Request For Proposal (RFP) for Supply, Installation and Maintenance of Twenty Desktop Computers for Disaster Recover Site, Lucknow

Similar documents
ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

Procurement of Licences of Business Objects BI Platform

Central University of Orissa

TENDER FOR COMPUTER WORKSTATION FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI (Tender no. IIITD/S&P/IT/Computer Workstation/30/ )

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

ALLAHABAD BANK. Head Office Stationery Deptt. 14, India Exchange place, Ist Floor. Kolkata REQUEST FOR PROPOSAL (RFP) /NOTICE INVITING TENDER

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Tender for Supply and installation of Desktop Computers SECTION I

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

DATED: DUE ON

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

496, Udyog Vihar, Phase-III, Gurgaon Phone:

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated

TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK,

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Tender Notice. For. Purchase of Laptops

TENDER DOCUMENT. FOR Renewal of subscription and support for VERITAS net backup Licenses. Tender No IMA-1

ALLAHABAD BANK DISASTER RECOVERY SITE 3 rd Floor, ZO Building Hazratganj, Lucknow

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 27/01/2017. For Supply of

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

Tender for supply/upkeep & maintenance of firewall, switches and routers for High Commission of India. Tender Notice

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING.

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER FOR COMPUTER WORKSTATIONS WITH GRAPHIC CARDS FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

M.P. STATE AGRO INDUSTRIES DEVELOPMENT CORPORATION LIMITED: Panchanan, 3rd Floor, Malviya Nagar, Bhopal

Indian Institute of Management Indore (IIM Indore) is an Autonomous Institute under Ministry of Human Resource Development, Govt. of India.

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

Tender Document. Internet Leased Bandwidth

UNIVERSITY OF PERADENIYA

SATYAJIT RAY FILM & TELEVISION INSTITUTE E. M. Bypass Road Panchasayar Kolkata TENDER NOTIFICATON

TENDER FOR. Rate contract for Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 25th July, 2018

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) Jangpura, New Delhi

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Approved Vendors List

Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

U.T. Administration of Daman and Diu Office of the Principal, Technical Training Institute, Moti Daman

INVITATION FOR QUOTATION. TEQIP II/2013/WB2G02/Shopping/99

NOTICE INVITING TENDERS

MMTC Limited, Core-1, Scope Complex, 7 Institutional Area, Lodhi Road, New Delhi

(A State Govt. University) Ph. No.-(0522) , 43, 45 Website: Tender Notice

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

Baroda Rajasthan Kshetriya Gramin Bank (Head Office : Ajmer)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses

TENDER NO : CTR/LDH/1810/Mach/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS

TENDER DOCUMENT. Tender Number: 04/ Date: Empanelment, Supply & Installation of Dot Matrix printers With Bottom Push Tractor

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

UNIVERSITY OF ALLAHABAD

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Notice Inviting Tenders (NIT)

Howrah Zone Information Technology Department / Howrah Zone Bank of India Building (4 th floor)

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Ref. No. P&S/F.2/OR/198/ Date:

GOVT OF KARNATAKA. (two cover e Procurement)

SOFTWARE TECHNOLOGY PARKS OF INDIA

Flood and River Erosion Management Agency of Assam(FREMAA)

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

Subject :- procurement of 10 MBPS Internet bandwidth for ROC-I.

Phone No

REQUEST FOR PROPOSAL (RFP)

Uttar Bihar Gramin Bank

Quotation document for supply, installation and commissioning of Different Hardware and/or Software

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Limited Tender. Annexure A

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/23. Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator).

