such a case, if the manual Bidder directly quotes the

same price as the lowest price which the Bidder who has opted

for the auto bid facility, then the bid submitted by the manual

Bidder would be accepted as the “L1‟ bid. But at that point of

time onwards, the manual control of the Auto Bidder would be

enabled for the Auto Bidder.

vi) Service Provider will explain in detail about the Auto Bid during

the training.

11) Reverse Auction will normally, be for a period of one hour. If a Bidder

places a bid price in last 10 minutes of closing of the Reverse auction,

the auction period shall get extended automatically for another 10

minutes. Maximum 3 extensions each of 10 minutes will be allowed

after auction period of 1 hour i.e. entire process can last maximum

for 1 ½ hour only. In case there is no bid price in the last 10 minutes

Page 207 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

of closing of Reverse Auction, the auction shall get closed

automatically without any extension.

(The time period of Reverse Auction & Maximum number of its

extensions & time are subject to change and will be advised to eligible

Bidders before the start of the Reverse Auction event.)

12) Bidder will be able to view the following on their screen along with the

necessary fields in Reverse Auction:

i) Opening Price

ii) Leading / Lowest Bid Price in Auction

(only total price)

iii) Last Bid Price placed by the respective

Bidder.

13) During Reverse Auction, if no bid price is received within the specified

time, Bank, at its discretion, may decide to revise Start Price /

Decremental Value / scrap the reverse auction process / proceed with

conventional mode of tendering.

I) Reverse Auction Process:

1) At the end of Reverse Auction Event Service Provider will provide the

Bank all necessary details of the bid prices and reports of Reverse

Auction.

2) Upon receipt of above information from Service Provider, Bank will

evaluate the same and will decide upon the winner i.e. Successful

Bidder.

3) Successful Bidder has to fax the duly signed filled-in prescribed

format (Annexure B) as provided on case-to-case basis to Bank

within 4 hours of Reverse Auction without fail. The Original Signed

Annexure-B should be couriered so as to reach us within 48 hours of

Reverse Auction without fail.

4) Any variation between the on-line Reverse Auction bid price and

signed document will be considered as sabotaging the tender

process and will invite disqualification of Bidder/vender to conduct

business with Bank as per prevailing procedure.

5) Successful Bidder has to give break-up of his last/lowest bid price as

per Bill of Material at the end of Reverse auction event within 3

working days without fail.

Page 208 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

6) Successful Bidder is bound to supply at their final bid price of Reverse

Auction. In case of back out or not supply as per the rates quoted,

Bank will take appropriate action against such Bidder and / or

disqualify from bidding in any contract with the Bank for the period of

five years from the date of notification, debar him from participating

in future

7) In case Bank decides not to go for Reverse Auction related to the

procurement for which RFP is floated and price bids if any already

submitted and available with Bank shall be opened as per Bank’s

standard practice.

J) Bidder’s Obligation:

1) Bidder will not involve himself or any of his representatives in Price

manipulation of any kind directly or indirectly with other suppliers /

Bidders

2) Bidder will not divulge either his Bid details or any other details of

Bank to any other party without written permission from the Bank.

K) Change in Business Rules, Terms & Conditions of Reverse Auction:

1) Bank reserves the right to modify / withdraw any of the Business

rules, Terms & conditions of Reverse Auction at any point of time.

2) Modifications of Business rules, Terms & conditions of Reverse

Auction will be made available on website immediately.

3) Modifications made during the running of Reverse Auction event will

be advised to participating Bidders immediately.

Page 209 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.18

PRE-CONTRACT INTEGRITY PACT (To be submitted on Stamp paper)

PRE-CONTRACT INTEGRITY PACT BETWEEN BANK OF INDIA AND General This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on XX day of the XX month of 2021, between, on one hand, the Bank of India acting through Shri, Designation of the Officer (hereinafter called the “BUYER”, which expression shall mean and include, unless the context otherwise requires, his successors in officer and assigns) of the First Part and M/s. represented by Shri Chief Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) award the contract and the BIDDER/Seller is willing to offer/has offered the stores and Request for proposal for……………………………………………….. WHEREAS the BIDDER is a private company / public company / Government undertaking / partnership / registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Public Sector Undertaking Bank of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence / prejudice dealings prior to, during and subsequent to the currency of the contract entered into with a view to :- Enabling the BUYER to obtain the desired said stores / equipment / work at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereby agree to enter into this Integrity Pact and agree as follows.