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

Ref.: TIFR/PD/CM17-245/ March 16, NIT Cum Tender Document ( ONE PART LIMITED TENDER) for the following item:

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

E-Tender Document for Procurement of Internet Services for CERT-In

INVITATION FOR TENDER FOR SUPPLY OF DEEP LEARNING RACK SERVER

Software Technology Parks of India Noida

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

QUOTATION FOR ANNUAL MAINTENANCE CONTRACT (AMC) FOR COMPUTERS, PRINTERS, UPS, SCANNERS, LAN AND SERVER

र य फ शन ट न ल ज स थ न, क लक त क

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Details of the tender can be obtained from our website (

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

Transcription:

Request For Proposal (RFP) for Supply, Installation and Maintenance of Twenty Desktop Computers for Disaster Recover Site, Lucknow Information Technology & Digital Banking Department Allahabad Bank Head Office, 2 N.S. Road, Kolkata - 700001 Page 1 of 19

Table of Contents Section Description Page 1 INTRODUCTION 3 2 SCHEDULE OF BID 3 3 SCOPE OF WORK 3 4 MINIMUM ELIGIBILITY CRITERIA 3 5 TENDER PROCESS 5 5.1 SUBMISSION OF TECHNICAL BIDS 5 SUBMISSION OF ONLINE COMMERCIAL BID (E- 5 5.2 TENDERING) 5.3 SELECTION OF BIDDER 6 5.3.1 PRELIMINARY SCRUTINY 6 5.3.2 CLARIFICATION OF OFFERS 6 5.3.3 EVALUATION OF BID 6 5.3.4 INTIMATION TO QUALIFIED/SUCCESSFUL BIDDERS 7 5.3.5 CORRECTION OF ERROR IN COMMERCIAL BID 7 5.3.6 DETERMINATION OF L1 PRICE 7 5.3.7 BID VALIDITY PERIOD 8 DELIVERY, INSTALLATION AND COMMISSIONING: 8 6 PERIOD & LOCATION 7 SPARE PARTS 8 8 WARRANTY 8 9 PENALTY 9 10 TERMS OF PAYMENT 9 11 SIGNING OF CONTRACT 10 12 SUBMISSION OF PERFORMANCE GUARANTEE 10 13 TERMS & CONDITIONS 10 13.1 SERVICE LEVEL AGREEMENT 10 13.2 FORCE MAJEURE 10 13.3 DISPUTE RESOLUTION 11 13.4 CONTRACT TERMINATION CLAUSE 11 ANNEXURES I BID FORM 12 II TECHNICAL BID CHECK LIST 13 III TECHNICAL REQUIREMENTS 14 IV COMMERCIAL BID FORMAT 15 V CONTRACT FORM 16 VI PERFORMANCE SECURITY FORM 18 VI MANUFACTURER S AUTHORISATION FORM 19 Page 2 of 19

1. Introduction Allahabad Bank, a body corporate established under the Banking Companies (Acquisition and Transfer of Undertaking) Act 1970, having its Head Office at 2, Netaji Subhas Road, Kolkata-700001, India, hereinafter called The Purchaser, which term or expression unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its successors and permitted assigns, intends to issue this bid document, hereinafter called Request for Proposal or RFP, to the vendors to participate in the competitive bidding for Supply, Installation and Maintenance of Twenty Desktop Computers for Disaster Recover Site, Lucknow. 2. Schedule of BID S N PARTICULARS DATE TIME 1 Start date for downloading Tender 21/02/2018 17:00 Hrs Document 2 Date of Pre-Bid Conference 26/02/2018 15:00 Hrs 3 Last Date for submission of Eligibility, 08/03/2017 13:00 Hrs Technical & Masked Commercial Bid in sealed envelope 4 Date of Opening of Technical Bid 08/03/2018 15:00 Hrs 6 Date of opening of Commercial Bids To be notified later to the eligible bidders 7 The bidder has to submit application money of `500/- (Rupees Five Hundred only) through Demand Draft or Banker s cheque/ Pay Order in favour of Allahabad Bank payable at Kolkata 8 The bidder has to submit refundable Earnest Money Deposit (EMD) of `50,000.00 (Rs. Fifty Thousand only) with the application through Demand Draft or Banker s cheque/ Pay Order in favour of Allahabad Bank payable at Kolkata 9 Bids to be submitted to: Chief Manager, Allahabad Bank Head Office, Information Technology & Digital Banking Department, 2 N.S. Road, Kolkata 700 001. 10 Place of opening Bids: Allahabad Bank Head Office, Information Technology & Digital Banking Department, 2 N.S. Road, Kolkata 700 001 3. Scope Of Work 3.1 Supply, installation and maintenance of Twenty Desktop Computers to be supplied at Disaster Recover Site, Lucknow. The Technical Specification of the Computers is given in Annexure-III. 3.2 The Specifications given are minimum. Bidders can quote equivalent or higher technical specifications to meet the bank s requirement. 4. Minimum Eligibility Criteria (Please submit documentary proof signed by Authorized Person) Page 3 of 19

Eligibility Criteria Documents to be submitted 4.1 The bidder should have a support centre at Lucknow. Details of own Offices as per Annexure-6 4.2 The bidder should have been operating for a minimum Certificate of Incorporation/ period of 5 years in India as on 31.01.2017. Partnership Deed. 4.3 The bidder should have supplied and/or maintained at Copies of Purchase Orders (PO) least 300 Desktop Computers to Govt. organizations/ and Certificate from the Scheduled Commercial Bank during last three years. concerned Organization confirming supply & maintenance of the items of the 4.4 The bidder should have annual turnover of at least `10.00 Crores (Rupees Ten Crores) in each of the last three financial years (i.e. 2014-15, 2015-16, 2016-17). 4.5 The bidder should not be a defaulter for any State Government or Central Government and should not have been blacklisted by any banking or insurance company/ organization operating in India, during last three financial years under reference. 4.6 Original Equipment manufacturer (OEM) vendor should have a valid ISO 9001:2015 Quality Certificate and ISO 14000 Certificate. The bidder should also be ISO 9001:2015 & 20000-1:2011 certified company. 4.7 The Bidder should be a reputed OEM or authorized supplier of reputed OEM of the proposed Hardware items along with AMC support. Note: The bidder can be an authorized supplier of an OEM or OEM itself, but both OEM and its authorized supplier cannot bid simultaneously for the same item/product. If a bidder submits a bid on behalf of the OEM, the same bidder cannot submit a bid on behalf of another OEM for the same item/product. 4.8 The bidder has to submit application money of `500/- (Rupees Five Hundred only) through Demand Draft or Banker s cheque/ Pay Order in favour of Allahabad Bank payable at Kolkata. 4.9 The bidder has to submit refundable Earnest Money Deposit (EMD) of `50,000.00 (Rs. Fifty Thousand only) with the application through Demand Draft (DD)/ Pay Order (PO) / Bank Guarantee (BG) in favor of Allahabad Bank, payable at Kolkata. The DD/PO/BG should be valid at least for a period of 240 days from the date of opening of bids. PO. Audited Balance sheets and Profit & Loss statements for the financial years 2014-15, 2015-16, 2016-17 along with certificate from the Chartered Accountant Bidder should submit an Undertaking in this regard. Documentary evidence in support should be submitted. Manufacturer authorization form /certificate signed by the authorized signatory of OEM (Annexure- 13). Demand Draft or Banker s cheque/ Pay Order in favour of Allahabad Bank, payable at Kolkata. Demand Draft (DD)/ Pay Order (PO) / Bank Guarantee (BG) of `50,000/- in favour of Allahabad Bank, payable at Kolkata. Page 4 of 19