Page 210 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Commitments of the BUYER 1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, Organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERS. 1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach. 2. In case any such preceding misconduct on the part of such officials(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled. Commitments of BIDDERs 3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post- contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following: - 3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract Request for proposal for ………………………………..in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any

Page 211 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government. 3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. 3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract. 3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufactures / integrator / authorized government sponsored export entity of the stores / supplier and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER nor has any amount been paid promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. 3.6 The BIDDER, either while presenting the bid or during precontract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. 3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. 3.10 The BIDDER commits to retrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

Page 212 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is Request for proposal for ………………………... a relative of any of the officers of the BUYER or alternatively, if any relative of an officer of the BUYER has financial interest / stake in the BIDDERs firm, the same shall be disclosed by the BIDDER at the time of filling of tender. The term relative for this purpose would be as defined in Section 6 of the Companies Act 1956. 3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER. 4. Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded can be terminated for such reason. 5. Earnest Money (Security Deposit) Declaration 5.1 While submitting commercial bid, the BIDDER shall deposit Earnest Money (Security Deposit) Declaration document as per the format specified. 5.2 The Earnest Money / Security Deposit Declaration shall be valid upto the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period / Defect liability period. 5.3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. 6. Sanctions for Violations Request for proposal for…………………………………………….. 6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (Whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, whenever required: -

Page 213 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

(i) To immediately call off the pre-contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. (ii) The Earnest Money Declaration (in pre-contract stage) and / or Security Deposit / Performance Bond (after the contract is signed) shall stand forfeited either fully or partially as decided by the BUYER and the BUYER shall not be required to assign any reason therefor. (iii) To immediately cancel the contract if already signed, without giving any compensation to the BIDDER. (iv) To recover all sums already paid by the BUYER and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. (v) To encash the advance bank guarantee and performance bond / warranty bond, if furnished by the BIDDER, in order to recover the payments already made by the BUYER, along with interest. (vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation / rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. (vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER. (viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or agent or broker with a view to securing the contract. (ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. (x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at para

6.1(i) to (x) of this Pact also on the commission by the BIDDER or any one employed

by it or acting on its behalf (Whether with or without the knowledge of the BIDDER),

of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention

of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact. 7. Fail Clause

Page 214 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

7.1 The BIDDER undertakes that it has not supplied / is not supplying similar product / systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry / Department of the Government of India or PSU and if it is found at any stage that similar product / systems or sub systems was supplied by the BIDDER to any other Ministry / Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded. 8. Independent Monitors 8.1 There shall be Independent Monitors (hereinafter referred to as Monitors) appointed by the BUYER for this Pact in consultation and with approval of the Central Vigilance Commission. 8.2 The task of the Monitors shall be to review independently and objectively whether and to what extent the parties comply with the obligations under this Pact. 8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project / procurement, including minutes of meetings. 8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER. 8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER / Subcontractor(s) with confidentiality. 8.7 The BUYER 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 parties. The parties will offer to the Monitor the option to participate in such meetings. 8.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and, should the occasion arise, submit proposals for correcting problematic situations. 9. Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents

Page 215 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 10. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER. 11. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings. 12. Validity

12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER / Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 12.2 Should one or several provision of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 13. The parties hereby sign this Integrity Pact at on BUYER BIDDER Name of the Officer Name of the Officer Designation Designation Bank of India Witness Witness 1……………………….. 1………………….... 2……………………….. 2…………………....