5. Tender Process A two-stage bidding process will be followed. The response to the tender should be submitted in two parts: Technical Bid and Commercial Bid. 5.1 Submission of Technical Bids: Technical bid duly sealed and super scribed as Technical Bid for Selection of Vendor for Supply, installation and maintenance of 20 Desktop PCs should be submitted to The Chief Manager-IT Department of Information Technology & Digital Banking, Allahabad Bank Head Office,2 N.S Road Kolkata- 700001 so as to reach us latest by 13.00 hrs on 08 th March 2018. 5.2 Submission of Online Commercial Bid (E-Tendering): 5.2.1 The Bank will adopt E-Tendering process for online submission of Commercial Bid Submission. The service provider for e-tendering process is M/s Antares Systems Limited and the portal address for the same is www.tenderwizard.com/abbank, wherein the necessary details for e-tendering are available. 5.2.2 The prospective bidders are advised to submit the commercial bids online only. 5.2.3 The following steps are to be taken for online submission of Commercial Bids : 5.2.4 Registration with Service Provider Portal www.tenderwizard.com/abbank 5.2.5 The bidder should possess Class III Digital Signature Certificate (Mandatory). (Commercial Bids will not be recorded without Digital Signature Certificate) 5.2.6 In case of any clarification/assistance please contact M/s Antares Systems Ltd. before the schedule time of Online Bid Submission. Contact Persons:- Mr. Kumar Chandan : 09674758720 Mr. Debraj Saha : 09674758721 E-mail :kumarchandan@antaressystems.com debrajsaha@antaressystems.com 5.2.7 Bidders are required to submit/upload the commercial bids latest by 13:00 Hrs on 08.03.2018 (Last Date of submission of Bids) at the portal www.tenderwizard.com/abbank. 5.2.8 The prospective bidders are advised to ensure on-line submission of Commercial Bid (Annexure-III) only in a single pdf file of with name COMM.pdf of size less than 5MB, duly signed and stamped by the authorized signatory latest by the last date and time of submission of Bids. 5.2.9 The commercial proposal should be inclusive of all taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation, training etc. but exclusive of only applicable (in India) GST and Octroi / Entry Tax / equivalent Local Authority Cess. 5.2.10 In case of any discrepancy found between the amount in Figures and words, the amount mentioned in the words will prevail. Page 5 of 19

5.3 SELECTION OF BIDDER 5.3.1 Preliminary Scrutiny: The Bank will scrutinize the Bid/s received to determine whether they are complete in all respects as per the requirement of RFP, whether the documents have been properly signed, whether items are offered as per RFP requirements and whether technical documentation as required to evaluate the offer has been submitted. Prior to detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the RFP. Substantial responsiveness means that the bid conforms to all terms and conditions, scope of work and technical specifications and bid document is submitted without any deviations. 5.3.2 Clarification of Offers: 5.3.2.1 During the process of scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, seek clarifications from any/all the bidders on the offer submitted by them. The bidder has to respond to the bank and submit the relevant proof /supporting documents required against clarifications, if applicable. The request for such clarifications and the Bidders response will necessarily be in writing and it should be submitted within the time frame stipulated by the Bank. 5.3.2.2 The Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in the offer. Bank s decision with regard to minor non-conformity will be final and binding on all the bidders and the Bank reserves the right for such waivers. 5.3.3 Evaluation of Bid: 5.3.3.1 The Bank shall evaluate the bids as per the following: Part A - Technical Bid Evaluation Technical bids submitted by the bidders under this RFP as per the Eligibility Criteria as mentioned in Section-4 and the Technical Specifications mentioned in Annexure-III of RFP. Part B - Commercial Bid Evaluation The Commercial Bids of only those bidders, who qualify in Part A- Technical Bid Evaluation, will be reckoned for further commercial evaluation. 5.3.3.2 The Bid will be evaluated by a Committee of officers of the Bank. If warranted, the Bank may engage the services of external consultants for evaluation of the bid. It is Bank's discretion to decide at the relevant point of time. Page 6 of 19