Page 216 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT-6.19

NPA UNDERTAKING (To be submitted on the Company’s Letter Head)

To Date:

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sub: Request for Qualification in RFP for Procurement, Annual Maintenance support, Facility Management Support of new and existing Network Devices for Bank’s Data Center (DC) / Disaster Recovery Site (DR) / Near Site (NR) with deployment of Software Defined Networking (SDN) Solution Sir/Madam, We ___________________________________ (Bidder’s Name), hereby undertake that- 1. We don’t have NPA with any Bank in India 2. Further, we do not have any case pending with any organization across the globe which affects our credibility to service the Bank Yours faithfully, Authorized Signatory Designation Bidder’s Corporate Name Stamp:

Page 217 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT-6.20

BANK / PAYMENT DETAILS FROM BIDDER

(Please note to mention RFP Ref. No./Name in particulars while remitting of funds) (Also please fill and include this Format in qualifying bid, if Cost of Bid amount has been deposited through NEFT/RTGS)

Sr. No.

Bidder’s Bank details

1 Name of Bidder’s account 2 Account No. 3 Name of Bank 4 Branch 5 IFSC Code 6 Bidder’s contact Nos. 7 Bidder’ email id:

Details of payment of Cost of Bid Document

1 Cost of Bid Document ₹ 50,000/- 2 Date of NEFT 3 NEFT Transaction details (UTR) 4 Sender details

In case of transfer of funds from Bank of India account

1 Particulars of Transaction ID 2 Date 3 Account No. 4 Cost of Bid document ₹

Page 218 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Format-6.21

BANK GUARANTEE FOR ADVANCE PAYMENT

To: (Name of Purchaser) (Address of the Purchaser) _________________________ (Name of Contract) Gentlemen: In accordance with the provisions of the Terms and Conditions of Contract, to provide for advance payment, _______________________ (name and address of Supplier) (hereinafter called "the Supplier") shall deposit with ________________ (name of Purchaser) a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of (amount of guarantee*(in figures and words). We, the (bank or financial institution), as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to (name of Purchaser) on his first demand without whatsoever right of objection on our part and without his first claim to the Supplier, in the amount not exceeding (amount of guarantee* in figures and words). We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between (name of Purchaser) and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the contract until _______________ (expected date of last delivery).

Yours truly, Signature and seal : Name of bank/ financial institution : Address : Date :

An amount is to be inserted by the bank or financial institution representing the amount of the Advance Payment.

Page 219 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Format-6.22

LITIGATION CERTIFICATE (To be submitted on the Company’s Letter Head)

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/ Madam,

Reg.: RFP for Procurement, Annual Maintenance Support, Facility

Management of New Network Devices and Annual Maintenance Support,

Facility Management of Existing Network Devices of Bank’s Data Center

(DC), Disaster Recovery Site (DR) & Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution vide Ref No.

BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021

This is to certify that M/s__________________________, a company incorporated

under the companies act, 1956 with its headquarters at,

_____________________________________________________ is not involved in

any litigation which threatens solvency of the company.

Date: ___________

Place: ___________

Signature of CA/Statutory Auditor

Name of CA/Statutory Auditor:

Designation:

Seal of Company

Email ID:

Mobile No:

Telephone No.:

Seal and Signature of authorized official of Bidder:

Page 220 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Format-6.23

CERTIFICATION FOR LOCAL CONTENT (To be submitted on the Company’s Letter Head)

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/ Madam,

Reg.: RFP for Procurement, Annual Maintenance Support, Facility

Management of New Network Devices and Annual Maintenance Support,

Facility Management of Existing Network Devices of Bank’s Data Center

(DC), Disaster Recovery Site (DR) & Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution vide Ref No.

BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021

This is to certify that proposed ……..<services as per scope of work> is having

the local content of % as defined in the above mentioned RFP &

amendment thereto and M/s…………(bidder name) is

……………………<mention as applicable:-- ‘Class-I Local supplier’/‘Class-II

Local supplier’/‘Non Local supplier’>.

2. This certificate is submitted in reference to the Public Procurement

(Preference to Make in India), Order 2017 – Revision vide Order No. P-

45021/2/2017-PP (BE-II) dated 04th June, 2020.

Date: ___________

Place: ___________

Signature of Statutory Auditor/Cost Auditor

Name of CA/Statutory Auditor:

Designation:

Seal of Company

Registration Number:

Counter signed by the bidder:

Signature of Authorized Signatory

(NAME AND DESIGNATION)

For and On behalf of _______________________________

Seal of Company:

Page 221 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Format-6.24 Self-Certification regarding Local Content (LC) for Telecom Products

RFP Ref BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021

Date:

I ………………….S/o, D/o, W/o …………………, Resident of…………………..do hereby solemnly affirm and declare as under: That I agree to abide by the terms and conditions of Department of telecommunications, Government of India issued vide Notification No:………… dated ………………… That the information furnished hereinafter is correct to best of my knowledge and belief and I undertake to produce relevant records before the procuring entity or any other authority so nominated by the Department of Telecommunications, Government of India for the purpose of assessing the LC. That the LC for all inputs which constitute the said Telecom Product/Services/Works has been verified by me and I am responsible for the correctness of the claims made therein. That in the event of the LC of the Telecom Product/Services/Works mentioned herein is found to be incorrect and not meeting the prescribed LC norms, based on the assessment of an authority so nominated by the Department of Telecommunications, Government of India and I will be liable as under clause 9 (f) of Public Procurement (Preference to Make in India) Order 2017. I agree to maintain all information regarding my claim for LC in the Company's record for a period of 2 years and shall make this available for verification to any statutory authorities. i. Name and details of the Local supplier (Registered Office, Manufacturing unit location, nature of legal entity) ii. Date on which this certificate is issued iii. Telecom Product/Services/Works for which the certificate is produced iv. Procuring agency to whom the certificate is furnished v. Percentage of LC claimed vi. Name and contact details of the unit of the manufacturer vii. Sale Price of the product viii. Ex-Factory Price of the product ix. Freight, insurance and handling x. Total Bill of Material xi. List and total cost value of inputs used for manufacture of the Telecom Product/Services/Works xii. List and total cost of inputs which are locally sourced. Please attach LC certificates from local suppliers, if the input is not in-house. xiii. List and cost of inputs which are imported, directly or indirectly For and on behalf of …………………………………(Name of firm/entity) Authorized signatory (To be duly authorized by the Board of Directors) <Insert Name, Designation and Contact No. and date> Seal of Company:

Page 222 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Format-6.25 Format of Certificate for Tenders for Works under Rule 144 (xi) in the General

Financial Rules (GFRs), 2017 (To be submitted on company letterhead)

To: Bank of India. ………………….. Dear Sir,

Ref: Your RFP Ref BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021

Bidder Name :…………………………………

We, M/s -------------- are a private/public limited company/LLP/Firm <strike off whichever is not applicable> incorporated under the provisions of the Companies Act, 1956/2013 Limited Liability Partnership Act 2008/ Indian Partnership Act 1932, having our registered office at ----------------------------------------------(referred to as the “Bidder”) are desirous of participating in the Tender Process in response to your captioned RFP and in this connection we hereby declare, confirm and agree as under:

a) We, the Bidder have read and understood the contents of the Office

Memorandum & the Order (Public Procurement No.1) both bearing no.

F.No.6/18/2019/PPD of 23rd July 2020 issued by Ministry of Finance,

Government of India on insertion of Rule 144 (xi) in the General Financial Rules

(GFRs) 2017 and the amendments & clarifications thereto, regarding

restrictions on availing/procurement of goods and services, of any Bidder from

a country which shares a land border with India and / or sub-contracting to

contractors from such countries.

b) In terms of the above and after having gone through the said amendments

including in particular the words defined therein (which shall have the same

meaning for the purpose of this Declaration cum Undertaking), we the Bidder

hereby declare and confirm that:

* We, the Bidder are not from such a country which shares a land border with

India, in terms of the said amendments to GFR, 2017.

or

*We, the Bidder are from such a country and has been registered with the

Competent Authority i.e the Registration Committee constituted by the

Department for Promotion of Industry and Internal Trade, as stated under

Annexure I to the said Office Memorandum / Order and we submit the proof of

registration herewith.

(*Delete whichever is not applicable)

c) We, the Bidders agree and undertake that if the contract is awarded to us, we

will not sub-contract or outsource the contract and / or any part thereof unless

Page 223 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

such subcontract/ outsourcing is permitted by Bank of India in writing, in which

case we shall not sub-contract or outsource the work to a contractor from such

countries, unless such contractor is registered with the Competent Authority and

proof of same is obtained.