5.3.4 Intimation to Qualified/Successful Bidders: The Bank will prepare a list of technically qualified bidders on the basis of evaluation Of Part A Technical Proposal and the names of qualified bidders would be announced on the Notice Board. The shortlisted bidders will be intimated about the schedule of downloading & opening of commercial bids. 5.3.5 Correction of Error in Commercial Bid: Bank reserves the right to correct any arithmetical errors furnished in the Commercial Bid. If any such errors are noticed it will be rectified on the following basis: 5.3.5.1 Bank may waive off any minor non-conformity or irregularity in a bid, which does not constitute a material deviation. 5.3.5.2 If there is discrepancy between the unit price and total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price shall be corrected accordingly. 5.3.5.3 If there is discrepancy between percentage and amount, the amount calculated on percentage basis will prevail. 5.3.5.4 If there is discrepancy in the total arrived at Bill of Material (addition, subtraction, multiplication, division and carryover of amount from one page to another), correct total will be arrived by the Bank and the same will prevail over the total furnished in the Bill of Material 5.3.5.5 If there is a discrepancy between words and figures, the rate/ amount in words shall prevail, unless the amount expressed in words is related to an arithmetical error in which case, the amount in figures will prevail, subject to the above two provisions. 5.3.5.6 If any bidder does not accept the correction of errors, their bid will be liable for rejection. 5.3.6 Determination of L1 Price: 5.3.6.1 L-1 Price will be determined after giving effect to arithmetical correction, if any. 5.3.6.2 The L-1 bidder will be determined on the basis of the lowest price quoted in the Commercial Bid as per ANNEXURE-III. 5.3.6.3 The L-1 bidder will be determined on the basis of lowest Total Cost of Ownership calculated on the basis of capital cost inclusive of three years warranty (inclusive of taxes). 5.3.6.4 However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. 5.3.6.5 The bank reserves the right to re-tender without assigning any reasons whatsoever. The bank shall not incur any liability to the affected bidder(s) on account of such rejection. Bank shall not be obliged to inform the affected bidder(s) of the grounds for the Bank's rejection. 5.3.6.6 The Bank reserves the right to modify any terms, conditions and specifications of the RFP and Bank reserves the right to obtain revised price bids from the bidders with regard to change in RFP clauses. The Bank reserves the right to accept any bid in whole or in part. Page 7 of 19

5.3.7 Bid Validity Period: The Offer submitted and the prices quoted therein shall be valid for 6 calendar months from the last date for submission of the offer (BID). Bid valid for any shorter period shall be rejected by the Bank. 6. Delivery, Installation and Commissioning: Period & Location 6.1 Delivery and Installation of the items will be at Lucknow, within 4 (Four) weeks from the date of receipt of the purchase order issued by the bank. 6.2 The bidder should submit the Lucknow support Centre address, details of the Contact Person and the Response/Resolution/Escalation matrix. 6.3 The bidder is required to submit the Installation report duly signed & stamped by the bank officials. 7. SPARE PARTS: 7.1 The Supplier/Vendor shall carry sufficient inventories to assure ex-stock supply of consumables and spares at the concerned support site(s). Supplier/Vendor shall ensure the availability of after sales service for period of five years. 7.2 If any of the peripherals, components are not available or difficult to procure or the procurement is likely to be delayed for replacement if required, the replacement shall be carried out with state of the art technology equipment of equivalent or higher capacity at no additional charges to the Purchaser. 8. WARRANTY: 8.1 The Supplier/vendor warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials. The Supplier/vendor further warrants that all the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the Supplier/vendor that may develop under normal use of the supplied Goods in the conditions prevailing at the final destination. 8.2 This warranty shall remain valid for a period of 36 months after the Goods have been delivered to, accepted at the final destination after proper installation and commissioning. Any deviation to the warranty period mentioned above may be liable for rejection of bid. 8.3 Free on-site maintenance services shall be provided by the Supplier/vendor during the period of warranty. 8.4 The Purchaser shall promptly notify the Supplier/vendor in writing of any claims arising under this warranty. 8.5 Upon receipt of such notice, the Supplier/vendor shall, within 24 hours repair or replace the defective goods or parts thereof, without any cost to the Purchaser. 8.6 If the Supplier/vendor, having been notified, fails to remedy the defect(s) within a reasonable period as specified above, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier/vendor s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier/vendor under the Contract. Page 8 of 19

8.7 The Supplier/vendor must provide the following warranties - a) The equipment proposed is complete in every way. b) The hardware specification, capabilities and performance characteristics are as stated in the Supplier/vendor s proposal and accompanying documentation. c) If during the warranty period, any equipment has a hardware failure on four or more occasions in a quarter, the Supplier/vendor shall replace the entire unit or component with another of at least the same quality and performance specifications at no cost to the Purchaser. 9. PENALTY: 9.1 If the Vendor/supplier fails to deliver any or all of the Goods or perform the Services within the time period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, upto a maximum deduction of 10% of the contract price. 9.2 The maximum permissible downtime for any equipment is 24 hours. In case an item is not usable beyond the maximum permissible downtime, the Supplier/vendor will be required to arrange for an immediate replacement of the same by temporary substitute (of equivalent or higher configuration) till it is repaired. Failure to meet the above standards of maintenance will be liable for a penalty of Rs.500/- for any equipment (Other than server) per day per item. The amount of penalty in a year for particular item will be maximum upto 10% of the order value of that item. The amount of penalty will be recovered from maintenance charges payable for subsequent year or bank guarantee towards performance security held with the purchaser. 9.3 The Supplier/vendor shall conduct preventive maintenance (including inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the equipment and necessary repairing of the equipment) once at least in every 90 days in addition to the normal maintenance required. 10. TERMS OF PAYMENT: 10.1 Consequent upon its selection, the Supplier/vendor along with the acceptance letter shall submit the details of the Bank Account (Account Number, Name of the Bank where account is maintained, IFSC Code etc., as required for electronic mode of payment) authenticated by the Authorised signatory. Any change in the above, should immediately be intimated to the Purchaser, duly authenticated by the Authorised Signatory of the Supplier/vendor. The Supplier/vendor s request(s) for payment shall be made to the Purchaser in writing, accompanied by the invoice describing, as appropriate, the Goods delivered and services performed, the documents submitted and upon fulfilment of other obligations stipulated in the Contract. 10.2 Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days of submission of the invoice/claim, supported by all required documents, by the Supplier/vendor. 10.3 Payment will be made to the Supplier/vendor in Indian Rupees only. 10.4 Payment schedule: Page 9 of 19

Payment on Delivery and installation of Goods: Payment of 90% of the cost of equipment shall be made by the purchaser (Bank), on receipt of the specified goods, successful installation and commissioning at the site. In case installation of equipments is delayed due to any reason attributable to the Bank and delay is more than 30 days from the date of delivery then 90% of the cost of equipments will be released after submission of undertaking by the vendor that installation will be carried out as and when required by the Bank. Final Payment: Payment of balance 10% of the cost of the equipment shall be made after one month of successful installation and commissioning at the site. If the delay in installation and commissioning at the site is delayed by more than 45 days of delivery, due to the reasons attributable to the bank, the concerned office shall release the payment remaining payment (10%) after 45 days. 11. Signing of Contract: Standard Contract Agreement attached to the Tender Document is to be signed by the Vendor. In the absence of a formal contract, the Bid document, together with the Bank s notification of award and the vendor s acceptance thereof, would constitute a binding contract between the Bank and the successful Bidder. 12. Submission of Performance Guarantee: The successful vendor/supplier should submit Performance Guarantee of an amount equal to 10% of the order value of the equipments valid up to 60(Sixty) days beyond the date of completion of 3(Three) years (3 year warranty) from the start of warranty period. Failure to comply the above may lead to forfeiture of the PBG. a. The Performance Security should be furnished to the Office of the Purchaser, who has placed the Purchase Order before release of payment for goods supplied. b. The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier s failure to complete its obligations under the Contract. c. The Performance Security shall be denominated in Indian rupees only, and shall be in the form of a bank guarantee issued by a Scheduled Commercial bank operating in India. d. The performance securities will be discharged by the Purchaser and returned to the vendor/supplier not later than 30 (Thirty) days following the date of completion of the Supplier s performance obligations with respect to date of successful installation & commissioning, including warranty and maintenance obligations. 13. TERMS & CONDITIONS 13.1 Service Level Agreement: The successful bidder shall maintain overall 99% uptime of equipments under warranty period on monthly basis. 13.2 Force Majeure: 13.2.1 The vendor shall not be liable for forfeiture of its performance Security, liquidated damages or termination for default, if and to the extent that it s delay Page 10 of 19

in performance or other failure to perform its obligations under the contract is the result of an event of force Majeure. 13.2.2 For purposes of this clause, Force Majeure means an event beyond the control of the vendor and not involving the Vendor s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 13.2.3 If a Force Majeure situation arises, the Vendor shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Vendor 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. 13.3 Dispute Resolution: In the event of any dispute arising out of or in connection with this Order, the parties shall use their best endeavour to resolve the same amicably AND if the dispute could not be settled amicably, the matter shall be settled in the court under Kolkata jurisdiction only. 13.4 Contract Termination: The agreement can be terminated with three months notice given by either party in writing. Upon completion of the duration of this agreement or within 7 days of termination of agreement, the vendor shall ensure proper handover to the Bank Official. The final payment will not be released till the vendor complies with proper handover. Page 11 of 19