2. We, the Bidders hereby confirm that we fulfil all the eligibility criteria as per RFP and are not ineligible from participating in the Tender in view of the above Office Memorandum and Order. We also agree and accept that if our declaration and confirmation is found to be false at any point of time including after awarding the contract, Bank of India shall be within its right to forthwith terminate the contract/ bid without notice to us and initiate such action including legal action against us. Bank shall also be within its right to forfeit the security deposits provided by us and also recover from us the loss and damages sustained by the Bank on account of the above. 3. This declaration cum undertaking is executed by us through our Authorized signatory/ies after having read and understood the Office Memorandum and Order (Public Procurement No.1) both bearing F.No.6/18/2019/PPD of 23rd July 2020 of Ministry of Finance, Department of Expenditure, Public Procurement Division, Government of India including the words defined in the said order (reproduced hereunder) which shall have the same meaning for the purpose of this Declaration cum Undertaking.

“ Definitions

"Bidder" for the purpose of this Order (including the term 'tenderer', 'consultant' `vendor' or 'service provider' in certain contexts) means any person or firm or company, including any member of a consortium or joint venture ( that is an association of several persons, or firms or companies), every artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore, including any agency, branch or office controlled by such person, participating in a procurement process.

"Tender" for the purpose of this Order will include other forms of procurement, except where the context requires otherwise.

"Bidder from a country which shares a land border with India" for the purpose of this Order means:

a) An entity incorporated, established or registered in such a country; or b) A subsidiary of an entity incorporated, established or registered in such a

country; or c) An entity substantially controlled through entities incorporated, established or

registered in such a country; or

d) An entity whose beneficial owner is situated in such a country; or

e) An Indian (or other) agent of such an entity; or

f) A natural person who is a citizen of such a country; or g) A consortium or joint venture where any member of the consortium or joint

venture falls under any of the above

Page 224 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

"Beneficial owner" for the purpose of above will be as under:

(i) In case of a company or Limited Liability Partnership, the beneficial owner

is the natural person(s), who, whether acting alone or together, or through one or more juridical person(s), has a controlling ownership interest or who exercises control through other means.

Explanation—

a. "Controlling ownership interest" means ownership of, or entitlement to, more than twenty-five per cent of shares or capital or profits of the company;

b. "Control" shall include the right to appoint the majority of the directors or to control the management or policy decisions, including by virtue of their shareholding or management rights or shareholders agreements or voting agreements;

(ii) In case of a partnership firm, the beneficial owner is the natural person(s)who, whether acting alone or together, or through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of the partnership;

(iii) In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals;

(iv)Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner is the relevant natural person who holds the position of senior managing official;

(v)In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership.

"Agent" for the purpose of this Order is a person employed to do any act for another, or to represent another in dealings with third persons.”

Executed at……………. On this the …day of ………………………….

Authorised Signatory M/s--------------------- Signature and Name Seal of the Bidder *Note: Where applicable, evidence of valid registration by the Competent Authority shall be attached.

Page 225 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.26 UNDERTAKING FOR INFORMATION SECURITY COMPLIANCE

(This letter should be on the letterhead of both bidder and OEM duly

signed by an authorized signatory)

To: The General Manager Bank of India Head Office Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051

Sir,

RFP Ref: BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021

We hereby undertake that the proposed solution / software / hardware to be supplied

will be free of malware, free of any obvious bugs and free of any covert channels in

the code (of the version of the application/software being delivered as well as any

subsequent versions/modifications done) during entire contract period. If, any case

reported, to be fixed by the bidder without any additional cost to the bank on

immediate basis.

Yours faithfully,

Signature of Bidder: _______________________

Name: ___________________________________

Business address: ________________________

Place:

Date:

Page 226 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.27 KNOW YOUR EMPLOYEE (KYE) COMPLIANCE

(This letter should be on the letterhead of bidder duly signed by an authorized signatory). To:

The General Manager Bank of India Head Office Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051

Sir,

RFP Ref: BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021 We ………………. (name of the company) hereby confirm that all the manpower (both on-site and off-site) deployed/to be deployed on Bank’s project for ………………. (Name of the RFP) have undergone our internal KYE (Know Your Employee) process and requisite checks have been performed prior to employment of said employees as per our policy.

1. We undertake and agree to save, defend and keep harmless and indemnified

the Bank against all loss, cost, damages, claim penalties expenses, legal liability

because of non-compliance of KYE and of misconduct of the employee deployed by

us to the Bank.

2. We further agree to submit the required supporting documents (Process of

screening, Background verification report, police verification report (issued in last six

months), character certificate regarding fit and satisfactory conduct, ID card copy,

Educational document, etc) to Bank before deploying officials in Bank premises for

………............ (Name of the RFP).”

Yours faithfully,

Signature of Bidder: _______________________ Name: ___________________________________ Business address: ________________________ Place: Date

Page 227 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.28

SOFTWARE/SOLUTIONS INTEGRITY CERTIFICATE

(To be issued by OEM on OEM Company’s Letter Head)

To: Date:

The General Manager Bank of India Head Office Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051

RFP Ref: BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021 INTEGRITY STATEMENT This is to certify that our solution/product ……………………………, Version: ………………………… (Hash Value -…………………………………………………………), developed by and a copyright of …………………………………………….. follows standard secure coding practices and has been tested and certified for the following checks:

i. That the product/solution has undergone the required level of unit, system, stress and volume tests and is free of any obvious bugs.

ii. That the software//solution is tested with anti-virus/anti-malware software and is free of any known virus/malwares at the time of sale.

iii. That the solution/application is free of any covert channels in the code being provided and subsequent modifications to be done on them.

iv. We have evaluated the cryptographic implementation and have ensured that only cryptographic modules based on authoritative standards and reputable protocols are used.

v. We confirm that Source code testing is carried out on application source code (to identify and detect security threats and weaknesses in its systems) and there are no OPEN vulnerabilities.

vi. We confirm that Application Security testing is carried out for application (to identify and detect security threats and weaknesses in its systems) and there are no OPEN vulnerabilities.

vii. We confirm that we are conducting secure coding training programs for our software developers/testers on periodical basis.

We also confirm that the above practices will be met by us for all the changes that we

make in the application/ module on a regular basis.

Authorized Signatory Date: …………………..

Page 228 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

FORMAT 6.29

UNDERTAKING FOR SOURCE CODE AND APPLICATION SECURITY TESTING

(To be issued by OEM on company’s Letter Head)

To: Date:

The General Manager Bank of India Head Office Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051

RFP Ref: BOI/HO/IT/NW/DC-DR-NR-REFRESH/RFP- 01/2021 Dated 23.02.2021

We hereby undertake that our product has undergone following-

i Source code audit (Comprehensive analysis of source code for discovering

bugs and security breaches and its compliance) has been done by……....

(Name of Consultant). The summary on compliance /clearance of the same is

attached with technical bid.

ii The solution has undergone SAST/DAST/IAST for application security testing

and clearance /compliance of the same has been obtained from….. (Name of

the firm). The same is in compliance of RBI guidelines (and its amendments)

and best industry standards.

iii For any version change/upgrade, the solution undergone and cleared on both

of above i.e. Source Code Audit and SAST/DAST/IAST for application security

testing.

We also confirm that the above practices will be met by us for all the changes that we

make in the application/ module on a regular basis during contract time.

Authorized Signatory (OEM) Name- Designation- Place:……………… Date: …………………..

Page 229 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure-A

(to be submitted on company letter head by all Bidders participating

in Reverse Auction)

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Date:

Acceptance of Reverse Auction Business Rules and Terms &

conditions in respect of Tender / RFP Ref. No.

_______________ Dated ______

For procurement of ______________________________________

======================================================

=====

We refer to the captioned subject and confirm that –

1) The undersigned is our authorized representative.

2) We have accepted and abide by all Terms of captioned Tender

documents and Business Rules and Terms & conditions of Reverse

Auction for the procurement for which RFP is floated.

3) Bank and Service Provider shall not be liable & responsible in any

manner whatsoever for my / our failure to access & bid in Reverse

Auction due to loss of internet connectivity, electricity failure, virus attack,

problems with the PC, any other unforeseen circumstances etc. before

or during the auction event.