Annexure I BID FORM Ref. No.: To Allahabad Bank, Head Office, Department of Information Technology, 2, N. S. Road Kolkata 700 001 Date Having examined the RFP (RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018) including all Annexures, the receipt of which is hereby duly acknowledged, I/We, the undersigned, offer to supply and deliver the Hardware, services etc. including installation and commissioning in conformity with the said RFP in accordance with the Schedule of prices indicated in the commercial offer and made part of this bid. I/We undertake, if our bid is accepted, to deliver the Goods & Services in accordance with the delivery schedule specified in the Schedule of Requirements. I/We agree to abide by this bid for the period of 180 days after the date fixed for opening of Technical bid, by the Bank, through the referred RFP or any of the addenda and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with the bank s written acceptance thereof and bank s notification of award, shall constitute a binding Contract between us. I/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. I/We agree that the Bank will have Single Point of Contact with us, at the address stated below, for the entire goods and services to be delivered by us in case our bid is accepted. Address of Bidder for Single Point of Contact:. (With Name & relevant details). I/We understand that the bank is not bound to accept the lowest or any bid the bank may receive. Place: Date: Seal & Signature Authorized Signatory Note: The Bidder shall necessarily provide a copy of Power of Attorney authorizing the signatory for signing the Bid on behalf of the Bidder in its Bid. Page 12 of 19

Annexure-II TECHNICAL BID CHECK LIST RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 SN Document Provided (Yes / No) 1 Bid Form as per Annexure-I 2 Power of Attorney / Authorization letter signed by the Competent Authority with the seal of the bidder s company / firm in the name of the person signing the tender documents. 3 Proof of previous delivery of items as per RFP requirement. 4 Certificate of Incorporation/ Partnership Deed 5 Proof of ISO Certification 6 Copy of last 3 years financial statements for FY 2014-15, 2015-16 and for 2016-17(Audited). 7 Undertaking of not being Blacklisted or defaulter as per Eligibility Criteria 8 MANUFACTURER S AUTHORISATION FORM/OEM Certificate as per Annexure-VI 9 Office Address Proof for Lucknow Support Centre 10 EMD of Rs.50,000 through Demand Draft (DD)/ Pay Order (PO) / Bank Guarantee (BG) in favor of Allahabad Bank, payable at Kolkata 11 Masked Commercial Bid as per Annexure III Page 13 of 19

Annexure-III TECHNICAL REQUIREMENTS (a) PC without Monitor: RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 Sl. No. Parameter Specifications Required Specifications Compliance offered by the (Yes/No) Bidder 1. Make (Must be specified). 2. Model Tower Model Required (Must be specified). All the relevant product brochures and manuals must be submitted. 3. Processor Intel or AMD - 8 cores, minimum 3.0 GHZ, 16 MB L3 Cache 4. Motherboard OEM Motherboard with OEM logo embossed on the motherboard (No Sticker) 5. Memory 32 GB, DDR4 2400 Mhz expandable upto 64 GB with minimum 02 DIMM slot free 6. Network Controller & Integrated 10/100/1000 Gb NIC Ethernet Port 7. Hard Disk Drive Quantity: 20(Twenty) 2TB SATA Hard Disk Drive, 7200 rpm or higher Hard Disk Drive -SMART-IV or equivalent UBUNTU. 8. Operating System 9. Chassis Chassis volume maximum 8 litres. (b) Network Switch: Cisco L2-48 Port Switch, should be able to support minimum 10Gbps Link Quantity: 1(One) (c) Network Cables: Type: STP (Cat6a), should be able to support 10Gbps Link Quantity: 25 Length: 3 meter. Page 14 of 19

Annexure-IV Commercial Bid Format RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 Format for Commercial Bid S No. Item Particulars Unit Price with 3 Years Warranty **(`) (A) Qty (B) Total Price **(`) (A) x (B) Total Cost **(`) ** price exclusive of taxes. Dated: Seal & Signature of Authorized signatory: Page 15 of 19