4) We understand that in the event we are not able to access the auction

site, we may authorize Service Provider to bid on our behalf by sending

a fax containing our offer price before the auction close time and no claim

can be made by us on either Bank or Service Provider regarding any loss

etc. suffered by us due to acting upon our authenticated fax instructions.

5) I / We do understand that Service Provider may bid on behalf of other

Bidders as well in case of above mentioned exigencies.

Page 230 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

6) We also confirm that we have a valid digital certificate issued by a valid

Certifying Authority.

7) We will participate in Reverse Auction

conducted by

____________________________ (name of Service Provider) and

agree to enter into an agreement with him (Service Provider) for making

the process of Reverse Auction and its result legally binding on us.

8) We will fax duly signed filled-in prescribed format (Annexure-B) as

provided on case to-case basis, to Bank within 24 hours of end of

Reverse Auction without fail.

9) We will give break-up of our last / lowest bid price as per Bill of Material

at the end of Reverse Auction event within 48 hours without fail.

10) We undertake to supply at our final lowest bid price of Reverse Auction.

In case of back out or not supply as per the rates quoted by us, Bank is

free to take appropriate action against us and / or may disqualify from

bidding in any contract with the Bank for the period of five years from the

date of notification, debar us from participating in future tenders.

11) We nominate our official Shri _________________________________

Designation _____________ of our company to participate in Reverse

Auction. We authorize Bank to issue USER ID & PASSWORD to him. His

official e-mail & contact number are as under –

Email:

Mobile:

--------------------------------------------------------------------------------------------------

Signature with company seal:

Name of Authorised Representative: Designation:

Email: Mobile:

Tel. No: Fax No.:

Page 231 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure-B

(to be submitted / faxed by Successful Bidder of Reverse Auction within

24 hours from the end of Reverse Auction event)

Date:

To,

The General Manager Information Technology Department, 8th Floor, Star House-2, C-4, G-Block, Bandra Kurla Complex, Bandra East, Mumbai – 400 051.

Sir/Madam,

Final / Lowest Bid Price quoted in Reverse held on _______________ in respect of Tender / RFP Ref. No. _______________ Dated ______ for procurement of ______________________________________ ======================================================

We confirm that the final total bid price quoted by us in the captioned Reverse

Auction event for captioned tender is as under –

₹ (in figure): ___________________________

₹ (in words):

_________________________________________________________

We confirm that –

1) [ ] We enclose herewith the detailed break-up of above price as per

Bill of Material

OR

[ ] We undertake to give detailed break-up of above bid price as per

Bill of Material within 48 hours from the end-of Reverse Auction

event.

2) Any variation between the on-line Reverse Auction bid price quoted

by us and this document will be considered as sabotaging the tender

process and will invite disqualification of Bidder/vender to conduct

business with Bank as per prevailing procedure. In such case Bank

Page 232 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

is free to take appropriate action and / or disqualify from bidding in

any contract with the Bank for the period of five years from the date

of notification and / or debar him from participating in future

3) We are bound to supply at the above final bid price of Reverse

Auction.

4) We note that in case of back out or not supply as per the above rates

quoted by us, Bank will take appropriate action against us and /

disqualify from bidding in any contract with the Bank for the period of

five years from the date of notification and / or debar him from

participating in future

Signature with company seal: Mobile:

Name of Authorised Representative: Tel. No:

Designation: Fax No:

Page 233 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

Annexure- C: Process Compliance Form

(The Bidders are required to print this on their company’s letter head and sign,

stamp before faxing to Service Provider)

To

(Name & Address of Service Provider)

Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction -----------------------------------------------------------------------------------

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned

in the Tender document for procurement of Hardware against the Tender No.

______________________________________________________________

________

This letter is to confirm that:

1) The undersigned is authorized representative of the company.

2) We have studied the Commercial Terms and the Business rules

governing the Reverse Auction and the RFP as mentioned in your letter

and confirm our agreement to them.

3) We also confirm that we have taken the training on the auction tool and

have understood the functionality of the same thoroughly.