CONTRACT NUMBER: Annexure-V CONTRACT FORM (Non-Judicial Stamp Paper of appropriate value) RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 THIS AGREEMENT made the day of, 20 Between ALLAHABAD BANK (hereinafter the Purchaser ) of one part and (Name of Supplier/vendor) of (City and Country of Supplier/vendor) (hereinafter the Supplier/vendor ) of the other part: WHEREAS the Purchaser is desirous that certain goods and ancillary services should be provided by the Supplier/vendor, viz, (Brief Description of Goods and Services) and has accepted a bid by the Supplier/vendor for supply of Goods and services to meet its requirement from time to time. NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. : (a) (b) (c) the Bid form and price schedule submitted by the bidder; the schedule of requirements; the Technical Specifications; 3. In consideration of the payments to be made by the Purchaser to the Supplier/ vendor in terms of Purchase Orders for procurement of goods and services placed by the Purchaser, the Supplier/vendor hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the contract. 4. The Purchaser hereby covenants to pay the Supplier/vendor in consideration of the provision of the Goods and services and the remedying of defects therein, the Purchase order Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. Brief particulars of the goods and service which the Supplier/vendor shall be required to supply/provide to the Purchaser from time to time in terms of purchase orders for procurement of goods and services that will be placed by Head Office or Zonal Offices of the Purchaser are as under: Page 16 of 19

GOODS (Please Mention) SERVICES Supply, Installation, Commissioning and on-site maintenance during Warranty & Post Warranty Maintenance Period of the equipments and related software, if any. IN WITNESS whereof the parties hereto have executed this Agreement in accordance with their respective laws the day and year first above written. Signed, sealed and Delivered by the Said (For the Supplier/vendor) in presence of Signed, sealed and Delivered by the Said (For the Purchaser) in presence of Page 17 of 19

Annexure-VI PERFORMANCE SECURITY FORM (BANK GUARANTEE FORMAT) (ON NON-JUDICIAL STAMP PAPER OF RS 100.00) Bank Guarantee No. RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 Date : To: Allahabad Bank WHEREAS (name of the Supplier/vendor) hereinafter called the Supplier/vendor has undertaken, in pursuance of Purchase Order No. dated 20 to supply (Description of Goods and Services) hereinafter called the order. AND WHEREAS it has been stipulated by you in the said order that the Supplier/vendor shall furnish you with a Bank Guarantee by a Scheduled Commercial Bank operating in India for the sum specified therein as security for compliance with the Supplier/vendor s performance obligations under the contract. AND WHEREAS we have agreed to give the Supplier/vendor a Guarantee. THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Supplier/vendor, up to a total of Rs. (Amount of guarantee in words and figures) and we undertake to pay you, upon your first written demand declaring the Supplier/vendor to be in default under the contract and without cavil or argument, any sum or sums within the limit of Rs. (Amount of guarantee.) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until day of 20. Signature and seal of Guarantors. Date: Address: Note: 1) Supplier/vendor should ensure that seal and code no. of the signatory is put by the bankers, before submission of the bank guarantees. 2) Stamp paper is required for the bank guarantees issued by the banks located in India. Page 18 of 19

Annexure VII MANUFACTURER S AUTHORISATION FORM RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 No.... Dated... To: Allahabad Bank, Head Office, Dept. of Information Technology, 2, Netaji Subhas Road, Kolkata 700 001, India Dear Sir, Sub: RFP Ref No HO/IT & DB/Desktop/2017-18/89 dated 21.02.2018 We... an established and reputable manufacturers/oem of... having factories/development centres at...and... do hereby authorise M/s... (Name and address of bidder) to bid, negotiate and conclude the contract with you against the above RFP. We hereby extend our full warranty as per RFP for the goods offered for supply against this invitation for bid by the above firm. Yours faithfully, (NAME) for and on behalf of M/s (Name of Manufacturer/s) Note : This Letter of authority should be on the letter-head of the manufacturing concern who is authorizing the bidder to bid for their product and should be signed by a person competent to bind the manufacturer. Page 19 of 19