4) We confirm that _____(Bank) and _____ (Service Provider) shall not be

liable & responsible in any manner whatsoever for my/our failure to

access & bid on the auction platform due to loss of internet connectivity,

electricity failure, virus attack, problems with the PC, any other

unforeseen circumstances etc. before or during the auction event.

5) We understand that in the event we are not able to access the auction

site, we may authorize _____ (Service Provider) to bid on our behalf by

sending a fax containing our offer price before the auction close time and

no claim can be made by us on either _____ (Bank) or _____ (Service

Provider) regarding any loss etc. suffered by us due to acting upon our

authenticated fax instructions.

Page 234 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

6) I/we do understand that _____ (Service Provider) may bid on behalf of

other Bidders as well in case of above mentioned exigencies.

7) We also confirm that we have a valid digital certificate issued by a valid

Certifying Authority.

8) We also confirm that we will fax the price confirmation & break up of our

quoted price as per Annexure B as requested by _____ (Bank) / _____

(Service Provider) within the stipulated time.

We, hereby confirm that we will honour the Bids placed by us during the auction

process.

With regards,

Signature with company seal

Name –

Company / Organization –

Designation within Company / Organization –

Address of Company / Organization –

Page 235 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

PART 7: OTHER TERMS AND CONDITIONS (OTC)

7.1 Bid Security Declaration As per format 6.4

7.2 Bid Validity Up to

180 days from the last date

stipulated for receipt of

responses to the Bid

7.3

Period within which Performance Security or Amendment thereto is to be submitted by the Successful Bidder upon notification of

Award of Contract

21 days

7.4

Period within which the Successful Bidder

should sign the Contract after receipt of the

Form of Contract.

Within 90 days from the Date of

award of contract

7.5 Period of Performance Contract (from the

Date of Award of Contract)

To be valid till end of AMC under

the contract

7.6 BG for Performance Security

3% of total Amount of contract

Validity up to end of contract

period from award of contract

with 6 months claim period

7.7 Warranty support period for the entire

Solution

24 months from date of

user acceptance (refer 4.10)

7.8 User Acceptance tests Refer : 4.10

7.9 Period within which Supplier to remedy

defects after having been notified of the same As per SN.34 of clause 3.3

7.10 Required period of contract Five years from the date of

acceptance

7.11

Period within which Bank will return

the Performance Security subject to terms

mentioned in clause 4.6

180 days after completion of

contract period.

7.12 Minimum AMC commitment required for

equipment offered to the Bank

Three years after completion of

two years warranty

7.13

Period within which Products / Services under

the Contract are to be delivered/

installed/commissioned/migrated from the

date of purchase order.

For existing devices, OEM

Backlining should be completed

within 4 weeks from the date of

purchase order.

Delivery within 8 weeks from

date of Purchase Order (PO).

Installation within 20 weeks from

date of purchase order.

Migration of 35 Critical

Production applications in SDN

Page 236 of 236

RFP for Procurement, Annual Maintenance Support,

Facility Management Support of new and existing

Network Devices for Bank’s Data Center (DC) / Disaster

Recovery Site (DR) / Near Site (NR) with deployment of

Software Defined Networking (SDN) Solution

solution within 59 weeks from

date of purchase order.

Migration of remaining non

critical applications in SDN

solution within 72 weeks from

date of purchase order.

7.14 Acceptance Tests

Installation reports shall be signed from Bank officials for Network

Devices with satisfactory access of all the applications required as per

clause 4.10. The installation reports should be in format duly vetted and

checked by the bank as per requirements.

7.15 Project Reporting

7.15.1 Bidder shall submit a weekly report on the development of the project

along with reasons of delay, if any, till date of full commissioning.

7.15.2 Periodical meetings will be held between the Bidder and the Bank, to

review the progress and the Bidder will be required to attend all such

meetings.

7.16 System maintenance and support

7.16.1 The Bidder shall, implement upgrades during the contract period free of

cost.

7.16.2 The Bidder shall provide changes and upgrades with regard to changes

in statutory requirements at the earliest and free of cost during the

contract period.

7.16.3 The Bidder shall provide and implement functionality changes as

required by the end user during the contract period.

7.16.4 The Bidder shall be able to comply with the service Level requirements.